Loading...
Agreement with EAC Consulting, Inc. 2Cs 17 - 2c. 8 j AGREEMENT BETWEEN C. CITY OF MIAMI BEACH AND EAC CONSULTING, INC. FOR PROFESSIONAL CONSTRUCTION ENGINEERING AND INSPECTION (CEI) FIRMS TO PROVIDE VARIOUS CEI SERVICES ON AN "AS NEEDED" BASIS PURSUANT TO REQUEST FOR QUALIFICATIONS NO. 2017-028-KB RESOLUTION NO. 2017-29881 1 TABLE OF CONTENTS DESCRIPTION PAGE ARTICLE 1. DEFINITIONS 3 ARTICLE 2. BASIC SERVICES 7 ARTICLE 3. THE CITY'S RESPONSIBILITIES 12 ARTICLE 4. RESPONSIBILITY FOR CONSTRUCTION COST 14 ARTICLE 5. ADDITIONAL SERVICES 14 ARTICLE 6. REIMBURSABLE EXPENSES 17 ARTICLE 7. COMPENSATION FOR SERVICES 154-6 ARTICLE 8. CONSULTANT'S ACCOUNTING AND OTHER RECORDS 154-7 ARTICLE 9. OWNERSHIP OF PROJECT DOCUMENTS 1617 ARTICLE 10. TERMINATION OF AGREEMENT 1617 ARTICLE 11. INSURANCE 189 ARTICLE 12. INDEMNIFICATION AND HOLD HARMLESS 18.1-9 ARTICLE 13. ERRORS AND OMISSIONS 1920 ARTICLE 14. LIMITATION OF LIABILITY 192.0 ARTICLE 15. NOTICE 1920 ARTICLE 16. MISCELLANEOUS PROVISIONS 2024 SCHEDULES: SCHEDULE A 2325 SCHEDULE A- 1 33 SCHEDULE B 3134 SCHEDULE C 3235 SCHEDULED 36 SCHEDULE E 37 ATTACHMENTS: ATTACHMENT A 3538 ATTACHMENT B 4346 ATTACHMENT C 4447 2 TERMS AND CONDITIONS OF AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND EAC CONSULTING, INC. FOR PROFESSIONAL CONSTRUCTION ENGINEERING AND INSPECTION (CEI) FIRMS TO PROVIDE VARIOUS CEI SERVICES ON AN "AS NEEDED" BASIS This Agreement made and entered into this day of , 20 , (Effective Date), by and between the CITY OF MIAMI BEACH, a municipal corporation existing under the laws of the State of Florida, having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida, 33139, (hereinafter referred to as City), and EAC Consulting, Inc., a Florida corporation having its principal office at 815 N.W. 57 Avenue, Suite 402, Miami, Florida, 33126 (hereinafter referred to as Consultant). WITNESSETH: WHEREAS, on February 8, 2017, the Mayor and City Commission approved the issuance of Request for Qualifications No. 2017-028-KB for Professional Construction Engineering and Inspection (CEI) Firms to Provide Various CEI Services On An "As-Needed-Basis" (the RFQ); and WHEREAS, the RFQ was intended to provide various CEI services to the City on an "as needed" basis; and WHEREAS, on June 7, 2017, the City Commission approved Resolution No. 2017-29881, respectively, authorizing the City to enter into negotiations with EAC Consulting, Inc. and, if successful, execute an agreement with the Consultant pursuant to the RFQ; and WHEREAS, City and the Consultant have negotiated the following agreement pursuant to the RFQ; and NOW THEREFORE, City and Consultant, in consideration of the mutual covenants and agreement herein contained, agree as follows: ARTICLE 1. DEFINITIONS 1.1 Definitions. The definitions included in this Section are not exhaustive of all definitions used in this Agreement. Additional terms may be defined in other Contract Documents. The following terms shall have the meanings specified herein unless otherwise stated herein: ADDITIONAL SERVICES: "Additional Services" shall mean those services, in addition to the Basic Services in this Agreement, as described in Article 2 and the Consultant Service Order, which the Consultant shall perform, at the City's option, and which must be duly authorized, in writing, by the City Manager or his authorized designee, prior to commencement of same. APPLICABLE LAWS: "Applicable Laws" means all laws, statutes, codes (including, but not limited to, building codes), ordinances, rules, regulations, lawful orders and decrees of governmental authorities having jurisdiction over the Project, the Project Site or the Parties. 3 BASE BID: "Base Bid" shall mean the elements contained in the Construction Documents recommended by the Consultant (and approved by the City) as being within the Construction Cost Budget. "Base Bid" shall not include additive alternates or deductive alternates. BASIC SERVICES: "Basic Services" shall include those services which Consultant shall perform in accordance with the terms of the Agreement, as described in Article 2 and the Consultant Service Order. Any Services not specifically enumerated as Additional Services (as defined herein) shall also be considered Basic Services. CITY (OR OWNER): The "City" shall mean the City of Miami Beach, a Florida municipal corporation having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida, 33139. In all respects hereunder, City's obligations and performance is pursuant to City's position as the owner of the Project acting in its proprietary capacity. In the event City exercises its regulatory authority as a governmental body including, but not limited to, its regulatory authority for code inspections and issuance of Building Department permits, Public Works Department permits, or other applicable permits within its jurisdiction, the exercise of such regulatory authority and the enforcement of any Applicable Laws shall be deemed to have occurred pursuant to City's regulatory authority as a governmental body and shall not be attributable in any manner to City as a Party to this Agreement. CITY COMMISSION: "City Commission" shall mean the governing and legislative body of the City. CITY MANAGER: The "City Manager" shall mean the chief administrative officer of the City. The City Manager shall also be construed to include any duly authorized representatives designated by the City Manager in writing, including the Project Administrator, with respect to any specific matter(s) concerning the Services and/or this Agreement (exclusive of those authorizations reserved to the City Commission under this Agreement, or to regulatory or administrative bodies having jurisdiction over the Project). CONSTRUCTION COST BUDGET: The "Construction Cost Budget" shall mean the amount budgeted and established by the City to provide for the cost of construction of the Work for the Project ("Construction Cost"), as set forth in the Consultant Service Order. CONSTRUCTION DOCUMENTS: "Construction Documents" shall mean the final signed and sealed (100% completed) plans, technical specifications, drawings, schematics, documents, and diagrams prepared by the Consultant pursuant to this Agreement, setting forth in detail the requirements for the construction of the Project. The Construction Documents shall set forth in full all details necessary to complete the construction of the Project in accordance with the Contract Documents. Construction Documents shall not be part of the Contract Documents, until (a) the Consultant has submitted completed Construction Documents to the City and (b) they have been reviewed and approved by the City and any agencies having jurisdiction in accordance with the procedures as otherwise provided by the Contract Documents. However, approval by the City shall not in any way be construed, interpreted and/or deemed to constitute a waiver or excuse Consultant's obligations to ensure the Construction Documents are constructible, in compliance with all Applicable Laws and in accordance with the Contract Documents. CONSULTANT: The named entity on page 1 and 4 of this Agreement, the "Consultant" shall mean the architect/engineer who has entered into a contract with the City to provide the Services described under this Agreement. When the term "Consultant" is used in this Agreement it shall also be deemed to include any officers, employees, or agents of Consultants, and any other person or entity acting under the supervision, direction, or control of Consultant ("Subconsultants"). The Consultant shall not be replaced by any other entity, except as otherwise permitted in this Agreement. Further, any Subconsultant that may perform services on behalf of the Consultant shall be a qualified and properly professionally licensed engineer in the State of Florida and as otherwise required by any entities, agencies, boards, governmental authorities and/or any other professional organizations with jurisdiction governing the professional practice area for which the Subconsultant has been engaged by Consultant to 4 perform CEI services in connection with the Project. The Subconsultants in Schedule "E", attached hereto, are hereby approved by the City Manager for the Project. CONSULTANT SERVICE ORDER: Consultant Service Order shall mean the work order issued by the City to Consultant (in substantial form as in Schedule A-1 attached hereto), that specifically describes and delineates the particular Services (Basic Services and/or Additional Services) which will be required of Consultant for the Project that is the subject of such Consultant Service Order CONTRACT AMENDMENT: "Contract Amendment" shall mean a written modification to the Agreement approved by the City (as specified below) and executed between City and Consultant, covering changes, additions, or reductions in the terms of this Agreement including, without limitation, authorizing a change in the Project, or the method and manner of performance thereof, or an adjustment in the fee and/or completion dates. Contract Amendments shall be approved by the City Commission if they exceed fifty thousand dollars ($50,000.00). Even for Contract Amendments of fifty thousand dollars ($50,000.00) or less (or other such threshold contract amount as may be specified by the City of Miami Beach Procurement Ordinance), the City Manager reserves the right to seek and obtain concurrence of the City Commission for approval of any such Contract Amendment. CONTRACT DOCUMENTS: "Contract Documents" shall mean this Agreement (together with all exhibits, addenda, Consultant Service Orders and written amendments issued thereto), the Consultant Service Order issued to Consultant by the City for a Project, and the documents prepared by Consultant in accordance with the requirements stipulated in such Consultant Service Order. The Contract Documents shall also include, without limitation (together with all exhibits, addenda, and written amendments issued thereto), the Request for Qualifications (RFQ). CONTRACT FOR CONSTRUCTION: "Contract for Construction" shall mean the legally binding agreement between City and Contractor for performance of the Work covered in the Contract Documents, including, without limitation, a general contractor, construction manager, design-builder or any other duly licensed construction contractor selected pursuant to any other procurement methodology available under Florida law. CONTRACTOR: "Contractor" shall mean the individual or individuals, firm, company, corporation, joint venture, or other entity contracting with City for performance of the Work covered in the Contract Documents. DESIGN CRITERIA PACKAGE or DCP: "Design Criteria Package" means concise, performance- oriented drawings or specifications of a design-build Project, prepared for the purpose of furnishing sufficient information to permit design-build firms to prepare a bid or a response to a City request for proposal, or to permit the City to enter into a negotiated design-build contract. The Design Criteria Package must specify performance-based criteria for the design-build Project, including the legal description of the site, survey information concerning the site, interior space requirements, material quality standards, schematic layouts and conceptual design criteria of the project, cost or budget estimates, design and construction schedules, site development requirements, provisions for utilities, stormwater retention and disposal, and parking requirements applicable to the project. DESIGN DOCUMENTS: "Design Documents" means all plans, drawings specifications, schematics and all other documents which set forth in full the design of the Project and fix and describe in detail the size, configuration and character of the Project concerning all items of the Project necessary for the final preparation of the 100% completed, permitted Construction Documents in accordance with the requirements of the Contract Documents including, without limitation, all architectural and engineering elements as may be appropriate. Design Documents shall not be part of the Contract Documents, until (a) the Consultant has submitted completed Design Documents to the City and (b) they have been 5 reviewed and approved by the City and agencies having jurisdiction in accordance with the procedures as provided by the Contract Documents. However, approval by the City shall not in any way be construed, interpreted and/or deemed to constitute a waiver or excuse Consultant's obligations to ensure the Design Documents are constructible, in compliance with all Applicable Laws and in accordance with the Contract Documents. FORCE MAJEURE: "Force Majeure" shall mean any delay occasioned by superior or irresistible force occasioned by violence in nature without the interference of human agency such as a hurricane, tornado, flood, loss caused by fire and other similar unavoidable casualties; or other causes beyond the City's or Consultant's control that are not due to any act, omission or negligence of either City or Consultant and, which have, or may be reasonably expected to have, a material adverse effect on the Project, or on the rights and obligations of City or Consultant under this Agreement and which, by the exercise of due diligence, such parties shall not have been able to avoid; provided, however, that inclement weather (except as noted above), the acts or omissions of Subconsultants, the Contractor and its sub-contractors, market conditions, labor conditions, construction industry price trends, and similar matters which normally impact on the construction process shall not be considered a Force Majeure. If the Consultant is delayed in performing any obligation under this Agreement due to a Force Majeure, the Consultant shall request a time extension from the Project Administrator within five (5) business days of said Force Majeure. Any time extension shall be subject to mutual agreement and shall not be cause for any claim by the Consultant for extra compensation, unless Additional Services are required and approved pursuant to Article 5 hereof. PROJECT: The "Project" shall mean that certain City capital project described in the Consultant Service Order. Project Cost: The "Project Cost", shall mean the estimated total cost of the Project, as prepared and established by the City, including the estimated Construction Cost and Soft Costs. The Project Cost may, from time to time, be revised or adjusted by the City, in its sole discretion, to accommodate approved modifications or changes to the Project or scope of work. Project Scope: The "Project Scope" shall mean the description of the Project, as described in the Consultant Service Order. PROJECT ADMINISTRATOR: The "Project Administrator" shall mean the individual designated by the City Manager who shall be the City's authorized representative to issue directives and notices on behalf of the City with respect to all matters concerning the Services of this Agreement (exclusive of those authorizations reserved to the City Manager or City Commission under this Agreement, or to regulatory or administrative bodies having jurisdiction over the Project). PROPOSAL DOCUMENTS: "Proposal Documents" shall mean the RFQ, together with all amendments or addenda thereto (if any), which is incorporated by reference to this Agreement and made a part hereof; provided, however, that in the event of an express conflict between the Proposal Documents and this Agreement, the Agreement shall prevail. Consultant's proposal in response to the RFQ is included for reference purposes only and shall not be incorporated as part of this Agreement, except with respect to Consultant's representations regarding the qualifications and experience of Consultant and its key personnel, its commitment to provide the key personnel listed therein, and its capability to perform and deliver the Services in accordance with this Agreement and consistent with the all representations made therein. SCHEDULES: "Schedules" shall mean the various schedules attached to this Agreement and referred to as follows: 6 Schedule A— Scope of Services Schedule A-1 — Consultant Service Order Schedule B— Consultant Compensation Schedule C — Consultant Hourly Billing Rate Schedule Schedule D— Insurance Requirements and Sworn Affidavits Schedule E — Approved Subconsultants. SCOPE OF SERVICES: "Scope of Services" shall include the Project Scope, Basic Services, and any Additional Services (as approved by the City), all as described in Schedule "A" hereto. SERVICES: "Services" shall mean all services, work, and actions by the Consultant performed pursuant to or undertaken under this Agreement. SOFT COSTS: "Soft Costs" shall mean costs related to the Project other than Construction Cost including, without limitation, Consultant's Basic Services, Additional Services, surveys, testing, general consultant, financing, permitting fees and other similar costs, as determined by the City, that are not considered as direct costs for the construction of the Project. STATEMENT OF PROBABLE CONSTRUCTION COST: The "Statement of Probable Construction Cost" shall mean the detailed estimate prepared by Consultant in Construction Standard Index (CSI) format or other format approved by the Project Administrator, which includes the Consultant's estimated total construction cost to the City of the Work for the Project (as established in the Contract Documents, as they may be amended from time to time). The Statement of Probable Construction Cost shall be in sufficient detail to identify the costs of each element of the Project and include a breakdown of the fees, general conditions and construction contingency for the Project. Costs shall be adjusted to the projected bid date to take into account anticipated price escalation. WORK: "Work" shall mean all labor, materials, equipment, supplies, tools, machinery, utilities, fabrication, transportation, insurance, bonds, permits and conditions thereof, building code changes and government approvals, licenses, tests, quality assurance and/or quality control inspections and related certifications, surveys, studies, and other items, work and services that are necessary or appropriate for the total construction, installation, and functioning of the Project, together with all additional, collateral and incidental items, and work and services required for delivery of a completed, fully functional and functioning Project as set forth in the Contract Documents. ARTICLE 2. BASIC SERVICES 2.1 The Consultant shall provide Basic Services for the Project, specifically described in the Consultant Service Order. 2.2 The Services will be commenced by the Consultant upon receipt of a written Consultant Service Order signed by the City Manager or the Project Administrator. Consultant shall countersign the Consultant Service Order upon receipt and return the signed copy to the City. 2.3 As it relates to the Services and the Project, Consultant warrants and represents to the City that it is knowledgeable of and shall comply with all Applicable Laws. The Consultant agrees to comply with all Applicable Laws, whether now in effect or as may be amended or adopted from time to time, and shall further take into account all known pending changes to the foregoing of which it should reasonably be aware. 2.4 The Consultant warrants and represents to the City that all of the Services required under this Agreement shall be performed in accordance with the standard of care normally exercised in the design of comparable projects in South Florida. Consultant warrants and represents to the City that it is experienced, fully qualified, and properly licensed (pursuant to Applicable Laws) to perform the Services. 7 Consultant warrants and represents to the City that it is responsible for the technical accuracy of the Services. Consultant further represents that the approved and permitted Construction Documents shall be accurate, coordinated and adequate for construction in accordance with applicable industry standards that govern the practice of engineering and shall comply with applicable City Codes, state and federal laws, rules and regulations. 2.5 The Consultant's Basic Services to be provided under this Agreement shall (at a minimum) consist of, but not be limited to, the following: 1. Administer the Construction Contract and monitor and inspect the work performed by the Contractor such that the project is constructed in reasonable conformity with the plans, specifications, and special provisions of the Construction Contract. 2. Resident Engineering Services - Coordinate the Construction Contract administration activities of all parties other than the Contractor involved in completing the construction project. Services shall include maintaining the required level of surveillance of Contractor activities, interpreting plans, specifications, and special provisions for the Construction Contract. Maintain complete, accurate 9 records of all activities and events relating to the project and properly document all project changes. Notwithstanding this Section 2.5, the Consultant Service Order issued by the City to Consultant shall specifically delineate and describe the Services to be provided by Consultant for the particular Project (that is the subject of such Order). 2.6 RESPONSIBILITY FOR CLAIMS AND LIABILITIES: No action or omission by City shall waive or excuse Consultant's obligations under the Agreement and/or other Contract Documents and that Consultant shall remain fully liable for all work performed by Consultant including, without limitation, any inspection errors or omissions. Moreover, neither the City's inspection, review, approval or acceptance of, nor payment for, any Services required under the Agreement shall be construed to relieve the Consultant (or any Subconsultant) of its obligations and responsibilities under the Agreement, nor constitute a waiver of any of the City's rights under the Agreement, or of any cause of action arising out of the performance of the Agreement. The Consultant shall be and remain liable to the City in accordance with Applicable Laws for all damages to City caused by any failure of the Consultant or to comply with the terms and conditions of the Agreement or by the Consultant's misconduct, unlawful acts, negligent acts, errors or omissions in the performance of the Agreement. 2.7 TIME: It is understood that time is of the essence, except due to Force Majeure as defined herein, in the completion of the Project and, in this respect, the parties agree as follows: 2.7.1 Term: The term of this Agreement shall commence upon execution by the City and Consultant, which shall be the Effective Date referred to on page 4 hereof, and shall be in effect for three (3) years ("Initial Term"), plus two (2), one (1) year renewal options, to be exercised at the sole discretion of the City Manager (Initial Term and any renewals shall be collectively referred to as the "Term"). Notwithstanding the preceding Term, Consultant shall adhere to any and all timelines and/or deadlines, as set forth in the Consultant Service Order, including the time for completion of the work and/or services for such Project (as set forth in the particular Consultant Service Order). 2.7.2 The Consultant shall perform the Services as expeditiously as is consistent with the standard of professional skill and care required by this Agreement, and the orderly progress of the Work. 2.7.3 Recognizing that the construction of other projects within the City may affect scheduling of the construction for the Project, the Consultant shall diligently coordinate performance of the Services with the City (through the Project Administrator) in order to provide for the safe, expeditious, economical and efficient completion of the Project, without negatively impacting 8 concurrent work by others. The Consultant shall coordinate the Services with all of its Subconsultants, as well as other consultants, including, without limitation, City provided consultants (if any). 2.7.4 The Services shall be performed in a manner that shall conform to the Consultant Service Order. The Consultant may submit requests for an adjustment to the Consultant Service Order completion time, if made necessary because of undue delays resulting from untimely review taken by the City (or authorities having jurisdiction over the Project) to approve the Consultant's submissions, or any other portion of the Services requiring approval by the City (or other governmental authorities having jurisdiction over the Project). Consultant shall immediately provide the Project Administrator with written notice stating the reason for the particular delay; the requested adjustment (i.e. extension) to the Project Schedule; and a revised anticipated schedule of completion. Upon receipt and review of Consultant's request (and such other documentation as the Project Administrator may require), the Project Administrator may grant a reasonable extension of time for completion of the particular work involved, and authorize that the appropriate adjustment be made to the Project Schedule. The Project Administrator's approval (if granted) shall be in writing. 2.8 Consultant shall use its best efforts to maintain a constructive, professional, cooperative working relationship with the Project Administrator, Contractor, and any and all other individuals and/or firms that have been contracted, or otherwise retained, to perform work on the Project. 2.9 The Consultant shall perform its duties under this Agreement, and under a Consultant Service Order, in a competent, timely and professional manner, and shall be responsible to the City for any failure in its performance, except to the extent that acts or omissions by the City make such performance impossible. 2.10 The Consultant is responsible for the professional quality, technical accuracy, completeness, performance and coordination of all Services required under the Agreement and under the Consultant Service Order (including the services performed by Subconsultants), within the specified time period and specified cost. The Consultant shall perform the Services utilizing the skill, knowledge, and judgment ordinarily possessed and used by a proficient consulting with respect to the disciplines required for the performance of such Services in the State of Florida. The Consultant is responsible for, and shall represent to City that the Services conform to the City's requirements, the Contract Documents and all Applicable Laws. The Consultant shall be and remain liable to the City for all damages to the City caused by the Consultant's negligent acts or errors or omissions in the performance of the Services. In addition to all other rights and remedies which the City may have, the Consultant shall, at its expense, re- perform all or any portion of the Services to correct any deficiencies which result from the Consultant's failure to perform in accordance with the above standards. Neither the City's inspection, review, approval or acceptance of, nor payment for, any of the Services required under the Agreement shall be construed to relieve the Consultant (or any Subconsultant) of its obligations and responsibilities under the Agreement, nor constitute a waiver of any of the City's rights under the Agreement, or of any cause of action arising out of the performance of the Agreement. The Consultant and its Subconsultants shall be and remain liable to the City in accordance with Applicable Laws for all damages to City caused by any failure of the Consultant or its Subconsultants to comply with the terms and conditions of the Agreement or by the Consultant or any Subconsultants' misconduct, unlawful acts, negligent acts, errors or omissions in the performance of the Agreement. With respect to the performance of Services by Subconsultants, the Consultant shall, in approving and accepting such Services, ensure the professional quality, completeness, and coordination of the Subconsultant's Services. 2.11 The City shall have the right, at any time, in its sole and absolute discretion, to submit for review to other consultants (engaged by the City at its expense) any or all parts of the Services and the Consultant shall fully cooperate in such review(s). Whenever others are required to verify, review, or consider any Services performed by Consultant (including, without limitation, contractors, other design 9 professionals, and/or other consultants retained by the City), the intent of such requirement is to enable the Consultant to receive input from others' professional expertise to identify any discrepancies, errors or omissions that are inconsistent with industry standards for design or construction of comparable projects; or which are inconsistent with Applicable Laws; or which are inconsistent with standards, decisions or approvals provided by the City under this Agreement. Consultant will use reasonable care and skill, in accordance and consistent with customary professional standards, in responding to items identified by other reviewers in accordance with this subsection. Consultant shall receive comments from reviewers, in writing, including, without limitation (and where applicable), via a set of marked-up drawings and specifications. Consultant shall address comments forwarded to it in a timely manner. The term "timely" shall be defined to mean as soon as possible under the circumstances, taking into account the timelines of the Project schedule. 2.11.1 The Consultant is advised that a performance evaluation of the Services rendered throughout this Agreement will be completed by the City and kept in the City's files for evaluation of future solicitations. 2.12 Consultant agrees that when any portion of the Services relates to a professional service which, under Florida Statutes, requires a license, certificate of authorization, or other form of legal entitlement to practice and/or perform such Service(s), it shall employ and/or retain only qualified duly licensed certified personnel to provide same. 2.13 Consultant agrees to designate, in writing, within five (5) calendar days after receiving a fully executed Consultant Service Order, a qualified licensed professional to serve as its project manager (hereinafter referred to as the "Project Manager"). The Project Manager shall be authorized and responsible to act on behalf of Consultant with respect to directing, coordinating and administrating all aspects of the Services. Consultant's Project Manager (as well as any replacement) shall be subject to the prior written approval of the City Manager or the Project Administrator. Replacement (including reassignment) of an approved Project Manager shall not be made without the prior written approval of the City Manager or his designee (i.e. the Project Administrator). 2.13.1 Consultant agrees, within fourteen (14) calendar days of receipt of written notice from the City Manager or the Project Administrator (which notice shall state the cause therefore), to promptly remove and replace a Project Manager, or any other personnel employed or otherwise retained by Consultant for the Project ( including, without limitation, any Subconsultants). 2.14 Consultant agrees not to divulge, furnish or make available to any third party(ies), any non-public information concerning the Services or the Project, without the prior written consent of the City Manager or the Project Administrator, unless such disclosure is incident to the proper performance of the Services; or the disclosure is required pursuant to Florida Public Records laws; or, in the course of judicial proceedings, where such information has been properly subpoenaed. Consultant shall also require Subconsultants to comply with this subsection. 2.15 The City and Consultant acknowledge that the Services, as described in the Agreement and the Consultant Service Order, do not delineate every detail and minor work task required to be performed by Consultant to complete the work and/or services described and delineated under a Consultant Service Order issued to Consultant by the City for a particular Project. If, during the course of performing work, services and/or tasks on a particular Consultant Service Order, Consultant determines that work and/or services should be performed (to complete the Project delineated under such Order) which is, in the Consultant's reasonable opinion, outside the level of effort originally anticipated in the Consultant Service Order, then Consultant shall promptly notify the Project Administrator, in writing, and shall obtain the Project Administrator's written consent before proceeding with such work and/or services. If Consultant proceeds with any such additional work and/or services without obtaining the prior written consent of the Project Administrator, said work and/or services shall be deemed to be a Basic Service under this Agreement and shall also be deemed to be within the scope of services delineated in the Consultant 10 Service Order (whether or not specifically addressed in the Scope of Services). Mere notice by Consultant to the Project Administrator shall not constitute authorization or approval by the City to perform such work. Performance of any such work and/or services by Consultant without the prior written consent of the Project Administrator shall be undertaken at Consultant's sole risk and liability. 2.16 Consultant shall establish, maintain, and categorize any and all Project documents and records pertinent to the Services and shall provide the City, upon request, with copies of any and all such documents and/or records. In addition, Consultant shall provide electronic document files to the City upon completion of the Project. 2.17 THE CITY HAS NO OBLIGATION TO ASSIST, FACILITATE AND/OR PERFORM IN ANY WAY THE CONSULTANT'S OBLIGATIONS UNDER THE AGREEMENT OR OTHER CONTRACT DOCUMENTS. THE CITY'S PARTICIPATION, FACILITATION AND/OR ASSISTANCE TO THE CONSULTANT SHALL BE AT ITS SOLE DISCRETION AND SHALL NOT, IN ANY WAY, BE CONSTRUED, INTERPRETED AND/OR CONSTITUTE AN ASSUMPTION BY THE CITY OF CONSULTANT'S OBLIGATIONS, A WAIVER OF CONSULTANT'S OBLIGATIONS AND/OR EXCUSE ANY BREACH BY CONSULTANT OF ITS OBLIGATIONS UNDER THE CONTRACT DOCUMENTS. THE PARTICIPATION IN THE PERFORMANCE OF ANY OF CONSULTANT'S OBLIGATIONS SHALL NOT PRECLUDE THE CITY FROM DECLARING CONSULTANT IN DEFAULT FOR CONSULTANT'S FAILURE TO PERFORM SUCH OBLIGATION, NOR SHALL IT LIMIT, IN ANY WAY, THE CITY'S RIGHTS AND REMEDIES IN CONNECTION THEREWITH. THE CONSULTANT EXPRESSLY ACKNOWLEDGES AND AGREES NOT TO RAISE OR ASSERT AS DEFENSE TO ANY CLAIM, ACTION, SUIT AND/OR OTHER PROCEEDING OF A SIMILAR NATURE, THE CITY'S PARTICIPATION, ASSISTANCE AND/OR FACILITATION IN THE PERFORMANCE OF CONSULTANT'S OBLIGATIONS. INCLUDING, WITHOUT LIMITATION, ASSISTING WITH OTHER MATTERS RELATED TO THE PROJECT. IN THE EVENT OF ANY CONFLICT BETWEEN THIS SECTION AND/OR ANY OTHER PROVISION OF THIS AGREEMENT OR OTHER CONTRACT DOCUMENTS, THIS SECTION SHALL GOVERN. 2.18 GREEN BUILDING STANDARDS: The Consultant shall comply with the requirements of Section 255.2575, Florida Statutes, and Chapter 100 of the City Code, as both may be amended from time to time, addressing applicable Leadership in Energy and Environmental Design (LEED) compliance requirements. 2.19 SUBCONSULTANTS: All services provided by Subconsultants shall be consistent with those commitments made by the Consultant in its Proposal and during the competitive solicitation selection process and interview. Such services shall be undertaken and performed pursuant to appropriate written agreements between the Consultant and the Subconsultants, which shall contain provisions that preserve and protect the rights of the City under this Agreement. Nothing contained in this Agreement shall create any contractual relationship between the City and the Subconsultants. The Consultant shall not retain, add, or replace any Subconsultant without the prior written approval of the City Manager, in response to a written request from the Consultant stating the reasons for any proposed substitution. The Consultant shall cause the names of Subconsultants responsible for significant portions of the Services to be inserted on the plans and specifications. The Consultant shall be ultimately responsible for ensuring the Consultant's and all of its Subconsultants' compliance with the requirements of this Section and any other provision of the Agreement and/or Consultant Service Order. With respect to the performance of work by Subconsultants, the Consultant shall, in approving and accepting such work, ensure the professional quality, completeness, and coordination of the Subconsultant's work. The Consultant shall, upon the request of the City, submit to the City such documentation and information as the City reasonably requests to evidence the creation, standing, ownership and 11 professional licensure of the Consultant (and Subconsultants), including organizational documents, operating agreements and professional licensure documentation, and copies of the Consultant's contracts with the Subconsultant with respect to the Project. However, the City's failure to request such documentation or evidence and/or failure to enforce in any way the terms and provisions of this Section, the Agreement and/or any other Consultant Service Order during the Project does not excuse, waive and/or condone in any way any noncompliance of the requirements set forth therein including, without limitation, the professional licensure requirements. Any approval of a Subconsultant by the City shall in no way shift from the Consultant to City the responsibility for the quality and acceptability of the services performed by the Subconsultant. Payment of Subconsultants shall be the sole responsibility of the Consultant, and shall not be cause for any increase in compensation to the Consultant for payment of the Services. ARTICLE 3. THE CITY'S RESPONSIBILITIES 3.1 The City Manager shall designate a Project Administrator, who shall be the City's authorized representative to act on City's behalf with respect to the City's responsibilities or matters requiring City's approval under the Contract Documents. The Project Administrator shall be authorized (without limitation) to transmit instructions, receive information, and interpret and define City policies and decisions with respect to the Services and the Project. The Project Administrator shall have full authority to require the Consultant to comply with the Contract Documents, provided, however, that any failure of the Project Administrator to identify any noncompliance, or to specifically direct or require compliance, shall in no way constitute a waiver of, or excuse, the Consultant's obligation to comply with the requirements of the Contract Documents. 3.2 The City shall make available to Consultant, for the convenience of the Consultant only, information that the City has in its possession pertinent to the Project. Consultant hereby agrees and acknowledges that, in making any such information available to Consultant, the City makes no express or implied certification, warranty, and/or representation as to the accuracy or completeness of such information and assumes no responsibility whatsoever with respect to, the sufficiency, completeness or accuracy of such information. The Consultant understands, and hereby agrees and acknowledges, that it is obligated to verify to the extent it deems necessary all information furnished by the City, and that it is solely responsible for the accuracy and applicability of all such information used by Consultant. Such verification shall include, without limitation, visual examination of existing conditions in all locations encompassed by the Project, where such examination can be made without using destructive measures (i.e. excavation or demolition). Survey information shall be spot checked to the extent that Consultant has satisfied itself as to the reliability of the information. 3.3 At any time, in his/her sole discretion, the City Manager may furnish accounting, and insurance counseling services for the Project (including, without limitation, auditing services to verify the Consultant's applications for payment, or to ascertain that Consultant has properly remitted payment due to its Subconsultants or vendors). 3.4 If the City observes or otherwise becomes aware of any fault or defect in the Project, or non- conformance with the Contract Documents, the City, through the Project Administrator, shall give prompt written notice thereof to the Consultant. 3.5 The City, acting in its proprietary capacity as Owner and not in its regulatory capacity, shall render any administrative approvals and decisions required under this Agreement, in writing, as reasonably expeditious for the orderly progress of the Services and of the Work. 3.6 The City Commission shall be the final authority to do or to approve the following actions or conduct, by passage of an enabling resolution or amendment to this Agreement: 3.6.1 Except where otherwise expressly noted in the Agreement or the Contract Documents, the 12 City Commission shall be the body to consider, comment upon, or approve any amendments or modifications to this Agreement. 3.6.2 The City Commission shall be the body to consider, comment upon, or approve any assignment, sale, transfer or subletting of this Agreement. Assignment and transfer shall be defined to also include sale of the majority of the stock of a corporate consultant. 3.6.3 The City Commission shall approve or consider all Contract Amendments that exceed the sum of fifty thousand dollars ($50,000.00) (or other such amount as may be specified by the City of Miami Beach Procurement Ordinance, as amended). 3.7 Except where otherwise expressly noted in this Agreement, the City Manager shall serve as the City's primary representative to whom administrative (proprietary) requests for decisions and approvals required hereunder by the City shall be made. Except where otherwise expressly noted in this Agreement or the Contract Documents, the City Manager shall issue decisions and authorizations which may include, without limitation, proprietary review, approval, or comment upon the schedules, plans, reports, estimates, contracts, and other documents submitted to the City by Consultant. 3.7.1 The City Manager shall have prior review and approval of the Project Manager (and any replacements) and of any Subconsultants (and any replacements). 3.7.2 The City Manager shall decide, and render administrative (proprietary) decisions on matters arising pursuant to this Agreement which are not otherwise expressly provided for in this Agreement. In his/her discretion, the City Manager may also consult with the City Commission on such matters. 3.7.3 At the request of Consultant, the City Manager shall be authorized, but not required, to reallocate monies already budgeted toward payment of the Consultant; provided, however, that the Consultant's compensation (or other budgets established by this Agreement) may not be increased without the prior approval of the City Commission, which approval (if granted at all) shall be in its sole and reasonable discretion. 3.7.4 The City Manager may approve Contract Amendments which do not exceed the sum of fifty thousand dollars ($50,000.00) (or other such amount as may be specified by the City of Miami Beach Purchasing Ordinance, as amended); provided that no such amendments increase any of the budgets established by this Agreement. 3.7.5 The City Manager may, in his/her sole discretion, form a committee or committees, or inquire of, or consult with, persons for the purpose of receiving advice and recommendations relating to the exercise of the City's powers, duties, and responsibilities under this Agreement or the Contract Documents. 3.7.6 The City Manager shall be the City Commission's authorized representative with regard to acting on behalf of the City in the event of issuing any default notice(s) under this Agreement, and, should such default remain uncured, in terminating the Agreement (pursuant to and in accordance with Article 10 hereof). 3.8 The City's review, evaluation, or comment as to any documents prepared by or on behalf of the Consultant shall be solely for the purpose of the City's determining for its own satisfaction the suitability of the Project, or portions thereof, detailed in such documents for the purposes intended therefor by the City, and may not be relied upon in any way by the Consultant or any other third party as a substantive review thereof. 13 ARTICLE 4. INTENTIONALLY OMITTED ARTICLE 5. ADDITIONAL SERVICES 5.1 Additional Services shall only be performed by Consultant following receipt of written authorization by the Project Administrator(which authorization must be obtained prior to commencement of any such additional work by Consultant). The written authorization shall contain a description of the Additional Services required; a lump sum to be negotiated at the time of the request for additional services or an hourly fee (in accordance with the rates in Schedule "C" hereto), with a "Not to Exceed" amount; Reimbursable Expenses (if any) with a "Not to Exceed" amount; the amended Construction Cost Budget (if applicable); the time required to complete the Additional Services; and an amended Project Schedule (if applicable). "Not to Exceed" shall mean the maximum cumulative hourly fees allowable (or, in the case of Reimbursable Expenses, the maximum cumulative expenses allowable), which the Consultant shall not exceed without further written authorization of the Project Administrator. The "Not to Exceed" amount is not a guaranteed maximum cost for the additional work requested (or, in the case of Reimbursables, for the expenses), and all costs applicable to same shall be verifiable through time sheets (and, for Reimbursables, expense reviews). 5.2 Additional Services include the following: 5.2.1 Jlntentionally Omittedl 5.2.2. Unforeseen Conditions. Providing additional work relative to the Project which arises from subsequent circumstances and causes which could not reasonably have been foreseen at the time of the Consultant Service Order (excluding circumstances and causes resulting from error, omission, inadvertence, or negligence of Consultant). 5.2.3. [Intentionally Omittedl 5.2.4 Expert Witness: Except insofar as the Consultant is required by legal process or subpoena to appear and give testimony, preparing to serve or serving as an expert witness in connection with any state or federal court action to which the Consultant is not a party in its own name, that is not instituted by the Consultant or in which the performance of the Consultant is not in issue. Except as specified herein, services that are required for completion of the Construction Documents shall be part of Consultant's Basic Services. ARTICLE 6. REIMBURSABLE EXPENSES 6.1 Reimbursable Expenses must be authorized, in advance, in writing, by the Project Administrator. Invoices or vouchers for Reimbursable Expenses shall be submitted to the Project Administrator (along with any supporting receipts and other back-up material requested by the Project Administrator). Consultant shall certify as to each such invoice and/or voucher that the amounts and items claimed as reimbursable are "true and correct and in accordance with the Agreement." Reimbursable Expenses may include, but not be limited to, the following: Cost of reproduction, courier, and postage and handling of drawings, plans, specifications, and other Project documents (excluding reproductions for the office use of the Consultant and its Subconsultants, and courier, postage and handling costs between the Consultant and its Subconsultants). Costs for reproduction and preparation of graphics for community workshops. 14 Permit fees required by City of Miami Beach regulatory bodies having jurisdiction over the Project (i.e. City permit fees). ARTICLE 7. COMPENSATION FOR SERVICES 7.1 Consultant's "Lump Sum" or"Not to Exceed" fee for provision of the Services, or portions thereof, as may be set forth and described in the Consultant Service Order issued for a particular Project, shall be negotiated between the City and Consultant, and shall be set forth in the Consultant Service Order. 7.2 Payments for Services shall be made within forty-five (45) calendar days of receipt and approval of an acceptable invoice by the Project Administrator. Payments shall be made in proportion to the Services satisfactorily performed, so that the payments for Services never exceed the progress percentage noted in the Consultant's Progress Schedule (to be submitted with each invoice). No mark-up shall be allowed on subcontracted work. In addition to the invoice, the Consultant shall, for Hourly Rate authorizations, submit a progress report giving the percentage of completion of the Project and the total estimated fee to completion. 7.3 Approved Additional Services shall be compensated in accordance with the hourly rates set forth in Schedule "C," attached hereto. Any request for payment of Additional Services shall be included with a Consultant payment request. No mark-up shall be allowed on Additional Services (whether sub- contracted or not). 7.4 Approved Reimbursable Expenses shall be paid in accordance with Article 6 hereto, up to the "Not to Exceed" Reimbursable allowance amount in the Consultant Service Order hereto. Any request for payment of Reimbursable Expenses shall also be included with Consultant's payment request. No mark- up shall be allowed on Reimbursable Expenses. 7.5 ESCALATION: The initial hourly rates shall remain constant for the Initial Term of the agreement. Ninety (90) days prior to expiration of the Initial Term, the City may consider an adjustment to the preceding year's unit costs for the subsequent year. Only request for increases based on a corresponding increase in the Consumer Price Index for All Urban Consumers; U.S. City average (1982- 84=100), as established by the United States Bureau of Labor Statistics ("CPI"), or material adjustments to the scope or requirements of the RFQ by the City, including (but not limited to) living wage increases, will be considered. In the event that the City determines that the requested increase is unsubstantiated, the Consultant agrees to perform all duties at the current cost terms. 7.6 No retainage shall be made from the Consultant's compensation on account of sums withheld by the City on payments to Contractor. 7.7 METHOD OF BILLING AND PAYMENT. Consultant shall invoice the Project Administrator in a timely manner, but no more than once on a monthly basis. Invoices shall identify the nature and extent of the work performed; the total hours of work performed by employee category; and the respective hourly billing rate associated therewith. In the event Subconsultant work is used, the percentage of completion shall be identified. Invoices shall also itemize and summarize any Additional Services and/or Reimbursable Expenses. A copy of the written approval of the Project Administrator for the requested Additional Service(s) or Reimbursable Expense(s) shall accompany the invoice. 7.7.1 If requested, Consultant shall provide back-up for past and current invoices that records hours for all work (by employee category), and cost itemizations for Reimbursable Expenses (by category). ARTICLE 8. CONSULTANT'S ACCOUNTING AND OTHER RECORDS 8.1 All books, records (whether financial or otherwise), correspondence, technical documents, and 15 any other records or documents related to the Services and/or Project will be available for examination and audit by the City Manager, or his/her authorized representatives, at Consultant's office (at the address designated in Article 15 ["Notices"]), during customary business hours. All such records shall be kept at least for a period of three (3) years after Consultant's completion of the Services. Incomplete or incorrect entries in such records and accounts relating personnel services and expenses may be grounds for City's disallowance of any fees or expenses based upon such entries. Consultant shall also bind its Subconsultants to the requirements of this Article and ensure compliance therewith ARTICLE 9. OWNERSHIP OF PROJECT DOCUMENTS 9.1 All notes, correspondence, documents, plans and specifications, designs, drawings, renderings, calculations, specifications, models, photographs, reports, surveys, investigations, and any other documents (whether completed or partially completed) and copyrights thereto for Services performed or produced in the performance of this Agreement, or related to the Project, whether in its native electronic form, paper or other hard copy medium or in electronic medium, except with respect to copyrighted standard details and designs owned by the Consultant or owned by a third party and licensed to the Consultant for use and reproduction, shall become the property of the City. Consultant shall deliver all such documents to the Project Administrator in their native electronic form, as required in the Consultant Service Order within thirty (30) days of completion of the Services (or within thirty (30) days of expiration or earlier termination of this Agreement as the case may be). However, the City may grant an exclusive license of the copyright to the Consultant for reusing and reproducing copyrighted materials or portions thereof as authorized by the City Manager in advance and in writing, In addition, the Consultant shall not disclose, release, or make available any document to any third party without prior written approval from the City Manager. The Consultant shall warrant to the City that it has been granted a license to use and reproduce any standard details and designs owned by a third party and used or reproduced by the Consultant in the performance of this Agreement. Nothing contained herein shall be deemed to exclude any document from Chapter 119, Florida Statutes. 9.2 The Consultant is permitted to reproduce copyrighted material described above subject to prior written approval of the City Manager. 9.3 At the City's option, the Consultant may be authorized, as an Additional Service, to adapt copyrighted material for additional or other work for the City; however, payment to the Consultant for such adaptations will be limited to an amount not greater than 50% of the original fee earned to adapt the original copyrighted material to a new site. 9.4 The City shall have the right to modify the Project or any components thereof without permission from the Consultant or without any additional compensation to the Consultant. The Consultant shall be released from any liability resulting from such modification. 9.5 The Consultant shall bind all Subconsultants to the Agreement requirements for re-use of plans and specifications. ARTICLE 10. TERMINATION OF AGREEMENT 10.1 TERMINATION FOR LACK OF FUNDS: The City is a governmental entity and is subject to the appropriation of funds by its legislative body in an amount sufficient to allow continuation of its performance in accordance with the terms and conditions of this Agreement. In the event there is a lack of adequate funding either for the Services or the Project (or both), the City may terminate this Agreement without further liability to the City. 10.2 TERMINATION FOR CAUSE: The City, through the City Manager, may terminate this Agreement for cause, upon written notice to Consultant, in the event that the Consultant (1) violates any provision of this Agreement or performs same in bad faith; (2) unreasonably delays the performance of 16 the Services or any portion thereof; or(3) does not perform the Services or any portion thereof in a timely and satisfactory manner. In the case of termination for cause by the City, the Consultant shall first be granted a thirty (30) day cure period (commencing upon receipt of the initial written notice of default from the City). 10.2.1 In the event this Agreement is terminated for cause by the City, the City, at its sole option and discretion, may take over the remaining Services and complete them by contracting with another consultant(s), or otherwise. The Consultant shall be liable to the City for any additional cost(s) incurred by the City due to such termination. "Additional Cost" is defined as the difference between the actual cost of completion of the Services, and the cost of completion of such Services had the Agreement not been terminated. 10.2.2 In the event of termination for cause by the City, the City shall only be obligated to pay Consultant for those Services satisfactorily performed and accepted prior to the date of termination (as such date is set forth in, or can be calculated from, the City's initial written default notice). Upon payment of any amount which may be due to Consultant pursuant to this subsection 10.2.2, the City shall have no further liability to Consultant. 10.2.3 As a condition precedent to release of any payment which may be due to Consultant under subsection 10.2.2, the Consultant shall promptly assemble and deliver to the Project Administrator any and all Project documents prepared (or caused to be prepared) by Consultant(including, without limitation, those referenced in subsection 9.1 hereof). The City shall not be responsible for any cost incurred by Consultant for assembly, copy, and/or delivery of Project documents pursuant to this subsection. 10.3 TERMINATION FOR CONVENIENCE: In addition to the City's right to terminate for cause, the City through the City Manager, may also terminate this Agreement, upon fourteen (14) days prior written notice to Consultant, for convenience, without cause, and without penalty, when (in its sole discretion) it deems such termination to be in the best interest of the City. In the event the City terminates the Agreement for convenience, Consultant shall be compensated for all Services satisfactorily performed and accepted up to the termination date (as set forth in the City's written notice), and for Consultant's costs in assembly and delivery to the Project Administrator of the Project documents (referenced in subsection 10.2.3 above). Upon payment of any amount which may be due to Consultant pursuant this subsection 10.3, the City shall have no further liability to Consultant. 10.4 TERMINATION BY CONSULTANT: The Consultant may only terminate this Agreement for cause, upon thirty (30) days prior written notice to the City, in the event that the City willfully violates any provisions of this Agreement or unreasonably delays payment of the Services or any portion thereof. In the event of a termination for cause by Consultant, the City shall pay Consultant for any Services satisfactorily performed and accepted up to the date of termination; provided, however, that the City shall first be granted a thirty (30) day cure period (commencing upon receipt of Consultant's initial written notice). 10.4.1 The Consultant shall have no right to terminate this Agreement for convenience. 10.5 IMPLEMENTATION OF TERMINATION: In the event of termination (whether for cause or for convenience), the Consultant shall immediately, upon receipt of the City's written notice of termination: (1) stop the performance of Services; (2) place no further orders or issue any other subcontracts, except for those which may have already been approved, in writing, by the Project Administrator; (3) terminate all existing orders and subcontracts; and (4) promptly assemble all Project documents (for delivery to the Project Administrator). 17 ARTICLE 11. INSURANCE 11.1 At all times during the Term of this Agreement, Consultant shall maintain the following required insurance coverage in full force and effect. The Consultant shall not commence any work until satisfactory proof of all required insurance coverage has been furnished to the Project Administrator: (a) Workers' Compensation and Employer's Liability per the Statutory limits of the State of Florida. (b) Commercial General Liability on a comprehensive basis in an amount not less than $1,000,000 combined single limit per occurrence for bodily injury and property damage. (c) Automobile Liability Insurance covering all owned, non-owned and hired vehicles used in connection with the work, in an amount not less than $500,000 combined single limit per occurrence for bodily injury and property damage. (d) Professional Liability Insurance in an amount not less than $1,000,000 with the deductible per claim, if any, not to exceed 10% of the limit of liability. 11.2 The City must be named as and additional insured on the liability policies except for the professional liability and workers compensation/employers liability policies; and it must be stated on the certificate. 11.3 The Consultant must give the Project Administrator at least thirty (30) days prior written notice of cancellation or of substantial modifications in any required insurance coverage. All certificates and endorsements shall contain this requirement. 11.4 The insurance must be furnished by an insurance company rated A:V or better, or its equivalent, according to Bests' Guide Rating Book, and by insurance companies duly authorized to do business in the State of Florida, and countersigned by the company's Florida resident agent. 11.5 Consultant shall provide the Project Administrator with a certificate of insurance of all required insurance policies. The City reserves the right to require a certified copy of such policies, upon written request to Consultant. ARTICLE 12. INDEMNIFICATION AND HOLD HARMLESS 12.1 To the fullest extent permitted by Section 725.08, Florida Statutes, the Consultant shall indemnify and hold harmless the City and its officers, employees, agents, and instrumentalities, from liabilities, damages, losses, and costs, including, but not limited to, reasonable attorneys' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Consultant and other persons employed or utilized by the Consultant in the performance of this Agreement. The Consultant shall pay all claims and losses in connection therewith and shall investigate and defend all claims, suits, or actions of any kind or nature in the name of the City, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney's fees which may issue thereon. Consultant expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by Consultant shall in no way limit its responsibility to indemnify, keep, and save harmless and defend the City or its officers, employees, agents, and instrumentalities as herein provided. 12.2 The Consultant agrees and recognizes that the City shall not be held liable or responsible for any claims which may result from any negligent, reckless, or intentionally wrongful actions, errors or omissions of the Consultant in which the City participated either through review or concurrence of the Consultant's actions. In reviewing, approving or rejecting any submissions by the Contractor, or other acts of the Consultant, the City in no way assumes or shares any responsibility or liability of the Consultant (including, without limitation its Subconsultants and/or any registered professionals (architects and/or engineers) under this Agreement). 18 ARTICLE 13. ERRORS AND OMISSIONS 13.1 ERRORS AND OMISSIONS: It is specifically agreed that any construction changes categorized by the City as caused by an error, an omission, or any combination thereof in the Contract Documents that were prepared by the Consultant will constitute an additional cost to the City that would not have been incurred without the error. The damages to the City for errors, omissions or any combinations thereof shall be calculated as the total cost of any damages or incremental costs to the City resulting out of the errors or omissions by the Consultant, including, without limitation, the direct, indirect and/or consequential damages resulting from the Consultant's errors and/or omissions or any combination thereof. Damages shall include delay damages caused by the error, omission, or any combination thereof. Should the Consultant disagree that all or part of such damages are the result of errors, omissions, or any combination thereof, the Consultant may appeal this determination, in writing, to the applicable Assistant City Manager. The Project Administrator's decision on all claims, questions and disputes shall be final, conclusive and binding upon the parties hereto unless such determination is clearly arbitrary or unreasonable. In the event that the Consultant does not agree with the decision of the Project Administrator, the Consultant shall present any such objections, in writing, to the City Manager. The Project Administrator and the Consultant shall abide by the decision of the City Manager. This paragraph does not constitute a waiver of any party's right to proceed in a court of competent jurisdiction after the above administrative remedies have been exhausted. ARTICLE 14. LIMITATION OF LIABILITY The City desires to enter into this Agreement only if in so doing the City can place a limit on its liability for any cause of action for money damages due to an alleged breach by the City of this Agreement, so that its liability for any such breach never exceeds the "not to exceed" amount of the fee paid to Consultant under this Agreement, less any amount(s) actually paid to Consultant hereunder. Consultant hereby expresses its willingness to enter into this Agreement, with Consultant's recovery from the City for any damages for action for breach of contract to be limited to Consultant's "not to exceed" fee under this Agreement, less any amount(s) actually paid by the City to the Consultant hereunder. Accordingly, and notwithstanding any other term or condition of this Agreement, Consultant hereby agrees that the City shall not be liable to Consultant for money damages due to an alleged breach by the City of this Agreement, in an amount in excess of the "not to exceed amount" of Consultant's fees under this Agreement, which amount shall be reduced by any amount(s) actually paid by the City to Consultant hereunder. Nothing contained in this subsection, or elsewhere in this Agreement, is in any way intended to be a waiver of the limitation placed upon City's liability, as set forth in Section 768.28, Florida Statutes. ARTICLE 15. NOTICE All written notices given to City by Consultant shall be addressed to: City Manager's Office City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 Attn: Jimmy L. Morales, City Manager 19 With a copy to: City Manager's Office City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 Attn: Eric T. Carpenter, Assistant City Manager All written notices given to the Consultant from the City shall be addressed to: EAC Consulting, Inc. 815 N.W. 57th Avenue, Suite 402 Miami, Florida 33126 Attn: Christopher Bucknor, P.E., Senior Vice President All notices mailed to either party shall be deemed to be sufficiently transmitted if sent by certified mail, return receipt requested. ARTICLE 16. MISCELLANEOUS PROVISIONS 16.1 VENUE: This Agreement shall be governed by, and construed in accordance with, the laws of the State of Florida, both substantive and remedial, without regard to principles of conflict of laws. The exclusive venue for any litigation arising out of this Agreement shall be Miami-Dade County, Florida, if in state court, and the U.S. District Court, Southern District of Florida, in federal court. BY ENTERING INTO THIS AGREEMENT, CONSULTANT AND CITY EXPRESSLY WAIVE ANY RIGHTS EITHER PARTY MAY HAVE TO A TRIAL BY JURY OF ANY CIVIL LITIGATION RELATED TO, OR ARISING OUT OF, THIS AGREEMENT. 16.2 EQUAL OPPORTUNITY EMPLOYMENT GOALS: Consultant agrees that it will not discriminate against any employee or applicant for employment for work under this Agreement because of race, color, national origin, religion, sex, gender identity, sexual orientation, disability, marital or familial status, or age, and will take affirmative steps to ensure that applicants are employed and employees are treated during employment without regard to race, color, national origin, religion, sex, gender identity, sexual orientation, disability, marital or familial status, or age. 16.3 PUBLIC ENTITY CRIMES ACT: In accordance with the Public Entity Crimes Act (Section 287.133, Florida Statutes), a person or affiliate who is a consultant, who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to the City, may not submit a bid on a contract with the City for the construction or repair of a public building or public work, may not bid on leases of real property to the City, may not be awarded or perform work as a contractor, supplier, subcontractor, or subconsultant under a contract with the City, and may not transact business with the City in excess of the threshold amount provided in Section 287.017, Florida Statutes, for Category Two, for a period of 36 months from the date of being placed on the convicted vendor list. For violation of this subsection by Consultant, City shall have the right to terminate the Agreement without any liability to City, and pursue debarment of Consultant 16.4 NO CONTINGENT FEE: Consultant warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for Consultant, to solicit or secure this Agreement, and that it has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for Consultant, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of this subsection, City shall have the right to terminate the Agreement, without any liability or, at its discretion, to deduct from the contract price (or otherwise recover) the full amount of such fee, commission, percentage, gift, or consideration. 20 16.5 LAWS AND REGULATIONS: 16.5.1 The Consultant shall, during the Term of this Agreement, be governed by all Applicable Laws which may have a bearing on the Services involved in the Project. 16.5.2 Project Documents. In accordance with Section 119.07 (3) (ee), Florida Statutes, entitled "Inspection, Examination, and Duplication of Records; Exemptions," all building plans, blueprints, schematic drawings, and diagrams, including draft, preliminary, and final formats, are exempt from the provisions of Section 119.07(1), Florida Statutes (inspection and copying of public records), and s. 24(a), Article I of the State Constitution. Information made exempt by this paragraph, with prior written approval from the City Manager, may be disclosed to another entity to perform its duties and responsibilities; to a licensed architect, engineer, or contractor who is performing work on or related to the Project; or upon a showing of good cause before a court of competent jurisdiction. The entities or persons receiving such information shall maintain the exempt status of the information. 16.5.2.1 In addition to the requirements in this subsection 16.5.2, the Consultant agrees to abide by all applicable Federal, State, and City procedures, as may be amended from time to time, by which the documents are handled, copied, and distributed which may include, but is not limited to, each employee of Consultant and Subconsultants that will be involved in the Project being required to sign an agreement stating that they will not copy, duplicate, or distribute the documents unless authorized by the City Manager, in writing. 16.5.2.2 The Consultant and its Subconsultants agree in writing that the Project documents are to be kept and maintained in a secure location. 16.5.2.3 Each set of the Project documents are to be numbered and the whereabouts of the documents shall be tracked at all times. 16.5.2.4 A log is developed to track each set of documents logging in the date, time, and name of the individual(s) that work on or view the documents. 16.6 [Intentionally Omitted] 16.7 ASSIGNMENT: The Consultant shall not assign, transfer or convey this Agreement to any other person, firm, association or corporation, in whole or in part, without the prior written consent of the City Commission, which consent, if given at all, shall be at the Commission's sole option and discretion. However, the Consultant will be permitted to cause portions of the Services to be performed by Subconsultants, subject to the prior written approval of the City Manager. 16.8 SUCCESSORS AND ASSIGNS: The Consultant and the City each binds himself/herself, his/her partners, successors, legal representatives and assigns to the other party of the Agreement and to the partners, successors, legal representatives, and assigns of such party in respect to all covenants of this Agreement. The Consultant shall afford the City (through the City Commission) the opportunity to approve or reject all proposed assignees, successors or other changes in the ownership structure and composition of the Consultant. Failure to do so constitutes a breach of this Agreement by the Consultant. 16.9 PROVISION OF ITEMS NECESSARY TO COMPLETE SERVICES: In the performance of the Services prescribed herein, it shall be the responsibility of the Consultant to provide all salaries, wages, materials, equipment, Subconsultants, and other purchased services, etc., as necessary to complete 21 said Services. 16.10 INTENT OF AGREEMENT: 16.10.1 The intent of the Agreement is for the Consultant to provide design and other services, and to include all necessary items for the proper completion of such services for a fully functional Project which, when constructed in accordance with the design, will be able to be used by the City for its intended purpose. The Consultant shall perform, as Basic Services, such incidental work which may not be specifically referenced, as necessary to complete the Project. 16.10.2 This Agreement is for the benefit of the parties only and it does not grant rights to a third party beneficiary, to any person, nor does it authorize anyone not a party to the Agreement to maintain a suit for personal injuries, professional liability, or property damage pursuant to the terms or provisions of the Agreement. 16.10.3 No acceptance, order, payment, or certificate of or by the City, or its employees or agents, shall either stop the City from asserting any rights or operate as a waiver of any provisions hereof or of any power or right herein reserved to the City or of any rights to damages herein provided. 16.11 This document incorporates and includes all prior negotiations, correspondence, conversations, agreements, or understandings applicable to the matters contained herein; and the parties agree that there are no commitments, agreements, or understandings concerning the subject matter of this Agreement that are not contained in this document. Accordingly, the parties agree that no deviation from the terms hereof shall be predicated upon any prior representations or agreements whether oral or written. It is further agreed that no modification, amendment or alteration in the terms or conditions contained herein shall be effective unless memorialized in written document approval and executed with the same formality and of equal dignity herewith. IN WITNESS WHEREOF, the parties hereto have hereunto caused these presents to be signed in their names by their duly authorized officers and principals, attested by their respective witnesses and City Clerk on the day and year first hereinab.............. \ B F :lil'" Attest ........... vpi Y OF MIA I BEACH: �' - — bra ,,�r� �t 0 divi,,,,,, ,,..,„;:- ...ft.-. -; vow- 411"-------......,_ CITY CLERIJR �'4frJ.L-i r.. 'y;;,t q/ ,e,k A,TEC NAY � .Attest h .....AA.... •4 _ CO , i NC. �I �.H 2`01 , Signature ecrettary Signatur- 'resident NAalie C-40/1q 1212-1111 Enc. ve A . �..yook..s 1+' I11 Print Name J Print Name APPROVED AS TO FORM & LANGUAGE &FOR EXECUTION ,(3oma- 0 g: (--- a-,1-t1 22 City Attorney I C o Date SCHEDULE A SCOPE OF SERVICES The Consultant shall provide professional engineering services on an "as needed basis" to provide Construction Engineering and Inspection (CEI) services pursuant to the Agreement. Each firm awarded a contract hereby agrees to be placed on a list of professionals that will provide CEI services where the City may call upon them to perform professional services for certain City projects, (the Project or Projects), as assigned by the City, in its sole discretion and judgment. As the need for service arises, firms will be contacted to provide the necessary professional services according to the negotiated scope of work and cost. Professional services will be quoted as a not to exceed or lump sum based on the estimated hours to complete a project and in accordance with the hourly rates set forth in Schedule "C" of this Agreement. The Services will be commenced by the Consultant upon receipt of a written Consultant Service Order; the Consultant shall sign it and return it to the City for execution by the City Manager or his/her designee. The Consultant's Basic Services that may be provided under this Agreement shall (at a minimum) consist of, but not be limited to, the following: 1. Administer the Construction Contract and monitor and inspect the work performed by the Contractor such that the project is constructed in reasonable conformity with the plans, specifications, and special provisions of the Construction Contract. 2. Resident Engineering Services - Coordinate the Construction Contract administration activities of all parties other than the Contractor involved in completing the construction project. Services shall include maintaining the required level of surveillance of Contractor activities, interpreting plans, specifications, and special provisions for the Construction Contract. Maintain complete, accurate records of all activities and events relating to the project and properly document all project changes. The following services shall be performed: a) General Coordination: The Consultant shall communicate daily or periodically with the City, the Design Consultant and Contractor, as needed. They shall report on concerns as it relates to the construction effort and activities. In addition, the Consultant shall also coordinate with the Public Information Officer (PIO) where notifications such as utility outages, road closures, etc. may be required. The Consultant shall monitor and verify that the Contractor has made the required notifications to the utility owners, residents and businesses as may be required. b) Estimating Services: Provide accurate cost estimates and schedules to avoid cost overruns and schedule slips. Prepare cost estimates and schedules by helping manage resources and supporting assessment and decision making. Services may encompass a wide range of cost- related aspects of engineering and program management, but in particular cost estimating, cost analysis/cost assessment, design-to-cost, schedule analysis/planning and risk assessment. c) Value Engineering Meetings: The Consultant shall be expected to attend, participate, and provide cost estimating information at Value Engineering meetings between the City, the Design Consultant, and the Contractor for the Project. d) Resident's Information Meetings: The Consultant shall be expected to attend, address residents' concerns, participate, produce meeting minutes, and take a lead role in Resident Information Meetings with the City for the Project. e) Pre-Construction Meetings: The Consultant shall be expected to attend, participate, 23 produce meeting minutes and take a lead role in Pre-Construction Meeting with the City, Design Consultant and Contractor for the Project. The Pre-construction Meeting shall be scheduled once the City issues the first Notice-to-Proceed to the Contractor. f) Weekly Construction Progress Meetings: The Consultant shall attend, participate and take a lead role in weekly construction project meetings with the City, PIO, Design Consultant and Contractor on the Project. These meetings shall serve as forums to review the status of construction progress, discuss construction issues, discuss schedule and/or cost concerns, discuss potential changes or conflicts, review the status of shop drawing submittals and Construction Document clarifications and interpretations, and to resolve problems before they become critical. Consultant shall prepare weekly meeting minutes and distribute to all meeting attendees, review the two week look ahead provided by the Contractor and provide comments or objections to written statements within the specified timeframe. The Consultant shall prepare detailed weekly reports that describe the construction activities, progress, , incidents and issues that have occurred on the construction site and distribute to the attendees in advance of the weekly construction progress meetings. g) Field Observations: The Consultant shall conduct field observations on a daily basis throughout the duration of construction. Field observations may be provided jointly by the City and the Consultant. If and when necessary, the City shall provide part-time construction inspectors for the duration of the Project. The role of the City's construction inspectors shall be limited. The Consultant shall be present at the construction site daily during the construction phase of the Project and shall be expected to be available, as needed, throughout the Contractor's work day. h) Stormwater Permit - Verify that the Contractor is conducting inspections, preparing reports and monitoring all storm water pollution prevention measures associated with the project. For each project that requires the use of the NPDES General Permit, inspector the inspector (at least one) should have successfully completed the "Florida Stormwater, Erosion, and Sedimentation Control Training and Certification Program for Inspectors and Contractors". The Consultant's inspector shall be familiar with the requirements set forth in the FEDERAL REGISTER, Vol. 57, No. 187, Friday, September 5, 1992, pages 4412 to 4435 "Final NPDES General Permits for Storm Water Discharges from Construction Sites" and the City's guidelines. i) Specialty Design Consultant Site Visits: The Consultant shall monitor the number of specialty site visits requested by the Contractor or City and conducted by the Design Consultant. When it becomes evident that a specialty site visit from the design Engineer of Record (EOR) shall be required, the Consultant shall notify the EOR to discuss and schedule a mutually acceptable time for meeting at the construction site. j) Daily Reports: The Consultant shall prepare daily reports, on the same date as construction occurs, to record the daily performance of the Contractor as well as other significant construction related matters. Daily reports shall be uploaded by the Consultant to e-BuilderTM' the City's document management system. At the end of each day or the beginning of the following day, the Consultant shall forward the original daily reports to the City for review. The Consultant shall maintain and file paper copies of the daily reports onsite for reference. The daily reports shall include records of when the Contractor is on the job-site, general field observations, weather conditions, change orders, changed conditions, list of job site visitors, daily drilling and testing activities, testing results, testing observations, and records of the outcome of tests and inspections. At a minimum the daily reports shall contain the following information: 24 • Weather and general site conditions • Contractor's work force counts by category and hours worked • Description of Work performed including location • Equipment utilized • Names of visitors to the jobsite and reason for the visit • Tests made and results • Construction difficulties encountered and remedial measures taken • Significant delays encountered and apparent reasons why • Description of(potential) disputes between the Contractor and City • Description of(potential) disputes between the Contractor and residents • Summary of additional directions that may have been given to the Contractor • Detailed record of materials, equipment and labor used in connection with extra work, or where there is reason to suspect that a claim or request for Change Order may be submitted by the Contractor • Summary of any substantive discussions held with the Contractor and/or City • Summary of nonconforming work referenced to corresponding Non-Compliance Notice • A log of photographs taken k) Photographic Record: Consultant shall provide a photographic record of the overall progress of construction, beginning with preconstruction documentation, following with on- going construction documentation, and ending with post-construction documentation. Photographs shall be digital snapshot type taken to define the progress of the project and shall be filed electronically by month in e-BuilderTM, the City's document management system, labeled by date, time and location. The Consultant shall upload all photos to the e-BuilderTM document management system on a weekly basis. I) Adherence to Construction Documents: The Consultant shall review materials and workmanship of the projects and report to the City any deviations from the Construction Documents that may come to the Consultant's attention. Consultant shall determine the acceptability of the work and materials and, in concert with the Design Consultant (as necessary), make recommendations to the City to reject items not meeting the requirements of the Construction Documents. m) Delivery of Unaccepted Materials to Jobsite: As new materials are delivered to the jobsite, the Consultant shall check the material's certifications and samples and verify that an approved shop drawing was submitted for the material in question. If it is determined that a submittal has not been approved, the Consultant shall immediately notify the City and issue a Non-Compliance Notice. In conjunction with the Design Consultant (as necessary), the Consultant shall direct and supervise the sampling and testing of materials to be performed by the City's independent testing laboratory. The Consultant shall maintain test report logs which shall be submitted to the City for review on a monthly basis and uploaded to e- BuilderTM, the City's document management system on a weekly basis. Consultant shall also review invoices submitted by the independent testing laboratories and recommend payment by the City. n) Shop Drawing Submittals: The Consultant shall review shop drawing and product approvals throughout the duration of the construction period for familiarity prior to delivery of materials. Consultant shall verify that Contractor is maintaining a submittal log, conducting timely submittals, and uploading approved shop drawings to e-BuilderTM, the City's document management system. o) Issuance of Non-compliance Notices: The Consultant shall be responsible for notifying the City when they become aware of a condition that is believed to be in non-compliance with 25 Construction Documents. Anytime the Consultant notices a potential construction problem or a condition that could result in non-complying materials, equipment or workmanship, the Consultant will need to determine whether the condition poses an immediate threat to public health or safety. 1) If a condition does not pose a threat to public health or safety, immediate verbal notification or "Pre-Noncompliance Notice" of the potential non-compliance should be made to the Contractor and the City. This verbal notice shall be documented in the Consultant's daily report, as well as an e-mail to the contractor with a copy to the City's Project Administrator advising the Contractor of potential construction problems, errors, or deficiencies that can be promptly resolved and do not warrant a Non-compliance Notice. If the Contractor fails to respond to the verbal notification within a reasonable timeframe, the Consultant shall notify the City and the City's Projects Administrator and shall issue a written Non-compliance Notice. 2) If a condition poses an immediate threat to public health or safety, the Consultant shall notify the Contractor and City immediately and the City's Projects Administrator shall issue a Non-compliance Notice to the Contractor. Non-compliance Notices shall include a description of the Work that does not meet the construction contract requirements, along with a required timetable for corrective work to be implemented by the Contractor. Other items that should be included in the Notice include a reference to the provision of the Construction Documents that has been violated. p) Damage to Existing Facilities: The Consultant shall identify any existing facilities damaged by the Contractor and verify that the Contractor has notified the respective owner(s). The Consultant shall include record of such occurrences in the daily reports. q) Change Orders: Consultant shall perform an independent review of any Change Orders submitted by the Contractor and provide a written statement noting recommendation for approval or denial of the Change Order to the City. If recommended for approval, the Consultant shall note if the requested cost and schedule impacts are fair and reasonable. The Consultant shall be responsible for maintaining a Change Order log and uploading approved Change Orders to e-BuilderTM, the City's document management system. The Consultant shall also participate in change request review meetings with City and Contractor to resolve and/or negotiate the equitable resolution of request. r) Requests for Information/Construction Document Clarification (RFIs/CDCs): When RFIs and CDCs involve design issue interpretations, the Consultant shall coordinate with the Design Consultant, as needed, to resolve the Contractor's Requests for Information, Construction Document Clarifications, Field Orders, and other related correspondence. The Consultant shall be also be responsible for verifying that the Design Consultant is providing a written response to RFIs and CDCs in a timely manner and for processing, logging, and distributing all RFIs/CDCs. Consultant shall upload all RFI and CDC responses to e-BuilderTM' the City's document management system. s) Schedule: Analyze the Contractor's schedule(s) (i.e. baseline(s), revised baseline(s), updates, as-built, etc.) for compliance with the contract documents. Elements including, but not limited to, completeness, logic, durations, activity, flow, milestone dates, concurrency, resource allotment, and delays shall be reviewed. Verify the schedule conforms with the construction phasing and MOT sequences, including all contract modifications. Provide a written review of the schedule identifying significant omissions, improbable or unreasonable activity durations, errors in logic, and any other concerns as detailed in the contract documents. 26 t) Pay Requisitions: Consultant shall verify Contractor's pay requisition quantities and sign-off on all pay requisition quantities in the field. Consultant shall be responsible for reviewing with the Contractor the monthly payment requisition to confirm the status of completed and uncompleted work and stored materials. The Consultant shall advise the City of quantities being approved for subsequent concurrence for payment purposes. Payment Requisitions shall only be approved by the City. u) Equipment Tests and Systems Start-up: Consultant shall be responsible for coordinating various tests for quality control on the projects; verifying that equipment tests and systems start-up are conducted in the presence of appropriate personnel; and that the Contractor is maintaining adequate records thereof. Consultant shall observe, record, and report appropriate details relative to the test procedures and start-up. v) Record Drawings: Consultant shall monitor that record drawing mark-ups are properly maintained by the Contractor. The Consultant shall review the record drawing mark-ups as deemed necessary by the City. Contractor's failure to maintain the record drawings in up-to- date condition may be deemed grounds for withholding Contractor's monthly payment requisitions until such time as the record drawings are brought up-to-date. The Consultant shall notify the City if it considers the mark-up documents insufficient. The City shall make final determination of payment withholding. w) Safety: Consultants shall be expected to recognize a hazard that any reasonable non-safety professional might be expected to recognize. In addition, those safety obligations extend only to recognizable hazards that the Consultant may note while in the normal conduct of onsite business. If a situation presents itself, the following procedures should be followed: • Immediately direct personnel to remove themselves from the apparent danger. • Notify the Contractor's superintendent of the apparent condition that caused the concern and that the affected personnel were directed to remove themselves accordingly. • Notify the Contractor of the situation that arises concern, both in writing and verbally. • Issue a written Notice of Noncompliance stating that the Contractor should take immediate action as it deems necessary to correct the deficiency/ condition. • Write a full report in the Daily Report on the condition found to be unsafe, all actions taken, and correspondence written, including times and names. • Take photographs, of the concern. • If the Contractor does not make corrections, the Consultant should notify the City. • The Consultant shall review the situation with the City for further direction. • The condition, as well as all conversations and correspondence, shall be recorded in the Consultant's Daily Report. • In the case of a construction-related accident, Consultant shall notify the City of the accident. Consultant shall direct the Contractor to prepare an accident report with a copy forwarded to the City. x) Quality Control: The Consultant shall review and monitor the Contractor's adherence to an acceptable quality control program submitted by the Contractor prior to the issuance of the second Notice-to-Proceed by the City. This program shall describe the Contractor's quality control, organizational procedures, documentation controls and processes for each phase of the work. Quality control during construction shall be the responsibility of the Contractor; however, oversight and ensuring the Contractor complies with applicable jurisdictional construction standards shall be enforced on the City's behalf by the Consultant. 27 y) Proceeding with Disputed Work: In the event that an agreement cannot be reached on a Change Order, the Contractor must carry on the work and adhere to the project schedule in accordance with the construction contract general conditions. The Consultant shall log all forced work efforts related to disputed change order on a Forced Work Daily Log Reports which shall be signed and dated by the Consultant and the Contractor's representative at the completion of each workday. The Consultant shall forward copies of this form to the City for record purposes. z) Maintenance of Traffic (MOT): The Contractor shall provide the Consultant, City and Design Consultant with approved copies of its MOT at the Pre-Construction Meeting for general information purposes. It shall be the Consultant's responsibility to verify compliance with the MOT in the field. aa)Contractor Request for Services: When the Contractor requires services from the City for issues such as water main shutdowns, tie-ins to existing water mains, special regulatory inspections, etc., a request shall be made in writing by the Contractor, and forwarded by the Consultant to the City, a minimum of three working days prior to when required. bb)Substantial Completion: When the Contractor considers that the Work has reached Substantial Completion, the Contractor shall notify the Consultant who shall verify that the work has progressed to the substantial completion point in accordance the Construction Documents. If the Consultant is in agreement, the Consultant shall contact the City to agree on a schedule for conducting a substantial completion "walk-through" inspection of the Work. Consultant shall attend and participate in the substantial completion "walk-through", perform a substantial completion inspection with the Contractor, Design Consultant and the City, and prepare a master punch list that describes items remaining to be completed. This master punch list shall be attached to the certificate of substantial completion. cc) Final Completion and Project Closeout: When the Contractor considers that the Work has reached Final Completion, the Contractor shall notify the Consultant who shall verify that the work has progressed to the Final Completion point in accordance the Construction Documents. If the Consultant is in agreement, the Consultant shall contact the City to agree on a schedule for conducting a Final Completion "walk-through" inspection of the Work. Consultant shall attend and participate in the Final Completion "walk-through" and perform a Final Completion inspection with the Contractor, Design Consultant and the City. If the work is determined to be incomplete, Consultant and other attendees shall each develop a punch list of items requiring completion or correction prior to consideration of final acceptance of each project which shall be forwarded to the Contractor by the Consultant for the Project. Consultant shall complete all necessary close-out and construction completion forms and documentation in coordination with the City for the Project. The Consultant shall work with the Design Consultant and the Contractor, as necessary to ascertain materials required for the closeout binder, as required by the City, and review the Operation and Maintenance manuals for each project for completeness prior to forwarding documentation to the City. Once all parties determine the work is complete and the Contractor has delivered all close-out documentation to the City, the Consultant shall prepare a Final Certificate for Payment. The Consultant shall be responsible for providing final certifications based on the entire scope of work for the Project. dd)Consultant and Design Consultant Relationship: These services outlined herein are intended to provide support to both the City and the Design Consultant during the construction phase of the Project. The Consultant shall perform the services outlined in this Agreement under the supervision and contractual directives of the Project Administrator, and shall refer all matters pertaining to this Agreement to the City. In matters relating to the design 28 concept and constructability thereof, the Consultant shall conduct this scope of services under the technical directives issued by the Design Consultant such that the Design Consultant's EOR can provide final certification of the design components at Project Closeout. 3. Provide qualified personnel necessary to efficiently and effectively carry out its responsibilities under this Agreement. The personnel shall be qualified by experience and education. Submit in writing to the City for review and approval, the names of personnel proposed for assignment to the project, including a detailed resume for each. The City reserves the right to have Consultant's personnel removed and substituted from the project, if the employee's conduct or performance is detrimental to the project. The City reserves the right to request periodic rotation of field personnel. 4. The Consultant shall furnish the City with a Quality Assurance Plan within 15 calendar days after the award of this agreement. The QA Plan shall detail the procedures, evaluation criteria, and instructions of the Consultant's organization for providing services pursuant to this Agreement. Significant changes to the work requirements may require the Consultant to revise the QA Plan. It shall be the responsibility of the Consultant to keep the plan current with the work requirements. The Plan shall include, but not be limited to: • Consultant's QA Organization and its functional relationship to the part of the organization performing the work under the Agreement. The authority, responsibilities and autonomy of the QA organization shall be detailed as well as the names and qualifications of personnel in the quality control organization. • Methods used to monitor and achieve organization compliance with Agreement requirements for services and products. • Outline the types of records which shall be generated and maintained during the execution of the QA program. • Methods used to control subconsultant and vendor quality. • An officer of the Consultant firm shall certify that the inspection and documentation was done in accordance with specifications, plans, City standards, and City's procedures. • Maintain adequate records of the quality assurance actions performed by the organization (including subcontractors and vendors) in providing services and products under this Agreement. All records shall indicate the nature and number of observations made, the number and type of deficiencies found, and the corrective actions taken. 5. Provides assistance in preparing for arbitration hearings or litigation that occurs during the Agreement time in connection with the construction project covered by this Agreement. 6. Provide qualified engineering witnesses and exhibits for arbitration hearings or litigation in connection with the Agreement. 7. Provide services determined necessary for the successful completion and closure of the Construction Contract. 8. Provide Post construction claims review — The Consultant shall analyze the claim, engage in negotiations leading to settlement of the claim, and prepare and process the required documentation to close out the claim. 9. The Consultant may be asked to provide all or some construction engineering and inspection services including inspectors, construction managers and/or construction administration staff for City Right-of-Way construction projects. 29 SCHEDULE A-1 PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND CONSULTANT SERVICE ORDER Service Order No. _ for Consulting Services. TO: PROJECT NAME: Project Name DATE: Pursuant to the agreement between the City of Miami Beach and Consultant for PROFESSIONAL CONSTRUCTION ENGINEERING AND INSPECTION (CEI) FIRMS TO PROVIDE VARIOUS CEI SERVICES ON AN "AS NEEDED" BASIS (RFQ 2017-028-KB) you are directed to provide the following services: SCOPE OF SERVICES: Per attached proposal dated , to be considered part of this Agreement. Estimated calendar days to complete this work: Days Original Service Order Amount: $ Total From Previous Additional Service Orders: $ Fee for this Service Order is Lump Sum/Not to Exceed amount of: Total Agreement to Date: $ City's Project Date Administrator/Manager Assistant Director Date Consultant. Date Project Administrator-Director Date 30 SCHEDULE B CONSULTANT COMPENSATION AGREEMENT BETWEENT THE CITY OF MIAMI BEACH AND FOR PROFESSIONAL CONSTRUCTION ENGINEERING & INSPECTION (CEI) FIRMS TO PROVIDE VARIOUS CEI SERVICES ON AN "AS-NEEDED" BASIS Project Name and No: Scope of Services: Note*: These services will be paid lump sum based on percentage of work complete as identified in the Consultant Service Order. 31 SCHEDULE C CONSULTANT HOURLY BILLING RATE SCHEDULE RFQ 2017-028-KB PROFESSIONAL CONSTRUCTION ENGINEERING AND INSPECTION(CEI)FIRMS TO PROVIDE VARIOUS CEI SERVICES ON AN"A5 NEEDED'BASIS CATEGORIES HOURLY RATES Project Principal $182.60 Project Manager $156.51 Senior Cost Estimator $109.56 Cost Estimator $78.26 Senior Scheduler $104.34 Scheduler $73,04 Sr.Inspector(CEI) $104.34 Inspector(CEI,Field or Construction) $78.26 Theshold Inspector $109.56 Senior Civil Engineer $135.65 Civil Engineer $114.78 Senior Electrical Engineer $135.65 Electrical Engineer $114.78 Senior Mechanical Engineer $135.65 Mechanical Engineer $114.78 Senior Structural Engineer $135.65 Structural Special Inspector $114.78 Clerical/Admin. $41.74 32 SCHEDULE D INSURANCE REQUIREMENTS AND SWORN AFFIDAVITS 33 SCHEDULE E APPROVED SUBCONSULTANTS 1. CES Consultants, Inc. 2. Nova Engineering and Environmental, LLC 3. GIT Consulting, LLC 4. Smart Sciences, Inc. 5. Basulto & Associates, Inc. 34 ATTACHMENT A RESOLUTION AND COMMISSION MEMORANDUM 2017=29881 RESOLUTION NO. A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION Of THE CITY MANAGER, PURSUANT TO REQUEST FOR QUALIFICATIONS (RFQ) NO. 2017-028-KB, FOR PROFESSIONAL CONSTRUCTION ENGINEERING AND INSPECTION (CEI) FIRMS TO PROVIDE VARIOUS CEI SERVICES ON AN "AS NEEDED" BASIS; AUTHORIZING THE ADMINISTRATION TO ESTABUSH A POOL OF PRE-QUALIFIED CONSULTANTS FOR SPECIFIC TASKS RELATING TO CONSTRUCTION ENGINEERING AND INSPECTION SERVICES, ON AN "AS NEEDED" BASIS; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH EAC CONSULTING, INC., AS THE FIRST RANKED PROPOSER; STANTEC CONSULTING SERVICES, INC., AS THE SECOND RANKED PROPOSER; A & P CONSULTING TRANSPORTATION ENGINEERS CORP., AS THE THIRD RANKED PROPOSER; PARSONS BRINCKERHOFF, INC., AS THE FOURTH RANKED PROPOSER; AND CALVIN, GIORDANO & ASSOCIATES, INC., AS THE FIFTH RANKED PROPOSER; AND FURTHER AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AGREEMENTS WITH EACH OF THE FOREGOING PROPOSERS UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION. WHEREAS, on February 8, 2017, the City Commission approved the issuance of Request for Qualifications (RFQ) No. 2017-028-KB for Professional Construction Engineering and Inspection (CEI) Firms to Provide Various CEI Services on an "As Needed Basis'; and WHEREAS, Request for Qualifications No. 2017-028--KB (the 'RFQ') was released on February 10, 2017; and WHEREAS, a voluntary pre-proposal meeting was held on February 23. 2017; and WHEREAS, on April 14, 2017, the City received a total of 18 proposals; and WHEREAS, the Committee convened on May 10, 2017 to review and score the remaining proposals; and WHEREAS, the Committee was provided an overview of the project, information relative to the City's Cone of Silence Ordinance and the Government Sunshine Law, general information on the scope of services, and a copy of each proposal; and WHEREAS, the Committee's ranking was as follows: EAC Consulting, Inc., as the first ranked proposer; Stantec Consulting Services, Inc., as the second ranked proposer; A&P Consulting Transportation Engineers Corp., as the third ranked proposer; Parsons Brinckerhoff, Inc., as the fourth ranked proposer, and Calvin, Giordano &Associates, Inc., as the fifth ranked proposer, and WHEREAS, after reviewing the qualifications of each firm, and having considered the Evaluation Committee's rankings, the City Manager has recommended that the Mayor and the City Commission authorize the Administration to establish a pool of pre-qualified consultants for specific tasks relating to construction engineering and inspection services, on an -as needed' basis, and further authorize the Administration to enter into negotiations with EAC Consulting, Inc., as the first ranked proposer; Stantec Consulting Services, Inc., as the second ranked 35 proposer; A&P Consulting Transportation Engineers Corp., as the third ranked proposer; Parsons Brinckerhoff, Inc., as the fourth ranked proposer; and Calvin, Giordano & Associates, Inc., as the fifth ranked proposer. NOW, TEIEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor arid City Commission hereby accept the recommendation of the City Manager pertaining to the ranking of proposals, pursuant to Request for Qualifications (RFQ) No. 2017-028-KB for Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on an "As Needed Basis"; authorize the Administration to establish a pool of pre-qualified consultants for specific tasks relating to construction engineering and inspection services, on an "as needed" basis; authorize the Administration to enter into negotiations with EAC Consulting, Inc, as the first ranked proposer, Stantec Consulting Services, Inc., as the second ranked proposer, A&P Consulting Transportation Engineers Corp., as the third ranked proposer; Parsons Brinckerhoff, Inc., as the fourth ranked proposer; and Calvin, Giordano & Assodates, Inc, as the fifth ranked proposer, and further authorize the Mayor and City Clerk to execute agreements with cacti of the foregoing proposers upon conclusion of successful negotiations by the Administrai.n. PASSED AND ADOPTED this 1 day of Jig& 201 . ..' , /f , / , / / • i Philip Levine, ,.7 ; A 1 / ,-„,„.......,,„.. - , , IE. (Ina, .4c C \IiI \ i,..............,..,.7-4..etott --..i31 ' • F.+PURCULIASorocitationt101A -20i? i•---,: -. -;,.4.1....;..- ..., ' P;. . I a wee Dcrnentst2-AwarcARFO- 2017-021AB CEI Services-Reaakticati . 18.p...,,...-.-..`„1...e..„ : ,.... 'I, 1.ICOR* IRATED: $ 1 i 40 i .. ‘f" 14',-..7.7 \ / lit,CH 26 je „..,- thxtuwoolk APPROVED AS TO FORM&LANGUAGE a FOR EXECUTION rli I( I OA - —' (Air Pang _.0 Co 1114r 36 Resolutions-C7 I MIAMI BEACH COMMISSION MEMORANDUM TO: Honorable Mawr and Members of the City Commission FROM: Jimmy L. Morales, City Manager DATE: June 7, 2017 SUBJECT:A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER, PURSUANT TO REQUEST FOR QUALIFICATIONS (RFQ) NO. 2017-028-KB, FOR PROFESSIONAL CONSTRUCTION ENGINEERING AND INSPECTION (CEI) FIRMS TO PROVIDE VARIOUS CEI SERVICES ON AN "AS NEEDED" BASIS; AUTHORIZING THE ADMINISTRATION TO ESTABLISH A POOL OF PRE-QUALIFIED CONSULTANTS FOR SPECIFIC TASKS RELATING TO CONSTRUCTION ENGINEERING AND INSPECTION SERVICES, ON AN "AS NEEDED" BASIS; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH EAC CONSULTING, INC., AS THE FIRST RANKED PROPOSER; STANTEC CONSULTING SERVICES, INC„AS THE SECOND RANKED PROPOSER; A&P CONSULTING TRANSPORTATION ENGINEERS CORP., AS THE THIRD RANKED PROPOSER; PARSONS BRINCKERHOFF, INC., AS THE FOURTH RANKED PROPOSER; AND CALVIN, GIORDANO & ASSOCIATES, INC„ AS THE FIFTH RANKED PROPOSER; AND FURTHER AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AGREEMENTS WITH EACH OF THE FOREGOING PROPOSERS UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION. RECOMMENDATION Adopt the Resolution. ANALYSIS Adequate management of construction projects by the Administration requires implementation of CEI services including, but not limited to, general coordination, value engineering, pre- construction, field observations, shop drawing submittals, quaky control, and closeouts.The ability to have a rotating list of CEI firms available to provide these services enables the City to effectively and efficiently manage these projects.On March 13, 2013, the Mayor and City Commission approved the award of a contract, pursuant to Request for Qualifications (RFQ) No, 52-11/12 for Professional Construction Engineering and Inspection(CEI) Firms to Provide Various CEI Services on an As Needed Basis",to the top five ranked proposers:Atkins North 37 America, Inc., Berme llo Ajarril & Partners, Inc., Chen Moore and Associates, Corzo Castela Carbolic Thompson Salman, PA. (C3TS), and Parson Brinckertioff, Inc. (the "Agreement"). This Agreement is effective through October 8,2017. RFQ PROQFss In order to complete a successor agreement, on February 8, 2017, the City Commission approved to issue the Request for Qualifications (RFQ) No. 2017-028-KB for Professional Construction Engineering and Inspection (CEI) Firms to Provide Various CEI Services on an "As Needed Basis'.On February 10, 2017, the RFQ was issued.A volutary pre-proposal conference to provide 'information to proposers submitting a response was held on February 23, 2017. RFQ responses were due and received on April 14, 2017.The City received a total of 18 proposals.The City received proposals from the following firms: • 300 Engineering Group, P.A. •A& P Consulting Transportation Engineers,Corp. •Alpha Constriction and Engineering Corporation •Amec Foster Wheeler Environment&I nfrastructure, • Calvin, Giordano&Associates, Inc. •Chen Moore and Associates • CIMA Engineering Corp. • CPM North America PPLC • EAC Consulting, Inc. • Keith&Sch�nars • Metric Engineering, Inc. • Network Engineering Services, Inc. • New Millennium Engineering, Inc. • Parsons Brincdcerhoff, Inc. • Pennon Associates, Inc. • Rummel, Klepper& Kahl, LLP •Schwebke-St iskin&Associates, Inc. •Stantec Consulting Services, Inc. On May 1, 2017, the City Manager appointed the Evaluation Committee via LTC # 238-2017. The Evaluation Committee convened on May 10, 2017, to consider proposals received. The Committee was comprised of Eugene Egemba, Civil Engineer III, Pubic Works Engineering Department, City of Miami Beach; David Gomez, Senior Capital Project Coordinator, Capital Improvement Program Division, City of Miami Beach; Jose Rivas, CM, Engineer III, Pubic Works Engineering Department, City of Miami Beach; and !Unna Samandi, Senior Capital Project Coordinator, Capital Improvement Program Division, City of Miami Beach.The Committee was provided an overview of the project, information relative to the City's Cone of Silence Ordinance and the Government Sunshine Law.The Committee was also provided with general information on the scope of services and a copy of each proposal. The Committee was instructed to score and rank each proposal pursuant to the evaluation criteria established In the RFQ. The evaluation process resulted in the raking of proposers indicated in Attachment A, in the fppovving order: 1. EAC Consulting, Inc. 38 2. Stantec Consulting Services, Inc. 3.A& P Consulting Transportation Engineers, Corp. 4. Parsons Brinckerhoff, Inc. 5. Calvin, Giordano &Associates, Inc.. 6. Metric Engineering, Inc. 7. Rummel, Klepper& Kahl, LLP 8. Keith & Schnars 9. New MNIennium Engineering, inc. 9. Sclwuebke-Shiskin&Associates, Inc. 11. Amec Foster Wheeler Environment& Infrastructure, Inc.. 12. Network Engineering Services, Inc. 13. Chen Moore and Associates 14.Alpha Construction and Engineering Corporation 15. 300 Engineering Group, P.A. 16. Pennon Associates, I nc. 17. CI MA Engineering Corp. 18. CPM North America PPLC A summary of each top-ranked firm follows: EAC Consulting, Inc. According to the information provided by the firm, EAC Consulting, Inc. has maintained a good professional standing with the State of Florida Division of Corporations for over 20 yeas and has held a professional engineering certification with the State of Florida Department of Business Regulation and the Florida Board of Professional Engineering since its inception. Al key professional staff members possess all the required licenses and certifications required to undertake and complete CEI services for the City. The firm has more than 95 professionals and support staff, alt located within the State of Florida and working out of four(4)offices located in Miami-Dade, Broward, Palm Beach and Orange Counties. Stantec Consulting Services, Inc. According to the information provided by the firm, Stantec, founded in 1954, provides professional consulting services in planning, engineering, architecture, interior design, landscape architecture, surveying, geotechnical, environmental sciences, project management, and project economics for infrastructure and facilities projects. Continually striving to balance economic, environmental, and social responsibilities, they are recognized as a vvorid-class leader and innovator in the delivery of sustainable solutions. They support pubic and private sector clients In a diverse range of markets at every stage, from the initial conceptualization and financial feasibility study to project completion and beyond. A & P Consulting Transportation Engineers, Corp. According to the information provided by the firm,A& P Consulting is a multidisciplinary Miami- Dade County headquartered engineering company that was establshed in 1997. The firm has more than 95 local employees dedicated exclusively to transportation/infrastructure projects.A & P Consulting prides itself in serving a wide variety of clients and attending to their individual needs. The firm is unparalleled in client satisfaction providing their clients with focused and innovative solutions that yield cost effective results. Since its establishment the firm has 39 completed a myriad of projects ranging in scale and complexity. The broad spectrum of award- winning projects provides the diverse foundation necessary to triumph over any challenge that may arise. It is this diversity, which enables the firm to guarantee effective project execution for large-scale government projects while simultaneously delivering to private and government clients the delicacy that is indispensable to their particular needs. Parsons Brinkerhoff, Inc. According to the information provided by the firm, Parsons Brinkerhoff provides engineering and muitidisdplinary services in a vast array of industry sectors, with a focus on technical excellence and client service. Throughout Florida, the firm services a diverse range of transportation projects, administering infrastivcttre and construction expertise. The firm's construction experience comprises construction management, program management, and CEI on traditional and alternative delivery approaches with public-sector clients such as FOOT, counties, municipalities, expressway authorities, aviation departments and school boards. Through thea statewide experience, the firm has developed an in-depth knowledge FOOT and expressway authorityys policies and procedures and Fbrida contractor construction methodologies and site conditions, enabling the firm to consistently deliver projects that are on schedule, within budget and designed and built in conformance with contract plans and specifications. Calvin, Giordano&Associates, Inc. According to the information provided by the firm, Calving Giordano&Associates has a proven track record, technical excellence, exceptional project management, reliability, responsiveness and an un-paralleled dedication.The fpm has been providing services in the transportation industry for over 15 years. They strive to ensure their clients' projects are built in accordance with FDOT Standard Specifications for Road and Bridge Construction, FDEP, Cities, and Counties approved plans and specifications. Finally, Calving Giordano &Associates provides experienced professional engineers, project administrators, contract support specialists, resident compliance specialists, LAP coordinators, inspection staff, project managers, and administrative staff for all facets of roadway and bridge construction projects. CONCLV$IOK After reviewing all the submissions and results of the evaluation process, I recommend that the Maxyand City Commission approve the resolution authorizing the Administration to establish a pool of pre-qualified consultants for specific tasks relating to construction engineering and inspection services, on an "as needed basis," in order to assure that the City's needs for construction engineering and inspection services is available expeditiously from firms qualified to perform the vrorlc EAC Consulting, Inc., as the first ranked proposer; Stantec Consulting Services, Inc., as the second ranked proposer; A & P Consulting Transportation Engineers Corp., as the third ranked proposer, Parsons Brinkerhoff, Inc., as the fourth ranked proposer; and Calvin, Giordano &Associates, Inc,, as the fifth ranked proposer. Further, I recommend that the Mayor and City Clerk be authorized to execute agreements, upon conclusion of successful negotiations by the Administration,with the pm-qualified firms. KEY INTENDED OUTCOMES SUPPORTED Ensure Comprehensive Mobility Addressing MI Modes Throughout The City FINANCIAL INFORMATION 40 The cost of the related services. determined upon successful negotiations, are subject to funds availability approved through the City's budgeting process. Grant funding may also be utilized. Legislative Tracking Public Works/Capital Improvement Projects/Procurernent ATTACHMENTS: Description o Attachment A o Resolute©n 41 - (- Y m R of o N o N m 74:1 1 r n w f1 Q Q TN NN ARA hint- 56.-3 2 a `i:'•'.IC^=-�I $j yj g E S R to E2m W 22.2 of N eft N . m N ar n • r , CC ' {” m m 2 2 n h EL V40.2 A r h h L r ° v Y 4 pR Y 1W C� p C 5 L7 9 � fl st HhI ! ; ! on Ito MUc 4 tr a ® i r z , 1161 gel £ 2 V C 8 C2 . 8 ;52' oC ® `�f CON W OC 4 LL ~ y,13 N o g a 3 w l Y p 0 4 leYE g(6 Ca. , 42 ATTACHMENT B REQUEST FOR QUALIFICATIONS (RFQ) 43 MIAMIBEACH City of Miami Beach, 1755 Meridian Avenue, 3"Floor,Miami Beach,Florida 33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490 Fax: 786-394-4002 ADDENDUM NO. 5 REQUEST FOR PROPOSALS NO. 2017-028-KB PROFESSIONAL CONSTRUCTION ENGINEERING AND INSPECTION (CEI) FIRMS TO PROVIDE VARIOUS CEI SERVICES ON AN "AS NEEDED" BASIS April 6, 2017 This Addendum to the above-referenced RFP is issued in response to clarifications and revisions issued by the City. The RFP is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. RFQ DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on Friday, April 14, 2017, at the following location: City of Miami Beach Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. I. ATTACHMENTS: Exhibit A: Pre-Proposal Meeting Sign In Sheet II. MODIFICATIONS. A. Section 0300 Submittal Instructions & Format, Tab 3 has be revised as follows: TAB 3 Approach and Methodology For each scope of service outlined in Tab 3, Scopc of Services Appendix C, Minimum Requirements & Specifications, submit detailed information on the approach and methodology how proposer plans to accomplish the proposed scope of services, including detailed information, as applicable, which addresses, but need not be limited to: implementation plan, project timeline, phasing options, testing and risk mitigation options for assuring project is implemented on time and within budget. B. Appendix F Contract, Article 5 has be revised as follows: 5.2.7. Threshold Inspection/Material Testing and Inspection: Providing threshold inspection services and material testing/special inspection services, provided that 1 ADDENDUM NO.5 REQUEST FOR QUALIFICATIONS NO.2017-028-KB PROFESSIONAL CONSTRUCTION ENGINEERING AND INSPECTION(CEI)FIRMS TO PROVIDE VARIOUS CEI SERVICES ON AN"AS NEEDED"BASIS 5.2.8 Pre Design Surveys & Testing: Environmental investigations and site evaluations, itional services. 5.2.9 Geotechnical engineering. Prov'_'-: e -. - -. -•- • - . - .'-: - surveys. * * * HI. ANSWERS TO QUESTIONS RECEIVED. Q1: On page 13 it states "For each scope of service outlined in Tab 3, Scope of Services" Where can we find Tab 3? Al: Please refer to Modification A above. Q2: I would like to know if there are any restrictions for Sub-consultants in relation to teaming- up with several prime Consultants on Miami Beach CEI (RFQ 2017-028-KB) project. A2: There are no restrictions for sub consultants teaming up with several prime consultants. Q3: Any chance the submittal deadline for subject RFQ will be postponed? A3: Submittal deadline was extended pursuant to Addendum No. 1. Q4: Who is on the Evaluation Committee? A4: Evaluation committee has not yet been established. Q5: On page 13 the instructions for Tab 3 - Approach and Methodology ask us to address the project timeline. As this RFQ is for CEI services, the project timeline is a function of the construction contract and is therefore out of our control. The same can be said for identifying phasing options — that is a function of the design and the CEI firm has no control over that aspect of the project. How should we address these two issues? A5: Please refer to Modification A above. Q6: Tab 1.3 Minimum Qualifications Requirements states that Appendix C is to be filled out and included. Cl in Appendix C indicates that proposers are to include a minimum of 5 CEI references in the past 10 years — must include project name, project description, commencement and completion dates, project contact information, and prime proposer's role. Tab 2.1 Qualifications of Proposing Firm states that proposers should include relevant experience (but is not restricted by 10 years) — must include for each project a project description, agency name, agency contact, contact telephone and email, and term of engagement. It appears that these 2 sections are asking for the same information, except Tab 2.1 does not have a 10 year restriction. Please clarify that this is the case and that projects 2 ADDENDUM NO.5 REQUEST FOR QUALIFICATIONS NO.2017-028-KB PROFESSIONAL CONSTRUCTION ENGINEERING AND INSPECTION(CEI)FIRMS TO PROVIDE VARIOUS CEI SERVICES ON AN"AS NEEDED"BASIS referenced in Appendix C1 should also be included under Tab 2.1. A6: Proposer may submit the same projects listed in Appendix Cl or additional projects; it is at the discretion of the proposer. Q7: Is there a conflict of interest if a material testing company has a contract with the City and is included as a sub consultant in our proposal? A7: There is no conflict; however this contract will not require material testing. Please refer to Modification B above. Q8: Page 26, Item C1.1 - Question: the item states "...(CEI) services to other governmental organizations or public entities..." can references from the City of Miami Beach be used? A8: References may be from the City of Miami Beach. Q9: Please advise if the Project Manager must be a licensed professional or can a person having suitable qualifications and experience be designated as the Project Manager? A9: The PM does not have to be a licensed professional. Suitable qualifications and experience will be sufficient. Q10: Responses to Appendix A will be as a separate document or typed into PDF form? A10: Responses to Appendix A may be provided in a separate document or typed into a PDF form. Please keep in mind This Statement of Qualifications Certification, Questionnaire and Requirements Affidavit Form is a REQUIRED FORM that must be submitted fully completed and executed. Q11: 2.3 Financial Capacity, is the Dun & Bradstreet(SQR) required at time of proposal or after selection of consultants? Al1: At the request of the city, proposer shall arrange for Dun & Bradstreet to submit a Supplier Qualification Report (SQR) directly to the procurement contact named in the solicitation. Q12: Will we need to include complete services for public information, not to be done by the City? Al2: No. Q13: Our company wishes to amend our company policy with regard to Benefits by including the below statement. Does the City find this company policy acceptable for the purpose of compliance with its "Equal Benefits for Domestic Partners Ordinance 2005-3494"? Statement to be included: "In the event that a law in a state or specific jurisdiction or a 3 ADDENDUM NO.5 REQUEST FOR QUALIFICATIONS NO.2017-028-KB PROFESSIONAL CONSTRUCTION ENGINEERING AND INSPECTION(CEI)FIRMS TO PROVIDE VARIOUS CEI SERVICES ON AN"AS NEEDED"BASIS condition of a client contract requires us to provide benefits for domestic partners, we will provide the coverage required by applicable law or contract to domestic partners who are required to be covered." A13: Response should be submitted with your proposal for the City's review. Q14: On Page 3 of the RFQ there is a statement right above Item 3. That reads " This RFQ is not governed by the Requirements of Section 287.055, Florida Statutes, Section 287.055 is referred to as the Consultant's Competitive Negotiation's Act which governs how Professional Services contracts are procured in Florida. Please clarify the intent of the City regarding this statement. Will price be a consideration? Or will professional qualifications be the only consideration? And if so why is this contract not governed by F.S. 287.055? A14: Only professional experience and qualifications are being considered for this solicitation. Q15: Who will be the Contract Manager or Project Manager for the City of Miami Beach? A15: Contract/Project managers may be from any City department requiring professional construction engineering and inspection (CEI) services. Q16: Has the Technical Review Committee been appointed? If so who are the members? A16: Evaluation committee members have not yet been established. Q17: Will any of the projects that will be assigned under this contract be funded with Federal funds or through Local Agency Program (LAP)funding? A17: It is the intent of the City to use this contract to provide CE&I services for any City project including projects that are partially funded with federal funds. Funding for CE&I services will be paid with local funding. Q18: Will this contract include construction inspection services for buildings or other vertical • structures? A18: Yes. Q19: Will Threshold Inspections be part of the services of this contract? A19: Please refer to Modification B above. Q20: How many contracts will the City award for this procurement? A20: It is the intent of the City of Miami Beach to select several firms under this RFQ, which will be contacted on an as-needed basis. 4 ADDENDUM NO.5 REQUEST FOR QUALIFICATIONS NO.2017-028-KB PROFESSIONAL CONSTRUCTION ENGINEERING AND INSPECTION(CEI)FIRMS TO PROVIDE VARIOUS CEI SERVICES ON AN"AS NEEDED"BASIS Q21: What will be the duration of this contract? A21: The term of this contract will be for a period of three (3) years with the option to renew two (2) additional one (1) year terms. Q22: What will be the dollar value of this contract? A22: To be determined. Q23: Please advise if form 330 is required to be included in the Statement of Qualifications? A23: The Standard Form 330 is not a submittal requirement of this solicitation. Q24: Is there a conflict of interest if a material testing company has a contract with the City and is included as a sub consultant in our proposal? A24: Please refer to response A7 above. Q25: Will the information from and presented at the Pre-Proposal Meeting on February 24th be published as an addendum to the RFQ? A25: Questions raised in the pre-proposal meeting have been included in this addendum. Q26: Does the City intend to request the D&B SQR to be submitted with Tab 2 and will this be stipulated in an addendum? A26: See response Al 1 above. Q27: Please clarify the page and/or file size limitations for the SOQ as discussed in the Pre- Proposal meeting? A27: The page size and/or file size is at the discretion of the proposer. Q28: What is the previous RFQ Advertisement # to the present "Request for Qualifications (RFQ) for Professional Construction Engineering and Inspection (CEI) Firms to Provide Various CEI services on an as Needed Basis"#2017-028-KB? A28: The previous RFQ No. was 52-11/12. Q29: Can you please upload the Pre-proposal meeting sign-in sheet? A29: Sign-in sheet is attached as Exhibit A. Q30: On page 18 (#3) it's requesting (3) references, also on page 26 under Cl (#1) it's also requesting (5) references. Do we need to submit a total of (8) references ? Or just (5) as stated in the pre-bid meeting? A30: Please refer to response A6 above. Q31: Do we need to submit the Appendix F- Contract (page 38) with submittal package? Or is 5 ADDENDUM NO.5 REQUEST FOR QUALIFICATIONS NO.2017-028-KB PROFESSIONAL CONSTRUCTION ENGINEERING AND INSPECTION(CEI)FIRMS TO PROVIDE VARIOUS CEI SERVICES ON AN"AS NEEDED"BASIS this only submitted when the project has been awarded? A31: The contract is not a proposal submittal requirement. Q32: Do we need to submit any pricing? A32: Pricing is not a proposal submittal requirement. Q33: Can you clarify page 13,TAB 3 — It states "for each scope of services outlined in Tab 3, Scope of services, submit detailed information on the approach..." a) Are you referring to scope of work outlined in Appendix C— page 26-33 (C2 Statement of Work)? b) What do you mean for each (underlined above)? A33: Please refer to response Al above. Q34: How many CEI firms will be selected from this RFQ? A34: Please refer to response A20 above. Q35: Appendix A, number 5 states: "Submit the names of all individuals or entities (including your sub-consultants) with a controlling financial interest as defined in solicitation." Where in the solicitation is "controlling financial interest" defined? A35: Please refer to the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado(a miamibeachfl.gov. Procurement Contact: Telephone: Email: Kristy Bada 305-673-7000, ext. 6218 KristyBada@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFP submission. Potential proposers that have elected not to submit a response to the RFP are requested to complete and return the "Notice to Prospective Bidders" questionnaire with the reason(s) for not submitting a proposal. ely, Al-x I nis ,'curement Director 6 ADDENDUM NO.5 REQUEST FOR QUALIFICATIONS NO.2017-028-KB PROFESSIONAL CONSTRUCTION ENGINEERING AND INSPECTION(CEI)FIRMS TO PROVIDE VARIOUS CEI SERVICES ON AN"AS NEEDED"BASIS EXHIBIT A Pre-Proposal Meeting Sign-in Sheet 7 ADDENDUM NO.5 REQUEST FOR QUALIFICATIONS NO.2017-028-KB j PROFESSIONAL CONSTRUCTION ENGINEERING AND INSPECTION(CEI)FIRMS TO PROVIDE VARIOUS CEI SERVICES ON AN"AS NEEDED"BASIS MIAMIBEACH CITY OF MIAMI BEACH PRE-PROPOSAL MEETING SIGN-IN SHEET DATE: February 23, 2017 cp0 1-7-0 _I6 TITLE; REQUEST FOR QUALIFICATIONS (RFQ) 2(...)...17.-0 (B FOR PROFESSIONAL CONSTRUCTION ENGINEERING AND INSPECTION (CEI) FIRMS TO PROVIDE VARIOUS CEI SERVICES ON AN "AS NEEDED" BASIS A �' o CP T '�iATVIE (PI„t.45E P T), ,. Kristy Bada., Procurement CMB 305-673-7000 .. ; . . kristybada(cDzmiamibeachfl.gov ext. 6218 -7-6-664) ,le -- //oCZSh,s�•N • tea,,•• IS-If j,ry,e- G4A44 re-e) 62-Sh4 9541 h 5 - gA rV/ L 17,70 k (9,)J�'r ,S'r'i)",y0 A g ik• cl,,,h7 111941 "datk-v LLL cokikk-tvi cc C.091 EllsYssf 4 SAG coos LA,J. 1-)1101 Cfriv7,11kope,v Com` 1 j MIAMIBEACH CITY OF MIAMI BEACH PRE-PROPOSAL MEETING SIGN-IN SHEET DATE: February 23, 2017 090/7-0om4-6 TITLE: REQUEST FOR QUALIFICATIONS (RFQ) - 03-KB FOR PROFESSIONAL CONSTRUCTION ENGINEERING AND INSPECTION (CEI) FIRMS TO PROVIDE VARIOUS CEI SERVICES ON ,AN "AS G 44a/I 7 L dkae-c 7 rt4vl, Gv Nem 6omez pt'm. s r'l eZ 6`09 �f/.i c?4 COM .Y05-3o8-8,(634''''''rRiCii-g c�:ce . ' b b, . ari-/t G ' , . ► '4 ,. iZ, "*5(..-e4A-11.-(2)=-1-iitvera-zr.4c,p..,i, *a c)-430s---/17 v3 a -i-6-Te \tlc,,,v 2 A e -'Ds LO\ e t.kv n�5 -6 c,cc J ilk v\J, get.i/Mt"L -10.14A )ic,`'645-4 .i\-4zs-r....6e._at_i:t._-- (4\75,00,_-__-_-7.c....,,,\ ^S' -z‘4tee ( uf byb ,s--0-00 . , teat) novyeC :�c%,=.s-7�oo -- al .tomreI6- ?/,�ee,c©h 1 d J 2 MIAMIBEACH CITY OF MIAMI BEACH PRE-PROPOSAL MEETING SIGN-IN SHEET DATE: February 23, 2017 TITLE: REQUEST FOR QUALIFICATIONS (RFQ) FOR PROFESSIONAL CONSTRUCTION ENGINEERING AND. INSPECTION (CEI) FIRMS TO PROVIDE VARIOUS CEI SERVICES ON AN "AS NANit, r CO''1FANY NAS x f (Z �� S/B/C/� c."7-&-- 3O 2�3- S//3/G4 4.17c7-&• corn PE) -53T-�CZS' /Mt3t A 11,E\kA-A-al r G�<< NA.01'\V\rCE' C l V\-9 '�j of 6 ^INN. v.ck\i\"'r 1 C1(\.0.t C S A(� 3`W--j s� FM KS.w£fi 786/72(.4.7/. i1 3 MIAMIBEACH CITY OF MIAMI BEACH PRE-PROPOSAL MEETING SIGN-IN SHEET DATE: February 23, 2017 x0/7--028--k TITLE: REQUEST FOR QUALIFICATIONS (RFQ) 20 - B FOR PROFESSIONAL CONSTRUCTION ENGINEERING AND INSPECTION (CEI) FIRMS TO PROVIDE VARIOUS CEI SERVICES ON AN "AS NEEDED" BASIS NAi , FA #, 1Viit, t) , OP VN�EM `PHONE#(k , M ,1 l-,- 1:_'' 36 \f&t T lir- '4%11 c � S�uell� I� aY► a + PIStO( Ino &latI() • 3�s- �b� - i C 6.14 I GI M �(,t YY1 I ac Yr11, C U A �� 0 0 3 05- Y4co,JTAlPLCJW ` -elisac;"1-Ls.cel a-7"s�'74! LR\ \1\.CliC 'UC- C�5 ( 01`1 \) \�-<<n- 5 3�s 8a 4 ! V be,--@.0-e) ( C1S1-` v� -.Cb,V\ p /04.iV A '7 j5 - �1 e1 a9/) R2 wA-,,4e/Sio ika-1,-- a .2 t 6, -11_- -&-t"go V'e--%K Q$1_v_e %,r)-Q_ is< ~c�=, C31 s,1x.,v-e 3 _ `. . o1 6,:(44,,r-iii-p--€-11 � „$6-zsi5 30, ,e1„..41.„,.1., Rcic-�Q uQ.2e(�? Paw LC1 . w� FBF r 02u 2 v-ciro m, / 1-21 / cAP 10)41 E�4,trnircLrld,o �R.!�l� 2Nc,��r ' )3 �y - �asl✓ IR-A�p� e_c4yi 0 , - 4 MA:MI City of Miami Beach, 1755 Meridian Avenue,3rd Floor,Miami Beach, Florida 33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490 Fax: 786-394-4002 ADDENDUM NO. 4 REQUEST FOR PROPOSALS NO. 2017-028-KB PROFESSIONAL CONSTRUCTION ENGINEERING AND INSPECTION (CEI) FIRMS TO PROVIDE VARIOUS CEI SERVICES ON AN "AS NEEDED" BASIS March 30, 2017 This Addendum to the above-referenced RFP is issued in response to clarifications and revisions issued by the City. The RFP is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. RFQ DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on Monday, April 10, 2017, at the following location: City of Miami Beach Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Late proposals will not be accepted. Proposers are cautioned_to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. A FORTHCOMING ADDENDUM WILL CONTAIN RESPONSES TO QUESTIONS RECEIVED. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado(cr�miamibeachfl.gov. Procurement Contact: Telephone: Email: Kristy Bada 305-673-7000, ext. 6218 KristyBada@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFP submission. Potential proposers that have elected not to submit a response to the RFP are requested to complete and return the "Notice to Prospective Bidders" questionnaire with the reason(s) for not submitting a pro sal. n rely ex -nis ro. ,rement Director 1 ADDENDUM NO.4 REQUEST FOR QUALIFICATIONS NO.2017-028-KB PROFESSIONAL CONSTRUCTION ENGINEERING AND INSPECTION(CEI)FIRMS TO PROVIDE VARIOUS CEI SERVICES ON AN"AS NEEDED"BASIS el_ MIAMIBEACH City of Miami Beach, 1755 Meridian Avenue, 3`d Floor,Miami Beach,Florida 33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490 Fax: 786-394-4002 ADDENDUM NO. 3 REQUEST FOR PROPOSALS NO. 2017-028-KB PROFESSIONAL CONSTRUCTION ENGINEERING AND INSPECTION (CEI) FIRMS TO PROVIDE VARIOUS CEI SERVICES ON AN "AS NEEDED" BASIS March 28, 2017 This Addendum to the above-referenced RFP is issued in response to clarifications and revisions issued by the City. The RFP is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I. RFQ DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on Thursday, April 6, 2017, at the following location: City of Miami Beach Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. A FORTHCOMING ADDENDUM WILL CONTAIN RESPONSES TO QUESTIONS RECEIVED. Any questions regarding this Addendum should be submitted in writing,to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranadoRmiamibeachfl.gov. Procurement Contact: Telephone: Email: Kristy Bada 305-673-7000, ext. 6218 KristyBada@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFP submission. Potential proposers that have elected not to submit a response to the RFP are requested to complete and return the "Notice to Prospective Bidders" questionnaire with the reason(s) for not submitting a prop sal. • S' e -1y, t Al Ders P ocur: ,ent Director 1 ADDENDUM NO.3 REQUEST FOR QUALIFICATIONS NO.2017-028-KB PROFESSIONAL CONSTRUCTION ENGINEERING AND INSPECTION(CEI)FIRMS TO PROVIDE VARIOUS CEI SERVICES ON AN"AS NEEDED"BASIS MIAMEBEACH City of Miami Beach, 1755 Meridian Avenue,3rd Floor,Miami Beach, Florida 33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490 Fax: 786-394-4002 ADDENDUM NO. 2 REQUEST FOR PROPOSALS NO, 2017-028-KB PROFESSIONAL CONSTRUCTION ENGINEERING AND INSPECTION (CEI) FIRMS TO PROVIDE VARIOUS CEI SERVICES ON AN "AS NEEDED" BASIS March 28, 2017 This Addendum to the above-referenced RFP is issued in response to clarifications and revisions issued by the City. The RFP is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined), I. RFQ DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on Thursday, April 5th, 2017, at the following location: City of Miami Beach Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. A FORTHCOMING ADDENDUM WILL CONTAIN RESPONSES TO QUESTIONS RECEIVED. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado(c�miamibeachfl.gov. Procurement Contact: Telephone: Email: Kristy Bada 305-673-7000, ext. 6218 KristyBada@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFP submission. Potential proposers that have elected not to submit a response to the RFP are requested to complete and return the "Notice to Prospective Bidders" questionnaire with the reason(s) for not submitting a proposal. Si Ale Denis Pro ent Director 1 ADDENDUM NO.2 REQUEST FOR QUALIFICATIONS NO,2017-028-KB PROFESSIONAL CONSTRUCTION ENGINEERING AND INSPECTION(CEI)FIRMS TO PROVIDE VARIOUS CEI SERVICES ON AN"AS NEEDED"BASIS CA MIAMIBEACH City of Miami Beach, 1755 Meridian Avenue, 3,d Floor,Miami Beach, Florida 33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490 Fax: 786-394-4002 ADDENDUM NO. 1 REQUEST FOR PROPOSALS NO. 2017-028-KB PROFESSIONAL CONSTRUCTION ENGINEERING AND INSPECTION (CEI) FIRMS TO PROVIDE VARIOUS CEI SERVICES ON AN "AS NEEDED" BASIS March 21, 2017 This Addendum to the above-referenced RFP is issued in response to clarifications and revisions issued by the City. The RFP is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). I I. RFQ DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on Monday,April 3rd, 2017, at the following location: City of Miami Beach Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. A FORTHCOMING ADDENDUM WILL CONTAIN RESPONSES TO QUESTIONS RECEIVED. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado(c�miamibeachfl.gov. Procurement Contact: Telephone: Email: Kristy Bada 305-673-7000, ext. 6218 KristyBada@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFP submission. Potential proposers that have elected not to submit a response to the RFP are requested to complete and return the "Notice to Prospective Bidders" questionnaire with the reason(s) for not submitting a proposal. Si , - { Ale 'Rri urement Director 1 ADDENDUM NO.1 REQUEST FOR QUALIFICATIONS NO.2017-028-KB PROFESSIONAL CONSTRUCTION ENGINEERING AND INSPECTION(CEI)FIRMS TO PROVIDE VARIOUS CEI SERVICES ON AN"AS NEEDED"BASIS REQUEST FOR QUALIFICATIONS ( RFQ) PROFESSIONAL CONSTRUCTION ENGINEERING AND INSPECTION (CEI) FIRMS TO PROVIDE VARIOUS CEI SERVICES ON AN "AS NEEDED" BASIS 2017-028-KB RFQ ISSUANCE DATE: FEBRUARY 10, 2017 STATEMENTS OF QUALIFICATIONS DUE: MARCH 27, 2017 @ 3:00 PM ISSUED BY: MIAMIBEACH KRISTY BADA, CONTRACTING OFFICER III PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor, Miami Beach, FL 33139 305.673.7490 I www.miamibeachfl.gov I kristybada@miamibeachfl.gov 1414 IV LAM BEAC-{ TABLE OF CONTENTS SOLICITATION SECTIONS: PAGE 0100 NOT UTILIZED N/A 0200 INSTRUCTIONS TO RESPONDENTS & GENERAL CONDITIONS 3 0300 SUBMITTAL INSTRUCTIONS & FORMAT 12 0400 EVALUATION PROCESS 14 APPENDICES: PAGE APPENDIX A RESPONSE CERTIFICATON, QUESTIONNAIRE AND AFFIDAVITS 17 APPENDIX B "NO BID" FORM 23 APPENDIX C MINIMUM REQUIREMENTS &SPECIFICATIONS 25 APPENDIX D SPECIAL CONDITIONS 36 APPENDIX F INSURANCE REQUIREMENTS 38 RFQ 2017-028-KB 2 \A,IAt\A1 BEACH SECTION 0200 INSTRUCTIONS TO RESPONDENTS &GENERAL CONDITIONS 1. GENERAL. This Request for Qualifications (RFQ) is issued by the City of Miami Beach, Florida (the"City"), as the means for prospective Proposer to submit their qualifications, proposed scopes of work and cost Statement of Qualifications (the "proposal") to the City for the City's consideration as an option in achieving the required scope of services and requirements as noted herein. All documents released in connection with this solicitation, including all appendixes and addenda, whether included herein or released under separate cover, comprise the solicitation, and are complementary to one another and together establish the complete terms, conditions and obligations of the Proposer and, subsequently, the successful proposer(s) (the"contractor[s]") if this RFQ results in an award. The City utilizes PublicPurchase (www.publicpurchase.com) for automatic notification of competitive solicitation opportunities and document fulfillment, including the issuance of any addendum to this RFQ. Any prospective proposer who has received this RFQ by any means other than through PublicPurchase must register immediately with PublicPurchase to assure it receives any addendum issued to this RFQ. Failure to receive an addendum may result in disqualification of proposal submitted. 2. PURPOSE. Adequate management of construction projects by City of Miami Beach departments requires implementation of Construction Engineering and Inspection (CEI) services during construction. The ability to have a rotating list of CEI firms available to provide these services for various City departments would enable the City to effectively and efficiently manage the construction phase of these projects. The scope of services describes and defines the CEI services which are required for contract administration, inspection, and materials sampling and testing for the construction projects. The Purpose of this Request for Qualifications (RFQ) is to qualify Professional Construction Engineering and Inspection (CEI) firms to provide various CEI services to the City on an "as needed" basis. Additionally, the terms "FIRM", "PROPOSER", "CONSULTANT," "PRIME PROPOSER" are used interchangeably and shall refer to the firm that will contract with the City for the performance consultant services and work for the project. "As needed" basis means that each firm awarded a contract pursuant to this RFQ will be placed on a professional CEI list where the City may call upon it to perform professional projects, as assigned by the City Administration. As the need for services arise, firms will be contacted to provide the necessary professional services according to the negotiated scope of work and cost. It is the intent of the City of Miami Beach to select several firms under this RFQ, which will be contacted on an as-needed basis. This RFQ is not governed by the requirements of Section 287.055, Florida Statutes. 3. SOLICITATION TIMETABLE. The tentative schedule for this solicitation is as follows: Solicitation Issued February 10, 2017 Pre-Submittal Meeting February 23, 2017 at 10:00am Deadline for Receipt of Questions March 17, 2017 at 5:00pm Responses Due March 27, 2017 at 3:00pm Evaluation Committee Review TBD Proposer Presentations TBD Tentative Commission Approval Authorizing TBD REQ 2017-028-KB 3 ,A,AINV,I BEACH Negotiations Contract Negotiations Following Commission Approval 4. PROCUREMENT CONTACT. Any questions or clarifications concerning this solicitation shall be submitted to the Procurement Contact noted below: Procurement Contact: Telephone: Email: KRISTY BADA 305-673-7490 KRISTYBADA• MIAMIBEACHFL.GOV Additionally, the City Clerk is to be copied on all communications via e-mail at: RafaelGranado(a miamibeachfl.gov; or via facsimile: 786-394-4188. The Bid title/number shall be referenced on all correspondence. All questions or requests for clarification must be received no later than ten (10)calendar days prior to the date proposals are due as scheduled in Section 0200-3. All responses to questions/clarifications will be sent to all prospective Proposers in the form of an addendum. 5. PRE-PROPOSAL MEETING OR SITE VISIT(S). Only if deemed necessary by the City, a pre-proposal meeting or site visit(s) may be scheduled. A Pre-PROPOSAL conference will be held as scheduled in Anticipated RFQ Timetable section above at the following address: City of Miami Beach Procurement Department Conference Room 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Attendance (in person or via telephone) is encouraged and recommended as a source of information, but is not mandatory. Proposers interested in participating in the Pre-Proposal Submission Meeting via telephone must follow these steps: (1) Dial the TELEPHONE NUMBER: 1-888-270-9936 (Toll-free North America) (2) Enter the MEETING NUMBER: 5804578 Proposers who are interested in participating via telephone should send an e-mail to the contact person listed in this RFQ expressing their intent to participate via telephone. 6. PRE-PROPOSAL INTERPRETATIONS. Oral information or responses to questions received by prospective Proposers are not binding on the City and will be without legal effect, including any information received at pre- submittal meeting or site visit(s). The City by means of Addenda will issue interpretations or written addenda clarifications considered necessary by the City in response to questions. Only questions answered by written addenda will be binding and may supersede terms noted in this solicitation. Addendum will be released through PublicPurchase. Any prospective proposer who has received this RFQ by any means other than through PublicPurchace must register immediately with PublicPurchase to assure it receives any addendum issued to this RFQ. Failure to receive an addendum may result in disqualification of proposal. Written questions should be received no later than the date outlined in the Anticipated RFQ Timetable section. 7. CONE OF SILENCE. This RFQ is subject to, and all proposers are expected to be or become familiar with, the City's Cone of Silence Requirements, as codified in Section 2-486 of the City Code. Proposers shall be solely RFQ 2017-028-KB 4 1 ' 1A BEACH responsible for ensuring that all applicable provisions of the City's Cone of Silence are complied with, and shall be subject to any and all sanctions, as prescribed therein, including rendering their response voidable, in the event of such non-compliance. Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at rafaelgranado@miamibeachfl.gov 8. SPECIAL NOTICES. You are hereby advised that this solicitation is subject to the following ordinances/resolutions, which may be found on the City Of Miami Beach website: http://web.miamibeachfl.gov/procurement/scroll.aspx?id=23510 • CONE OF SILENCE CITY CODE SECTION 2-486 • PROTEST PROCEDURES CITY CODE SECTION 2-371 • DEBARMENT PROCEEDINGS CITY CODE SECTIONS 2-397 THROUGH 2-485.3 • LOBBYIST REGISTRATION AND DISCLOSURE OF FEES CITY CODE SECTIONS 2-481 THROUGH 2-406 • CAMPAIGN CONTRIBUTIONS BY VENDORS CITY CODE SECTION 2-487 • CAMPAIGN CONTRIBUTIONS BY LOBBYISTS ON PROCUREMENT ISSUES CITY CODE SECTION 2-488 • REQUIREMENT FOR CITY CONTRACTORS TO PROVIDE EQUAL BENEFITS FOR DOMESTIC PARTNERS CITY CODE SECTION 2-373 • LIVING WAGE REQUIREMENT CITY CODE SECTIONS 2-407 THROUGH 2-410 • PREFERENCE FOR FLORIDA SMALL BUSINESSES OWNED AND CONTROLLED BY VETERANS AND TO STATE-CERTIFIED SERVICE- DISABLED VETERAN BUSINESS ENTERPRISES CITY CODE SECTION 2-374 • FALSE CLAIMS ORDINANCE CITY CODE SECTION 70-300 • ACCEPTANCE OF GIFTS,FAVORS&SERVICES CITY CODE SECTION 2-449 9. PUBLIC ENTITY CRIME. A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crimes may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as a contractor, supplier, sub-contractor, or consultant under a contract with a public entity, and may not transact business with any public entity in excess of the threshold amount provided in Sec. 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 10. COMPLAINCE WITH THE CITY'S LOBBYIST LAWS. This RFQ is subject to, and all Proposers are expected to be or become familiar with, all City lobbyist laws. Proposers shall be solely responsible for ensuring that all City lobbyist laws are complied with, and shall be subject to any and all sanctions, as prescribed therein, including, without limitation, disqualification of their responses, in the event of such non-compliance. 11. DEBARMENT ORDINANCE: This RFQ is subject to, and all proposers are expected to be or become familiar with, the City's Debarment Ordinance as codified in Sections 2-397 through 2-406 of the City Code. 12. WITH THE CITY'S CAMPAIGN FINANCE REFORM LAWS. This RFQ is subject to, and all Proposers are expected to be or become familiar with, the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with, and shall be subject to any and all sanctions, as prescribed therein, including disqualification of their responses, in the event of such non-compliance. 13. CODE OF BUSINESS ETHICS. Pursuant to City Resolution No.2000-23879, the Proposer shall adopt a Code of Business Ethics("Code") and submit that Code to the Procurement Division with its response or within five (5) days upon receipt of request. The Code shall, at a minimum, require the Proposer, to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. RFQ 2017-028-KB 5 jA 7,1 BEACH 14. AMERICAN WITH DISABILITIES ACT (ADA). Call 305-673-7490 to request material in accessible format; sign language interpreters(five (5) days in advance when possible), or information on access for persons with disabilities. For more information on ADA compliance, please call the Public Works Department, at 305-673- 7000, Extension 2984. 15. POSTPONEMENT OF DUE DATE FOR RECEIPT OF PROPOSALS. The City reserves the right to postpone the deadline for submittal of proposals and will make a reasonable effort to give at least three (3) calendar days written notice of any such postponement to all prospective Proposers through PublicPurchase. 16. PROTESTS. Proposers that are not selected may protest any recommendation for selection of award in accordance with eh proceedings established pursuant to the City's bid protest procedures, as codified in Sections 2- 370 and 2-371 of the City Code (the City's Bid Protest Ordinance). Protest not timely made pursuant to the requirements of the City's Bid Protest Ordinance shall be barred. 17. NOT USED. 18. VETERAN BUSINESS ENTERPRISES PREFERENCE. Pursuant to City Code Section 2-374, the City shall give a preference to a responsive and responsible Proposer which is a small business concern owned and controlled by a veteran(s) or which is a service-disabled veteran business enterprise, and which is within five percent (5%) of the lowest responsive, responsible proposer, by providing such proposer an opportunity of providing said goods or contractual services for the lowest responsive proposal amount (or in this RFQ, the highest proposal amount). Whenever, as a result of the foregoing preference, the adjusted prices of two (2) or more proposers which are a small business concern owned and controlled by a veteran(s) or a service-disabled veteran business enterprise constitute the lowest proposal pursuant to an RFQ or oral or written request for quotation, and such proposals are responsive, responsible and otherwise equal with respect to quality and service, then the award shall be made to the service-disabled veteran business enterprise. 19. DETERMINATION OF AWARD. The final ranking results of Step 1 & 2 outlined in Section 0400, Evaluation of Proposals, will be considered by the City Manager who may recommend to the City Commission the Proposer(s) s/he deems to be in the best interest of the City or may recommend rejection of all proposals. The City Manager's recommendation need not be consistent with the scoring results identified herein and takes into consideration Miami Beach City Code Section 2-369, including the following considerations: (1) The ability, capacity and skill of the Proposer to perform the contract. (2) Whether the Proposer can perform the contract within the time specified, without delay or interference. (3)The character, integrity, reputation,judgment, experience and efficiency of the Proposer. (4) The quality of performance of previous contracts. (5)The previous and existing compliance by the Proposer with laws and ordinances relating to the contract. The City Commission shall consider the City Manager's recommendation and may approve such recommendation. The City Commission may also, at its option, reject the City Manager's recommendation and select another Proposal or Proposals which it deems to be in the best interest of the City, or it may also reject all Proposals. RFQ 2017-028-KB 6 Ca ,A,,c\ BEACH 20. NEGOTIATIONS. Following selection, the City reserves the right to enter into further negotiations with the selected Proposer. Notwithstanding the preceding, the City is in no way obligated to enter into a contract with the selected Proposer in the event the parties are unable to negotiate a contract. It is also understood and acknowledged by Proposers that no property, contract or legal rights of any kind shall be created at any time until and unless an Agreement has been agreed to; approved by the City; and executed by the parties. 21. Postponement/Cancellation/Acceptance/Rejection. The City may, at its sole and absolute discretion, reject any and all, or parts of any and all, responses; re-advertise this RFQ; postpone or cancel, at any time, this RFQ process; or waive any irregularities in this RFQ, or in any responses received as a result of this RFQ. Reasonable efforts will be made to either award the proposer the contract or reject all proposals within one-hundred twenty(120) calendar days after proposal opening date. A proposer may withdraw its proposal after expiration of one hundred twenty (120) calendar days from the date of proposal opening by delivering written notice of withdrawal to the Department of Procurement Management prior to award of the contract by the City Commission. 22. PROPOSER'S RESPONSIBILITY. Before submitting a response, each Proposer shall be solely responsible for making any and all investigations, evaluations, and examinations, as it deems necessary, to ascertain all conditions and requirements affecting the full performance of the contract. Ignorance of such conditions and requirements, and/or failure to make such evaluations, investigations, and examinations, will not relieve the Proposer from any obligation to comply with every detail and with all provisions and requirements of the contract, and will not be accepted as a basis for any subsequent claim whatsoever for any monetary consideration on the part of the Proposer. 23. COSTS INCURRED BY PROPOSERS.All expenses involved with the preparation and submission of Proposals, or any work performed in connection therewith, shall be the sole responsibility (and shall be at the sole cost and expense) of the Proposer, and shall not be reimbursed by the City. 24. RELATIONSHIP TO THE CITY. It is the intent of the City, and Proposers hereby acknowledge and agree, that the successful Proposer is considered to be an independent contractor, and that neither the Proposer, nor the Proposer's employees, agents, and/or contractors, shall, under any circumstances, be considered employees or agents of the City. 24. OCCUPATIONAL HEALTH AND SAFETY. In compliance with Chapter 442, Florida Statutes, any toxic substance listed in Section 38F-41.03 of the Florida Administrative Code delivered as a result of this proposal must be accompanied by a Material Safety Data Sheet(MSDS)which may be obtained from the manufacturer. 25. ENVIRONMENTAL REGULATIONS. The City reserves the right to consider a proposer's history of citations and/or violations of environmental regulations in investigating a proposer's responsibility, and further reserves the right to declare a proposer not responsible if the history of violations warrant such determination in the opinion of the City. Proposer shall submit with its proposal, a complete history of all citations and/or violations, notices and dispositions thereof. The non-submission of any such documentation shall be deemed to be an affirmation by the Proposer that there are no citations or violations. Proposer shall notify the City immediately of notice of any citation or violation which proposer may receive after the proposal opening date and during the time of performance of any contract awarded to it. RFQ 2017-028-KB 7 m MIAMI BEACH 26. TAXES. The City of Miami Beach is exempt from all Federal Excise and State taxes. 27. MISTAKES. Proposers are expected to examine the terms, conditions, specifications, delivery schedules, proposed pricing, and all instructions pertaining to the goods and services relative to this RFQ. Failure to do so will be at the Proposer's risk and may result in the Proposal being non-responsive. 28. PAYMENT. Payment will be made by the City after the goods or services have been received, inspected, and found to comply with contract, specifications, free of damage or defect, and are properly invoiced. Invoices must be consistent with Purchase Order format. 29. COPYRIGHT, PATENTS & ROYALTIES. Proposer shall indemnify and save harmless the City of Miami Beach, Florida, and its officers, employees, contractors, and/or agents, from liability of any nature or kind, including cost and expenses for, or on account of, any copyrighted, patented, or unpatented invention, process, or article manufactured or used in the performance of the contract, including its use by the City of Miami Beach, Florida. If the Proposer uses any design, device or materials covered by letters, patent, or copyright, it is mutually understood and agreed, without exception, that the proposal prices shall include all royalties or cost arising from the use of such design, device, or materials in any way involved in the work. 30. DEFAULT: Failure or refusal of the selected Proposer to execute a contract following approval of such contract by the City Commission, or untimely withdrawal of a response before such award is made and approved, may result in a claim for damages by the City and may be grounds for removing the Proposer from the City's vendor list. 31. MANNER OF PERFORMANCE. Proposer agrees to perform its duties and obligations in a professional manner and in accordance with all applicable Local, State, County, and Federal laws, rules, regulations and codes. Lack of knowledge or ignorance by the Proposer with/of applicable laws will in no way be a cause for relief from responsibility. Proposer agrees that the services provided shall be provided by employees that are educated, trained, experienced, certified, and licensed in all areas encompassed within their designated duties. Proposer agrees to furnish to the City any and all documentation, certification, authorization, license, permit, or registration currently required by applicable laws, rules, and regulations. Proposer further certifies that it and its employees will keep all licenses, permits, registrations, authorizations, or certifications required by applicable laws or regulations in full force and effect during the term of this contract. Failure of Proposer to comply with this paragraph shall constitute a material breach of this contract. Where contractor is required to enter or go on to City of Miami Beach property to deliver materials or perform work or services as a result of any contract resulting from this solicitation, the contractor will assume the full duty, obligation and expense of obtaining all necessary licenses, permits, and insurance, and assure all work complies with all applicable laws. The contractor shall be liable for any damages or loss to the City occasioned by negligence of the Proposer, or its officers, employees, contractors, and/or agents, for failure to comply with applicable laws, 32. SPECIAL CONDITIONS. Any and all Special Conditions that may vary from these General Terms and Conditions shall have precedence. 33. NON-DISCRIMINATION. The Proposer certifies that it is in compliance with the non-discrimination clause contained in Section 202, Executive Order 11246, as amended by Executive Order 11375, relative to equal employment opportunity for all persons without regard to race, color, religion, sex or national origin. In accordance with the City's Human Rights Ordinance, codified in Chapter 62 of the City Code, Proposer shall prohibit discrimination by reason of race, color, national origin, religion, sex, intersexuality, gender identity, sexual orientation, marital and familial status, and age or disability. RFQ 2017-028-KB 8 i`A I Al Al BEAC-I 34. DEMONSTRATION OF COMPETENCY. The city may consider any evidence available regarding the financial, technical, and other qualifications and abilities of a Proposer, including past performance (experience) in making an award that is in the best interest of the City, including: A. Pre-award inspection of the Proposer's facility may be made prior to the award of contract. B. Proposals will only be considered from firms which are regularly engaged in the business of providing the goods and/or services as described in this solicitation. C. Proposers must be able to demonstrate a good record of performance for a reasonable period of time, and have sufficient financial capacity, equipment, and organization to ensure that they can satisfactorily perform the services if awarded a contract under the terms and conditions of this solicitation. D. The terms "equipment and organization", as used herein shall, be construed to mean a fully equipped and well established company in line with the best business practices in the industry, and as determined by the City of Miami Beach. E. The City may consider any evidence available regarding the financial, technical, and other qualifications and abilities of a Proposer, including past performance (experience), in making an award that is in the best interest of the City. F. The City may require Proposer s to show proof that they have been designated as authorized representatives of a manufacturer or supplier, which is the actual source of supply. In these instances, the City may also require material information from the source of supply regarding the quality, packaging, and characteristics of the products to be supply to the City. 35. ASSIGNMENT. The successful Proposer shall not assign, transfer, convey, sublet or otherwise dispose of the contract, including any or all of its right, title or interest therein, or his/her or its power to execute such contract, to any person, company or corporation, without the prior written consent of the City. 36. LAWS, PERMITS AND REGULATIONS. The Proposer shall obtain and pay for all licenses, permits, and inspection fees required to complete the work and shall comply with all applicable laws. 37. OPTIONAL CONTRACT USAGE. When the successful Proposer (s) is in agreement, other units of government or non-profit agencies may participate in purchases pursuant to the award of this contract at the option of the unit of government or non-profit agency. 38. VOLUME OF WORK TO BE RECEIVED BY CONTRACTOR. It is the intent of the City to purchase the goods and services specifically listed in this solicitation from the contractor. However, the City reserves the right to purchase any goods or services awarded from state or other governmental contract, or on an as-needed basis through the City's spot market purchase provisions. 39. DISPUTES. In the event of a conflict between the documents, the order of priority of the documents shall be as follows: A. Any contract or agreement resulting from the award of this solicitation; then B. Addendum issued for this solicitation, with the latest Addendum taking precedence; then C. The solicitation; then D. The Proposer's proposal in response to the solicitation. RFQ 2017-028-KB 9 m iy\ AV,I BEACH 40. INDEMNIFICATION. The Proposer shall indemnify and hold harmless the City and its officers, employees, agents and instrumentalities from any and all liability, losses or damages, including attorney's fees and costs of defense, which the City or its officers, employees, agents or instrumentalities may incur as a result of claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to or resulting from the performance of the agreement by the contractor or its employees, agents, servants, partners, principals or subcontractors. The contractor shall pay all claims and losses in connection therewith, and shall investigate and defend all claims, suits or actions of any kind or nature in the name of the City, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney's fees which may be incurred thereon. The Proposer expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by the contractor shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided. The above indemnification provisions shall survive the expiration or termination of this Agreement. 41. CONTRACT EXTENSION. The City reserves the right to require the Contractor to extend contract past the stated termination date for a period of up to 120 days in the event that a subsequent contract has not yet been awarded. Additional extensions past the 120 days may occur as needed by the City and as mutually agreed upon by the City and the contractor. 42. FLORIDA PUBLIC RECORDS LAW. Proposers are hereby notified that all Bid including, without limitation, any and all information and documentation submitted therewith, are exempt from public records requirements under Section 119.07(1), Florida Statutes, and s. 24(a), Art. 1 of the State Constitution until such time as the City provides notice of an intended decision or until thirty (30) days after opening of the proposals, whichever is earlier. Additionally, Contractor agrees to be in full compliance with Florida Statute 119.0701 including, but not limited to, agreement to (a) Keep and maintain public records that ordinarily and necessarily would be required by the public agency in order to perform the services; (b) provide the public with access to public records on the same terms and conditions that the public agency would provide the records and at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law; (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law; (d) Meet all requirements for retaining public records and transfer, at no cost, to the public agency all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the public agency in a format that is compatible with the information technology systems of the public agency. 43. OBSERVANCE OF LAWS. Proposers are expected to be familiar with, and comply with, all Federal, State, County, and City laws, ordinances, codes, rules and regulations, and all orders and decrees of bodies or tribunals having jurisdiction or authority which, in any manner, may affect the scope of services and/or project contemplated by this RFQ (including, without limitation, the Americans with Disabilities Act, Title VII of the Civil Rights Act, the EEOC Uniform Guidelines, and all EEO regulations and guidelines). Ignorance of the law(s) on the part of the Proposer will in no way relieve it from responsibility for compliance. 44. CONFLICT OF INTEREST. All Proposers must disclose, in their Proposal, the name(s) of any officer, director, agent, or immediate family member(spouse, parent, sibling, and child)who is also an employee of the City of Miami Beach. Further, all Proposers must disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the Proposer entity or any of its affiliates. RFQ 2017-028-KB 10 ^ i BEACH 45. MODIFICATION/WITHDRAWALS OF PROPOSALS. A Proposer may submit a modified Proposal to replace all or any portion of a previously submitted Proposal up until the Proposal due date and time. Modifications received after the Proposal due date and time will not be considered. Proposals shall be irrevocable until contract award unless withdrawn in writing prior to the Proposal due date, or after expiration of 120 calendar days from the opening of Proposals without a contract award. Letters of withdrawal received after the Proposal due date and before said expiration date, and letters of withdrawal received after contract award will not be considered. 47. EXCEPTIONS TO RFQ. Proposers must clearly indicate any exceptions they wish to take to any of the terms in this RFQ, and outline what, if any, alternative is being offered. All exceptions and alternatives shall be included and clearly delineated, in writing, in the Proposal. The City, at its sole and absolute discretion, may accept or reject any or all exceptions and alternatives. In cases in which exceptions and alternatives are rejected, the City shall require the Proposer to comply with the particular term and/or condition of the RFQ to which Proposer took exception to (as said term and/or condition was originally set forth on the RFQ). 48.ACCEPTANCE OF GIFTS, FAVORS, SERVICES. Proposers shall not offer any gratuities, favors, or anything of monetary value to any official, employee, or agent of the City, for the purpose of influencing consideration of this Proposal. Pursuant to Sec. 2-449 of the City Code, no officer or employee of the City shall accept any gift, favor or service that might reasonably tend improperly to influence him in the discharge of his official duties. 49. SUPPLEMENTAL INFORMATION. City reserves the right to request supplemental information from Proposers at any time during the RFQ solicitation process. 50. ADDITIONAL SERVICES. Although this solicitation and resultant contract identifies specific goods, services or facilities ("items"), it is hereby agreed and understood that the City, through the approval of the Department and Procurement Directors (for additional items up to $50,000) or the City Manager (for additional items greater than $50,000), may require additional items to be added to the Contract which are required to complete the work. When additional items are required to be added to the Contract, awarded vendor(s), as applicable to the item being requested, under this contract may be invited to submit price quote(s) for these additional requirements. If these quote(s) are determined to be fair and reasonable, then the additional work will be awarded to the current contract vendor(s) that offers the lowest acceptable pricing. The additional items shall be added to this contract by through a Purchase Order(or Change Order if Purchase Order already exists). In some cases, the City may deem it necessary to add additional items through a formal amendment to the Contract, to be approved by the City Manager. The City may determine to obtain price quotes for the additional items from other vendors in the event that fair and reasonable pricing is not obtained from the current contract vendors, or for other reasons at the City's discretion. Balance of Page Intentionally Left Blank RFQ 2017-028-KB 11 ,,I, :.,t/,;i BEACH SECTION 0300 SUBMITTAL INSTRUCTIONS AND FORMAT 1. SEALED RESPONSES. One original Statement of Qualifications (preferably in 3-ring binder) must be submitted in an opaque, sealed envelope or container on or before the due date established for the receipt of proposals. Additionally, ten (10) bound copies and one (1) electronic format (CD or USB format) are to be submitted. The following information should be clearly marked on the face of the envelope or container in which the proposal is submitted: solicitation number, solicitation title, proposer name, proposer return address. Statement of Qualifications received electronically, either through email or facsimile, are not acceptable and will be rejected. 2. LATE BIDS. Statement of Qualifications are to be received on or before the due date established herein for the receipt of Bids. Any Bid received after the deadline established for receipt of Statement of Qualifications will be considered late and not be accepted or will be returned to proposer unopened. The City does not accept responsibility for any delays, natural or otherwise. 3. STATEMENTS OF QUALIFICATIONS FORMAT. In order to maintain comparability, facilitate the review process and assist the Evaluation Committee in review of Statement of Qualifications, it is strongly recommended that Statement of Qualifications be organized and tabbed in accordance with the sections and manner specified below. Hard copy submittal should be tabbed as enumerated below and contain a table of contents with page references. Electronic copies should also be tabbed and contain a table of contents with page references. Statement of Qualifications that do not include the required information will be deemed non-responsive and will not be considered. TAB 1 Cover Letter& Minimum Qualifications Requirements 1.1 Cover Letter and Table of Contents. The cover letter must indicate Proposer and Proposer Primary Contact for the purposes of this solicitation. 1.2 Response Certification, Questionnaire & Requirements Affidavit (Appendix A). Attach Appendix A fully completed and executed. 1.3 Minimum Qualifications Requirements. Submit verifiable information documenting compliance with the minimum qualifications requirements established in Appendix C, Minimum Requirements and Specifications. TAB 2 Experience&Qualifications 2.1 Qualifications of Proposing Firm. Submit detailed information regarding the firm's history and relevant experience and proven track record of providing the scope of services similar as identified in this solicitation, including experience in providing similar scope of services to public sector agencies. For each project that the proposer submits as evidence of similar experience, the following is required: project description, agency name, agency contact, contact telephone & email, and year(s) and term of engagement. 2.2 Qualifications of Proposer Team. Provide an organizational chart of all personnel and consultants to be used for this project if awarded, the role that each team member will play in providing the services detailed herein and each team members' qualifications. A resume of each individual, including education, experience, and any other pertinent information, shall be included for each respondent team member to be assigned to this contract. 2.3 Financial Capacity. At the request of the City, Proposer shall arrange for Dun & Bradstreet to submit a Supplier Qualification Report(SQR) directly to the Procurement Contact named herein. Once requested by the City, no proposal will be considered without receipt, by the City, of the SQR directly from Dun & Bradstreet. The cost of the preparation of the SQR shall be the responsibility of the Proposer. The Proposer shall request the SQR report from D&B at: https://supplierportal.dnb.com/webapp/wcs/stores/servlet/SupplierPortal?storeld=11696 Proposals are responsible for the accuracy of the information contained in its SQR. It is highly recommended that each proposer review the information contained in its SQR for accuracy prior to submittal to the City and as early as possible in the solicitation process. For assistance with any portion of the SQR submittal process, contact Dun& Bradstreet at 800-424-2495. RFQ 2017-028-KB 12 C_A ^ BEAC-1 TAB 3 Approach and Methodology For each scope of service outlined in Tab 3, Scope of Services, submit detailed information on the approach and methodology how proposer plans to accomplish the proposed scope of services, including detailed information, as applicable, which addresses, but need not be limited to: implementation plan, project timeline, phasing options, testing and risk mitigation options for assuring project is implemented on time and within budget. Note: After proposal submittal, the City reserves the right to require additional information from Proposer (or proposer team members or sub-consultants) to determine: qualifications (including, but not limited to, litigation history, regulatory action, or additional references); and financial capability (including, but not limited to, annual reviewed/audited financial statements with the auditors notes for each of their last two complete fiscal years). RFQ 2017-028-KB 13 rm ,,v\ AtA i BEACH SECTION 0400 STATEMENTS OF QUALIFICATIONS EVALUATION 1. Evaluation Committee. An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each Statement of Qualifications in accordance with the requirements set forth in the solicitation. If further information is desired, Proposals may be requested to make additional written submissions of a clarifying nature or oral presentations to the Evaluation Committee. The evaluation of Statement of Qualifications will proceed in a two-step process as noted below. It is important to note that the Evaluation Committee will score the qualitative portions of the Statement of Qualifications only. The Evaluation Committee does not make an award recommendation to the City Manager. The results of Step 1 & Step 2 Evaluations will be forwarded to the City Manager who will utilize the results to make a recommendation to the City Commission. In the event that only one responsive proposal is received, the City Manager, after determination that the sole responsive proposal materially meets the requirements of the RFP, may, without an evaluation committee, recommend to the City Commission that the Administration enter into negotiations. The City, in its discretion, may utilize technical or other advisers to assist the evaluation committee in the evaluation of proposals. 2. Step 1 Evaluation. The first step will consist of the qualitative criteria listed below to be considered by the Evaluation Committee. The second step will consist of quantitative criteria established below to be added to the Evaluation Committee results by the Department of Procurement Management. An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each Statement of Qualifications in accordance with the qualifications criteria established below for Step 1, Qualitative Criteria. In doing so, the Evaluation Committee may review and score all proposals received, with or without conducting interview sessions. Step 1 -Qualitative Criteria Maximum Points Proposer Experience and Qualifications 70 Approach and Methodology 30 TOTAL AVAILABLE STEP 1 POINTS 100 3. Step 2 Evaluation. Following the results of Step 1 Evaluation of qualitative criteria, the Proposer may receive additional quantitative criteria points to be added by the Department of Procurement Management to those points earned in Step 1, as follows. Step 2-Quantitative Criteria Veterans Preference 5 TOTAL AVAILABLE STEP 2 POINTS 5 RFQ 2017-028-KB 14 CA RAIAI Al BEACH 5. Determination of Final Ranking. At the conclusion of the Evaluation Committee Step 1 scoring, Step 2 Points will be added to each evaluation committee member's scores by the Department of Procurement Management. Step 1 and 2 scores will be converted to rankings in accordance with the example below: Proposer Proposer Proposer A B C Step 1 Points 82 76 80 Step 2 Points 22 15 12 Committee Total 104 91 92 Member 1 Rank 1 3 2 Step 1 Points 79 85 72 Step 2 Points 22 15 12 Committee Total 101 100 84 Member 2 Rank 1 2 3 Step 1 Points 80 74 66 Step 2 Points 22 15 12 Committee Total 102 89 78 Member 2 Rank 1 2 3 Low Aggregate Score 3 7 8 Final Ranking* 1 2 3 * Final Ranking is presented to the City Manager for further due diligence and recommendation to the City Commission. Final Ranking does not constitute an award recommendation until such time as the City Manager has made his recommendation to the City Commission, which may be different than final ranking results. RFQ 2017-028-KB 15 APPENDIX A P— MIAMI BEA Response Certification , Questionnaire & Requirements Affidavit RFQ No. 2017-028-KB PROFESSIONAL CONSTRUCTION ENGINEERING AND INSPECTION (CEI) FIRMS TO PROVIDE VARIOUS CEI SERVICES ON AN "AS NEEDED" BASIS PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 RFQ 2017-028-KB 16 Solicitation No: Solicitation Title: 2017-028-KB PROFESSIONAL CONSTRUCTION ENGINEERING AND INSPECTION (CEI) FIRMS TO PROVIDE VARIOUS CEI SERVICES ON AN "AS NEEDED" BASIS Procurement Contact: Tel: Email: Kristy Bade 305-673-7490 kristybada@miamibeachfl.gov STATEMENTS OF QUALIFICATIONS CERTIFICATION, QUESTIONNAIRE& REQUIREMENTS AFFIDAVIT Purpose: The purpose of this Response Certification, Questionnaire and Requirements Affidavit Form is to inform prospective Proposals of certain solicitation and contractual requirements, and to collect necessary information from Proposals in order that certain portions of responsiveness, responsibility and other determining factors and compliance with requirements may be evaluated. This Statement of Qualifications Certification, Questionnaire and Requirements Affidavit Form is a REQUIRED FORM that must be submitted fully completed and executed. 1. General Proposer Information. FIRM NAME: No of Years in Business: No of Years in Business Locally: OTHER NAME(S)PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: FIRM PRIMARY ADDRESS(HEADQUARTERS): CITY: STATE: ZIP CODE: TELEPHONE NO.: TOLL FREE NO.: FAX NO.: FIRM LOCAL ADDRESS: CITY: STATE: ZIP CODE: PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: ACCOUNT REP TELEPHONE NO.: ACCOUNT REP TOLL FREE NO.: ACCOUNT REP EMAIL: FEDERAL TAX IDENTIFICATION NO.: The City reserves the right to seek additional information from proposer or other source(s), including but not limited to: any firm or principal information, applicable licensure, resumes of relevant individuals, client information,financial information, or any information the City deems necessary to evaluate the capacity of the proposer to perform in accordance with contract requirements. RFQ 2017-028-KB 17 1. Veteran Owned Business.Is Proposer claiming a veteran owned business status? YES NO SUBMITTAL REQUIREMENT: Proposers claiming veteran owned business status shall submit a documentation proving that firm is certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United States federal government,as required pursuant to ordinance 2011-3748. 2. Conflict Of Interest.All Proposers must disclose,in their Proposal,the name(s)of any officer,director,agent,or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Further, all Proposers must disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the Proposer entity or any of its affiliates. SUBMITTAL REQUIREMENT: Proposers must disclose the name(s)of any officer, director, agent, or immediate family member (spouse,parent,sibling,and child)who is also an employee of the City of Miami Beach. Proposers must also disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%)percent or more in the Proposer entity or any of its affiliates 3. References&Past Performance. Proposer shall submit at least three(3)references for whom the Proposer has completed work similar in size and nature as the work referenced in solicitation. SUBMITTAL REQUIREMENT: For each reference submitted, the following information is required: 1) Firm Name, 2) Contact Individual Name&Title,3)Address,4)Telephone,5)Contact's Email and 6)Narrative on Scope of Services Provided. 4. Suspension,Debarment or Contract Cancellation.Has Proposer ever been debarred,suspended or other legal violation,or had a contract cancelled due to non- erformance by an ublic sector agency? YES NO SUBMITTAL REQUIREMENT: If answer to above is "YES," Proposer shall submit a statement detailing the reasons that led to action(s). 5. Vendor Campaign Contributions. Proposers are expected to be or become familiar with, the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with,and shall be subject to any and all sanctions, as prescribed therein,including disqualification of their Proposals,in the event of such non-compliance. SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities (including your sub-consultants) with a controlling financial interest as defined in solicitation. For each individual or entity with a controlling financial interest indicate whether or not each individual or entity has contributed to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. 6. Code of Business Ethics. Pursuant to City Resolution No.2000-23879, each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics("Code")and submit that Code to the Department of Procurement Management with its proposal/response or within five(5)days upon receipt of request.The Code shall, at a minimum, require the Proposer,to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. In lieu of submitting Code of Business Ethics, Proposer may submit a statement indicating that it will adopt,as required in the ordinance,the City of Miami Beach Code of Ethics,available at www.miamibeachfl.gov/procurement/. RFQ 2017-028-KB 18 7. Living Wage. Pursuant to Section 2-408 of the Miami Beach City Code, as same may be amended from time to time, Proposers shall be required to pay all employees who provide services pursuant to this Agreement,the hourly living wage rates listed below: • Commencing with City fiscal year 2012-13(October 1, 2012),the hourly living rate will be$11.28/hr with health benefits,and$12.92/hr without benefits. The living wage rate and health care benefits rate may, by Resolution of the City Commission be indexed annually for inflation using the Consumer Price Index for all Urban Consumers(CPI-U)Miami/Ft. Lauderdale, issued by the U.S.Department of Labor's Bureau of Labor Statistics. Notwithstanding the preceding,no annual index shall exceed three percent(3%).The City may also,by resolution, elect not to index the living wage rate in any particular year, if it determines it would not be fiscally sound to implement same(in a particular year). Proposers'failure to comply with this provision shall be deemed a material breach under this proposal, under which the City may, at its sole option, immediately deem said Proposer as non-responsive, and may further subject Proposer to additional penalties and fines, as provided in the City's Living Wage Ordinance, as amended. Further information on the Living Wage requirement is available at www.miamibeachfl.gov/procurement/. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees to the living wage requirement. 8. Equal Benefits for Employees with Spouses and Employees with Domestic Partners. When awarding competitively solicited contracts valued at over$100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks,the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business with the City of Miami Beach, who are awarded a contract pursuant to competitive proposals, to provide"Equal Benefits"to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach, Florida;and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? YES NO B. Does your company provide or offer access to any benefits to employees with(same or opposite sex)domestic partners*or to domestic partners of employees? YES NO C. Please check all benefits that apply to your answers above and list in the "other" section any additional benefits not already specified. Note: some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic partner, such as medical insurance. BENEFIT Firm Provides for Firm Provides for Firm does not Employees with Employees with Provide Benefit Spouses Domestic Partners Health Sick Leave Family Medical Leave Bereavement Leave If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are no insurance providers in your area willing to offer domestic partner coverage) you may be eligible for Reasonable Measures compliance. To comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application (attached)with all necessary documentation.Your Reasonable Measures Application will be reviewed for consideration by the City Manager, or his designee.Approval is not guaranteed and the City Manager's decision is final. Further information on the Equal Benefits requirement is available at www.miamibeachfl.gov/procurement/. RFQ 2017-028-KB 19 9. Public Entity Crimes.Section 287.133(2)(a),Florida Statutes,as currently enacted or as amended from time to time,states that a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a proposal, proposal,or reply on a contract with a public entity for the construction or repair of a public building or public work;may not submit proposals, proposals,or replies on leases of real property to a public entity;may not be awarded or perform work as a contractor, supplier, subcontractor,or consultant under a contract with any public entity;and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees with the requirements of Section 287.133,Florida Statutes,and certifies it has not been placed on convicted vendor list. 10. Non-Discrimination.Pursuant to City Ordinance No.2016-3990,the City shall not enter into a contract with a business unless the business represents that it does not and will not engage in a boycott as defined in Section 2-375(a)of the City Code, including the blacklisting,divesting from,or otherwise refusing to deal with a person or entity when such action is based on race,color, national origin,religion,sex,intersexuality,gender identity,sexual orientation,marital or familial status,age or disability. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code. 11. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant to Resolution 2016-29375, the City of Miami Beach, Florida, prohibits official City travel to the states of North Carolina and Mississippi, as well as the purchase of goods or services sourced in North Carolina and Mississippi. Proposer shall agree that no travel shall occur on behalf of the City to North Carolina or Mississippi, nor shall any product or services it provides to the City be sourced from these states. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Resolution 2016-29375. 12. Fair Chance Requirement. Beginning on December 1, 2016, the city shall not enter into a contract, resulting from a competitive solicitation issued pursuant to this article,with a business unless the business certifies in writing that the business has adopted and employs written policies, practices,and standards that are consistent with the city's Fair Chance Ordinance,set forth in article V of chapter 62 of this Code. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Resolution 2016-29375. 13. Acknowledgement of Addendum. After issuance of solicitation, the City may release one or more addendum to the solicitation which may provide additional information to Proposers or alter solicitation requirements. The City will strive to reach every Proposer having received solicitation through the City's e-procurement system, PublicPurchase.com. However, Proposers are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation.This Acknowledgement of Addendum section certifies that the Proposer has received all addendum released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addendum may result in proposal disqualification. Initial to Confirm Initial to Confirm Initial to Confirm Receipt Receipt Receipt Addendum 1 Addendum 6 Addendum 11 Addendum 2 Addendum 7 Addendum 12 Addendum 3 Addendum 8 Addendum 13 Addendum 4 Addendum 9 Addendum 14 Addendum 5 Addendum 10 Addendum 15 If additional confirmation of addendum is required,submit under separate cover. RFQ 2017-028-KB 20 DISCLOSURE AND DISCLAIMER SECTION The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach (the"City")for the recipient's convenience. Any action taken by the City in response to Statement of Qualifications made pursuant to this solicitation,or in making any award,or in failing or refusing to make any award pursuant to such Statement of Qualifications, or in cancelling awards, or in withdrawing or cancelling this solicitation,either before or after issuance of an award,shall be without any liability or obligation on the part of the City. In its sole discretion, the City may withdraw the solicitation either before or after receiving Statement of Qualifications, may accept or reject Statement of Qualifications,and may accept Statement of Qualifications which deviate from the solicitation,as it deems appropriate and in its best interest. In its sole discretion,the City may determine the qualifications and acceptability of any party or parties submitting Statement of Qualifications in response to this solicitation. Following submission of Statement of Qualifications, the applicant agrees to deliver such further details, information and assurances, including financial and disclosure data, relating to the Statement of Qualifications and the applicant including, without limitation, the applicant's affiliates,officers,directors,shareholders,partners and employees,as requested by the City in its discretion. The information contained herein is provided solely for the convenience of prospective Proposals. It is the responsibility of the recipient to assure itself that information contained herein is accurate and complete.The City does not provide any assurances as to the accuracy of any information in this solicitation. Any reliance on these contents,or on any permitted communications with City officials,shall be at the recipient's own risk. Proposals should rely exclusively on their own investigations, interpretations, and analyses.The solicitation is being provided by the City without any warranty or representation,express or implied, as to its content, its accuracy, or its completeness. No warranty or representation is made by the City or its agents that any Statement of Qualifications conforming to these requirements will be selected for consideration, negotiation, or approval. The City shall have no obligation or liability with respect to this solicitation,the selection and the award process,or whether any award will be made.Any recipient of this solicitation who responds hereto fully acknowledges all the provisions of this Disclosure and Disclaimer,is totally relying on this Disclosure and Disclaimer, and agrees to be bound by the terms hereof.Any Statement of Qualifications submitted to the City pursuant to this solicitation are submitted at the sole risk and responsibility of the party submitting such Statement of Qualifications. This solicitation is made subject to correction of errors,omissions,or withdrawal from the market without notice. Information is for guidance only,and does not constitute all or any part of an agreement. The City and all Proposals will be bound only as, if and when a Statement of Qualifications, as same may be modified, and the applicable definitive agreements pertaining thereto, are approved and executed by the parties, and then only pursuant to the terms of the definitive agreements executed among the parties.Any response to this solicitation may be accepted or rejected by the City for any reason,or for no reason,without any resultant liability to the City. The City is governed by the Government-in-the-Sunshine Law, and all Statement of Qualifications and supporting documents shall be subject to disclosure as required by such law. All Statement of Qualifications shall be submitted in sealed proposal form and shall remain confidential to the extent permitted by Florida Statutes, until the date and time selected for opening the responses. At that time, all documents received by the City shall become public records. Proposals are expected to make all disclosures and declarations as requested in this solicitation. By submission of a Statement of Qualifications,the Proposer acknowledges and agrees that the City has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement information contained in the Statement of Qualifications, and authorizes the release to the City of any and all information sought in such inquiry or investigation. Each Proposer certifies that the information contained in the Statement of Qualifications is true,accurate and complete,to the best of its knowledge,information,and belief. Notwithstanding the foregoing or anything contained in the solicitation,all Proposals agree that in the event of a final unappealable judgment by a court of competent jurisdiction which imposes on the City any liability arising out of this solicitation, or any response thereto, or any action or inaction by the City with respect thereto, such liability shall be limited to$10,000.00 as agreed-upon and liquidated damages.The previous sentence, however, shall not be construed to circumvent any of the other provisions of this Disclosure and Disclaimer which imposes no liability on the City. In the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation, it is understood that the provisions of this Disclosure and Disclaimer shall always govern. The solicitation and any disputes arising from the solicitation shall be governed by and construed in accordance with the laws of the State of Florida. RFQ 2017-028-KB 21 PROPOSER CERTIFICATION I hereby certify that: I, as an authorized agent of the Proposer , am submitting the following information as my firm's proposal; Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation, all attachments, exhibits and appendices and the contents of any Addenda released hereto, and the Disclosure and Disclaimer Statement; proposer agrees to be bound to any and all specifications, terms and conditions contained in the solicitation, and any released Addenda and understand that the following are requirements of this solicitation and failure to comply will result in disqualification of proposal submitted; Proposer has not divulged, discussed, or compared the proposal with other Proposals and has not colluded with any other proposer or party to any other proposal; proposer acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; all responses, data and information contained in this proposal, inclusive of the Statement of Qualifications Certification, Questionnaire and Requirements Affidavit are true and accurate. Name of Proposer's Authorized Representative: Title of Proposer's Authorized Representative: Signature of Proposer's Authorized Representative: Date: State of FLORIDA ) On this day of ,20_,personally appeared before me who County of ) stated that (s)he is the of , a corporation, and that the instrument was signed in behalf of the said corporation by authority of its board of directors and acknowledged said instrument to be its voluntary act and deed. Before me: Notary Public for the State of Florida My Commission Expires: RFQ 2017-028-KB 22 APPENDIX B (SI MIAMBEACH " No Bid " Form R F Q No. 2017-028-KB PROFESSIONAL CONSTRUCTION ENGINEERING AND INSPECTION (CEI) FIRMS TO PROVIDE VARIOUS CEI SERVICES ON AN "AS NEEDED" BASIS PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Note: it is important for those vendors who have received notification of this solicitation but have decided not to respond, to complete and submit the attached "Statement of No Bid." The "Statement of No Bid" provides the City with information on how to improve the solicitation process. Failure to submit a "Statement of No Bid" may result in not being notified [ of future solicitations by the City. RFQ 2017-028-KB 23 Statement of No Bid WE HAVE ELECTED NOT TO SUBMIT A STATEMENTS OF QUALIFICATIONS AT THIS TIME FOR REASON(S) CHECKED AND/OR INDICATED BELOW: Workload does not allow us to proposal _Insufficient time to respond _ Specifications unclear or too restrictive Unable to meet specifications Unable to meet service requirements Unable to meet insurance requirements _Do not offer this product/service _OTHER. (Please specify) We do_do not_want to be retained on your mailing list for future proposals of this type product and/or service. Signature: Title: Legal Company Name: Note: Failure to respond, either by submitting a proposal or this completed form, may result in your company being removed from our vendors list. PLEASE RETURN TO: CITY OF MIAMI BEACH PROCUREMENT DEPARTMENT ATTN: Kristy Bade STATEMENTS OF QUALIFICATIONS #2017-003-KB 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 RFQ 2017-028-KB 24 APPENDIX C MAM BEACH Minimum Requirements & Specifications RFQ No. 2017-028-KB PROFESSIONAL CONSTRUCTION ENGINEERING AND INSPECTION (CEI) FIRMS TO PROVIDE VARIOUS CEI SERVICES ON AN "AS NEEDED" BASIS PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 RFQ 2017-028-KB 25 Cl. Minimum Eligibility Requirements. The Minimum Eligibility Requirements for this solicitation are listed below. Proposer shall submit, with its proposal, the required submittal(s) documenting compliance with each minimum requirement. Proposers that fail to include the required submittals with its proposal or fail to comply with minimum requirements shall be deemed non-responsive and shall not have its proposal considered. 1. Bidder (defined as the Firm) shall provide a minimum of five (5) references providing professional construction engineering and inspection (CEI) services to other governmental organizations or public entities in the last ten (10) years. Submittal Requirement: For each qualifying project, submit project name, project description, commencement and completion dates, project contact information (phone and email)and prime proposer's role in project. C2. Statement of Work Required. The Consultant's Basic Services that may be provided under the Agreement entered into pursuant to this RFQ shall (at a minimum)consist of, but not be limited to, the following: 1. Administer the Construction Contract and monitor and inspect the work performed by the Contractor such that the project is constructed in reasonable conformity with the plans, specifications, and special provisions of the Construction Contract. 2. Resident Engineering Services - Coordinate the Construction Contract administration activities of all parties other than the Contractor involved in completing the construction project. Services shall include maintaining the required level of surveillance of Contractor activities, interpreting plans, specifications, and special provisions for the Construction Contract. Maintain complete, accurate records of all activities and events relating to the project and properly document all project changes. The following services shall be performed: a) General Coordination: The Consultant shall communicate daily or periodically with the City, the Design Consultant and Contractor, as needed. They shall report on concerns as it relates to the construction effort and activities. In addition, the Consultant shall also coordinate with the Public Information Officer (PIO) where notifications such as utility outages, road closures, etc. may be required. The Consultant shall monitor and verify that the Contractor has made the required notifications to the utility owners, residents and businesses as may be required. b) Estimating Services: Provide accurate cost estimates and schedules to avoid cost overruns and schedule slips. Prepare cost estimates and schedules by helping manage resources and supporting assessment and decision making. Services may encompass a wide range of cost- related aspects of engineering and program management, but in particular cost estimating, cost analysis/cost assessment, design-to-cost, schedule analysis/planning and risk assessment. c) Value Engineering Meetings: The Consultant shall be expected to attend, participate, and provide cost estimating information at Value Engineering meetings between the City, the Design Consultant, and the Contractor for the Project. d) Resident's Information Meetings: The Consultant shall be expected to attend, address RFQ 2017-028-KB 26 residents' concerns, participate, produce meeting minutes, and take a lead role in Resident Information Meetings with the City for the Project. e) Pre-Construction Meetings: The Consultant shall be expected to attend, participate, produce meeting minutes and take a lead role in Pre-Construction Meeting with the City, Design Consultant and Contractor for the Project. The Pre-construction Meeting shall be scheduled once the City issues the first Notice-to-Proceed to the Contractor. f) Weekly Construction Progress Meetings: The Consultant shall attend, participate and take a lead role in weekly construction project meetings with the City, PIO, Design Consultant and Contractor on the Project. These meetings shall serve as forums to review the status of construction progress, discuss construction issues, discuss schedule and/or cost concerns, discuss potential changes or conflicts, review the status of shop drawing submittals and Construction Document clarifications and interpretations, and to resolve problems before they become critical. Consultant shall prepare weekly meeting minutes and distribute to all meeting attendees, review the two week look ahead provided by the Contractor and provide comments or objections to written statements within the specified timeframe. The Consultant shall prepare detailed weekly reports that describe the construction activities, progress, incidents and issues that have occurred on the construction site and distribute to the attendees in advance of the weekly construction progress meetings. g) Field Observations: The Consultant shall conduct field observations on a daily basis throughout the duration of construction. Field observations may be provided jointly by the City and the Consultant. If and when necessary, the City shall provide part-time construction inspectors for the duration of the Project. The role of the City's construction inspectors shall be limited. The Consultant shall be present at the construction site daily during the construction phase of the Project and shall be expected to be available, as needed, throughout the Contractor's work day. h) Stormwater Permit - Verify that the Contractor is conducting inspections, preparing reports and monitoring all storm water pollution prevention measures associated with the project. For each project that requires the use of the NPDES General Permit, inspector the inspector (at least one) should have successfully completed the "Florida Stormwater, Erosion, and Sedimentation Control Training and Certification Program for Inspectors and Contractors". The Consultant's inspector shall be familiar with the requirements set forth in the FEDERAL REGISTER, Vol. 57, No. 187, Friday, September 5, 1992, pages 4412 to 4435 "Final NPDES General Permits for Storm Water Discharges from Construction Sites" and the City's guidelines. i) Specialty Design Consultant Site Visits: The Consultant shall monitor the number of specialty site visits requested by the Contractor or City and conducted by the Design Consultant. When it becomes evident that a specialty site visit from the design Engineer of Record (EOR) shall be required, the Consultant shall notify the EOR to discuss and schedule a mutually acceptable time for meeting at the construction site. j) Daily Reports: The Consultant shall prepare daily reports, on the same date as construction occurs, to record the daily performance of the Contractor as well as other significant RFQ 2017-028-KB 27 construction related matters. Daily reports shall be uploaded by the Consultant to e-BuilderTM, the City's document management system. At the end of each day or the beginning of the following day, the Consultant shall forward the original daily reports to the City for review. The Consultant shall maintain and file paper copies of the daily reports onsite for reference. The daily reports shall include records of when the Contractor is on the job-site, general field observations, weather conditions, change orders, changed conditions, list of job site visitors, daily drilling and testing activities, testing results, testing observations, and records of the outcome of tests and inspections. At a minimum the daily reports shall contain the following information: • Weather and general site conditions • Contractor's work force counts by category and hours worked • Description of Work performed including location • Equipment utilized • Names of visitors to the jobsite and reason for the visit • Tests made and results • Construction difficulties encountered and remedial measures taken • Significant delays encountered and apparent reasons why • Description of(potential)disputes between the Contractor and City • Description of(potential)disputes between the Contractor and residents • Summary of additional directions that may have been given to the Contractor • Detailed record of materials, equipment and labor used in connection with extra work, or where there is reason to suspect that a claim or request for Change Order may be submitted by the Contractor • Summary of any substantive discussions held with the Contractor and/or City • Summary of nonconforming work referenced to corresponding Non-Compliance Notice • A log of photographs taken k) Photographic Record: Consultant shall provide a photographic record of the overall progress of construction, beginning with preconstruction documentation, following with on-going construction documentation, and ending with post-construction documentation. Photographs shall be digital snapshot type taken to define the progress of the project and shall be filed electronically by month in e-BuilderTM, the City's document management system, labeled by date, time and location. The Consultant shall upload all photos to the e-BuilderTM document management system on a weekly basis. I) Adherence to Construction Documents: The Consultant shall review materials and workmanship of the projects and report to the City any deviations from the Construction Documents that may come to the Consultant's attention. Consultant shall determine the acceptability of the work and materials and, in concert with the Design Consultant (as necessary), make recommendations to the City to reject items not meeting the requirements of the Construction Documents. m) Delivery of Unaccepted Materials to Jobsite: As new materials are delivered to the jobsite, the Consultant shall check the material's certifications and samples and verify that an approved shop drawing was submitted for the material in question. If it is determined that a RFQ 2017-028-KB 28 submittal has not been approved, the Consultant shall immediately notify the City and issue a Non-Compliance Notice. In conjunction with the Design Consultant (as necessary), the Consultant shall direct and supervise the sampling and testing of materials to be performed by the City's independent testing laboratory. The Consultant shall maintain test report logs which shall be submitted to the City for review on a monthly basis and uploaded to e-BuilderTM, the City's document management system on a weekly basis. Consultant shall also review invoices submitted by the independent testing laboratories and recommend payment by the City. n) Shop Drawing Submittals: The Consultant shall review shop drawing and product approvals throughout the duration of the construction period for familiarity prior to delivery of materials. Consultant shall verify that Contractor is maintaining a submittal log, conducting timely submittals, and uploading approved shop drawings to e-BuilderTM, the City's document management system. o) Issuance of Non-compliance Notices: The Consultant shall be responsible for notifying the City when they become aware of a condition that is believed to be in non-compliance with Construction Documents. Anytime the Consultant notices a potential construction problem or a condition that could result in non-complying materials, equipment or workmanship, the Consultant will need to determine whether the condition poses an immediate threat to public health or safety. 1) If a condition does not pose a threat to public health or safety, immediate verbal notification or "Pre-Noncompliance Notice" of the potential non-compliance should be made to the Contractor and the City. This verbal notice shall be documented in the Consultant's daily report, as well as an e-mail to the contractor with a copy to the City's Project Coordinator advising the Contractor of potential construction problems, errors, or deficiencies that can be promptly resolved and do not warrant a Non-compliance Notice. If the Contractor fails to respond to the verbal notification within a reasonable timeframe, the Consultant shall notify the City and the City's Projects Coordinator and shall issue a written Non-compliance Notice. 2) If a condition poses an immediate threat to public health or safety, the Consultant shall notify the Contractor and City immediately and the City's Projects Coordinator shall issue a Non- compliance Notice to the Contractor. Non-compliance Notices shall include a description of the Work that does not meet the construction contract requirements, along with a required timetable for corrective work to be implemented by the Contractor. Other items that should be included in the Notice include a reference to the provision of the Construction Documents that has been violated. p) Damage to Existing Facilities: The Consultant shall identify any existing facilities damaged by the Contractor and verify that the Contractor has notified the respective owner(s). The Consultant shall include record of such occurrences in the daily reports. q) Change Orders: Consultant shall perform an independent review of any Change Orders submitted by the Contractor and provide a written statement noting recommendation for approval or denial of the Change Order to the City. If recommended for approval, the Consultant shall note if the requested cost and schedule impacts are fair and reasonable. The Consultant shall be responsible for maintaining a Change Order log and uploading approved Change Orders to e-BuilderTM, the City's document management system. The Consultant shall also participate in change request review meetings with City and Contractor to resolve and/or RFQ 2017-028-KB 29 negotiate the equitable resolution of request. r) Requests for Information/Construction Document Clarification (RFIs/CDCs): When RFIs and CDCs involve design issue interpretations, the Consultant shall coordinate with the Design Consultant, as needed, to resolve the Contractor's Requests for Information, Construction Document Clarifications, Field Orders, and other related correspondence. The Consultant shall be also be responsible for verifying that the Design Consultant is providing a written response to RFIs and CDCs in a timely manner and for processing, logging, and distributing all RFIs/CDCs. Consultant shall upload all RFI and CDC responses to e-BuilderTM, the City's document management system. s) Schedule: Analyze the Contractor's schedule(s) (i.e. baseline(s), revised baseline(s), updates, as-built, etc.) for compliance with the contract documents. Elements including, but not limited to, completeness, logic, durations, activity, flow, milestone dates, concurrency, resource allotment, and delays shall be reviewed. Verify the schedule conforms with the construction phasing and MOT sequences, including all contract modifications. Provide a written review of the schedule identifying significant omissions, improbable or unreasonable activity durations, errors in logic, and any other concerns as detailed in the contract documents. t) Pay Requisitions: Consultant shall verify Contractor's pay requisition quantities and sign-off on all pay requisition quantities in the field. Consultant shall be responsible for reviewing with the Contractor the monthly payment requisition to confirm the status of completed and uncompleted work and stored materials. The Consultant shall advise the City of quantities being approved for subsequent concurrence for payment purposes. Payment Requisitions shall only be approved by the City. u) Equipment Tests and Systems Start-up: Consultant shall be responsible for coordinating various tests for quality control on the projects; verifying that equipment tests and systems start-up are conducted in the presence of appropriate personnel; and that the Contractor is maintaining adequate records thereof. Consultant shall observe, record, and report appropriate details relative to the test procedures and start-up. v) Record Drawings: Consultant shall monitor that record drawing mark-ups are properly maintained by the Contractor. The Consultant shall review the record drawing mark-ups as deemed necessary by the City. Contractor's failure to maintain the record drawings in up-to- date condition may be deemed grounds for withholding Contractor's monthly payment requisitions until such time as the record drawings are brought up-to-date. The Consultant shall notify the City if it considers the mark-up documents insufficient. The City shall make final determination of payment withholding. w) Safety: Consultants shall be expected to recognize a hazard that any reasonable non-safety professional might be expected to recognize. In addition, those safety obligations extend only to recognizable hazards that the Consultant may note while in the normal conduct of onsite business. If a situation presents itself, the following procedures should be followed: RFQ 2017-028-KB 30 • Immediately direct personnel to remove themselves from the apparent danger. • Notify the Contractor's superintendent of the apparent condition that caused the concern and that the affected personnel were directed to remove themselves accordingly. • Notify the Contractor of the situation that arises concern, both in writing and verbally. • Issue a written Notice of Noncompliance stating that the Contractor should take immediate action as it deems necessary to correct the deficiency/condition. • Write a full report in the Daily Report on the condition found to be unsafe, all actions taken, and correspondence written, including times and names. • Take photographs, of the concern. • If the Contractor does not make corrections, the Consultant should notify the City. • The Consultant shall review the situation with the City for further direction. • The condition, as well as all conversations and correspondence, shall be recorded in the Consultant's Daily Report. • In the case of a construction-related accident, Consultant shall notify the City of the accident. Consultant shall direct the Contractor to prepare an accident report with a copy forwarded to the City. x) Quality Control: The Consultant shall review and monitor the Contractor's adherence to an acceptable quality control program submitted by the Contractor prior to the issuance of the second Notice-to-Proceed by the City. This program shall describe the Contractor's quality control, organizational procedures, documentation controls and processes for each phase of the work. Quality control during construction shall be the responsibility of the Contractor; however, oversight and ensuring the Contractor complies with applicable jurisdictional construction standards shall be enforced on the City's behalf by the Consultant. y) Proceeding with Disputed Work: In the event that an agreement cannot be reached on a Change Order, the Contractor must carry on the work and adhere to the project schedule in accordance with the construction contract general conditions. The Consultant shall log all forced work efforts related to disputed change order on a Forced Work Daily Log Reports which shall be signed and dated by the Consultant and the Contractor's representative at the completion of each workday. The Consultant shall forward copies of this form to the City for record purposes. z) Maintenance of Traffic (MOT): The Contractor shall provide the Consultant, City and Design Consultant with approved copies of its MOT at the Pre-Construction Meeting for general information purposes. It shall be the Consultant's responsibility to verify compliance with the MOT in the field. aa) Contractor Request for Services: When the Contractor requires services from the City for issues such as water main shutdowns, tie-ins to existing water mains, special regulatory inspections, etc., a request shall be made in writing by the Contractor, and forwarded by the Consultant to the City, a minimum of three working days prior to when required. bb) Substantial Completion: When the Contractor considers that the Work has reached Substantial Completion, the Contractor shall notify the Consultant who shall verify that the work has progressed to the substantial completion point in accordance the Construction Documents. RFQ 2017-028-KB 31 If the Consultant is in agreement, the Consultant shall contact the City to agree on a schedule for conducting a substantial completion "walk-through" inspection of the Work. Consultant shall attend and participate in the substantial completion "walk-through", perform a substantial completion inspection with the Contractor, Design Consultant and the City, and prepare a master punch list that describes items remaining to be completed. This master punch list shall be attached to the certificate of substantial completion. cc) Final Completion and Project Closeout: When the Contractor considers that the Work has reached Final Completion, the Contractor shall notify the Consultant who shall verify that the work has progressed to the Final Completion point in accordance the Construction Documents. If the Consultant is in agreement, the Consultant shall contact the City to agree on a schedule for conducting a Final Completion "walk-through" inspection of the Work. Consultant shall attend and participate in the Final Completion "walk-through" and perform a Final Completion inspection with the Contractor, Design Consultant and the City. If the work is determined to be incomplete, Consultant and other attendees shall each develop a punch list of items requiring completion or correction prior to consideration of final acceptance of each project which shall be forwarded to the Contractor by the Consultant for the Project. Consultant shall complete all necessary close-out and construction completion forms and documentation in coordination with the City for the Project. The Consultant shall work with the Design Consultant and the Contractor, as necessary to ascertain materials required for the closeout binder, as required by the City, and review the Operation and Maintenance manuals for each project for completeness prior to forwarding documentation to the City. Once all parties determine the work is complete and the Contractor has delivered all close-out documentation to the City, the Consultant shall prepare a Final Certificate for Payment. The Consultant shall be responsible for providing final certifications based on the entire scope of work for the Project. dd) Consultant and Design Consultant Relationship: These services outlined herein are intended to provide support to both the City and the Design Consultant during the construction phase of the Project. The Consultant shall perform the services outlined in this Agreement under the supervision and contractual directives of the Project Coordinator, and shall refer all matters pertaining to this Agreement to the City. In matters relating to the design concept and constructability thereof, the Consultant shall conduct this scope of services under the technical directives issued by the Design Consultant such that the Design Consultant's EOR can provide final certification of the design components at Project Closeout. 3. Provide qualified personnel necessary to efficiently and effectively carry out its responsibilities under this Agreement. The personnel shall be qualified by experience and education. Submit in writing to the City for review and approval, the names of personnel proposed for assignment to the project, including a detailed resume for each. The City reserves the right to have Consultant's personnel removed and substituted from the project, if the employee's conduct or performance is detrimental to the project. The City reserves the right to request periodic rotation of field personnel. 4. The Consultant shall furnish the City with a Quality Assurance Plan within 15 calendar days after the award of this agreement. The QA Plan shall detail the procedures, evaluation criteria, and instructions of the Consultant's organization for providing services pursuant to this Agreement. Significant changes to the work requirements may require the Consultant to revise the QA Plan. It shall be the responsibility of the Consultant to keep the plan current with the work requirements. RFQ 2017-028-KB 32 The Plan shall include, but not be limited to: • Consultant's QA Organization and its functional relationship to the part of the organization performing the work under the Agreement. The authority, responsibilities and autonomy of the QA organization shall be detailed as well as the names and qualifications of personnel in the quality control organization. • Methods used to monitor and achieve organization compliance with Agreement requirements for services and products. • Outline the types of records which shall be generated and maintained during the execution of the QA program. • Methods used to control subconsultant and vendor quality. • An officer of the Consultant firm shall certify that the inspection and documentation was done in accordance with specifications, plans, City standards, and City's procedures. • Maintain adequate records of the quality assurance actions performed by the organization (including subcontractors and vendors) in providing services and products under this Agreement. All records shall indicate the nature and number of observations made, the number and type of deficiencies found, and the corrective actions taken. 5. Provides assistance in preparing for arbitration hearings or litigation that occurs during the Agreement time in connection with the construction project covered by this Agreement. 6. Provide qualified engineering witnesses and exhibits for arbitration hearings or litigation in connection with the Agreement. 7. Provide services determined necessary for the successful completion and closure of the Construction Contract. 8. Provide Post construction claims review — The Consultant shall analyze the claim, engage in negotiations leading to settlement of the claim, and prepare and process the required documentation to close out the claim. 9. The Consultant may be asked to provide all or some construction engineering and inspection services including inspectors, construction managers and/or construction administration staff for City Right-of-Way construction projects. RFQ 2017-028-KB 33 APPENDIX D MIAMI BEACH Special Conditions RFQ No. 2017-028-KB PROFESSIONAL CONSTRUCTION ENGINEERING AND INSPECTION (CEI) FIRMS TO PROVIDE VARIOUS CEI SERVICES ON AN "AS NEEDED" BASIS PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 RFQ 2017-028-KB 34 1. TERM OF CONTRACT. Three (3) years. 2. OPTIONS TO RENEW. Two (2) additional one (1) year options 3. PRICES. Not Applicable. 4. EXAMINATION OF FACILITIES. Not Applicable. 5. INDEMNIFICATION. Not Applicable. 6. PERFORMANCE BOND. Not Applicable. 7. REQUIRED CERTIFICATIONS. Not Applicable. 8. SHIPPING TERMS. Not Applicable. 9. DELIVERY REQUIREMENTS. Not Applicable. 10. WARRANTY REQUIREMENTS. Not Applicable. 11. BACKGROUND CHECKS. Not Applicable. 12. ADDITIONAL TERMS OR CONDITIONS. This RFQ, including the attached Contract, contains all the terms and conditions applicable to any service being provided to the City resulting from award of contract. By virtue of submitting a proposal, consultant agrees not to require additional terms and conditions at the time services are requested, either through a separate agreement, work order, letter of engagement or purchase order. RFQ 2017-028-KB 35 APPENDIX E CP— MAM BEACH Insurance Requirements R F Q No. 2017-028-KB PROFESSIONAL CONSTRUCTION ENGINEERING AND INSPECTION (CEI ) FIRMS TO PROVIDE VARIOUS CEI SERVICES ON AN "AS NEEDED" BASIS PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 RFQ 2017-028-KB 36 MAM BEACH INSURANCE REQUIREMENTS This document sets forth the minimum levels of insurance that the contractor is required to maintain throughout the term of the contract and any renewal periods. XXX 1. Workers' Compensation and Employer's Liability per the Statutory limits of the state of Florida. XXX 2. Comprehensive General Liability (occurrence form), limits of liability $ 1,000,000.00 per occurrence for bodily injury property damage to include Premises/ Operations; Products, Completed Operations and Contractual Liability. Contractual Liability and Contractual Indemnity (Hold harmless endorsement exactly as written in "insurance requirements"of specifications). XXX 3. Automobile Liability-$1,000,000 each occurrence -owned/non-owned/hired automobiles included. 4. Excess Liability-$ .00 per occurrence to follow the primary coverages. XXX 5. The City must be named as and additional insured on the liability policies; and it must be stated on the certificate. 6. Other Insurance as indicated: Builders Risk completed value $ .00 Liquor Liability $ .00 Fire Legal Liability $ .00 Protection and Indemnity $ .00 Employee Dishonesty Bond $ .00 Other $ .00 XXX 7. Thirty(30) days written cancellation notice required. XXX 8. Best's guide rating B+:VI or better, latest edition. XXX 9. The certificate must state the proposal number and title The City of Miami Beach is self-insured. Any and all claim payments made from self-insurance are subject to the limits and provisions of Florida Statute 768.28, the Florida Constitution, and any other applicable Statutes. RFQ 2017-028-KB 37 APPENDIX F MAMLBEACH Contract RFQ No. 2017-028-KB PROFESSIONAL CONSTRUCTION ENGINEERING AND INSPECTION (CEI) FIRMS TO PROVIDE VARIOUS CEI SERVICES ON AN "AS NEEDED" BASIS PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 RFQ 2017-028-KB 38 AGREEMENT BETWEEN CITY OF MIAMI BEACH AND FOR PROFESSIONAL CONSTRUCTION ENGINEERING AND INSPECTION (CEI) FIRMS TO PROVIDE VARIOUS CEI SERVICES ON AN "AS NEEDED" BASIS PURSUANT TO REQUEST FOR QUALIFICATIONS NO. 2017-028-KB DISCIPLINE: RESOLUTION NO. 2017- RFQ 2017-028-KB 39 TABLE OF CONTENTS DESCRIPTION PAGE ARTICLE 1. DEFINITIONS 41 ARTICLE 2. BASIC SERVICES 46 ARTICLE 3. THE CITY'S RESPONSIBILITIES 50 ARTICLE 4. RESPONSIBILITY FOR CONSTRUCTION COST 52 ARTICLE 5. ADDITIONAL SERVICES 52 ARTICLE 6. REIMBURSABLE EXPENSES 53 ARTICLE 7. COMPENSATION FOR SERVICES 54 ARTICLE 8. CONSULTANT'S ACCOUNTING AND OTHER RECORDS 55 ARTICLE 9. OWNERSHIP OF PROJECT DOCUMENTS 55 ARTICLE 10. TERMINATION OF AGREEMENT 55 ARTICLE 11. INSURANCE 57 ARTICLE 12. INDEMNIFICATION AND HOLD HARMLESS 57 ARTICLE 13. ERRORS AND OMISSIONS 58 ARTICLE 14. LIMITATION OF LIABILITY 58 ARTICLE 15. NOTICE 58 ARTICLE 16. MISCELLANEOUS PROVISIONS 59 SCHEDULES: SCHEDULE A 63 SCHEDULE B 65 SCHEDULE C 67 ATTACHMENTS: ATTACHMENT A 68 ATTACHMENT B 69 ATTACHMENT C 70 RFQ 2017-028-KB 40 . ..._...... . AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND FOR PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED-BASIS" This Agreement made and entered into this day of , 20 (Effective Date), by and between the CITY OF MIAMI BEACH, a municipal corporation existing under the laws of the State of Florida, having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida, 33139, (hereinafter referred to as City), and , a corporation having its principal office at (hereinafter referred to as Consultant). WITNESSETH: WHEREAS, on September 17, 2014, the Mayor and City Commission approved the issuance of Request for Qualifications No. 2014-346-YG for Professional Architectural and Engineering Services in Specialized Categories On An "As-Needed-Basis" (the RFQ); and WHEREAS, the RFQ was intended to provide access to architectural and engineering firms in accordance with the Florida Consultant's Competitive Negotiation Act; and WHEREAS, on , the City Commission approved Resolution No. _ , respectively, authorizing the City to enter into negotiations with and, if successful, execute an agreement with the Consultant pursuant to the RFQ; and WHEREAS, City and the Consultant have negotiated the following agreement pursuant to the RFQ; and NOW THEREFORE, City and Consultant, in consideration of the mutual covenants and agreement herein contained, agree as follows: ARTICLE 1. DEFINITIONS 1.1 Definitions. The definitions included in this Section are not exhaustive of all definitions used in this Agreement. Additional terms may be defined in other Contract Documents. The following terms shall have the meanings specified herein unless otherwise stated herein: ADDITIONAL SERVICES: "Additional Services" shall mean those services, in addition to the Basic Services in this Agreement, as described in Article 5 and the Consultant Service Order, which the Consultant shall perform, at the City's option, and which must be duly authorized, in writing, by the City Manager or his authorized designee, prior to commencement of same. RFQ 2017-028-KB 41 APPLICABLE LAWS: "Applicable Laws" means all laws, statutes, codes (including, but not limited to, building codes), ordinances, rules, regulations, lawful orders and decrees of governmental authorities having jurisdiction over the Project, the Project Site or the Parties. BASE BID: "Base Bid" shall mean the elements contained in the Construction Documents recommended by the Consultant (and approved by the City) as being within the Construction Cost Budget. "Base Bid" shall not include additive alternates or deductive alternates. BASIC SERVICES: "Basic Services" shall include those services which Consultant shall perform in accordance with the terms of the Agreement, as described in Article 2 and the Consultant Service Order. Any Services not specifically enumerated as Additional Services (as defined herein) shall also be considered Basic Services. CITY (OR OWNER): The "City" shall mean the City of Miami Beach, a Florida municipal corporation having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida, 33139. In all respects hereunder, City's obligations and performance is pursuant to City's position as the owner of the Project acting in its proprietary capacity. In the event City exercises its regulatory authority as a governmental body including, but not limited to, its regulatory authority for code inspections and issuance of Building Department permits, Public Works Department permits, or other applicable permits within its jurisdiction, the exercise of such regulatory authority and the enforcement of any Applicable Laws shall be deemed to have occurred pursuant to City's regulatory authority as a governmental body and shall not be attributable in any manner to City as a Party to this Agreement. CITY COMMISSION: "City Commission" shall mean the governing and legislative body of the City. CITY MANAGER: The "City Manager" shall mean the chief administrative officer of the City. The City Manager shall also be construed to include any duly authorized representatives designated by the City Manager in writing, including the Project Administrator, with respect to any specific matter(s) concerning the Services and/or this Agreement (exclusive of those authorizations reserved to the City Commission under this Agreement, or to regulatory or administrative bodies having jurisdiction over the Project). CONSTRUCTION COST BUDGET: The "Construction Cost Budget" shall mean the amount budgeted and established by the City to provide for the cost of construction of the Work for the Project ("Construction Cost"), as set forth in the Consultant Service Order. CONSTRUCTION DOCUMENTS: "Construction Documents" shall mean the final (100% completed) plans, technical specifications, drawings, schematics, documents, and diagrams prepared by the Consultant pursuant to this Agreement, setting forth in detail the requirements for the construction of the Project. The Construction Documents shall set forth in full all details necessary to complete the construction of the Project in accordance with the Contract Documents. Construction Documents shall not be part of the Contract Documents, until (a) the Consultant has submitted completed Construction Documents to the City and (b) they have been reviewed and approved by the City and any agencies having jurisdiction in accordance with the procedures as otherwise provided by the Contract Documents. However, approval by the City shall not in any way be construed, interpreted and/or deemed to constitute a waiver or excuse Consultant's obligations to ensure the Construction Documents are constructible, in compliance with all Applicable Laws and in accordance with the Contract Documents. CONSULTANT: The named entity on page 1 of this Agreement, the "Consultant" shall mean the qualified and properly professionally licensed design professional in the State of Florida and as otherwise required by any entities, agencies, boards, governmental authorities and/or any other professional organizations with jurisdiction governing the professional practice area for which the design professional has been engaged by City and who will perform (or cause to be performed through Subconsultants RFQ 2017-028-KB 42 acceptable to the City) all architectural, design and engineering services required under this Agreement and/or Consultant Service Order and will serve as the "architect of record" and/or"engineer of record" for the Project. When the term "Consultant" is used in this Agreement it shall also be deemed to include any officers, employees, or agents of Consultants, and any other person or entity acting under the supervision, direction, or control of Consultant to provide any architectural, design, engineering or similar professional services with respect to a Project ("Subconsultants"). The Consultant shall not be replaced by any other entity, except as otherwise permitted in this Agreement. Further, any Subconsultant that may perform services on behalf of the Consultant shall be a qualified and properly professionally licensed design professional in the State of Florida and as otherwise required by any entities, agencies, boards, governmental authorities and/or any other professional organizations with jurisdiction governing the professional practice area for which the Subconsultant has been engaged by Consultant to perform professional design services in connection with the Project. The Subconsultants in Schedule "C", attached hereto, are hereby approved by the City Manager for the Project. CONSULTANT SERVICE ORDER: Consultant Service Order shall mean the work order issued by the City to Consultant (in substantial form as in Schedule A attached hereto), that specifically describes and delineates the particular Services (Basic Services and/or Additional Services) which will be required of Consultant for the Project that is the subject of such Consultant Service Order, and which may include studies or study activity, and/or professional services as defined in Section 287.055 of the Florida Statutes. CONTRACT AMENDMENT: "Contract Amendment" shall mean a written modification to the Agreement approved by the City (as specified below) and executed between City and Consultant, covering changes, additions, or reductions in the terms of this Agreement including, without limitation, authorizing a change in the Project, or the method and manner of performance thereof, or an adjustment in the fee and/or completion dates. Contract Amendments shall be approved by the City Commission if they exceed fifty thousand dollars ($50,000.00). Even for Contract Amendments of fifty thousand dollars ($50,000.00) or less (or other such threshold contract amount as may be specified by the City of Miami Beach Procurement Ordinance), the City Manager reserves the right to seek and obtain concurrence of the City Commission for approval of any such Contract Amendment. CONTRACT DOCUMENTS: "Contract Documents" shall mean this Agreement (together with all exhibits, addenda, Consultant Service Orders and written amendments issued thereto), and all Design Documents and Construction Documents. The Contract Documents shall also include, without limitation (together with all exhibits, addenda, and written amendments issued thereto), the Invitation to Bid (ITB), instructions to bidders, bid form, bid bond, Design Criteria Package (if any), the Contract for Construction, surety payment and performance bonds, Conditions of the Contract for Construction (General, Supplementary, and other Conditions), Divisions 0-17 specifications, an approved Change Order(s), approved Construction Change Directive(s), and/or approved written order(s) for a minor change in the Work. CONTRACT FOR CONSTRUCTION: "Contract for Construction" shall mean the legally binding agreement between City and Contractor for performance of the Work covered in the Contract Documents, including, without limitation, a general contractor, construction manager, design-builder or any other duly licensed construction contractor selected pursuant to any other procurement methodology available under Florida law. CONTRACTOR: "Contractor" shall mean the individual or individuals, firm, company, corporation, joint venture, or other entity contracting with City for performance of the Work covered in the Contract Documents. RFQ 2017-028-KB 43 DESIGN CRITERIA PACKAGE or DCP: "Design Criteria Package" means concise, performance- oriented drawings or specifications of a design-build Project, prepared for the purpose of furnishing sufficient information to permit design-build firms to prepare a bid or a response to a City request for proposal, or to permit the City to enter into a negotiated design-build contract. The Design Criteria Package must specify performance-based criteria for the design-build Project, including the legal description of the site, survey information concerning the site, interior space requirements, material quality standards, schematic layouts and conceptual design criteria of the project, cost or budget estimates, design and construction schedules, site development requirements, provisions for utilities, stormwater retention and disposal, and parking requirements applicable to the project. DESIGN DOCUMENTS: "Design Documents" means all plans, drawings specifications, schematics and all other documents which set forth in full the design of the Project and fix and describe in detail the size, configuration and character of the Project concerning all items of the Project necessary for the final preparation of the 100% completed, permitted Construction Documents in accordance with the requirements of the Contract Documents including, without limitation, all architectural and engineering elements as may be appropriate. Design Documents shall not be part of the Contract Documents, until (a) the Consultant has submitted completed Design Documents to the City and (b) they have been reviewed and approved by the City and agencies having jurisdiction in accordance with the procedures as provided by the Contract Documents. However, approval by the City shall not in any way be construed, interpreted and/or deemed to constitute a waiver or excuse Consultant's obligations to ensure the Design Documents are constructible, in compliance with all Applicable Laws and in accordance with the Contract Documents. FORCE MAJEURE: "Force Majeure" shall mean any delay occasioned by superior or irresistible force occasioned by violence in nature without the interference of human agency such as a hurricane, tornado, flood, loss caused by fire and other similar unavoidable casualties; or other causes beyond the City's or Consultant's control that are not due to any act, omission or negligence of either City or Consultant and, which have, or may be reasonably expected to have, a material adverse effect on the Project, or on the rights and obligations of City or Consultant under this Agreement and which, by the exercise of due diligence, such parties shall not have been able to avoid; provided, however, that inclement weather (except as noted above), the acts or omissions of Subconsultants, the Contractor and its sub-contractors, market conditions, labor conditions, construction industry price trends, and similar matters which normally impact on the construction process shall not be considered a Force Majeure. If the Consultant is delayed in performing any obligation under this Agreement due to a Force Majeure, the Consultant shall request a time extension from the Project Administrator within five (5) business days of said Force Majeure. Any time extension shall be subject to mutual agreement and shall not be cause for any claim by the Consultant for extra compensation, unless Additional Services are required and approved pursuant to Article 5 hereof. PROJECT: The "Project" shall mean that certain City capital project described in the Consultant Service Order. Project Cost: The "Project Cost", shall mean the estimated total cost of the Project, as prepared and established by the City, including the estimated Construction Cost and Soft Costs. The Project Cost may, from time to time, be revised or adjusted by the City, in its sole discretion, to accommodate approved modifications or changes to the Project or scope of work. Project Scope: The "Project Scope" shall mean the description of the Project, as described in the Consultant Service Order. RFQ 2017-028-KB 44 PROJECT ADMINISTRATOR: The "Project Administrator" shall mean the individual designated by the City Manager who shall be the City's authorized representative to issue directives and notices on behalf of the City with respect to all matters concerning the Services of this Agreement (exclusive of those authorizations reserved to the City Manager or City Commission under this Agreement, or to regulatory or administrative bodies having jurisdiction over the Project). PROPOSAL DOCUMENTS: "Proposal Documents" shall mean the RFQ, together with all amendments or addenda thereto (if any), which is incorporated by reference to this Agreement and made a part hereof; provided, however, that in the event of an express conflict between the Proposal Documents and this Agreement, the Agreement shall prevail. Consultant's proposal in response to the RFQ is included for reference purposes only and shall not be incorporated as part of this Agreement, except with respect to Consultant's representations regarding the qualifications and experience of Consultant and its key personnel, its commitment to provide the key personnel listed therein, and its capability to perform and deliver the Services in accordance with this Agreement and consistent with the all representations made therein. SCHEDULES: "Schedules" shall mean the various schedules attached to this Agreement and referred to as follows: Schedule A— Consultant Service Order Schedule B—Consultant Compensation and Hourly Billing Rate Schedule. Schedule C—Approved Subconsultants. SCOPE OF SERVICES: "Scope of Services" shall include the Project Scope, Basic Services, and any Additional Services (as approved by the City), all as described in Schedule "A" hereto. SERVICES: "Services" shall mean all services, work, and actions by the Consultant performed pursuant to or undertaken under this Agreement. SOFT COSTS: "Soft Costs" shall mean costs related to the Project other than Construction Cost including, without limitation, Consultant's Basic Services, Additional Services, surveys, testing, general consultant, financing, permitting fees and other similar costs, as determined by the City, that are not considered as direct costs for the construction of the Project. STATEMENT OF PROBABLE CONSTRUCTION COST: The "Statement of Probable Construction Cost" shall mean the detailed estimate prepared by Consultant in Construction Standard Index (CSI) format or other format approved by the Project Administrator, which includes the Consultant's estimated total construction cost to the City of the Work for the Project (as established in the Contract Documents, as they may be amended from time to time). The Statement of Probable Construction Cost shall be in sufficient detail to identify the costs of each element of the Project and include a breakdown of the fees, general conditions and construction contingency for the Project. Costs shall be adjusted to the projected bid date to take into account anticipated price escalation. WORK: "Work" shall mean all labor, materials, equipment, supplies, tools, machinery, utilities, fabrication, transportation, insurance, bonds, permits and conditions thereof, building code changes and government approvals, licenses, tests, quality assurance and/or quality control inspections and related certifications, surveys, studies, and other items, work and services that are necessary or appropriate for the total construction, installation, and functioning of the Project, together with all additional, collateral and incidental items, and work and services required for delivery of a completed, fully functional and functioning Project as set forth in the Contract Documents. RFQ 2017-028-KB 45 ARTICLE 2. BASIC SERVICES 2.1 The Consultant shall provide Basic Services for the Project, specifically described in the Consultant Service Order. 2.2 The Services will be commenced by the Consultant upon receipt of a written Consultant Service Order signed by the City Manager or the Project Administrator. Consultant shall countersign the Consultant Service Order upon receipt and return the signed copy to the City. 2.3 As it relates to the Services and the Project, Consultant warrants and represents to the City that it is knowledgeable of and shall comply with all Applicable Laws. The Consultant agrees to comply with all Applicable Laws, whether now in effect or as may be amended or adopted from time to time, and shall further take into account all known pending changes to the foregoing of which it should reasonably be aware. 2.4 The Consultant warrants and represents to the City that all of the Services required under this Agreement shall be performed in accordance with the standard of care normally exercised in the design of comparable projects in South Florida. Consultant warrants and represents to the City that it is experienced, fully qualified, and properly licensed (pursuant to Applicable Laws) to perform the Services. Consultant warrants and represents to the City that it is responsible for the technical accuracy of the Services (including, without limitation, the Design Documents contemplated in Schedule "A" hereto). Consultant further warrants and represents that the approved and permitted Construction Documents shall constitute a representation by Consultant to City that the Project, if constructed as required by the Contract Documents, will be fully functional, suitable and sufficient for its intended purposes. 2.5 The Consultant's Basic Services may consist of various tasks, including planning, design, bidding/award, preparation of a DCP, studies, construction administration, and Additional Services (as may be approved), all as further described in the Consultant Service Order; and shall also include any and all of Consultant's responsibilities and obligations with respect to the Project, as set forth in the General Conditions of the Contract for Construction. 2.6 RESPONSIBILITY FOR CLAIMS AND LIABILITIES: No action or omission by City shall waive or excuse Consultant's obligations under the Agreement and/or other Contract Documents and that Consultant shall remain fully liable for all work performed by Consultant including, without limitation, any design errors or omissions. Written decisions and/or approvals issued by the City shall not constitute nor be deemed a release of the responsibility and liability of the Consultant (or any Subconsultants), for the accuracy and competency of the Design Documents and Construction Documents, nor shall any City approval and/or decisions be deemed to be an assumption of such responsibility by the City for a defect, error or omission in the Design Documents and the Construction Documents. Moreover, neither the City's inspection, review, approval or acceptance of, nor payment for, any Services required under the Agreement shall be construed to relieve the Consultant (or any Subconsultant) of its obligations and responsibilities under the Agreement, nor constitute a waiver of any of the City's rights under the Agreement, or of any cause of action arising out of the performance of the Agreement. The Consultant shall be and remain liable to the City in accordance with Applicable Laws for all damages to City caused by any failure of the Consultant or to comply with the terms and conditions of the Agreement or by the Consultant's misconduct, unlawful acts, negligent acts, errors or omissions in the performance of the Agreement. 2.7 TIME: It is understood that time is of the essence in the completion of the Project and, in this respect, the parties agree as follows: 2.7.1 Term: The term of this Agreement shall commence upon execution by the City and RFQ 2017-028-KB 46 Consultant, which shall be the Effective Date referred to on page 1 hereof, and shall be in effect for three (3) years ("Initial Term"), plus two (2), one (1) year renewal options, to be exercised at the sole discretion of the City Manager (Initial Term and any renewals shall be collectively referred to as the "Term"). Notwithstanding the preceding Term, Consultant shall adhere to any and all timelines and/or deadlines, as set forth in the Consultant Service Order, including the time for completion of the work and/or services for such Project (as set forth in the particular Consultant Service Order). 2.7.2 The Consultant shall perform the Services as expeditiously as is consistent with the standard of professional skill and care required by this Agreement, and the orderly progress of the Work. 2.7.3 Recognizing that the construction of other projects within the City may affect scheduling of the construction for the Project, the Consultant shall diligently coordinate performance of the Services with the City (through the Project Administrator) in order to provide for the safe, expeditious, economical and efficient completion of the Project, without negatively impacting concurrent work by others. The Consultant shall coordinate the Services with all of its Subconsultants, as well as other consultants, including, without limitation, City provided consultants (if any). 2.7.4 The Services shall be performed in a manner that shall conform to the Consultant Service Order. The Consultant may submit requests for an adjustment to the Consultant Service Order completion time, if made necessary because of undue delays resulting from untimely review taken by the City (or authorities having jurisdiction over the Project) to approve the Consultant's submissions, or any other portion of the Services requiring approval by the City (or other governmental authorities having jurisdiction over the Project). Consultant shall immediately provide the Project Administrator with written notice stating the reason for the particular delay; the requested adjustment(i.e. extension)to the Project Schedule; and a revised anticipated schedule of completion. Upon receipt and review of Consultant's request (and such other documentation as the Project Administrator may require), the Project Administrator may grant a reasonable extension of time for completion of the particular work involved, and authorize that the appropriate adjustment be made to the Project Schedule. The Project Administrator's approval (if granted) shall be in writing. 2.8 Consultant shall use its best efforts to maintain a constructive, professional, cooperative working relationship with the Project Administrator, Contractor, and any and all other individuals and/or firms that have been contracted, or otherwise retained, to perform work on the Project. 2.9 The Consultant shall perform its duties under this Agreement, and under a Consultant Service Order, in a competent, timely and professional manner, and shall be responsible to the City for any failure in its performance, except to the extent that acts or omissions by the City make such performance impossible. 2.10 The Consultant is responsible for the professional quality, technical accuracy, completeness, performance and coordination of all Services required under the Agreement and under the Consultant Service Order(including the services performed by Subconsultants), within the specified time period and specified cost. The Consultant shall perform the Services utilizing the skill, knowledge, and judgment ordinarily possessed and used by a proficient consulting with respect to the disciplines required for the performance of such Services in the State of Florida. The Consultant is responsible for, and shall represent to City that the Services conform to the City's requirements, the Contract Documents and all Applicable Laws. The Consultant shall be and remain liable to the City for all damages to the City caused by the Consultant's negligent acts or errors or omissions in the performance of the Services. In RFQ 2017-028-KB 47 addition to all other rights and remedies which the City may have, the Consultant shall, at its expense, re- perform all or any portion of the Services to correct any deficiencies which result from the Consultant's failure to perform in accordance with the above standards. The Consultant shall also be liable for the replacement or repair of any defective materials and equipment and re-performance of any non- conforming construction work resulting from such deficient Services (i) for a period from the Effective Date of this Agreement, until twelve (12) months following final acceptance of the Work, (ii) or for the period of design liability required by applicable law, whichever is later. The Project Administrator shall notify the Consultant, in writing, of any deficiencies and shall approve the method and timing of the corrections. 2.10.1 The Consultant shall be responsible for deficient, defective Services and any resulting deficient, defective construction work re-performed within twelve (12) months following final acceptance and shall be subject to further re-performance, repair and replacement for twelve (12) months from the date of initial re-performance, not to exceed twenty-four months (24) from final acceptance. 2.11 The City shall have the right, at any time, in its sole and absolute discretion, to submit for review to other consultants (engaged by the City at its expense) any or all parts of the Services and the Consultant shall fully cooperate in such review(s). Whenever others are required to verify, review, or consider any Services performed by Consultant (including, without limitation, contractors, other design professionals, and/or other consultants retained by the City), the intent of such requirement is to enable the Consultant to receive input from others' professional expertise to identify any discrepancies, errors or omissions that are inconsistent with industry standards for design or construction of comparable projects; or which are inconsistent with Applicable Laws; or which are inconsistent with standards, decisions or approvals provided by the City under this Agreement. Consultant will use reasonable care and skill, in accordance and consistent with customary professional standards, in responding to items identified by other reviewers in accordance with this subsection. Consultant shall receive comments from reviewers, in writing, including, without limitation (and where applicable), via a set of marked-up drawings and specifications. Consultant shall address comments forwarded to it in a timely manner. The term "timely" shall be defined to mean as soon as possible under the circumstances, taking into account the timelines of the Project schedule. 2.11.1 The Consultant is advised that a performance evaluation of the Services rendered throughout this Agreement will be completed by the City and kept in the City's files for evaluation of future solicitations. 2.12 Consultant agrees that when any portion of the Services relates to a professional service which, under Florida Statutes, requires a license, certificate of authorization, or other form of legal entitlement to practice and/or perform such Service(s), it shall employ and/or retain only qualified duly licensed certified personnel to provide same. 2.13 Consultant agrees to designate, in writing, within five (5) calendar days after receiving a fully executed Consultant Service Order, a qualified licensed professional to serve as its project manager (hereinafter referred to as the "Project Manager"). The Project Manager shall be authorized and responsible to act on behalf of Consultant with respect to directing, coordinating and administrating all aspects of the Services. Consultant's Project Manager (as well as any replacement) shall be subject to the prior written approval of the City Manager or the Project Administrator. Replacement (including reassignment) of an approved Project Manager shall not be made without the prior written approval of the City Manager or his designee (i.e. the Project Administrator). 2.13.1 Consultant agrees, within fourteen (14) calendar days of receipt of written notice from the City Manager or the Project Administrator (which notice shall state the cause therefore), to RFQ 2017-028-KB 4.8 promptly remove and replace a Project Manager, or any other personnel employed or otherwise retained by Consultant for the Project( including, without limitation, any Subconsultants). 2.14 Consultant agrees not to divulge, furnish or make available to any third party(ies), any non-public information concerning the Services or the Project, without the prior written consent of the City Manager or the Project Administrator, unless such disclosure is incident to the proper performance of the Services; or the disclosure is required pursuant to Florida Public Records laws; or, in the course of judicial proceedings, where such information has been properly subpoenaed. Consultant shall also require Subconsultants to comply with this subsection. 2.15 The City and Consultant acknowledge that the Services, as described in the Agreement and the Consultant Service Order, do not delineate every detail and minor work task required to be performed by Consultant to complete the work and/or services described and delineated under a Consultant Service Order issued to Consultant by the City for a particular Project. If, during the course of performing work, services and/or tasks on a particular Consultant Service Order, Consultant determines that work and/or services should be performed (to complete the Project delineated under such Order) which is, in the Consultant's reasonable opinion, outside the level of effort originally anticipated in the Consultant Service Order, then Consultant shall promptly notify the Project Administrator, in writing, and shall obtain the Project Administrator's written consent before proceeding with such work and/or services. If Consultant proceeds with any such additional work and/or services without obtaining the prior written consent of the Project Administrator, said work and/or services shall be deemed to be a Basic Service under this Agreement and shall also be deemed to be within the scope of services delineated in the Consultant Service Order (whether or not specifically addressed in the Scope of Services). Mere notice by Consultant to the Project Administrator shall not constitute authorization or approval by the City to perform such work. Performance of any such work and/or services by Consultant without the prior written consent of the Project Administrator shall be undertaken at Consultant's sole risk and liability. 2.16 Consultant shall establish, maintain, and categorize any and all Project documents and records pertinent to the Services and shall provide the City, upon request, with copies of any and all such documents and/or records. In addition, Consultant shall provide electronic document files to the City upon completion of the Project. 2.17 THE CITY HAS NO OBLIGATION TO ASSIST, FACILITATE AND/OR PERFORM IN ANY WAY THE CONSULTANT'S OBLIGATIONS UNDER THE AGREEMENT OR OTHER CONTRACT DOCUMENTS. THE CITY'S PARTICIPATION, FACILITATION AND/OR ASSISTANCE TO THE CONSULTANT SHALL BE AT ITS SOLE DISCRETION AND SHALL NOT, IN ANY WAY, BE CONSTRUED, INTERPRETED AND/OR CONSTITUTE AN ASSUMPTION BY THE CITY OF CONSULTANT'S OBLIGATIONS, A WAIVER OF CONSULTANT'S OBLIGATIONS AND/OR EXCUSE ANY BREACH BY CONSULTANT OF ITS OBLIGATIONS UNDER THE CONTRACT DOCUMENTS. THE PARTICIPATION IN THE PERFORMANCE OF ANY OF CONSULTANT'S OBLIGATIONS SHALL NOT PRECLUDE THE CITY FROM DECLARING CONSULTANT IN DEFAULT FOR CONSULTANT'S FAILURE TO PERFORM SUCH OBLIGATION, NOR SHALL IT LIMIT, IN ANY WAY, THE CITY'S RIGHTS AND REMEDIES IN CONNECTION THEREWITH. THE CONSULTANT EXPRESSLY ACKNOWLEDGES AND AGREES NOT TO RAISE OR ASSERT AS DEFENSE TO ANY CLAIM, ACTION, SUIT AND/OR OTHER PROCEEDING OF A SIMILAR NATURE, THE CITY'S PARTICIPATION, ASSISTANCE AND/OR FACILITATION IN THE PERFORMANCE OF CONSULTANT'S OBLIGATIONS. INCLUDING, WITHOUT LIMITATION, ASSISTING WITH OBTAINING PERMITS OR WITH COORDINATION WITH UTILITIES, OR OTHER MATTERS RELATED TO THE PROJECT. IN THE EVENT OF ANY CONFLICT BETWEEN THIS SECTION AND/OR ANY OTHER PROVISION OF THIS AGREEMENT OR OTHER CONTRACT DOCUMENTS, THIS SECTION SHALL GOVERN. RFQ 2017-028-KB 49 2.18 GREEN BUILDING STANDARDS: The Consultant shall comply with the requirements of Section 255.2575, Florida Statutes, and Chapter 100 of the City Code, as both may be amended from time to time, addressing applicable Leadership in Energy and Environmental Design (LEED) compliance requirements. 2.19 SUBCONSULTANTS: All services provided by Subconsultants shall be consistent with those commitments made by the Consultant in its Proposal and during the competitive solicitation selection process and interview. Such services shall be undertaken and performed pursuant to appropriate written agreements between the Consultant and the Subconsultants, which shall contain provisions that preserve and protect the rights of the City under this Agreement. Nothing contained in this Agreement shall create any contractual relationship between the City and the Subconsultants. The Consultant shall not retain, add, or replace any Subconsultant without the prior written approval of the City Manager, in response to a written request from the Consultant stating the reasons for any proposed substitution. The Consultant shall cause the names of Subconsultants responsible for significant portions of the Services to be inserted on the plans and specifications. The Consultant shall be ultimately responsible for ensuring the Consultant's and all of its Subconsultants' compliance with the requirements of this Section and any other provision of the Agreement and/or Consultant Service Order. With respect to the performance of work by Subconsultants, the Consultant shall, in approving and accepting such work, ensure the professional quality, completeness, and coordination of the Subconsultant's work. The Consultant shall, upon the request of the City, submit to the City such documentation and information as the City reasonably requests to evidence the creation, standing, ownership and professional licensure of the Consultant (and Subconsultants), including organizational documents, operating agreements and professional licensure documentation, and copies of the Consultant's contracts with the Subconsultant with respect to the Project. However, the City's failure to request such documentation or evidence and/or failure to enforce in any way the terms and provisions of this Section, the Agreement and/or any other Consultant Service Order during the Project does not excuse, waive and/or condone in any way any noncompliance of the requirements set forth therein including, without limitation, the professional licensure requirements. Any approval of a Subconsultant by the City shall in no way shift from the Consultant to City the responsibility for the quality and acceptability of the services performed by the Subconsultant. Payment of Subconsultants shall be the sole responsibility of the Consultant, and shall not be cause for any increase in compensation to the Consultant for payment of the Services. ARTICLE 3. THE CITY'S RESPONSIBILITIES 3.1 The City Manager shall designate a Project Administrator, who shall be the City's authorized representative to act on City's behalf with respect to the City's responsibilities or matters requiring City's approval under the Contract Documents. The Project Administrator shall be authorized (without limitation) to transmit instructions, receive information, and interpret and define City policies and decisions with respect to the Services and the Project. The Project Administrator shall have full authority to require the Consultant to comply with the Contract Documents, provided, however, that any failure of the Project Administrator to identify any noncompliance, or to specifically direct or require compliance, shall in no way constitute a waiver of, or excuse, the Consultant's obligation to comply with the requirements of the Contract Documents. 3.2 The City shall make available to Consultant, for the convenience of the Consultant only, information that the City has in its possession pertinent to the Project. Consultant hereby agrees and RFQ 2017-028-KB 50 acknowledges that, in making any such information available to Consultant, the City makes no express or implied certification, warranty, and/or representation as to the accuracy or completeness of such information and assumes no responsibility whatsoever with respect to, the sufficiency, completeness or accuracy of such information. The Consultant understands, and hereby agrees and acknowledges, that it is obligated to verify to the extent it deems necessary all information furnished by the City, and that it is solely responsible for the accuracy and applicability of all such information used by Consultant. Such verification shall include, without limitation, visual examination of existing conditions in all locations encompassed by the Project, where such examination can be made without using destructive measures (i.e. excavation or demolition). Survey information shall be spot checked to the extent that Consultant has satisfied itself as to the reliability of the information. 3.3 At any time, in his/her sole discretion, the City Manager may furnish accounting, and insurance counseling services for the Project (including, without limitation, auditing services to verify the Consultant's applications for payment, or to ascertain that Consultant has properly remitted payment due to its Subconsultants or vendors). 3.4 If the City observes or otherwise becomes aware of any fault or defect in the Project, or non- conformance with the Contract Documents, the City, through the Project Administrator, shall give prompt written notice thereof to the Consultant. 3.5 The City, acting in its proprietary capacity as Owner and not in its regulatory capacity, shall render any administrative approvals and decisions required under this Agreement, in writing, as reasonably expeditious for the orderly progress of the Services and of the Work. 3.6 The City Commission shall be the final authority to do or to approve the following actions or conduct, by passage of an enabling resolution or amendment to this Agreement: 3.6.1 Except where otherwise expressly noted in the Agreement or the Contract Documents, the City Commission shall be the body to consider, comment upon, or approve any amendments or modifications to this Agreement. 3.6.2 The City Commission shall be the body to consider, comment upon, or approve any assignment, sale, transfer or subletting of this Agreement. Assignment and transfer shall be defined to also include sale of the majority of the stock of a corporate consultant. 3.6.3 The City Commission shall approve or consider all Contract Amendments that exceed the sum of fifty thousand dollars ($50,000.00) (or other such amount as may be specified by the City of Miami Beach Procurement Ordinance, as amended). 3.7 Except where otherwise expressly noted in this Agreement, the City Manager shall serve as the City's primary representative to whom administrative (proprietary) requests for decisions and approvals required hereunder by the City shall be made. Except where otherwise expressly noted in this Agreement or the Contract Documents, the City Manager shall issue decisions and authorizations which may include, without limitation, proprietary review, approval, or comment upon the schedules, plans, reports, estimates, contracts, and other documents submitted to the City by Consultant. 3.7.1 The City Manager shall have prior review and approval of the Project Manager (and any replacements) and of any Subconsultants (and any replacements). 3.7.2 The City Manager shall decide, and render administrative (proprietary) decisions on matters arising pursuant to this Agreement which are not otherwise expressly provided for in this Agreement. In his/her discretion, the City Manager may also consult with the City Commission RFQ 2017-028-KB 51 on such matters. 3.7.3 At the request of Consultant, the City Manager shall be authorized, but not required, to reallocate monies already budgeted toward payment of the Consultant; provided, however, that the Consultant's compensation (or other budgets established by this Agreement) may not be increased without the prior approval of the City Commission, which approval (if granted at all) shall be in its sole and reasonable discretion. 3.7.4 The City Manager may approve Contract Amendments which do not exceed the sum of fifty thousand dollars ($50,000.00) (or other such amount as may be specified by the City of Miami Beach Purchasing Ordinance, as amended); provided that no such amendments increase any of the budgets established by this Agreement. 3.7.5 The City Manager may, in his/her sole discretion, form a committee or committees, or inquire of, or consult with, persons for the purpose of receiving advice and recommendations relating to the exercise of the City's powers, duties, and responsibilities under this Agreement or the Contract Documents. 3.7.6 The City Manager shall be the City Commission's authorized representative with regard to acting on behalf of the City in the event of issuing any default notice(s) under this Agreement, and, should such default remain uncured, in terminating the Agreement (pursuant to and in accordance with Article 10 hereof). 3.8 The City's review, evaluation, or comment as to any documents prepared by or on behalf of the Consultant shall be solely for the purpose of the City's determining for its own satisfaction the suitability of the Project, or portions thereof, detailed in such documents for the purposes intended therefor by the City, and may not be relied upon in any way by the Consultant or any other third party as a substantive review thereof. ARTICLE 4. INTENTIONALLY OMITTED ARTICLE 5. ADDITIONAL SERVICES 5.1 Additional Services shall only be performed by Consultant following receipt of written authorization by the Project Administrator (which authorization must be obtained prior to commencement of any such additional work by Consultant). The written authorization shall contain a description of the Additional Services required; a lump sum to be negotiated at the time of the request for additional services or an hourly fee (in accordance with the rates in Schedule "B" hereto), with a "Not to Exceed" amount; Reimbursable Expenses (if any)with a "Not to Exceed" amount; the amended Construction Cost Budget (if applicable); the time required to complete the Additional Services; and an amended Project Schedule (if applicable). "Not to Exceed" shall mean the maximum cumulative hourly fees allowable (or, in the case of Reimbursable Expenses, the maximum cumulative expenses allowable), which the Consultant shall not exceed without further written authorization of the Project Administrator. The "Not to Exceed" amount is not a guaranteed maximum cost for the additional work requested (or, in the case of Reimbursables, for the expenses), and all costs applicable to same shall be verifiable through time sheets (and, for Reimbursables, expense reviews). 5.2 Additional Services include the following: 5.2.1 Appraisals: Investigation and creation of detailed appraisals and valuations of existing facilities, and surveys or inventories in connection with construction performed by City. RFQ 2017-028-KB 52 5.2.2. Unforeseen Conditions. Providing additional work relative to the Project which arises from subsequent circumstances and causes which could not reasonably have been foreseen at the time of the Consultant Service Order (excluding conditions determined by all prior studies available to Consultant and excluding circumstances and causes resulting from error, omission, inadvertence, or negligence of Consultant). 5.2.3. City-Requested Revisions to Construction Documents: Making revisions to Construction Documents resulting in or from City-requested changes in Scope of Work involving new program elements, when such revisions are inconsistent with written approvals or instructions previously given by City and/or are due to causes beyond the control of Consultant. 5.2.4 Expert Witness: Except insofar as the Consultant is required by legal process or subpoena to appear and give testimony, preparing to serve or serving as an expert witness in connection with any state or federal court action to which the Consultant is not a party in its own name, that is not instituted by the Consultant or in which the performance of the Consultant is not in issue. 5.2.5 Procurement: Assistance in connection with bid protests, re-bidding, or re-negotiating contracts (except for Contract Document revisions and re-bidding services required under Section 4.4 hereof, which shall be provided at no additional cost to City). 5.2.6. Models: Preparing professional perspectives, models or renderings in addition to those provided for in this Agreement except insofar as these are otherwise useful or necessary to the Consultant in the provision of Basic Services. 5.2.7. Threshold Inspection/Material Testing and Inspection: Providing threshold inspection services and material testing/special inspection services, provided that Consultant, as part of the Basic Services, shall report on the progress the Work, including any defects and deficiencies that may be observed in the Work. 5.2.8 Pre-Design Surveys & Testing: Environmental investigations and site evaluations, provided, however, that surveys of the existing structure required to complete as-built documentation are not additional services. 5.2.9 Geotechnical engineering. Providing geotechnical engineering services or site surveys. Except as specified herein, services that are required for completion of the Construction Documents shall be part of Consultant's Basic Services. ARTICLE 6. REIMBURSABLE EXPENSES 6.1 Reimbursable Expenses must be authorized, in advance, in writing, by the Project Administrator. Invoices or vouchers for Reimbursable Expenses shall be submitted to the Project Administrator (along with any supporting receipts and other back-up material requested by the Project Administrator). Consultant shall certify as to each such invoice and/or voucher that the amounts and items claimed as reimbursable are "true and correct and in accordance with the Agreement." Reimbursable Expenses may include, but not be limited to, the following: Cost of reproduction, courier, and postage and handling of drawings, plans, specifications, and other Project documents (excluding reproductions for the office use of the Consultant and its Subconsultants, and courier, postage and handling costs between the Consultant and its Subconsultants). RFQ 2017-028-KB 53 Costs for reproduction and preparation of graphics for community workshops. Permit fees required by City of Miami Beach regulatory bodies having jurisdiction over the Project (i.e. City permit fees). ARTICLE 7. COMPENSATION FOR SERVICES 7.1 Consultant's "Lump Sum" or"Not to Exceed"fee for provision of the Services, or portions thereof, as may be set forth and described in the Consultant Service Order issued for a particular Project, shall be negotiated between the City and Consultant, and shall be set forth in the Consultant Service Order. 7.2 Payments for Services shall be made within forty-five (45) calendar days of receipt and approval of an acceptable invoice by the Project Administrator. Payments shall be made in proportion to the Services satisfactorily performed, so that the payments for Services never exceed the progress percentage noted in the Consultant's Progress Schedule (to be submitted with each invoice). No mark-up shall be allowed on subcontracted work. In addition to the invoice, the Consultant shall, for Hourly Rate authorizations, submit a progress report giving the percentage of completion of the Project and the total estimated fee to completion. 7.3 Approved Additional Services shall be compensated in accordance with the hourly rates set forth in Schedule "B," attached hereto. Any request for payment of Additional Services shall be included with a Consultant payment request. No mark-up shall be allowed on Additional Services (whether sub- contracted or not). 7.4 Approved Reimbursable Expenses shall be paid in accordance with Article 6 hereto, up to the "Not to Exceed" Reimbursable allowance amount in the Consultant Service Order hereto. Any request for payment of Reimbursable Expenses shall also be included with Consultant's payment request. No mark- up shall be allowed on Reimbursable Expenses. 7.5 ESCALATION: The initial hourly rates shall remain constant for the Initial Term of the agreement. Ninety (90) days prior to expiration of the Initial Term, the City may consider an adjustment to the preceding year's unit costs for the subsequent year. Only request for increases based on a corresponding increase in the Consumer Price Index for All Urban Consumers; U.S. City average (1982- 84=100), as established by the United States Bureau of Labor Statistics ("CPI"), or material adjustments to the scope or requirements of the RFQ by the City, including (but not limited to) living wage increases, will be considered. In the event that the City determines that the requested increase is unsubstantiated, the Consultant agrees to perform all duties at the current cost terms. 7.6 No retainage shall be made from the Consultant's compensation on account of sums withheld by the City on payments to Contractor. 7.7 METHOD OF BILLING AND PAYMENT. Consultant shall invoice the Project Administrator in a timely manner, but no more than once on a monthly basis. Invoices shall identify the nature and extent of the work performed; the total hours of work performed by employee category; and the respective hourly billing rate associated therewith. In the event Subconsultant work is used, the percentage of completion shall be identified. Invoices shall also itemize and summarize any Additional Services and/or Reimbursable Expenses. A copy of the written approval of the Project Administrator for the requested Additional Service(s) or Reimbursable Expense(s) shall accompany the invoice. 7.7.1 If requested, Consultant shallprovide back-up for past and current invoices that records hours for all work (by employee category), and cost itemizations for Reimbursable Expenses (by RFQ 2017-028-KB 54 category). ARTICLE 8. CONSULTANT'S ACCOUNTING AND OTHER RECORDS 8.1 All books, records (whether financial or otherwise), correspondence, technical documents, and any other records or documents related to the Services and/or Project will be available for examination and audit by the City Manager, or his/her authorized representatives, at Consultant's office (at the address designated in Article 15 ["Notices"]), during customary business hours. All such records shall be kept at least for a period of three (3) years after Consultant's completion of the Services. Incomplete or incorrect entries in such records and accounts relating personnel services and expenses may be grounds for City's disallowance of any fees or expenses based upon such entries. Consultant shall also bind its Subconsultants to the requirements of this Article and ensure compliance therewith ARTICLE 9. OWNERSHIP OF PROJECT DOCUMENTS 9.1 All notes, correspondence, documents, plans and specifications, designs, drawings, renderings, calculations, specifications, models, photographs, reports, surveys, investigations, and any other documents (whether completed or partially completed) and copyrights thereto for Services performed or produced in the performance of this Agreement, or related to the Project, whether in its native electronic form, paper or other hard copy medium or in electronic medium, except with respect to copyrighted standard details and designs owned by the Consultant or owned by a third party and licensed to the Consultant for use and reproduction, shall become the property of the City. Consultant shall deliver all such documents to the Project Administrator in their native electronic form, as required in the Consultant Service Order within thirty (30) days of completion of the Services (or within thirty (30) days of expiration or earlier termination of this Agreement as the case may be). However, the City may grant an exclusive license of the copyright to the Consultant for reusing and reproducing copyrighted materials or portions thereof as authorized by the City Manager in advance and in writing, In addition, the Consultant shall not disclose, release, or make available any document to any third party without prior written approval from the City Manager. The Consultant shall warrant to the City that it has been granted a license to use and reproduce any standard details and designs owned by a third party and used or reproduced by the Consultant in the performance of this Agreement. Nothing contained herein shall be deemed to exclude any document from Chapter 119, Florida Statutes. 9.2 The Consultant is permitted to reproduce copyrighted material described above subject to prior written approval of the City Manager. 9.3 At the City's option, the Consultant may be authorized, as an Additional Service, to adapt copyrighted material for additional or other work for the City; however, payment to the Consultant for such adaptations will be limited to an amount not greater than 50% of the original fee earned to adapt the original copyrighted material to a new site. 9.4 The City shall have the right to modify the Project or any components thereof without permission from the Consultant or without any additional compensation to the Consultant. The Consultant shall be released from any liability resulting from such modification. 9.5 The Consultant shall bind all Subconsultants to the Agreement requirements for re-use of plans and specifications. ARTICLE 10. TERMINATION OF AGREEMENT 10.1 TERMINATION FOR LACK OF FUNDS: The City is a governmental entity and is subject to the appropriation of funds by its legislative body in an amount sufficient to allow continuation of its RFQ 2017-028-KB 55 performance in accordance with the terms and conditions of this Agreement. In the event there is a lack of adequate funding either for the Services or the Project (or both), the City may terminate this Agreement without further liability to the City. 10.2 TERMINATION FOR CAUSE: The City, through the City Manager, may terminate this Agreement for cause, upon written notice to Consultant, in the event that the Consultant (1) violates any provision of this Agreement or performs same in bad faith; (2) unreasonably delays the performance of the Services or any portion thereof; or(3) does not perform the Services or any portion thereof in a timely and satisfactory manner. In the case of termination for cause by the City, the Consultant shall first be granted a thirty (30) day cure period (commencing upon receipt of the initial written notice of default from the City). 10.2.1 In the event this Agreement is terminated for cause by the City, the City, at its sole option and discretion, may take over the remaining Services and complete them by contracting with another consultant(s), or otherwise. The Consultant shall be liable to the City for any additional cost(s) incurred by the City due to such termination. "Additional Cost" is defined as the difference between the actual cost of completion of the Services, and the cost of completion of such Services had the Agreement not been terminated. 10.2.2 In the event of termination for cause by the City, the City shall only be obligated to pay Consultant for those Services satisfactorily performed and accepted prior to the date of termination (as such date is set forth in, or can be calculated from, the City's initial written default notice). Upon payment of any amount which may be due to Consultant pursuant to this subsection 10.2.2, the City shall have no further liability to Consultant. 10.2.3 As a condition precedent to release of any payment which may be due to Consultant under subsection 10.2.2, the Consultant shall promptly assemble and deliver to the Project Administrator any and all Project documents prepared (or caused to be prepared) by Consultant(including, without limitation, those referenced in subsection 9.1 hereof). The City shall not be responsible for any cost incurred by Consultant for assembly, copy, and/or delivery of Project documents pursuant to this subsection. 10.3 TERMINATION FOR CONVENIENCE: In addition to the City's right to terminate for cause, the City through the City Manager, may also terminate this Agreement, upon fourteen (14) days prior written notice to Consultant, for convenience, without cause, and without penalty, when (in its sole discretion) it deems such termination to be in the best interest of the City. In the event the City terminates the Agreement for convenience, Consultant shall be compensated for all Services satisfactorily performed and accepted up to the termination date (as set forth in the City's written notice), and for Consultant's costs in assembly and delivery to the Project Administrator of the Project documents (referenced in subsection 10.2.3 above). Upon payment of any amount which may be due to Consultant pursuant this subsection 10.3, the City shall have no further liability to Consultant. 10.4 TERMINATION BY CONSULTANT: The Consultant may only terminate this Agreement for cause, upon thirty (30) days prior written notice to the City, in the event that the City willfully violates any provisions of this Agreement or unreasonably delays payment of the Services or any portion thereof. In the event of a termination for cause by Consultant, the City shall pay Consultant for any Services satisfactorily performed and accepted up to the date of termination; provided, however, that the City shall first be granted a thirty (30) day cure period (commencing upon receipt of Consultant's initial written notice). 10.4.1 The Consultant shall have no right to terminate this Agreement for convenience. RFQ 2017-028-KB 56 10.5 IMPLEMENTATION OF TERMINATION: In the event of termination (whether for cause or for convenience), the Consultant shall immediately, upon receipt of the City's written notice of termination: (1) stop the performance of Services; (2) place no further orders or issue any other subcontracts, except for those which may have already been approved, in writing, by the Project Administrator; (3) terminate all existing orders and subcontracts; and (4) promptly assemble all Project documents (for delivery to the Project Administrator). ARTICLE 11. INSURANCE 11.1 At all times during the Term of this Agreement, Consultant shall maintain the following required insurance coverage in full force and effect. The Consultant shall not commence any work until satisfactory proof of all required insurance coverage has been furnished to the Project Administrator: (a) Workers' Compensation and Employer's Liability per the Statutory limits of the State of Florida. (b) Commercial General Liability on a comprehensive basis in an amount not less than $1,000,000 combined single limit per occurrence for bodily injury and property damage. (c) Automobile Liability Insurance covering all owned, non-owned and hired vehicles used in connection with the work, in an amount not less than $500,000 combined single limit per occurrence for bodily injury and property damage. (d) Professional Liability Insurance in an amount not less than $1,000,000 with the deductible per claim, if any, not to exceed 10% of the limit of liability. 11.2 The City must be named as and additional insured on the liability policies; and it must be stated on the certificate. 11.3 The Consultant must give the Project Administrator at least thirty (30) days prior written notice of cancellation or of substantial modifications in any required insurance coverage. All certificates and endorsements shall contain this requirement. 11.4 The insurance must be furnished by an insurance company rated A:V or better, or its equivalent, according to Bests' Guide Rating Book, and by insurance companies duly authorized to do business in the State of Florida, and countersigned by the company's Florida resident agent. 11.5 Consultant shall provide the Project Administrator with a certificate of insurance of all required insurance policies. The City reserves the right to require a certified copy of such policies, upon written request to Consultant. ARTICLE 12. INDEMNIFICATION AND HOLD HARMLESS 12.1 To the fullest extent permitted by Section 725.08, Florida Statutes, the Consultant shall indemnify and hold harmless the City and its officers, employees, agents, and instrumentalities, from liabilities, damages, losses, and costs, including, but not limited to, reasonable attorneys' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Consultant and other persons employed or utilized by the Consultant in the performance of this Agreement. The Consultant shall pay all claims and losses in connection therewith and shall investigate and defend all claims, suits, or actions of any kind or nature in the name of the City, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney's fees which may issue thereon. Consultant expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by Consultant shall in no way limit its responsibility to indemnify, keep, and save harmless and defend the City or its officers, employees, agents, and instrumentalities as herein provided. RFQ 2017-028-KB 57 12.2 The Consultant agrees and recognizes that the City shall not be held liable or responsible for any claims which may result from any negligent, reckless, or intentionally wrongful actions, errors or omissions of the Consultant in which the City participated either through review or concurrence of the Consultant's actions. In reviewing, approving or rejecting any submissions by the Contractor, or other acts of the Consultant, the City in no way assumes or shares any responsibility or liability of the Consultant (including, without limitation its Subconsultants and/or any registered professionals (architects and/or engineers) under this Agreement). ARTICLE 13. ERRORS AND OMISSIONS 13.1 ERRORS AND OMISSIONS: It is specifically agreed that any construction changes categorized by the City as caused by an error, an omission, or any combination thereof in the Contract Documents that were prepared by the Consultant will constitute an additional cost to the City that would not have been incurred without the error. The damages to the City for errors, omissions or any combinations thereof shall be calculated as the total cost of any damages or incremental costs to the City resulting out of the errors or omissions by the Consultant, including, without limitation, the direct, indirect and/or consequential damages resulting from the Consultant's errors and/or omissions or any combination thereof. Damages shall include delay damages caused by the error, omission, or any combination thereof. Should the Consultant disagree that all or part of such damages are the result of errors, omissions, or any combination thereof, the Consultant may appeal this determination, in writing, to the applicable Assistant City Manager. The Project Administrator's decision on all claims, questions and disputes shall be final, conclusive and binding upon the parties hereto unless such determination is clearly arbitrary or unreasonable. In the event that the Consultant does not agree with the decision of the Project Administrator, the Consultant shall present any such objections, in writing, to the City Manager. The Project Administrator and the Consultant shall abide by the decision of the City Manager. This paragraph does not constitute a waiver of any party's right to proceed in a court of competent jurisdiction after the above administrative remedies have been exhausted. ARTICLE 14. LIMITATION OF LIABILITY The City desires to enter into this Agreement only if in so doing the City can place a limit on its liability for any cause of action for money damages due to an alleged breach by the City of this Agreement, so that its liability for any such breach never exceeds the "not to exceed" amount of the fee paid to Consultant under this Agreement, less any amount(s) actually paid to Consultant hereunder. Consultant hereby expresses its willingness to enter into this Agreement, with Consultant's recovery from the City for any damages for action for breach of contract to be limited to Consultant's "not to exceed" fee under this Agreement, less any amount(s) actually paid by the City to the Consultant hereunder. Accordingly, and notwithstanding any other term or condition of this Agreement, Consultant hereby agrees that the City shall not be liable to Consultant for money damages due to an alleged breach by the City of this Agreement, in an amount in excess of the "not to exceed amount" of Consultant's fees under this Agreement, which amount shall be reduced by any amount(s) actually paid by the City to Consultant hereunder. Nothing contained in this subsection, or elsewhere in this Agreement, is in any way intended to be a waiver of the limitation placed upon City's liability, as set forth in Section 768.28, Florida Statutes. ARTICLE 15. NOTICE All written notices given to City by Consultant shall be addressed to: REQ 2017-028-KB 58 City Manager's Office City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 Attn: Jimmy L. Morales, City Manager With a copy to: City Manager's Office City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 Attn: Eric T. Carpenter, Assistant City Manager All written notices given to the Consultant from the City shall be addressed to: Attn: All notices mailed to either party shall be deemed to be sufficiently transmitted if sent by certified mail, return receipt requested. ARTICLE 16. MISCELLANEOUS PROVISIONS 16.1 VENUE: This Agreement shall be governed by, and construed in accordance with, the laws of the State of Florida, both substantive and remedial, without regard to principles of conflict of laws. The exclusive venue for any litigation arising out of this Agreement shall be Miami-Dade County, Florida, if in state court, and the U.S. District Court, Southern District of Florida, in federal court. BY ENTERING INTO THIS AGREEMENT, CONSULTANT AND CITY EXPRESSLY WAIVE ANY RIGHTS EITHER PARTY MAY HAVE TO A TRIAL BY JURY OF ANY CIVIL LITIGATION RELATED TO, OR ARISING OUT OF, THIS AGREEMENT. 16.2 EQUAL OPPORTUNITY EMPLOYMENT GOALS: Consultant agrees that it will not discriminate against any employee or applicant for employment for work under this Agreement because of race, color, national origin, religion, sex, gender identity, sexual orientation, disability, marital or familial status, or age, and will take affirmative steps to ensure that applicants are employed and employees are treated during employment without regard to race, color, national origin, religion, sex, gender identity, sexual orientation, disability, marital or familial status, or age. 16.3 PUBLIC ENTITY CRIMES ACT: In accordance with the Public Entity Crimes Act (Section 287.133, Florida Statutes), a person or affiliate who is a consultant, who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to the City, may not submit a bid on a contract with the City for the construction or repair of a public building or public work, may not bid on leases of real property to the City, may not be awarded or perform work as a contractor, supplier, subcontractor, or subconsultant under a contract with the City, and may not transact business with the City in excess of the threshold amount provided in Section 287.017, Florida Statutes, for Category Two, for a period of 36 months from the date of being placed on the convicted vendor list. For violation of this subsection by Consultant, City shall have the right to terminate the Agreement without any liability to City, and pursue debarment of Consultant RFQ 2017-028-KB 59 16.4 NO CONTINGENT FEE: Consultant warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for Consultant, to solicit or secure this Agreement, and that it has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for Consultant, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of this subsection, City shall have the right to terminate the Agreement, without any liability or, at its discretion, to deduct from the contract price (or otherwise recover) the full amount of such fee, commission, percentage, gift, or consideration. 16.5 LAWS AND REGULATIONS: 16.5.1 The Consultant shall, during the Term of this Agreement, be governed by all Applicable Laws which may have a bearing on the Services involved in the Project. 16.5.2 Project Documents. In accordance with Section 119.07 (3) (ee), Florida Statutes, entitled "Inspection, Examination, and Duplication of Records; Exemptions," all building plans, blueprints, schematic drawings, and diagrams, including draft, preliminary, and final formats, are exempt from the provisions of Section 119.07(1), Florida Statutes (inspection and copying of public records), and s. 24(a), Article I of the State Constitution. Information made exempt by this paragraph, with prior written approval from the City Manager, may be disclosed to another entity to perform its duties and responsibilities; to a licensed architect, engineer, or contractor who is performing work on or related to the Project; or upon a showing of good cause before a court of competent jurisdiction. The entities or persons receiving such information shall maintain the exempt status of the information. 16.5.2.1 In addition to the requirements in this subsection 16.5.2, the Consultant agrees to abide by all applicable Federal, State, and City procedures, as may be amended from time to time, by which the documents are handled, copied, and distributed which may include, but is not limited to, each employee of Consultant and Subconsultants that will be involved in the Project being required to sign an agreement stating that they will not copy, duplicate, or distribute the documents unless authorized by the City Manager, in writing. 16.5.2.2 The Consultant and its Subconsultants agree in writing that the Project documents are to be kept and maintained in a secure location. 16.5.2.3 Each set of the Project documents are to be numbered and the whereabouts of the documents shall be tracked at all times. 16.5.2.4 A log is developed to track each set of documents logging in the date, time, and name of the individual(s)that work on or view the documents. 16.6 CORRECTIONS TO CONTRACT DOCUMENTS: The Consultant shall prepare, without added compensation, all necessary supplemental documents to correct errors, omissions, and/or ambiguities which may exist in the Contract Documents prepared by Consultant, including documents prepared by its Subconsultants. Compliance with this subsection shall not be construed to relieve the Consultant from any liability resulting from any such errors, omissions, and/or ambiguities in the Contract Documents and other documents or Services related thereto. RFQ 2017-028-KB 60 16.7 ASSIGNMENT: The Consultant shall not assign, transfer or convey this Agreement to any other person, firm, association or corporation, in whole or in part, without the prior written consent of the City Commission, which consent, if given at all, shall be at the Commission's sole option and discretion. However, the Consultant will be permitted to cause portions of the Services to be performed by Subconsultants, subject to the prior written approval of the City Manager. 16.8 SUCCESSORS AND ASSIGNS: The Consultant and the City each binds himself/herself, his/her partners, successors, legal representatives and assigns to the other party of the Agreement and to the partners, successors, legal representatives, and assigns of such party in respect to all covenants of this Agreement. The Consultant shall afford the City (through the City Commission) the opportunity to approve or reject all proposed assignees, successors or other changes in the ownership structure and composition of the Consultant. Failure to do so constitutes a breach of this Agreement by the Consultant. 16.9 PROVISION OF ITEMS NECESSARY TO COMPLETE SERVICES: In the performance of the Services prescribed herein, it shall be the responsibility of the Consultant to provide all salaries, wages, materials, equipment, Subconsultants, and other purchased services, etc., as necessary to complete said Services. 16.10 INTENT OF AGREEMENT: 16.10.1 The intent of the Agreement is for the Consultant to provide design and other services, and to include all necessary items for the proper completion of such services for a fully functional Project which, when constructed in accordance with the design, will be able to be used by the City for its intended purpose. The Consultant shall perform, as Basic Services, such incidental work which may not be specifically referenced, as necessary to complete the Project. 16.10.2 This Agreement is for the benefit of the parties only and it does not grant rights to a third party beneficiary, to any person, nor does it authorize anyone not a party to the Agreement to maintain a suit for personal injuries, professional liability, or property damage pursuant to the terms or provisions of the Agreement. 16.10.3 No acceptance, order, payment, or certificate of or by the City, or its employees or agents, shall either stop the City from asserting any rights or operate as a waiver of any provisions hereof or of any power or right herein reserved to the City or of any rights to damages herein provided. 16.11 This document incorporates and includes all prior negotiations, correspondence, conversations, agreements, or understandings applicable to the matters contained herein; and the parties agree that there are no commitments, agreements, or understandings concerning the subject matter of this Agreement that are not contained in this document. Accordingly, the parties agree that no deviation from the terms hereof shall be predicated upon any prior representations or agreements whether oral or written. It is further agreed that no modification, amendment or alteration in the terms or conditions contained herein shall be effective unless memorialized in written document approval and executed with the same formality and of equal dignity herewith. RFQ 2017-028-KB 61 IN WITNESS WHEREOF, the parties hereto have hereunto caused these presents to be signed in their names by their duly authorized officers and principals, attested by their respective witnesses and City Clerk on the day and year first hereinabove written. Attest CITY OF MIAMI BEACH: CITY CLERK MAYOR Attest CONSULTANT: Signature/Secretary Signature/President Print Name Print Name REQ 2017-028-KB 62 SCHEDULE A PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND RFQ 2017-028-KB 63 CONSULTANT SERVICE ORDER Service Order No. for Consulting Services. TO: PROJECT NAME: Project Name DATE: Pursuant to the agreement between the City of Miami Beach and Consultant for PROFESSIONAL CONSTRUCTION ENGINEERING AND INSPECTION (CEI) FIRMS TO PROVIDE VARIOUS CEI SERVICES ON AN "AS NEEDED" BASIS (RFQ 2017-028-KB) you are directed to provide the following services: SCOPE OF SERVICES: Per attached proposal dated , to be considered part of this Agreement. Estimated calendar days to complete this work: Days Original Service Order Amount: $ Total From Previous Additional Service Orders: $ Fee for this Service Order is Lump Sum/Not to Exceed amount of: Total Agreement to Date: $ City's Project Date Coordinator/Manager Assistant Director Date Consultant. Date Project Administrator-Director Date RFQ 2017-028-KB 64 SCHEDULE B CONSULTANT COMPENSATION Schedule of Payments Planning Services * $XXXXXXXX Design Services* $XXXXXXXX Bidding and Award Services $XXXXXXXX Construction Administration ** $XXXXXXXX Reimbursable Allowance*** $XXXXXXXX Note*: These services will be paid lump sum based on percentage complete of each phase as identified in the individual tasks. Note**: Construction Administration will be paid on a monthly basis upon commencement of construction. In the event that, through no fault of the Consultant, Construction Administration services are required to be extended, which extension shall be subject to prior City approval, and what shall be at the City's sole discretion, the Consultant agrees to extend said services for $XXXXXX, per month, for the duration required to complete the Project. Note***: The Reimbursable Allowance belongs to the City and must be approved in writing, in advance, by the Project Administrator. Unused portions will not be paid to the Consultant. RFQ 2017-028-KB 65 HOURLY BILLING RATE SCHEDULE RFQ 2017-028-KB 66 SCHEDULE C APPROVED SUBCONSULTANTS RFQ 2017-028-KB 67 ATTACHMENT A RESOLUTION, COMMISSION ITEM, AND COMMISSION MEMORANDUM RFQ 2017-028-KB 68 ATTACHMENT B REQUEST FOR QUALIFICATIONS (RFQ) RFQ 2017-028-KB 69 ATTACHMENT C CONSULTANT'S RESPONSE TO THE RFQ RFQ 2017-028-KB 70 ATTACHMENT C CONSULTANT'S RESPONSE TO THE RFQ 44 Detail by FEI/EIN Number Page 1 of 2 org Department of State / Division of Corporations / Search Records / Detail By Document Number / Detail by FEI/EIN Number Florida Profit Corporation EAC CONSULTING, INC. Filing Information Document Number P94000066488 FEI/EIN Number 65-0519739 Date Filed 09/06/1994 State FL Status ACTIVE Last Event AMENDED AND RESTATED ARTICLES Event Date Filed 08/28/2015 Event Effective Date NONE Principal Address 815 NW 57TH AVE STE 402 MIAMI, FL 33126 Changed: 08/29/2015 Mailing Address 815 NW 57TH AVE STE 402 MIAMI, FL 33126 Changed: 08/29/2015 Registered Agent Name&Address CROOKS, ENRIQUE A 815 NW 57TH AVE.STE 402 MIAMI, FL 33126 Name Changed: 01/04/2013 Address Changed: 08/29/2015 Officer/Director Detail Name&Address Title President, CEO, Director,VP CROOKS, ENRIQUE A 815 NW 57TH AVE STE 402 MIAMI, FL 33126 http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inq... 12/11/2017 Detail by FEI/EIN Number Page 2 of 2 Title Secretary,Treasurer CHONG, MARIE T. 815 NW 57TH AVE STE 402 MIAMI, FL 33126 Annual Reports Report Year Filed Date 2015 01/09/2015 2016 01/14/2016 2017 01/06/2017 Document Images 01/06/2017--ANNUAL REPORT View image in PDF format 01/14/2016--ANNUAL REPORT View image in PDF format 08/28/2015--Amended and Restated Articles View image in PDF format 01/09/2015--ANNUAL REPORT View image in PDF format 05/20/2014--Req.Agent Change View image in PDF format 01/03/2014--ANNUAL REPORT View image in PDF format 01/04/2013--ANNUAL REPORT View image in PDF format 01/09/2012--ANNUAL REPORT View image in PDF format 01/06/2011--ANNUAL REPORT View image in PDF format 01/08/2010--ANNUAL REPORT View image in PDF format 01/07/2009--ANNUAL REPORT View image in PDF format 01/08/2008--ANNUAL REPORT View image in PDF format 01/03/2007--ANNUAL REPORT View image in PDF format 01/05/2006--ANNUAL REPORT View image in PDF format 01/03/2005--ANNUAL REPORT View image in PDF format 01/07/2004--ANNUAL REPORT View image in PDF format 02/18/2003--ANNUAL REPORT View image in PDF format 01/11/2002--ANNUAL REPORT View image in PDF format 01/16/2001--ANNUAL REPORT View image in PDF format 01/18/2000--ANNUAL REPORT View image in PDF format 01/25/1999--ANNUAL REPORT View image in PDF format 01/27/1998--ANNUAL REPORT View image in PDF format 01/30/1997--ANNUAL REPORT View image in PDF format 05/01/1996--ANNUAL REPORT View image in PDF format 04/25/1995--ANNUAL REPORT View image in PDF format http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inq... 12/11/2017 erA MIAMIBEACH ... , ' -• ' 1 <* -;', ro;.'reir< .".z.I LifiA*, 1.44.4!.0 ,r 4 - * s°:: --::If''i, ,,,40,1„'‘..4. - t.A. _ i;k ',:ii '';alAs4-$05'''44''..„,,,,,-, - 14'443.4,w ,......,..., 0 y ____,.. .... ,,,,,st .0174" Ziii4 ;.,• ' ••rig,: 'rne""to ' ' Irg,:-..:.-z. .•: i ......m.#41, ...e..•,w...!op... .- ,,#, 4.44•41.144, . ..• ..77'• '...;:"7:7.:':: ;,7,„ , ,,,,,,,=-_,..- r,-...:1---,--. -,, , , . „, ______,-.... -- - • _ ..-.-....„ ..., ...... . _ . ....... .. . - _-._ ,w, , - ' ,0211 1 - - - ia -ikiiiiiinfillaz 1_,....-Asit_ - -4evisaiworia,. agoaarralk ,--ain, , - - ..„,.. ,.. 4100' PROFESSIONAL CONSTRUCTION ENGINEERING AND INSPECTION (CEI) FIRMS TO PROVIDE VARIOUS CEI SERVICES ON AN "AS NEEDED" BASIS - RFP 201 7-028-KB fir..-•4. • # ,... , - .7":".-•-#.„0.., , .... -- ...,,, N i ; • '''' IN- ' 0. • ..* sr / 1 i . 4 . 011i<V42111 1 _ .«.. x.Loyola, NOTOL „ 1 ' , _ It H 0 T * L. r- _ A ' I/11.1t , ON In 11111111k t .9t:ii „, COPY - E El— ^ liv A EAC Consulting, Inc. Ar—iiklimi. eacconsult.com ., N G MIAMI BEACH CD CD CD 3 C B C a3 Fi „ "�,u" � x,.l✓ara a�+«kms`,;;.: `s b�M`y � o tn P3 CD itstk:,c,.,. ;, w,z.. '':., .+w tx 'a;xw; •r,.G✓%°' a.. _ , 100 iltt CD ; YF 3 COVER LETTER & MINIMUM QUALIFICATIONS REQUIREMENTS 4711„ z z% ' "ty"'"art r� 4 z ti l r, !r»r;„�nP ,t,„fir �✓qr " krn >£ ��mys 9;r P`1is w 'tgf, a r#r P, ' az r r" d + is"31kz a z t„ ,,, 8 P ti ro Frr s t , :JAG 4 loam t . C " ., k'"at r "'aa 6' { 0 ,,,,•,,„'•-••••„-.•.,.',.'-'•' 5 t _ = a r s. fix, ,ter, K,+- '77 *�•xs��,,,.�?° » - v w, r E ' IZ.. EACConsulting, Inc.eacconsuft.com LD M I AM I B EACH Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on an'As Needed"Basis • RFQ 2017-028-KB COVER LEITER AND MINIMUM QUALIFICATIONS REQUIREMENTS 1 .1 COVER LETTER AND TABLE OF CONTENTS Table of Contents Section 1: Cover Letter & Minimum Qualifications Requirements 1.1 Cover Letter&Table of Contents 1.2 Response Certification,Questionnaire&Requirements Affidavit(Appendix A) Attachments 1.3 Minimum Qualifications Requirements References Licenses&Certifications Section 2: Experience & Qualifications 2.1 Qualifications of Proposing Firm History of EAC Consulting,Inc. Similar Projects Experience 2.2 Qualifications of Proposer Team Organizational Chart Resumes 2.3 Financial Capacity Section 3:Approach & Methodology ilk—T: ( EAC Co,sufi g,me. - Apr EAC Consulting,Inc. eacconsuit.com April 14,2017 City of Miami Beach Procurement Department 1755 Meridian Ave.,3rd Floor Miami Beach,FL.33139 Attn:Kristy Bada,Contracting Officer III RE RFQ 2017-028-KB Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on an "As Needed"Basis. Dear Ms.Bada and Esteemed Evaluation Committee Members: The City of Miami Beach is geared to ensuring maximum serviceability levels to its residents, businesses and visitors.The ongoing focus on infrastructure improvements and developments within the City is evidence of the commitment of the City's leadership and staff to enhancing the livability and well-being of its residents and businesses.We look forward to continuing our partnership with the City to accomplish its objectives. As one of the oldest municipalities in the south Florida region,the City of Miami Beach is a worthy example for newly incorporated municipalities.Continued service to its residents and businesses through implementing needed infrastructure improvements will be pivotal in ensuring that the City maintains its status as a premier place to live and work in. EAC's Overview Since its inception in 1994, EAC has performed professional engineering services for more than 40 different public agency clients including local governments and municipalities within South Florida:on a continuing basis. We look forward to the The EAC Team is a opportunity to serve the needs of the City through the provision of similar continuing engineering services on this contract. Dedicated Local Full- Our team organization is predicated on providing the City with qualified professionals from a team of consultants with a solid .� track record.Our team composition is summarized as follows: Service Team with Prime Consultant EAC Consulting,Inc.(MBE) City of Miami Beach 815 NW 57 Avenue,Suite 402,Miami,FL 33126 FDOT and Miami-Dade County Certified Experience. (Refer to Tab 1 Section 1.3) Contact Person 1 Jenner M.Alfaro,PE Project Manager/Resident Engineer jalfaro@eacconsult.com • Tel:(305)265-5400 Mobile:(305)302-6677 FIRM NAME I SMALL/MINORITY STATUS I PROJECTED ROLE ON PROJECT Contact Person 2 EAC Consulting,Inc. Minority Business Enterprise Construction Engineering&Inspections Christopher Bucknor,PE CES Consultants,Inc. Minority Business Enterprise Construction Engineering&Inspections Senior Vice President cbucknor@eacconsult.com GIT Consulting,LLC Small Business Enterprise Sea Level Rise.Environmental Resiliency Tel:(305)265-5400 Smart Sciences,Inc. Small/Woman Business Enterprise Environmental Services Fax:(305)264-8363 Basuito&Associates,Inc. Minority Business Enterprise Mechanical Engineering and Plumbing Engineering 815-NW 57th Ave Suite-40-2;-Ivtiarrrr,, ft-33126 • 305.-2-6-575-400—•- 3363 Twww.eaucunsut corn • CA#7-011 1 A mM I AM I B EACH Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on an"As Needed"Basis • RFQ 2017-028-KB Summary of EAC's Qualifications, Experience and Services to be Provided EAC provides engineering consulting services for infrastructure improvement and development projects for public and private sector agencies. Our overall commitment to the practice of engineering as well as our objective to maintain excellence in the quality of our services have enabled us to maintain long-term relationships with our clients, sustained growth and industry recognition in the form of awards for our achievements and the success of our projects. As a respected multi-service organization,we provide a wide variety of services that include planning, design, studies, construction As a respected multi- administration,program management and construction engineering services. EAC is recognized for our expertise in the following service organization, we engineering services: ► Construction Engineering Inspections and Management provide a wide variety ► Program Management/General Engineering Consulting ► Environmental Permitting and Jurisdictional Approvals of services that include ► Water and Wastewater Utilities Design ► Utility Relocation and Accommodation planning, design 0- Storm Water Management and Drainage Design(including studies, construction, Storm Pump Stations,Gravity Wells&Injection Wells) 10Roadways and Sidewalk Improvements Design administration, ► Civil Engineering Site Development • ► Structural Engineering(including Bridges,Buildings and program management Miscellaneous Structures) 0- Traffic Studies and Assessments and construction ► Transportation Planning engineering services. Since the inception of EAC,we have worked on numerous contracts requiring that these services are performed on an "as-needed" basis with a quick response time and expedited turn around. Most of these contracts have been renewed upon expiration through competitive processes, which is a testament to the quality of the services we provide to municipalities. The table shown on the following page provides a snapshot of some of these contracts. Focused Project Management We have selected Jenner Alfaro, PE, Resident Engineer for this project. He has served as Resident Engineer on similar projects within Miami-Dade County. EAC's reputation,as well as that of Mr. Alfaro's,was built on projects requiring the satisfaction of our client's needs through: Effective Client Service; Innovative Engineering and Solutions; Budget and Schedule Control; and the Provision of Quality Services. .—�` .c. 1 1.1-3 mMIAMI B EAC H Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on an"As Needed"Basis • RFC)2017-028-KB CLIENTS 1 CONTRACTS City of North Miami Beach Continuing Services Contract City of Miami Miscellaneous Civil Engineering Services City of North Miami Continuing A/E Continuing Services City of South Miami General Engineering Services City of Homestead Continuing Professional Services City of Hollywood Professional Services Agreement for GEC Utility Services City of Pompano Beach Continuing Contract,CMI Engineering City of Hallandale Beach General Civil Engineering Services City of Deerfield Beach Professional Civil Engineering Services Town of Bay Harbor Islands General Civil Engineering Services Town of Medley Miscellaneous Civil Engineering Services Town of Sunny Isles Professional General Engineering Consultant Islamorada,Village of Islands Miscellaneous Engineering Services FDOT District 4 CEI services for SR7 between Commercial Blvd.and Glades Road FDOT District 4 CEI General Assigned Services FDOT District 5 Miscellaneous Design Consultant FDOT District 6 CEI Services forthe NW 79 Street Grouping Project FDOT District 6 CEI Services for SR-836/1-395 Interim Project from NE 1st Avenue to MacArthur Causeway FDOT District 6 Continuing Services MEI Support Services FDOT District 6 CEI Miscellaneous Services FDOT District 6 Districtwide CEI Consultant FDOT District 6 CEI General Assigned Services Miami-Dade Expressway Authority General Engineering Consultant Miami-Dade Expressway Authority General Environmental Consultant Miami-Dade Transit Agency Program Management Services Miami-Dade County DERM E01-DERM-05,E Miami-Dade County DERM E01-DERM-04(FEMA Dorm Drainage Project) Miami-Dade Water and Sewer Department E01-WASD-05-Needs Assessment Program Miami-Dade Public Works Department Miscellaneous Public Works-Type Projects(E96-PW-04) Miami-Dade HousingAgency Miscellaneous Engineering Services Miami-Dade Aviation Department Miscellaneous Structural Engineering Services Miami-Dade County Water and Sewer Department CEI Services for the Consent Decree(CD) Broward County(Port Everglades) Bridge Replacement over FPL Discharge Canal Broward County NW 21st Ave.-NW 19th St.to Oakland Park Blvd. Broward County Sunrise Blvd.-Hiatus Rd.to Pine Island Rd. Broward County Pembroke Rd.-Silver Shores Blvd.to 145th Ave.(Including Bridge over 1-75) Broward County Palm Ave.-Stirling Rd.to Griffin Rd. US Army Corps of Engineers Miscellaneous Civil Works Design&A/E Services US Army Corps of Engineers Miscellaneous Engineering Services South Florida Water Management District General Engineering Consultant --EA,- A,-, CA- MIAMI BEACH Professioral Cors€ractiar E-giree,irg and Inspection(CEI)Firms to Provide Various CEI Services or ar'As Needed'Basis • REQ 201 T028-KB Commitment to Quality Services & Performance EAC guarantees an ex Gia', ce _ and the satisfaction if the Oity's opiecu.eS aria exile. a_. :aur readiness to undertake the required services s furtner expressed by the availability, experience and capability of the personnel on the EAC team. b',e beile'.e that ourteam .,ork;rrf,d D.gen tiy with the Cry will ensure the success of an proiec S that arse front this as- needed"CEI services contract.We are prepared to begin providing the anticipated services if we are given the opportunity by the City. We are hopeful that our response to this RFQ will provide the City with the confidence to select the EAC Team.Our selection will ensure a local team-with extensive experience and with a track record for providing quality services in a timely and cost efficient manner. Respectfully, EAC Consulting,Inc. C istopher Bucknor,P.E. enior Vice President EUa�.r,o. 1 1-5.i1�� enc aaonsuconsttcomc APPENDIX A CI- IAMB BEACH Response Certification , Questionnaire & Requirements Affidavit RFQ No. 2017-028-KB PROFESSIONAL CONSTRUCTION ENGINEERING AND INSPECTION (CEI) FIRMS TO PROVIDE VARIOUS CEI SERVICES ON AN "AS NEEDED" BASIS PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 RFQ 2017-028-KB 16 Solicitation No: Solicitation Title: 2017-028-KB PROFESSIONAL CONSTRUCTION ENGINEERING AND INSPECTION (CEI) FIRMS TO PROVIDE VARIOUS CEI SERVICES ON AN "AS NEEDED" BASIS Procurement Contact: Tel: Email: Kristy Bada 305-673-7490 kristybada@miamibeachfl.gov STATEMENTS OF QUALIFICATIONS CERTIFICATION, QUESTIONNAIRE &REQUIREMENTS AFFIDAVIT Purpose: The purpose of this Response Certification, Questionnaire and Requirements Affidavit Form is to inform prospective Proposals of certain solicitation and contractual requirements, and to collect necessary information from Proposals in order that certain portions of responsiveness, responsibility and other determining factors and compliance with requirements may be evaluated. This Statement of Qualifications Certification, Questionnaire and Requirements Affidavit Form is a REQUIRED FORM that must be submitted fully completed and executed. 1. General Proposer Information. FIRM NAME: EAC Consulting, Inc. No of Years in Business: No of Years in Business Locally: 21 21 OTHER NAME(S)PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: None FIRM PRIMARY ADDRESS(HEADQUARTERS): 815 NW 57th Ave. Suite 402 CITY: Miami STATE: ZIP CODE: Florida 33126 TELEPHONE NO.: (305)265-5400 TOLL FREE NO.: FAX NO.: (305)264-8363 FIRM LOCAL ADDRESS: 815 NW 57th Ave. Suite 402 CITY: Miami STATE: ZIP CODE: Florida 33126 PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: Christopher Bucknor, P.E. ACCOUNT REP TELEPHONE NO.: (305)265-5400 ACCOUNT REP TOLL FREE NO.: ACCOUNT REP EMAIL: cbucknor@eacconsult.com FEDERAL TAX IDENTIFICATION NO.: 65-0519739 The City reserves the right to seek additional information from proposer or other source(s), including but not limited to: any firm or principal information, applicable licensure, resumes of relevant individuals,client information,financial information, or any information the City deems necessary to evaluate the capacity of the proposer to perform in accordance with contract requirements. RFQ 2017-028-KB 17 1. Veteran Owned Business.Is Pro oser claiming a veteran owned business status? YES X NO SUBMITTAL REQUIREMENT: Proposers claiming veteran owned business status shall submit a documentation proving that firm is certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United States federal government,as required pursuant to ordinance 2011-3748. 2. Conflict Of Interest.All Proposers must disclose, in their Proposal,the name(s)of any officer,director,agent,or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Further, all Proposers must disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the Proposer entity or any of its affiliates. SUBMITTAL REQUIREMENT: Proposers must disclose the name(s) of any officer, director, agent, or immediate family member (spouse,parent,sibling,and child)who is also an employee of the City of Miami Beach. Proposers must also disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%)percent or more in the Proposer entity or any of its affiliates No Conflict of Interest 3. References&Past Performance. Proposer shall submit at least three(3)references for whom the Proposer has completed work similar in size and nature as the work referenced in solicitation. SUBMITTAL REQUIREMENT: For each reference submitted, the following information is required: 1) Firm Name, 2) Contact Individual Name&Title,3)Address,4)Telephone,5)Contact's Email and 6)Narrative on Scope of Services Provided. See Section 1.3 Minimum Qualifications Requirements. 4. Suspension,Debarment or Contract Cancellation.Has Proposer ever been debarred,suspended or other legal violation,or had a contract cancelled due to non- erformance by an •ublic sector agency? YES X NO SUBMITTAL REQUIREMENT: If answer to above is "YES," Proposer shall submit a statement detailing the reasons that led to action(s). 5. Vendor Campaign Contributions. Proposers are expected to be or become familiar with, the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with,and shall be subject to any and all sanctions, as prescribed therein, including disqualification of their Proposals,in the event of such non-compliance. SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities (including your sub-consultants) with a controlling financial interest as defined in solicitation. For each individual or entity with a controlling financial interest indicate whether or not each individual or entity has contributed to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach.Enrique"Rick"Crooks has controlling financial interest in EAC. See attached letters from Prime and Sub-consultants. 6. Code of Business Ethics. Pursuant to City Resolution No.2000-23879,each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics("Code")and submit that Code to the Department of Procurement Management with its proposal/response or within five(5)days upon receipt of request. The Code shall, at a minimum, require the Proposer, to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. In lieu of submitting Code of Business Ethics,Proposer may submit a statement indicating that it will adopt,as required in the ordinance,the City of Miami Beach Code of Ethics,available at www.miamibeachfl.gov/procurement/. See attached Code of Business Ethics. REQ 2017-028-KB 18 7. Living Wage. Pursuant to Section 2-408 of the Miami Beach City Code, as same may be amended from time to time, Proposers shall be required to pay all employees who provide services pursuant to this Agreement,the hourly living wage rates listed below: • Commencing with City fiscal year 2012-13(October 1,2012),the hourly living rate will be$11.28/hr with health benefits,and$12.92/hr without benefits. The living wage rate and health care benefits rate may, by Resolution of the City Commission be indexed annually for inflation using the Consumer Price Index for all Urban Consumers(CPI-U)Miami/Ft. Lauderdale,issued by the U.S. Department of Labor's Bureau of Labor Statistics. Notwithstanding the preceding,no annual index shall exceed three percent(3%).The City may also, by resolution,elect not to index the living wage rate in any particular year, if it determines it would not be fiscally sound to implement same(in a particular year). Proposers'failure to comply with this provision shall be deemed a material breach under this proposal,under which the City may, at its sole option, immediately deem said Proposer as non-responsive, and may further subject Proposer to additional penalties and fines, as provided in the City's Living Wage Ordinance, as amended. Further information on the Living Wage requirement is available at www.miamibeachfl.gov/procurement/. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees to the living wage requirement. 8. Equal Benefits for Employees with Spouses and Employees with Domestic Partners. When awarding competitively solicited contracts valued at over$100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks,the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business with the City of Miami Beach, who are awarded a contract pursuant to competitive proposals, to provide"Equal Benefits"to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach,Florida;and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? X YES NO B. Does your company provide or offer access to any benefits to employees with(same or opposite sex)domestic partners*or to domestic partners of employees? x YES NO c. Please check all benefits that apply to your answers above and list in the "other" section any additional benefits not already specified. Note: some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave; other benefits are provided directly to the spouse or domestic partner, such as medical insurance. BENEFIT Firm Provides for Firm Provides for Firm does not Employees with Employees with Provide Benefit Spouses Domestic Partners Health x x Sick Leave x as PTO" x as PTO" Family Medical Leave x x Bereavement Leave x x "PTO-Paid Time Off If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are no insurance providers in your area willing to offer domestic partner coverage) you may be eligible for Reasonable Measures compliance. To comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application (attached)with all necessary documentation.Your Reasonable Measures Application will be reviewed for consideration by the City Manager, or his designee.Approval is not guaranteed and the City Manager's decision is final. Further information on the Equal Benefits requirement is available at www.miamibeachfl.gov/procurement/. RFQ 2017-028-KB 19 9. Public Entity Crimes.Section 287.133(2)(a), Florida Statutes,as currently enacted or as amended from time to time,states that a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a proposal, proposal,or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit proposals, proposals,or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor,or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees with the requirements of Section 287.133,Florida Statutes,and certifies it has not been placed on convicted vendor list. 10. Non-Discrimination.Pursuant to City Ordinance No.2016-3990,the City shall not enter into a contract with a business unless the business represents that it does not and will not engage in a boycott as defined in Section 2-375(a)of the City Code, including the blacklisting,divesting from,or otherwise refusing to deal with a person or entity when such action is based on race,color, national origin,religion,sex,intersexuality,gender identity,sexual orientation,marital or familial status,age or disability. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code. 11. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant to Resolution 2016-29375, the City of Miami Beach, Florida, prohibits official City travel to the states of North Carolina and Mississippi, as well as the purchase of goods or services sourced in North Carolina and Mississippi. Proposer shall agree that no travel shall occur on behalf of the City to North Carolina or Mississippi, nor shall any product or services it provides to the City be sourced from these states. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Resolution 2016-29375. 12. Fair Chance Requirement. Beginning on December 1, 2016, the city shall not enter into a contract, resulting from a competitive solicitation issued pursuant to this article,with a business unless the business certifies in writing that the business has adopted and employs written policies, practices,and standards that are consistent with the city's Fair Chance Ordinance,set forth in article V of chapter 62 of this Code. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Resolution 2016-29375. 13. Acknowledgement of Addendum. After issuance of solicitation, the City may release one or more addendum to the solicitation which may provide additional information to Proposers or alter solicitation requirements. The City will strive to reach every Proposer having received solicitation through the City's e-procurement system, PublicPurchase.com. However, Proposers are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation.This Acknowledgement of Addendum section certifies that the Proposer has received all addendum released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addendum may result in proposal disqualification. Initial to Confirm Initial to Confirm Initial to Confirm Receipt Receipt Receipt CB Addendum 1 Addendum 6 Addendum 11 CB Addendum 2 Addendum 7 Addendum 12 CB Addendum 3 Addendum 8 Addendum 13 CB Addendum 4 Addendum 9 Addendum 14 CB Addendum 5 Addendum 10 Addendum 15 If additional confirmation of addendum is required,submit under separate cover. RFQ 2017-028-KB 20 DISCLOSURE AND DISCLAIMER SECTION The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach (the"City")for the recipient's convenience. Any action taken by the City in response to Statement of Qualifications made pursuant to this solicitation,or in making any award,or in failing or refusing to make any award pursuant to such Statement of Qualifications, or in cancelling awards, or in withdrawing or cancelling this solicitation,either before or after issuance of an award,shall be without any liability or obligation on the part of the City. In its sole discretion, the City may withdraw the solicitation either before or after receiving Statement of Qualifications, may accept or reject Statement of Qualifications,and may accept Statement of Qualifications which deviate from the solicitation,as it deems appropriate and in its best interest. In its sole discretion,the City may determine the qualifications and acceptability of any party or parties submitting Statement of Qualifications in response to this solicitation. Following submission of Statement of Qualifications, the applicant agrees to deliver such further details, information and assurances, including financial and disclosure data, relating to the Statement of Qualifications and the applicant including, without limitation, the applicant's affiliates,officers,directors,shareholders,partners and employees,as requested by the City in its discretion. The information contained herein is provided solely for the convenience of prospective Proposals. It is the responsibility of the recipient to assure itself that information contained herein is accurate and complete.The City does not provide any assurances as to the accuracy of any information in this solicitation. Any reliance on these contents,or on any permitted communications with City officials, shall be at the recipient's own risk. Proposals should rely exclusively on their own investigations, interpretations, and analyses. The solicitation is being provided by the City without any warranty or representation, express or implied, as to its content, its accuracy, or its completeness. No warranty or representation is made by the City or its agents that any Statement of Qualifications conforming to these requirements will be selected for consideration, negotiation, or approval. The City shall have no obligation or liability with respect to this solicitation,the selection and the award process,or whether any award will be made.Any recipient of this solicitation who responds hereto fully acknowledges all the provisions of this Disclosure and Disclaimer, is totally relying on this Disclosure and Disclaimer, and agrees to be bound by the terms hereof.Any Statement of Qualifications submitted to the City pursuant to this solicitation are submitted at the sole risk and responsibility of the party submitting such Statement of Qualifications. This solicitation is made subject to correction of errors, omissions, or withdrawal from the market without notice. Information is for guidance only,and does not constitute all or any part of an agreement. The City and all Proposals will be bound only as, if and when a Statement of Qualifications, as same may be modified, and the applicable definitive agreements pertaining thereto, are approved and executed by the parties, and then only pursuant to the terms of the definitive agreements executed among the parties.Any response to this solicitation may be accepted or rejected by the City for any reason,or for no reason,without any resultant liability to the City. The City is governed by the Government-in-the-Sunshine Law, and all Statement of Qualifications and supporting documents shall be subject to disclosure as required by such law. All Statement of Qualifications shall be submitted in sealed proposal form and shall remain confidential to the extent permitted by Florida Statutes, until the date and time selected for opening the responses. At that time, all documents received by the City shall become public records. Proposals are expected to make all disclosures and declarations as requested in this solicitation. By submission of a Statement of Qualifications,the Proposer acknowledges and agrees that the City has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement information contained in the Statement of Qualifications, and authorizes the release to the City of any and all information sought in such inquiry or investigation. Each Proposer certifies that the information contained in the Statement of Qualifications is true,accurate and complete,to the best of its knowledge,information,and belief. Notwithstanding the foregoing or anything contained in the solicitation,all Proposals agree that in the event of a final unappealable judgment by a court of competent jurisdiction which imposes on the City any liability arising out of this solicitation, or any response thereto, or any action or inaction by the City with respect thereto, such liability shall be limited to$10,000.00 as agreed-upon and liquidated damages.The previous sentence, however, shall not be construed to circumvent any of the other provisions of this Disclosure and Disclaimer which imposes no liability on the City. In the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation, it is understood that the provisions of this Disclosure and Disclaimer shall always govern. The solicitation and any disputes arising from the solicitation shall be governed by and construed in accordance with the laws of the State of Florida. RFQ 2017-028-KB 21 PROPOSER CERTIFICATION I hereby certify that: I, as an authorized agent of the Proposer, am submitting the following information as my firm's proposal; Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation,all attachments,exhibits and appendices and the contents of any Addenda released hereto, and the Disclosure and Disclaimer Statement; proposer agrees to be bound to any and all specifications, terms and conditions contained in the solicitation,and any released Addenda and understand that the following are requirements of this solicitation and failure to comply will result in disqualification of proposal submitted; Proposer has not divulged, discussed,or compared the proposal with other Proposals and has not colluded with any other proposer or party to any other proposal; proposer acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; all responses,data and information contained in this proposal, inclusive of the Statement of Qualifications Certification, Questionnaire and Requirements Affidavit are true and accurate. Name of Proposer's Authorized Representative: Title of Proposer's Authorized Representative: Christopher: cknor, P.E. Senior Vice-President Signature of Pro .. •rized Representative: Date: 20/ State of FLORIDA ) On this Li day of ni'1' 1 20agrhstgt t7� appeared before me V. i r<.,-. County ofAA.�lm; -1�d - stated that (s)he is the g-a,14v'+ce.4c-ecVd.4 of E-11C_C. )144-1grottporation, and that the instrument was signed in behalf of the said corporation by authority of its board of directors and ack owledged said instrument to be its voluntary act and d--ed Ben a ' Notary Public for the State o 1 111111. My Commission Expires: r/19V l t „�i 6 . :"r"''•, TRACY-ANN COCKBURN IL Notary Pubic-State of Florida ' My• Comm.Expires Nov 1.2018 �; ,;; ...0. = Commission#FF 169525 •ran RFQ 2017-028-KB 22 o. A EAC Consulting, Inc. eacconsult.com April 10, 2017 City of Miami Beach Procurement Department 1755 Meridian Ave., 3rd Floor Miami Beach, FL. 33139 Attn: Kristy Bada, Contracting Officer III RE: Vendor Campaign Contributions This is to advise that neither EAC Consulting, Inc. nor its Principal have made contributions to the campaigns either directly or indirectly to any candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. Sincerely, EAC Consulting, Inc. (446c; Marie Chong Senior Vice President cs CONSULTANTS,INC. March 29, 2017 City of Miami Beach Procurement Department Conference Room 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 RE: Appendix A, Item 5: Vendor Campaign Contributions Engineering & To whom it may concern: Design Services As codified in sections 2-487 through 2-490 of the City Code, CES Consultants, Inc. has made no contributions to the campaign either directly or indirectly to a candidate Construction who has been elected to the office of Mayor or City Commissioner for the City of Management Miami Beach. Sincerely, Inspection Services Rud M. Ortiz, PE, C Geotechnical & Materials Testing Services Debris Monitoring & Removal Construction 14361 Commerce Way, Suite 103 Miami Lakes,FL 33016 Ph:305.827.2220 Fx:305.827.1121 www.cesconsult.com NOVA City of Miami Beach Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, FL 33139 RE: RFQ#2017-028-KB-Vendor Campaign Contributions To Whom It May Concern: This letter is to inform you that Nova Engineering and Environmental, LLC or our controlling officers have not contributed to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. Regards, 674/9 son Hill ecutive Vice President 4350 Oakes Road, Suite 518, Fort Lauderdale, Florida 33314 t. 954-424-2520 / f. 954-424-2580 / usanova.com GIT CONSULTING LLC Civil•Water• Environment•GIS April 4,2017 City of Miami Beach Procurement Department 1755 Meridian Ave.,3rd Floor Miami Beach, FL.33139 Attn: Kristy Bada,Contracting Officer III RE: Vendor Campaign Contributions GIT CONSULTING LLC, nor its Principal has made no contributions to the campaign, either directly or indirectly, to a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. Respectfully, GIT CONSULTING LLC Georgio Tachiev President orban- tL b /j� �}.�y T �7! CES . �// <` Environmental Consulting 1 cc fs Na'�J. April 3,2017 Ms. Ileana Gonzalez Business Development Coordinator EAC Consulting, Inc. 815 NW 57th Avenue, Suite 402 Miami, FL 33126 Re: City of Miami Beach Vendor Campaign Contributions Dear Ms. Gonzalez: The purpose of this letter is to confirm that neither Smart-Sciences, Inc. or myself have made any contributions to the office of the Mayor or City Commissioners in the City of Miami Beach;and that neither Smart-Sciences, Inc or myself have any controlling financial interest in the same entity. Sincerely, SMART-SCIENCES,INC. c / cg, 6/ iv Gisele L. Colbert President M:(Proposals\By Client1028-013-P EAC City of Miami Beach,Campaign Contributions.docx 330 SW 27th Avenue l Suite 504 1 Miami,Florida 33135 10: 786.313.3977 I F: 305.356.4333 www.Smart-Sciences.com BASU L ASSOCIATES i" L? N S tt L T I N G ENGINEERS April 3, 2017 Ileana Gonzalez Business Development Coordinator EAC Consulting, Inc. 815 NW 57th Ave Ste 402 Miami, FL 33126 To Whom It May Concern, May this letter serve as notification that Basulto & Associates, Inc. nor its controlling officers have contributed to the campaign neither directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. Should you have any questions, please feel free to contact our office. Sincerely, //��i Rene I. Basulto, PE, MSEM Principal 14160 Palmetto Frontage Rd, Suite 22 Page 1 of 1 Phone(305)698-3988 Miami Lakes, Florida 33016 www.basulto.com Fax(305)698-3989 Or A EAr--4106= EAC Consulting,Inc. Code of Business Ethics Compliance with Government Rules & Regulations • We will properly maintain all records and post all licenses and certificates in prominent places easily seen by our employees and customers; • In dealing with government agencies and employees, we will conduct business in accordance with all applicable rules and regulations and in the open; • We will report contract irregularities and other improper or unlawful business practices to the Ethics Commission, the Office of Inspector General or appropriate law enforcement authorities. Recruitment, Selection & Compensation of Vendors and Suppliers • We will avoid conflicts of interest and disclose such conflicts when identified; • Gifts which compromise the integrity of a business transaction are unacceptable; we will not kick back any portion of a contract payment to employees of the other contracting party or accept such a kickback. Business Accounting • All our financial transactions will be properly and fairly recorded in appropriate books of account, and there will be no "off the books"transactions or secret accounts. Promotion and Sales of Products and Services • Our products and services will comply with all applicable safety and quality standards; • We will promote and advertise our business and its services in a manner which is not misleading and does not falsely disparage our competitors. Doing Business with the Government • We will conduct business with government agencies and employees in a manner which avoids even the appearance of impropriety. Efforts to curry political favoritism are unacceptable; AlIt OP' A EAC Consulting,Inc. • Our bids will be competitive, appropriate to the bid documents and arrived at independently; • Any challenges to contracts awarded will have a substantive basis and not be pursued merely because we are the unsuccessful bidder; • We will, to the best of our ability, perform government contracts awarded at the price and under the terms provided for in the contract. We will not submit inflated invoices for goods provided or services performed under such contracts, and claims will be made only for work actually performed. We will abide by all contracting and subcontracting regulations; • We will not, directly or indirectly, offer to give a bribe or otherwise channel kickbacks from contracts awarded, to government officials, their family members or business associates; • We will not seek or expect preferential treatment on bids based on our participation in political campaigns. Public Life and Political Campaigns • We encourage all employees to participate in community life, public service and the political process; • We encourage all employees to recruit, support and elect ethical and qualified public officials and engage them in dialogue and debate about business and community issues; • Our contributions to political parties, committees or individuals will only be made in accordance with applicable law and will comply with all requirements for public disclosure. All contributions made on behalf of the business must be reported to senior company management; • We will not knowingly contribute to the campaigns of persons who are known to be convicted felons. • We will not knowingly contribute to the campaigns of persons who have not signed the Fair Campaign Practices Ordinance; • We will not knowingly disseminate false campaign information or support those who do. (904/..ca/6-n1/ /iv'c (6 Company Name Corporate Officer Date MIAM BEACH INSURANCE REQUIREMENTS This document sets forth the minimum levels of insurance that the contractor is required to maintain throughout the term of the contract and any renewal periods. XXX 1. Workers' Compensation and Employer's Liability per the Statutory limits of the state of Florida. XXX 2. Comprehensive General Liability (occurrence form), limits of liability $ 1,000,000.00 per occurrence for bodily injury property damage to include Premises/ Operations; Products, Completed Operations and Contractual Liability. Contractual Liability and Contractual Indemnity (Hold harmless endorsement exactly as written in "insurance requirements"of specifications). XXX 3. Automobile Liability-$1,000,000 each occurrence -owned/non-owned/hired automobiles included. 4. Excess Liability-$ .00 per occurrence to follow the primary coverages. XXX 5. The City must be named as and additional insured on the liability policies; and it must be stated on the certificate. 6. Other Insurance as indicated: Builders Risk completed value $ .00 Liquor Liability $ .00 _Fire Legal Liability $ .00 Protection and Indemnity $ .00 Employee Dishonesty Bond $ .00 Other $ .00 XXX 7. Thirty(30)days written cancellation notice required. XXX 8. Best's guide rating B+:VI or better, latest edition. XXX 9. The certificate must state the proposal number and title The City of Miami Beach is self-insured. Any and all claim payments made from self-insurance are subject to the limits and provisions of Florida Statute 768.28, the Florida Constitution, and any other applicable Statutes. RFQ 2017-028-KB 37 EACCONS-01 NCHANDUVI ACORO CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 4/22/2016 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Ames&Gough PHONE 703 827-2277 FAX 8300 Greensboro Drive (A/C,No,Ext):( ) (A/c,No): (703)827-2279 Suite 980 ADDRESS:admin@amesgough.com McLean,VA 22102 INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:The Hartford 22357 INSURED INSURER B:RLI Insurance Company A+,XI 13056 EAC Consulting,Inc. INSURER C:ACE American Insurance Company 22667 815 NW 57th Avenue,Suite 402 INSURER D: Miami,FL 33126 INSURER E INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ILICY EFF I POLICY EXP LTR TYPE OF INSURANCE NW SD.SVD POLICY NUMBER (MUBR MI DIIYYYY) (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE X OCCUR 42UUNNI2075 04/22/2016 04/22/2017 RMGEES Eaouence) $ 300,000 MED EXP(Any one person) $ 10,000 PERSONAL&ADV INJURY $ 1,000,000 GE 'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 X POLICY X Ira: LOC PRODUCTS-COMP/OPAGG $ 2,000,000 OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 (Ea accident) A X ANY AUTO 42UUNNI2075 04/22/2016 04/22/2017 BODILY INJURY(Per person) $ ALL OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS AUTOS NON-OWNED PROPERTY DAMAGE HIRED AUTOS AUTOS (Per accident) X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 2,000,000 A EXCESS LIAB CLAIMS-MADE 42XHUN10417 04/22/2016 04/22/2017 AGGREGATE $ 2,000,000 DED X RETENTION$ 10,000 $ WORKERS COMPENSATION X PER 0TH- AND EMPLOYERS'LIABILITY STATUTE ER B ANY PROPRIETOR/PARTNER/EXECUTIVE Y/N PSW0003090 04/22/2016 04/22/2017 E.L.EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 H yes,describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ C Professional Liab. G2554285A 001 04/22/2016 04/22/2017 Per Claim/Aggregate 1,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE Proof of Coverage THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN g ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) The ACORD name and logo are registered marks of ACORD CA_ MIAMI BEACH Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on an'As Needed Basis • 12FQ 201 7-028-KB 1 .3 MINIMUM QUALIFICATIONS REQUIREMENTS Find below governmental references for projects where EAC Consulting has provided Professional Construction Engineering and Inspection(CEI)Services within the last 10 years. Construction Engineering Inspections(CEI)for the Village of Key Biscayne Stormwater Improvements(Sea Level Rise) COMENCEMENTAND COMPLETION DATES Project Description: EAC Consulting, Inc.. ',vas selected by the Village Council as the 2015-Ongoing Consultant to perform the requisite services to plan, engineer and administer the construction of the needed infrastructure improvements towards protecting the Village's REFERENCE CONTACT PERSON residents and stakeholders from unnecessary flooding and effecting an enhanced level Tony Brown,P.E..Village of Key of service for all the Village's stormwater management and associated infrastructure. Biscayne Public Works Due to its close proximity to Biscayne Bay and the Atlantic Ocean,the Village's stormwater REFERENCE CONTACT management system is completely influenced by tidal waters, which presents a INFORMATION challenge for stormwater disposal systems.The Village is Florida's southernmost barrier (305)365-7568 island and is susceptible to the potential impacts of Sea Level Rise(SLR).In addition to tbrown@keybiscayne.fl.gov CEI,EAC will emphasize minimizing impacts to the traveling public that includes a large PRIME CONSULTANT percentage of pedestrian and cycling traffic. Construction Engineering and Inspection(CEI)for the Country Isles Water Services COMENCEMENT AND Replacement COMPLETION DATES Project Description: This project scope involved the replacement of existing water 2014-2015 service connections from the existing water main located within public right of way to water service meters located in public right of way or(easement)for 179 homes within REFERENCE CONTACT PERSON Country Isles.Work included water service connection to existing distribution main,water Karl Thompson,RE.,City of Weston service construction from the point of connection to the service meter,disconnection/ Public Works&Utilities removal of existing service, and surface restoration of pavement or existing ground REFERENCE CONTACT cover within public right of way. INFORMATION (954)385-2600 kthompson@westonfl.org PRIME CONSULTANT NW 105th Way Bridge Emergency Repairs from US 27(Okeechobee Road)To NW South River Drive. COMENCEMENT AND Project Description: Construction Engineering and Inspection (CEI) services for COMPLETION DATES emergency repairs to bridge deck and barrier wall.It also included construction of barrier 2013-2013 wall,guardrail,bridge expansion joints, milling and resurfacing asphalt,and pavement REFERENCE CONTACT PERSON markings. Jorge Corzo,P.E.,Town of Medley REFERENCE CONTACT INFORMATION (305)887-9541 ext.143 jcorzo@townofmedley.com PRIME CONSULTANT E ComuftiInc. eaccEAC onw�«on,ng, 13-1 MIAMI BEACH Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services or a-'As Needed"Basis • RFQ 2017-028-KB SR-934/NW 79th Street Grouping Project-NW 14th Avenue to North Bayshore COMENCEMENT AND Drive FIN#427452-1-52-01 COMPLETION DATES Project Description:Construction Engineering and Inspection(CEI)services for three(3) 2014-2016 miles of roadway reconstruction.milling and resurfacing,lighting,ADA ramps,drainage, signing, pavement markings and bridge improvements whithin the City of Miami. The REFERENCE CONTACT PERSON project included signalization improvements at 13 intersections with the installation of Joan Fabian,RE„FDOT District 6 44 drilled shafts and mast arms.Including the installation of five(5)pedestrian crossings REFERENCE CONTACT with Rectangular Rapid Flashing Beacons(RRFB)installed on mast arms. INFORMATION The project was nominated for the 2013 Best in Construction Partnering Award. Florida (305)968-4921 Transportation Builders Association. joanfabian@dot.state.fl.us PRIME CONSULTANT SR-934/NW 79th Street Grouping Project-NW 27th Ave.from NW 79th Street to NW 103rd Street FIN#429185-1-52-01 and NW 79th Street from NW 27th Ave.to COMENCEMENT AND NW 14th Ave.429147-1-52-01 COMPLETION DATES Project Description: Construction Engineering and Inspection (CEli services for four 2014-2016 Loi miles of roadway reconstruction, milling and resurfacing, lighting, ADA ramps, REFERENCE CONTACT PERSON sidewalks,drainage,signing and pavement markings.The project included signalization Joan Fabian.P.E.,FDOT District 6 improvements at six(6) intersections with the installation of 8 drilled shafts and mast arms. REFERENCE CONTACT INFORMATION The project received the 2016 Excellence in Resurfacing-Urban Paving FDOT Award, (305)968-4921 Asphalt Contractors Association of Florida,and the 2016 Best in Construction Alternative joan.fabia n@dot.state.fl.us Contracting Award,Florida Transportation Builders Association. PRIME CONSULTANT „r. SR 836/1-395 Interim Project From NE 1st Avenue to MacArthur Causeway COMENCEMENT AND Project Description: EAC Consulting, Inc. provided Construction Engineering and COMPLETION DATES Inspection (CEI)services for this project involving roadway and bridge upgrades on SR- 2012-2014 836 and 1-395. Improvements consisted of bridge widening, roadway reconstruction, milling and resurfacing, retaining walls, barrier walls, drilled shafts, signing, drainage REFERENCE CONTACT PERSON and lighting within the City of Miami.The scope included frequent updating the City of Andres Berisiartu,P.E.,FDOT District 6 Miami Beach for Maintenance of Traffic impacting flow of traffic to the City vial-395. REFERENCE CONTACT Nominated for the 2014 Best in Construction Interstate Award. Florida Transportation INFORMATION Builders Association (305)525-4976 and res.berisiartu@dot.state.fl.us PRIME CONSULTANT /�/ EAC Consulting,gm .3_2 E eacconaojLcam m MIAMI BEACH Professional Construction Engineering and Inspection(CEI)Firms to Pwnde,farroas CEi Services on an'As Needed"Basis • RFQ 2017-028-KB 11";!' Ufa' Construction Engineering and Inspections(CEI)for the Reconstruction of NW 21st Avenue from NW 19th Street to Oakland Park Boulevard,Broward County COMENCEMENT AND Project Description:EAC Consulting provided Construction Engineering and Inspection COMPLETION DATES (CEI, sercices for the reconstruction of one and a half miles of the existing three 3 2009-2011 lane facility. including bike lanes,sidewalk, installation of 8 inch ductile iron ;DIPriraer REFERENCE CONTACT PERSON main,6 inch force main,drainage system including jacked 72 inch RCP under the CSX David Huizenga,P.E.,Broward R/R, asphalt paving, street lighting, upgrading the signalization system, landscaping. County Highway Construction and irrigation system,signing and pavement markings. Engineering Division REFERENCE CONTACT INFORMATION (954)577-4597 dhuizenga@broward.org PRIME CONSULTANT Construction Inspection Services(CEI)for Broward County Water and Sewer Neighborhood Improvements. COMENCEMENT AND Project Description:EAC provided Inspection and Construction Management Services COMPLETION DATES for the Broward County Water and Sewer Department for the following Neighborhood 2011-2014 Improvement projects: REFERENCE CONTACT PERSON Bid Pack 11-Neighborhood Improvements for the Pompano Highlands neighborhood David Huizenga,Broward County between NE 48th and NE 49th Streets, and between Federal Highway and NE 15th Highway Construction and Avenue.The project is composed of the reconstruction of the water and sewer mains, Engineering Division drainage structures. reclaimed water, construction of new sidewalks, reconstruction of REFERENCE CONTACT streets and landscaping. INFORMATION (954)577-4597 dhuizenga@broward.org PRIME CONSULTANT yfifff r« Construction Engineering and Inspection(CEI)Services for Pine Island Road 30- Inch Water Main Transmission Main Improvements. COMENCEMENT AND Project Description:EAC provided design and Construction Engineering and Inspection COMPLETION DATES (CEI)services for the reconstruction and widening of a two(2)mile section of the Pine 2009-2012 Island Road corridor from Oakland Park Blvd.to north of Commercial Blvd. Pine Island REFERENCE CONTACT PERSON Road is a major north-south arterial and construction was carried out under active traffic Sean Dinneen,P.E., conditions.The project included providing a new roadway drainage system,signalization, Assistant Director of Utilities street lighting, irrigation, and landscaping and pavement markings. The project also REFERENCE CONTACT involved design and installation of approximately 4,000 linear feet of 30-inch DIP water INFORMATION main from Oakland Park Blvd.to NW 44 Street through a Joint Participation Agreement (954)888-6027 between Broward County and the City of Sunrise.EAC performed all the civil related work sdinneen@sunrisefl.gov which included the development of detailed construction plans,technical specifications and an opinion of probable construction costs for the project. PRIME CONSULTANT E • i EAC Carting,Inc. 1.3-3 r-t eacconsuttcon, F 4 MIAMI BEACH Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on an'As Needed'Basis • RFC)2017-028-KB Professional Licenses and Certifications-EAC Consulting,Inc. EAC Consulting,Inc.is a Miami based firm registered to do business in the State of Florida and is certified by the appropriate authorities as demonstrated below. State of Florida State of Florida Board of Professional Engineers Department of State Attests that EAC Consulting,Inc. BPI I cfrom the records of this office that EAC CONSULTING,INC.is a t ertifycorporation organized under the laws of the State of Florida,filed on September e. 6,1994. Cr authorized under the provisions of Section 471.023,Florida Statutes,to offer engineering services to the public through a Professional Engineer,duiyLgelsed under Chapter 471,Florida Statures. The document number of this corporation Is P94000066488. Expiration: 2/28/2019 CA Lic.No: Audit No: 22826t90t972 Ii I further certify that said corporation has paid all fees due this office through December 31,2017,that its most recent annual report/uniform business report was filed on January 6,2017,and that its status is active. / I further certify that said corporation has not filed Articles of Dissolution. (late (%it'd Minority, Women & Florida Veteran Given ander my hand and the Great seal of the Stade of Florida at Tallahassee,the Capital,this Business Certification the Sixth day ofmrma,y,1017 EAC Consulting Inc. 'ilk tf '-_ F- a recertified1Fl under the provisions of Secrettuy of State 287 and 295 157.7,Florida Stettin..fora period from. 11/06/2015 to 11/06/2017 Tracking Number:Ccnrlasetse To authenticate this certiacate,vlsh the following slte.enter this number,and then ':` :�:...,;^,.. follow the instructions;displayed. tifma iagsement blip:tits mea...,mm .m f'tiu r cemarm orsrotu eaten me mnmuon n Ir(2VICFS a'? �' Times cka.,@m,•t.sma.-ron.n.+...... FD( iT Group 10 -Construction Engneering Inspection -. 10.1 -Roadway Construction Engineering Inspection 10.4 -Minor Bridge&Miscellaneous Structures CEI Florida Department of TransportationRICK SCOTT cos Suwannee Street ROXOLO Group 11 Engineering Contract Administration and Management oosmoa r,lwm,.<.Ft:r.99+user SECRET.... Your overhead audit has been accepted,enabling your firm to compete for Professional June 28.2016 Services projects advertised at the unlimited level,with estimated fees of any dollar amount This status shall be valid until June 30 2017 for contracting purposes. Enrique Crooks,President realities EAC CONSULTING.INC. Home/Branch Field Capital Cost Overtime 815 NW 571"Avenue.Suite 402 Office Office of Money Premium Dived Expense Miami,Florida 33126 Indirect Cost 160.63% 128.35% 0.132% Excluded 6.05%(Home) 6.40%(Field)` Dear Mr.Crooks: `Rent and utilities excluded from field office rate.These costs wall be directly reimbursed on The Florida Department of Transportation has reviewed your application for qualrficatinn contracts that require the consultant to provide field office. package and determined that the data submitted is adequate to technically qualify your firm for the following types of work: Should you have any questions. pease feel free to contact me by email at Group 2 -Project Development and Environmental(PDBE)studies carliayn.kell�dotstate.fl.un or by phone at 850.4144597. Group 3 -Highway Design-Roadway Sinl�c'e(/re''l�y,;.sJ� /f� 3.1 -Minor Highway Design / 3.2 -Major Highway Design 3.3 -Controlled Access Highway Design• Cadiayn KNI Prdessional Services Group 4 -Highway Design-Bridges Qualification Administrator 4.1.1 -Miscellaneous Structures 4.1.2 -Minor Bridge Design 4.2.1 -Major Bridge Design-Concrete 4.2.2 -Major Bridge Design-Steel 4.2.3 -Major Bridge Design-Segmental Group 5 -Bridge Inspection 5.1 -Conventional Bridge Inspection 5.4 -Bridge Load Rating Group 6 -Traffic Engineering and Operations Studies 6.1 -Traffic Engineering Studies 6.3.1 -Intelligent Transportation Systems Analysis and Design 8.3.2 -Intelligent Transportation Systems Implementation 6.3.3 -Intelligent Transportation Traffic Engineering Systems Communications Group 7 -Traffic Operations Design 7.1 -Signing.Pavement Marking and Channelizaton 7.2 -Lighting 7.3 -Sgnalizabon wxa..mkstatc.tl.us is cw.dotstate.aas �7\T� esus consulting,Inc. .3_4 ----__ -- - ` ..aorlwlcp«n ID MIAMI BEACH Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on an'As Needed"Basis • RFA 2017-028-KB Technical Ceni0cale-Returning Vendor Self-Service Portal Page I of2 Technical Certificate-Returning Vendor Self-Service Portal 1'14122 Miami-Dade County cede Category D«aiptwn MIA Internal Services Department APP•o••J Date expiration nose Statement of Technical Certification Categories SOS PORT AND WATERWAY SYSTEMS-CARGO TERMINAL 01/01/2011 01/31/2010 DESIGN Firm: EAC CONSULTING INC PORTANDWATERWAY SYSTEMS-TRANSPORTATION 01/00/201] 01/312019 015 NW S]<M1 Avenue,102,Miami,FL 33126 S10 SYSTEMS DESIGN WATER AND SANITARY SEWER SYSTEMS-WATER Code Category Description Approval Data Expiration Dap 601 DISTRIBUTION AND SANITARY SEWAGECOLLECTION 01/04/2017 01/312019 tot TRANSPPLANNINGURBAN AREA AND 01/00/201] 01/312019 AND TRANSMISSION SYSTEMS REGIONAL TRANSPORTATIONORTATION PLANNING WATER AND SANITARY SEWER SYSTEMS-UTILITY 102 TRANSPORTATION PLANNING-MASS AND RAPID 01/012017 01/312019 601A TUNNELING FOR WATER DISTRIBUTION AND SANITARY 01/04/2017 01/312013 TRANSIT PLANNING SEWAGE COLLECTION AND TRANSMISSION SYSTEMS MASS TRANSRSYSTEMS-MASS TRANSIT FEASIBILITY& 01/04201] 01/312019 WATER AND SANITARY SEWER SYSTEMS-WATER AND 2.02 TKHNKAISNDlES 602 SANITARY SEWAGE PUMPING FACILMES 01/06201] 01/312019 301 HIGHWAY SYSTEMS-SITE DEVELOPMENT AND PARKING 01/00/201] 01/31/2019 603 WATER ANO SANITARY SEWERSYSTEMS-WATER AND 01/01/2017 01/312019 LOT DESIGN SANITARY SEWAGE TREATMENT PUNTS 302 HIGHWAY SYSTEMS-MAJOR HIGHWAY DESIGN 01/00/2017 0121/2019 1001 ENVIRONMENTAL ENGINEERING-STONMWATER 01/01/201) 01A12019 DRAINAGE DESIGN ENGINEERING SERVICES 3.02A HIOHWAYSYSTEMS-TUNNEL DESIGN 01/04/2017 01/312019 1100 GENERAL STRUCTURAL ENGINEERING 01/942017 01/312019 3028 HIGHWAY SYSTEMS-MINOR HIGHWAY DESIGN 01/002017 01/312019 1600 GENERAL CML ENGINEERING 01/04/2017 01/31/2019 3.03 HIGHWAY SYSTEMS-BRIDGE DESIGN 01/04/2017 01/312019 17.00 ENGINEERING CONSTRUCTION MANAGEMENT 01/04/2017 01/31/2019 304 HIGHWAY SYSTEMS-TRAFFIC ENGINEERING STUDIES 01/04/2017 01/312019 2100 LAND-05E PLANNING 03222017 01/312019 305 HIGHWAY SYSTEMS-TRAFFIC COUNTS 01/042017 01/31/2019 309 HIGHWAY SYSTEMS-INTELLIGENT TRANSPORATION 01/00/2017 01/31/2019 SYSTEMS ANALYSIS DESIGN,AND IMPLEMENTATION Approved by 309 HIGHWAY SYSTEMS-SIGNING,PAVEMENT MARKING, 01/04201] 01/31/2019 Technical Certification Committee AND CHANNE1gATION MemrDade County 310 HIGHWAY SYSTEMS-LIGHTING 01/042017 01/312019 311 HIGHWAY SYSTEMS-SIGNALIZATION 01/04/2017 01/31/2019 4.01 AMATIDN SYSTEMS-ENGINEERING DESIGN 01/4/2017 01/31/2019 501 PORT AND WATERWAY SYSTEMS-ENGINEERING 01/04/2017 0121/2019 ys DESIGN l hops:Awn.mmmidade.goo VendorTechnicalCenificatioNTC_PrintCertilicate 3,27 2017 h11ps:.nnvw nnamidade gon Vendor Teehnic.LCertificabon TC_P0n5Cerlifieele 32'2111' CES Consultants,Inc. State of Piale �� x«la Board of Professional Engineers Attests 1hcT Minority, Women & Florida Veteran CES Consultants,Inc. F gPE:;_.....PE Business Certification I.authorised under the prom of Section 671.123,Florida Statutes,10 offer engineering eetvicaa to the public through a Professional Engineer,duly lieonoed under'Chaptu 471,Florida Statutes. Expiration: 1,8/2019 CALie.No: CES Consultants,Inc. Ardis No: 12.8201o03u;e .t ;ti l l Co certified under the provisions of 287 and 20.187,Florida Statutes,for a period from: 02/03/2016 to 02/03/2018 manage mvec s Damen Dena/Anew d.Nute eb Smug, 01Rxd4prNe Newey•MSOHgamee Way .390.TaMeae IL 32393.0 810.3 weeadmn.stueNus 1.3-5 MI AMI BEACH Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on an'As Needed'Basis e RFQ 2017-028-KB State of FloridaInal Services Deoartment MIAMI Small Business!voe.n.. Department of State �13,NavenrtKed ,� July 29.2016 CERT NO 423 Approval Date]2912016-ware ran a I certify from the records of this office that CES CONSULTANTS,INC.is a cons Rudy M.OUJis.4/c. Approval Date.1292016.Ma 1E.as., corporation organized under the laws of the State of Florida,filed on October 6, 14361 Commerce Way slue 103 Expiration Dam.6/31201/ 1997 Miami Lakes FL 33016-0000 Anniversary Dare:July 29.2017 The document number of this corporation is P970000115972. Dear Dr.Ora.P.E. I further certify that said corporation has paid all fees due this office through Miami-Decks County small Business Development(SOD),a division of Internal Sarvie.Cepamnat(ISM,w December 31,2017,that its most recent annual re ort/uniform business report Engi ea m ratty you a and firm's Busmen E eligibility o a certified Satan Bummers Enteranso acc Architecturalconwith p please to n notify yo of eman continuing oati n Enteron»Construction Bavall (sBEICOne)in accordance oval was filed on January 4,2017,and that its status is active. section 10-33.02 and 210.401 ti the Code of Miami-Dace cnuny Your firm mcedrhm in me categories listed 1 further certifythat said corporation has not filed Articles of Dissolution. The SBErAE and S9EicONs codifications are continuing through the anniversary Date Mt.above contingent rp0 ,pm your Turn maintaining•m ei:uutliy based on the cnlena outlined in the aforementioned cone You roll be notified of your annueresponsOlices in advance of the Anniversary Date.You must submit the annual AFFIDAVIT FOR CONTINUING ELIGIBILITY no later man the Anniversary Date to mammon your-Dadei, m Your firwill be listen in the direcmy for all ce0fied firms.which can be accessed through Mr0ni-Date County's SEIDwebvte:Mtn/Awe mom..gnu/Mtairraaihr.e=rrMitmahnn-nrmran,p and If mere is a mammal charge in your firrn you must advise Ole office by submitting a slaw,change form wick the associated supporting documentation.within thirty 1301 days Changes may include,but are not larded to. some.ip.officers direclore.management.key personnel.scope of won performed.dein operations.on-gwng Gieen under my hand and the bueness relationships with other firma or individuals or the physical location of your finer After our review,you will recsve instructions as to how you should proceed.if necessary Failure to do so win be deemed a failure on Grew Send of the State of Florida your pan to cooperate and will result m anion to remove your fines cedifirabon. at Tallahassee,the Capital,this If you have any questions or concerns,you may contact our office at 305,375-3111 the Fourth day of January,2017 Sincerely, Ci Thompson.Section3 x� SinI Business DevelopmentD Chief on (Ai rC:- O Secretary of State Tracking Number 146521190IC've ---------- To authenticaN thin cernficate,Lnit the follow ine-Ute,anter this number,and then follow the instructions diapla3 ed. htryra://serricesaen hr.orerfling.i('ertiIiFate0Dita hs/L'erri5cate.huthendca don • Miami-Dade County FDOTD ^"2 Internal Services Department Statement of Technical Certification Categories -" Firm: CES CONSULTANTS INC Florida Department of Transportation RlCKSCOTT 213 Sonamrm Shan 14361 Commerce Way..Suite 103,Miami Lakes,FL 33016 GOVERNOR Tana...,FL 3249-0430 SECRETARY January 30,2017 Cede CaYOeey DONHP0 n Approval Dale Expiration Date Ort3.01 HIGHWAY SYSTEMS-SITE DEVELOPMENT AND PARKING LOT DESIGN 04/01/2015 04/30/2017 Rudy NSUL,CDC.President/CEO CES COONSULTANTS,INC. 3.02 HIGHWAY SY51EM5-MAJOR HIGHWAY DESIGN 04/01/2015 04/30/2017 14361 Commerce Way,Suite 103 Miami Lakes.Florida 33018 3.02A HIGHWAY SYSTEMS-TUNNEL DESIGN 10/07/2015 04./30/2017 Dear Mr.Orta: 30,1 HIGHWAY SYSTEMS-TRAFFIC ENGINEERING STUDIES 04/01/2015 04/30/2017 The Flonda Department of Transportation has renewed your applicabon for qualification 3.05 HIGHWAY SYSTEMS-TRAFFIC COUNTS 04/01/2015 04/30/2017 package and determined that Ila data submitted is 00,9031,to technically quality now flan for the following types of work: 3A9 HIGHWAY SYSTEMS-SIGNING,PAVEMENT MARKING AND 04/01/2015 04/30/2017 Group 3 -Highway Design-Roadway CHANNELIZATION 3.1 -Minor HghwaY Design 6.01 WATER AND SANITARY SEWER SYSTEMS-WATER DISTRIBUTION AND 04/01/2015 04/30/2017 3.2 -Mayor Highway Design SANITARY SEWAGE COLLECTION AND TRANSMISSION SYSTEMS Group 7 -Traffic Operations Design WATER AND SANITARY SEWER SYSTEMS-UTILITY TUNNELING FOR 6.01A WATER DISTRIBUTION AND SANITARY SEWAGE COLLECTION AND 08/03/2016 04/30/2017 7.1 -Signing,Pavement Marking and Channef¢abon TRANSMISSION SYSTEMS Group 9 -Soil Exploration.Material Tasting and Foundations 602 WATER AND SANITARY SEWER SYSTEMS-WATER AND SANITARY 04/01/2015 04/30/2017 9.1 -Soil Exploration SEWAGE PUMPING FACILITES Group 10 -Consbuchon Engineering Inspection 603 WATER AND SANITARY SEWER SYSTEMS-WATER AND SANITARY 04y01/4/15 04/30/2017 SEWAGE TREATMENT PLANTS 10.1 -Roadway Construction Engineenrg Inspection 10.3 -Consouclion Materials Inspection 9A2 SOILS,FOUNDATIONS AND MATERIALS TESTING-GEOTECHNICAL 94/01/2015 04/302017 AND MATERIALS ENGINEERING SERVICES Your firm is now technically quailed to pursue work for the Department for minor 910010ts only.enabling your firm to compete for Professional Services projects with fees ENVIRONMENTAL ENGINEERING-STORMWATER DRAINAGE DESIGN estimated al below 5500.000.00.This status shall be valid until Janyary 30 201Q for contracting 1001 04/01/2015 04/30/2017 purposes ENGINEERING SERVICES 1100 GENERAL STRUCTURAL ENGINEERING 04/01/2015 04/30/2017 Should you have any questions, please feel free to contact me by email at carlinyn.kelledof state l us or by phone at 850-614-4597. 1203 GENERAL MECHANICAL ENGINEERING 04/01/2015 04/30/2017 Sincerely, n' 163 GENERAL CNIL ENGINEERING 04/01/2015 04/30/2017 4/6..r e,( 17.3 ENGINEERING CONSTRUCTION MANAGEMENT 04/01/2015 04/30/2017 ,'�- Caduyn KeY 1903 VALUE ANALYSIS AND LIFE-CYCLE COSTING-HIGHWAY SYSTEMS 04/01/2015 04/30/2017 Professional Services Qualification Administrator 111011 dorstate I7 ALS C J\/• EAC Consulting,Inc. eaaroruWtcom . m MIAMI BEACH Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on air As Needed"Basis • RFC)2017-028-KB NOVA Engineering and Environmental,LLC State of Florida Sec SC,.ASAP,arICAS __ M __ PASERPLS Board of Professional Engineers opTE.,DantAt, ,pG 2R, AttinitS that sayn,.a:la..,nsnro Nor mrm,cma resrwc.ro NOVA EngrnehVmg and Environmental, C F BEE o P I901 DMwnN. m �c 11 2 mm 0.�.a,EP.,3.37aD1,746 efecrOCWATERDaaaaGEOPPONPSCCOPEnrGWXES Is authorized under the provisions of Section insures,to otter engineering services a tool Srmvmm2 xaaaeww.vNMwaAnaa ASSESSMENT ANOeararonnO to the public through a Professional Engineer d- under Chapter 471,Florida Statutes. 2 Lou mtara.werrr ersaarc ionnnr.t uNw«OEuov Expiration: 2/28/^.019 CA Lic.No: PAPCOMPOTAS ParTAPPANG,omr ACTION runs I MUMENraroN r cve,APON. Audit No: 221201903995 li 27772 a Lm sawr¢aFc 11 17e0 Era....APOS-,-"VirliJCPPONPAPIASES/13, proem",SorteC,ner Nemoawes... r.�m,ma u.na sz rs2 a@ Akan Anstrmional tame.) Porfineenn9!OILMAN LAOS. , Ses Sato 02,29,019 Nan,.Pier/pew an.a-annnWO NOVA canrpaNn rNSmnwaroTM ratifies.,of Swoops Stoppers to em.O,w. Liconia Ala Name Em.Date Promo AP Name hop ow.aamsdadcgos tondo .xnfcui.o TC_l oCnridiu Non 1 i nl- GIT Consulting,LLC. Licensee lleGuh Ucerwe 3otarmauon Name: GET CONSULTING, LG(.moan name) Man Address: 2332 GALRINO 2332 Ga LIANO STREET MD FL CORAL GABLES Florida 33134 imam,(Sere s Oparmrnt county: DADE MIAIRICI Snau Business D^'°M?nwan License Mailing: 2332 Gallen 2332 GRUAN0 STREET 2ND FL mermaeamer .31,3111E x>vs2,a. GABLES PL GABLES Fl 31134 e 2r 2011 County: DADE Ur.Georgia L.Tech. LirenseLocationi G1T CONSULTING LVC CFL 331.-001.ord tkansa is nType' Certificate i wut,thoriia0n Ammar Be.du,.1..Cola w'i Autn IstrenSe Number' DeurD• Mr inch,. Sl fus Nianaaf De Ca rdy 9raa Sumons Do.00nlme iS8D1.a man a ,of internal Saw.DeaxnM rc !ISO>is ,e ace. peas.b nutty you U yore.ns etmmanr dig..as a cendea So.Beene.Enter..amirMectralt _Pea. 02/28/2009 Engmetwaykg iroornaium nati moron 210+9t ui mo Conn el...Co.county yr srtn,a Cos 00Er2E,x,YEr0000.x centime.mro..ore Borrionsacyl.m u1 anna.unMynl ape,roe btu nareaire 2 tyrem.Y rrtas men crass u2a,vam ne a<mrrnN anntat roM000c(bean aora.zd the AT00050 Dam.Yat nussa.nt'2earnud AFFIDAVIT FORS INGEIIG 0000 asar11a- m.ssy Oto.irmnan yoor 0000 O 112 Yaw Rm,wprohem in Me Mmes,you.Teel aeons.e•m'Y ua,nUaae Conry a SBD rarde rgp'r,Ymr m',ano!Me 3..wmsu• irs.5.1irmamorionspams a® GIT Cowling ONO' ON= MUM 1010eduIYwl1lIPorOr1I04Y;RUI 14607! ean'er"nsR/ !U M 1I OYY4 R O W oust ma.. 005 500rem.,. you209 incel.ir,Ee 1Ns 000 a w0S AAO a sinus n,ar'ye w-,110 n» sue wevamtg aaanema.n.wMnn 11122 ixl care COages m. baton 0 Tnind e0k2 5C54f raman,swan..erno or armee... °e M>o`ao1E °°;�`Nrnn Ane"P".a`. 2your.neo wandd:".�,:„1ataa1 m2am":c,u`trt.tartrimama..o so.a a un 48113118 1005 EN/ROrbetTALENGNEERING•COCWATIONASSESSMENT.NENONTORING iimisuear mase..or con.>rn.,o.may core.arern..3032111.1 5818018 1009 ENEDAVENTALENGOREEPoNG-10111FIED,GROUN AER,AtOSUIVACEWATERPROTECT10tANO101PG8oQIT Crauours TOmpuon,Sootron Gn1 Swat B:mnsf De.k4u nor 6r®m 58111018 0.01 DOTE Af8WART SBYHiSYSTBAS-WATER DISTR811f1ONAlAMARY SEANEC011EC110NAJAIMPASSION SYSTBooS renerre.s.mor own EAC Consulting,lite. '.3-7 1` ea2xonwltcwn MIAMI BEACH Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on an'As Needed'Basis • RFC)2017-028-KB Smart Sciences,Inc. State ofFlorida �lal.� �cicc Department of State Minority, Women & Florida Veteran Business Certification I certify from the records of this office that SMART-SCIENCES,INC.is a corporation organized under the laws of the State of Florida,fled on March 1 g. • 2011 effective March 1g.2013. Smart-Sciences,Inc. The document number of this corporation is P130000241416. f further certify that said corporation has paid all fees due this office through December 31,2017.that its most recent annual report/uniform business report Is certified under the provisions of was filed on January 10.2017.and that its status is active. 287 and 293.1.87,Florida Statutes.for a period from: I further certify that said corporation has not filed Articles of Dissolution. 05/09/2015 to 05/09/2017 •s.? Given under nu,hand and the rffenabr{Sa!•,Y��tqy�RI t ;rem Seals the Stale of Florida JEKViCf$ cn„rop.�tsa.mrae (� Plv,d+nrywmaa.r?luaae,mmsmart/ t Tenth day the Canard.017 the Tenth JaJ'n/Janaan�.201] Nike Ns;pati.+oo,o-4o ow.rmew,y hoc mo.r/d,»:e Rmm.sm<n0915.,,,.04.dn+xue PIN r.Y 4 .` Secretary of State Track,Num.:CCIS6m'1e1l Toa..Reale this'Oopt90rd.h the folMninc d.eenler this aura bet,sed then follow the inalry tiros displ.eed, hnps://servicessin5n 1/1iliniNCerrifiNiN S.W C,rtiarate.titheeticaliee Srmrt-Sciences Inc. 01.61.alhert 7003 100077 206sfit4aa2 32!Norm oAmu1Bulb:10Coral Gab lecFLSS104 41.2se7n3l Bulb 210 Carat 0ahle 6 FL 00104 Eopr on[ate Tarriicl r3tiir3tim Cao rI 13.012017 10D3 ENv1ROth,1ENTALENGINEERING-BIOLOGY SERv10ES Basulto&Associates,Inc. State of Florida Board of Professional Engineers Attests that Basulto&Associates,Inc. 4FBPE Is authorised under the pro of Section 471.023,Florida Statutes,to offer engineering services to the public through a Professional Engineer,duly licensed wader Chapter 471,Flodds Statutes. Expiration: 2/28/3119 .9 CALic.No: Audit No: 228371900136 R 6722 BASIILTO&ASSOCIATES,INC. Rene!.Sa alta,P.E 00fi0000000 SOfi 0000BS0 14110 Patin eft Rant as Roan,Bulb 22111aml,FL 1fi-0417722 S 0011!u lb 22 al lam I,FL 00O 1a &imiion fpm Tstniral C9123—42i211 C/rgonf 2/28/2019 12 D0 GENERAL M ECHPN ICAL ENGINEERING 2128//2019 13D0 GENERAL ELECTRICAL ENGINEERING 2128/2019 1700 ENGINEERING CONSTRUCTIONM/LNhiEMENT 212812019 3,10 HI°MAY S YSTEIS•U GHTIN G 2/28/2019 8.00 TELECCr0tu1UNICATIONSYSTBe1S _ 1 - EAC Consulting,inc. 4111=r11EIM mMIAMI BEACH Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on an'As Needed"Basis • REQ 2017-028-KB We present to you highly experienced and qualified professionals. EAC Consulting,Inc. State of Florida State of Florida Board of Professional Engineers Board of Professional Engineers Anes•that Attests that Enrique Alexander Crooks,P.E. 4 F,„!:.: Jenner M.Alfaro,P.E. Is licensed as a Professional Engineer under Chapter 471,Florida Statutes Ia licensed as a Professional Engineer under Chapter 471,Florida Statutes Expiration:2/28/919 P.E.Lic.No: ngvt P Audit No: 228919/31.6 a 425.'1: Expiration:2/28/919 P.E.Lic.No: Audit No: 2.8201916161 H 51855 State of Florida State of Florida Board of Professional Engineers Board of Professional Engineers Attests that Attests that Andrew C.Pierce,P.E. Rohan O'Neil Gardner,P.E. Is licensed as a Professional Engineer Chapter under Cha ter 471,Florida Statutes Is licensed as a Professional Engineer under Chapter 471,Florida Statutes I Expiratiun:2/20.019 P.E.Lic.Vu: Eopiratls0:2/28/2079 P.H.Lie.No: 9 Audit No: 22891907922 6 50271 Audit No: .2891 I6 71 it State of Florida State of Florida Board of Professional Engineers Buard of Professional Engineers Attests that Attests that _ David Andre Chang,P.E. Jagannatha R.Katkuri P.E. F BPE. Is licensed as a Professional Engineer under Chapter 471,Florida Statutes Is licensed as a Professional Engineer under Chapter 471,Florida Statutes Expiration:2/?8/919 PE.Lic.No: Expiration:2/28/2017 RE.Lic.No: Audit No: '_29919291x1 it Audit No: 228201720070 73207 State of Florida State of Florida Board of Professional Engineers Board of Professional Engineers Attests that Attests that Huntley Glenmore Higgins,P.E. Kuo-Ting A.Lin,P.E. Is licensed as a Professional Engineer under Chapter 471,Florida Statutes Is licensed as a Professional Engineer under Chapter 471,Florida Statutes P.E.Lic.No: Expiration: P.H.Lic No: Expiration:2/2x/2019 dildo,.:2•22/9E1 Audit 16ho: PA'91917016 k Audit No: __x_01,..8151 I. 41921 State of Florida State of Florida Board of Professional Engineers Board of Professional Engineers Attests that Attests that Christopher Andrew Emanuel Bucknor,P.E. Mark Joseph Kuntz,P.E. Is licensed as a Professional Engineer under Chapter 471,Florida Statutes Is licensed as a Professional Engineer under Chapter 471,Florida Statutes Expiration:21,/94 EE.13c N« Audi,No. x91390101. rt 67174 Expiration:_u 19 RE.Lic.No: '- Audit No: __.011-41. 57512 E/A�d 1131:Conisutun5,leo. 1 3-9 s-�i� aaaa,st,n�«l, sir mMIAMI BEACH Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on an'As Needed"Basis • REQ 2017-028-KB CES Consultants,Inc. Licensee Details Licensee Information State of Florida Name: CROPPER,JEFFREY PHILIP(Primary Name) Main Address. 10705 SW 134 COURT Board of Professional Engineers MIAMI Florida 33186 Attests that County: DADE Fernando A.Vazquez,P.E. License Mailing: Is licensed as a Professional Engineer under Chapter 471,Florida Statutes LicenseLocation: Expiration: P.E.i.ic.No: Audit No: a_x.niousvn License Information License Type: Professional Engineer Rank: Prof Engineer License Number: 80505 Status: Current,Active Licensure Date: 01/01/2016 Expires: 02/28/2019 Special Qualifications Qualification Effective Civil 07/28/2015 NOVA Engineering and Environmental,LLC Licensee Information Licensee Information Name: HOUSEMAN,KENNETH D.(Primary Name) Name: LARKIN,BRENDAN M.(Primary name) Main Address: 542 OWL CREEK DRIVE Main Address: 280 NW 78TH AVE. PLANTATION Florida 33324 POWDER SPRINGS Georgia 30127 County: BROWARD County: OUT OF STATE License Mailing: License Mailing: LicenseLocation: LicenseLocation: License Information License Type: Professional Engineer Rank: Prof Engineer License Information License Number: 68145 License Type: Professional Engineer Status: Current,Active Rank: Prof Engineer Licensure Date: 06/23/2003 Expires: 02/28/2019 License Number: 43310 Status: Current,Active Special Qualifications Qualification Effective Licensure Date: 09/05/1990 Advanced Building code 06/30/2016 Expires: 02/28/2019 course credit GIT Consulting,LLC. State of Florida Board of Professional Engineers Attests that Georgio Ivanov Tachiev,P.E. Is licensed as a Professional Engineer under Chapter 471,Florida Statutes Espiratiom 2:22'2019 P.S.Lie.No: Audit Na: 229201917133 k 67520 — - -- - -- ^/A !AC Conwltinp,Inc. r t. eacnoesukoetn .3_1 0 P.. MIAMI B EAC H Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on an'As Needed'Basis • RFQ 2017-028-KB Smart Sciences,Inc. 0 4-4 QUALIFIED �` STORMWATER MANAGEMENT ' k..s, A INSPECTOR 04 _, ,_k*y The undersigned hereby acl:noa-ledges that Gisela Colbert 3.0 it has successfully met all requirements necessan to be fully qualified through ��<k the Florida Department of Environmental Protection Stormwarer Erosion and Sedimentation Conrrol Inspector Training Program I.April O3,201217810 Kw -a-J.......- '. APV:„1227840 tW Lmxfr K®rle Jaw, i. tatt,v i i .,ailltarlffd4; rrr liAk i ttiNitiftait - frh. BasuIto&Associates,Inc. State of Florida Board of Professional Engineers Attests that Rene'Ignacio Basulto,P.E. Is licensed as a Professional Engineer under Chapter 471,Florida Statutes Expiration:2 Ie,2115 P.E.lie.No: Audit No: _.+21Rµ_._ .. 40062 RICK SCOTT GOVERNOR KEN LA'WSON,SECREARY RICK SCOTT GOVERNOR KEN LAW SOH,SECRET,'.RY STATE OF FLORIDA STATE OF FLORIDA DEPARTMENT OFF BUSINESS AND PROFESSIONAL REGULATION \ 1p �Epy" DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION gWL01NG CODE AOMMISTRATOftS 61NSPECTOR BUILDING CODE ADMINISTRATORS A INSPECTOR + ,,,,,,CATEGORY u C5tERV ,CMZ NErN The STANDARD PLANS EXAMINER tee STANDARD XBPECTOR NOVNamed WNampo Imam IS CERTIFIED Jnder ma pr pro0Slof Clymer IS CERTIFIED 458 FS. under tee provisions of Chapter 468 FS. '— Expranon new NO3C,201744bb��:: Expiration Gate:NOV 30,2017 BASULTO,RENE I OI'r^alt'OO.1j.--R D BASULTO,RENE 1 1 6 ;, I 14180 PALMETTO FRONTAGE ROAD I " 14160 PALMETTO FRONTAGE ROAD 'Y • SUI 8E 22 S'UITE22 . `' MIAMI LAKES FL,1x016 Xa. MIAMI LAKES FL 33018 , .; : O..•• l`. ISSUED: 11.012015 DISPLAY AS REQUIRED BY LAW LEO a L13111/000E. ISSUE, •I,112U15 DISPLAY AS REQUIRED BY LAIN SEot LI!IIIIrtm5Lw Ea -EAC Consulting,Inc. 1.3-11 r-.� lcom M MIAMI BEACH ` a % 3 w t « lr i x. f arc a> ak -P S rz, ..c„ al ' . ,*z t S 4 rrvp #,',. ','„,,,,44.. '�, .'. 5 » t k ' ,, " *^a Jp �� 1 1';' pa 5 q ,; ,z ,'u+ `7:W+',' ...` g�' "'2L*. ✓ ti `'h°"7 ,. Or }' 4 ,+ z .A dna _._ EXPERIENCE & QUALIFICATIONSSZe .O so c 23 o .0 0 1. ImaI ,� =mg" ` '..".a res:.: MR t 1 It w _ � r iyam. ->. 'may,'.' .. _,,.,.... ."'^tlM " .q! ".''. Gam. wuy�'.*'+<1 4Y�;n'y rrdm-a4aaa'. �a"" , a / E- eacconsult.comEACConsulting, Inc. CA M IAMI B EACH Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on an'As Needed"Basis • RFC)2017-028-KB E,,,:2. XPERIENCE & QUALIFICATIONS 2.1 QUALIFICATIONS OF PROPOSING FIRM 2.1 .1 History of EAC Consulting, Inc. EAC Consulting,Inc.(EAC)is a full service multi-disciplined engineering firm that was founded on September 6,1994 as a State of Florida corporation and is authorized to do business in the State of Florida.We have maintained a good professional standing with the State of Florida Division of Corporations for over 20 years and have held our professional engineering certification with the State of Florida Department of Business Regulation and the Florida Board of Professional Engineering since our inception.All key professional staff members possess all the required licenses and certifications required to undertake and complete the scope of services as referenced in RFQ 2017-028-KB.Our firm has more than 95 professionals and support staff,all located within the State of Florida and working out of our four(4)offices located in Miami-Dade,Broward,Palm Beach and Orange Counties. . , - Employees 2 .7-_-,-,„„--,,___,..r,,_ ; Total PEs t f . � _ Incorporated a 1 Certified Florida ..-' .17 E�� M/WBE Certified (10.1,10.4,11 .0) Locations ,% Our firm was founded with the specific purpose of providing our clients with engineering consulting services for infrastructure development and improvement projects. This is embodied within our company's vision statement, which is "To be the premier infrastructure consulting practice."Our firm's overall commitment to the practice of engineering as well as its objective to maintain excellence in the quality of our services has led to an impressive growth rate.This growth has in turn translated into EAC being a multi- service organization that provides a wide variety of engineering services. We are proud of the reputation we built over the years within the engineering industry and the South Florida community at large.Our firm has no complaint history and has had no disciplinary administrative action taken against us since our inception.We invite you to verify this information at:https://www.myfloridalicense.com/w111.asp?mode=0&SID EAC's Core Philosophy Vision To be the premier infrastructure consulting practice. Mission Statement To provide engineering excellence and exceptional client service to advance our communities and colleagues. I" '' I EAC Consulting.Inc' rte` eacconsutt.com 2.1-1 4 M I AM I B EACH Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on an'As Needed"Basis • RFfl 2017-028-KB EAC's Services EAC'S CORE VALUES Our services include: • Planning(master planning,feasibility studies,critical Respect and infrastructure studies,etc.) Integrity ► Design criteria development(design-bid-build,design- Technical Client Service build packages,etc.) Excellence ► Pre-design(due diligence reports,site investigations, studies,etc.) ► Engineering design(construction documents, ^ / A Efficiency Teamwork technical specifications,etc.) r7` ► Post design(permitting,bid documents,bid evaluations,contractor research and selection and award recommendations,etc.) x r a w Community ► Construction services(construction administration, Involvement construction engineering and inspection,project close- far Professional out,etc.). Development EAC's Industry Affiliations EAC Consulting, Inc. and its staff maintain active memberships in several local, state, national and award winning culture and our resolve for engineering excellence international professional organizations. Our memberships naturally gravitates and results in our delivery of premier service are in part due to our commitment to our industry and to every client. Remarkably our award-winning culture continues fostering the ideals for which we stand for. Some of the to earn the firm credibility and a strong reputation in different organizations and associations that we participate in and are affiliated with include: jurisdictions where we perform services. EAC has the expertise and proven performance to warrant an opportunity to provide ► American Public Works Association(APWA) general engineering services to the City of Sunrise. ► Florida Engineering Society(FES) We have served public agencies and our experience with public ► American Society of Civil Engineers(ASCE) agencies has continued to develop as a result of our ability to b. American Water Works Association(AWWA) successfully serve as an extension of our clients. Our proven performance is recognized in the industry through awards that ► Florida Institute of Consulting Engineers(FICE) include: ► American Water Works Association(AWWA) ► Engineer of the Year-Florida Engineering Society(FES) ► American Council of Engineering Companies(ACEC) ► Environmental Stewardship Award-American Association ► Florida Airports Council(FAC) of State Highway and Transportation Officials(AASHTO) ► Florida Transportation Builders Association(FTBA) ► Engineering Excellence Award-Florida Institute of ► International Bridge,Tunnel and Turnpike Consulting Engineers(FICE) Association(IBTTA) ► Platinum Award for Engineering Excellence-American ► American Public Transportation Association(APTA) Council of Engineering Companies(ACEC) ► Design Build Institute of America(DBIA) ► Outstanding Minority Business of the Year-Greater Miami ► Society of American Military Affairs(SAME) Chamber of Commerce(GMCC) ► Outstanding Project Award-Florida Department of EAC's Awards and Industry Recognition Transportation(FOOT) Engineering Excellence for [AC means the satisfaction of clients, exceeding expectations, reaching out to the 0- Consulting Engineer of the Year-American Institute of immediate communities served,preservingthefirm's culture Architects(AIA) and enhancing the welfare and professional aspirations ► Best In Construction Award-Florida Transportation of our staff. While EAC's staff daily interactions and Builders Association(FTBA) associations are not conspicuously targeted to acclaim,our En enc con:�ning:in<. /—.� eaccrosuh.com 2.1-2 M I AMI BEACH Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on an"As Needed"Basis • RFQ 2017-028-KB Our Certified, High Performance, Full Service Team To address the services required within the RFQ document,we have assembled a talented team tailored specifically for the purpose of performing the tasks envisioned under this"as needed" basis contract.Our team is built with a focus on expertise,experience, familiarity with local conditions and a commitment to successfully deliver assignments within the scheduled timeframe and budget. The EAC team comprises of firms that are experts in their assigned roles and collectively offer all the experience and qualifications necessary to serve the City of Miami Beach and its community.Our team is comprised as follows: C®S CES Consultants,Inc.(CES) CES is a full-service engineeringfirm providing professional engineeringservicesto municipal and private CONSULTANTS,INC. sector clients. CES has full in-house capabilities to provide civil engineering services, infrastructure design, construction observation, and construction management services for a large number of public and private projects for mixed-use and single-purpose developments. CES has participated in important infrastructure projects for numerous governmental agencies,including City of Miami Beach, the City of Miramar, Miami-Dade Water and Sewer Department, Broward County, the South Florida Water Management District,the Florida Department of Transportation.and others. GIT CONSULTING LLC GIT Consulting,LLC(GIT)-(Sea Level Rise Specialty Consultant,GIS Mapping and H&H Analyses civil.water•Environment•GIS Modeling) GIT is a Professional Engineeri ng Com pany registered in the State of Florida renowned for the prominence in Sea Level Rise evaluations,Climate change assessments,GIS Mapping and hydraulic&hydrological modeling firm Climate Change.GIT offers civil and environmental engineering design and consulting services in support of the full engineering cycle of land development,regional watershed management and hydrology.Providing leading edge engineering,which is based on 25 years of professional research and development practice,and applications of sophisticated computer tools for long term forecasting of environmental impacts,GIT has featured prominently on signature projects investigated by local and statewide water management districts. Smart Sciences,Inc(SSI)-Environmental Services SMART-SCIENCES w•,3. SSI is a woman-owned and currently certified as Disadvantaged Business Enterprise(DBE)with the Florida Department of Transportation,Woman Owned Business Enterprise(W BE)that provides expertise in environmental permitting, ecological consulting and environmental science to private, industrial and public sector clients.SSI's mission is to provide innovative solutions that promote smart growth and human development in an environmentally sustainable manner.SSI approaches each project as collaborators, bringing comprehensive knowledge and their understanding of both the natural and regulatory environment.SSI has a proven record of accomplishing complex land development projects and large scale restoration projects in a timely and cost effective manner. N 0 VA NOVA Engineering and Environmental,LLC(NOVA) .o.E. NOVA was founded to provide Environmental Consulting,Geotechnical Engineering,and Construction Materials Testing and Inspection services to the design and construction community. NOVA's professional staff consists of registered engineers,geologists,scientists,certified industrial hygienists, ICC inspectors, building officials, laboratory specialists, NICET-certified technicians, AWS-certified welding inspectors,and specialty consultants.Through their services,NOVA provides design team with critical information for the evaluation of the life safety aspects of the construction project.When these services are properly performed,they will positively impact the project, both during construction and throughout the useful life of the structure. B A tl L T O Basutto&Associates,Inc.(BA)-Mechanical,Electrical,Plumbing and Fire Protection S , . t-. t \ t L D BA is a full service mechanical,electrical,plumbing and fire protection engineering firm.BA specializes in the design and construction management of commercial, industrial, educational, medical and governmental projects in the public as well as the private sector. BA's client oriented philosophy and wide range of expertise has enabled them to establish a very well founded reputation of proficiency and excellence.They have been able to achieve these high standards of excellence by maintaining a staff of highly qualified and experienced professionals. .•-.v. e.�a� �t, 2.1-3 mMIAMI BEACH Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on an'As Needed'Basis • RFQ 2017-028-KB 2.1 .2 Similar Project Experience �.: " "kms t 9 + s9 04,. SIA!7 ' y'°4 1 �f .11 ' 4 - t gip: f eir 1 _ CONSTRUCTION ENGINEERING INSPECTIONS (CEI) A ' A FOR THE VILLAGE OF KEY BISCAYNE STORMWATER Ea-106m IMPROVEMENTS (SEA LEVEL RISE) EAC Consulting,lnc. cconsuh.com EAC Consulting, Inc., was selected by the Village Council as the Consultant to AGENCY NAME perform the requisite services to plan,engineer and administer the construction of Village of Key Biscayne Public Works the needed infrastructure improvements towards protecting the Village's residents and stakeholders from unnecessary flooding and effecting an enhanced level of TOTAL DOLLAR VALUE service for all the Village's stormwater management and associated infrastructure. $750,000 Due to its close proximity to Biscayne Bay and the Atlantic Ocean, the Village's CONTRACT DURATION stormwater management system is completely influenced by tidal waters, which prescnts a challenge for stormwater disposal systems. The Village is Florida's 2015-Ongoing southernmost barrier island and is susceptible to the potential impacts of Sea Level CONTACT REFERENCE Rise(SLR).In addition to CEI,EAC will emphasize minimizing impacts to the traveling Tony 0.Brown public that includes a large percentage of pedestrian and cycling traffic. (305)365-7568 ROLE:PRIME CONSULTANT HIGHLIGHTS • Performed Construction Engineering and Inspection Services(CEI) • Installed 8"-48"Tideflex valves to prevent backflow into drainage system from Biscayne Bay king tides E^F EAC Consulting,YK 21_4_4 mMIAMI BEACH Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on an'As Needed"Basis • RFQ 2017-028-KB '' '1ii. Z '" 4 Y '., L ` , °.j `. 41,,,4,r.‘.'4**. "7 " 4?ii5) at Mk — `- - V. ` `0': F y ,.i -, y �f. .{.&�s+.� ,,s, ......�Y sJ" -'- f '" °-is'^!'gyp 4,2,-,s A` ,.L: `R ' .....-:. -_ • . .• ?°,,,,, . #ii., ,„4•;,..4 ,,. 0,,4: • !.....4„., itiL lie 4 ` f Lir',a. . V:1Iili -, 1 ,.a, 'lam .'�46 Y.:`,,`. s %,.. 4— • /I I yy , J .. .x. ' ' "w.....;-,1 t 'i€ ,y"-4' yam , '' _ „ . .. ..„, ".'ti:4 * Atki4\4010 ''''' ' '11 7„ Ilt_414' ' ' ,„,i , ,e, , •,,4 ", 0 COUNTRY ISLES WATER SERVICES REPLACEMENT, CONSTRUCTION ENGINEERING AND INSPECTION E---.06. EAC Consulting,Inc. (CEI) eacconsult aom This project scope involved the replacement of existing water service connections AGENCY NAME from the existing water main located within public right of wayto water service meters City of Weston Utilities&Public located in public right of way or(easement) for 179 homes within Country Isles. Works Work included water service connection to existing distribution main,water service construction from the point of connection to the service meter, disconnection/ TOTAL DOLLAR VALUE removal of existing service,and surface restoration of pavement or existing ground $ 16,670.00(Contract Value) cover within public right of way. CONTRACT DURATION 2014-2015 CONTACT REFERENCE Karl Thompson,P.E. (954)385-2600 kthompson@westonfl.org ROLE:PRIME CONSULTANT HIGHLIGHTS • Streets were milled and resurfaced after new services were installed E" ' i aec.-+u•arte. 2.1-5 mMIAMI BEACH Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on an"As Needed"Basis • RFQ 2017-028-KB M,1. „ Z. � ► . _ 4( I 1 : A r - '''''''''''-''''- '' i ill k ., ,.,. : ..._ ,, , .a: .. .rte. ;* "� �. ,r.w.^ -.,.. � "t w- NW 105TH WAY BRIDGE EMERGENCY REPAIRS A / A FROM US 27 (OKEECHOBEE ROAD) TO NW SOUTH EAr-.06.. EAC Consulting,Inc. RIVER DRIVE. eacconsutt.com Construction Engineering and Inspection (CEI) services for emergency repairs to AGENCY NAME bridge deck and barrier wall. It also included construction of barrier wall,guardrail, Town of Medley in conjunction w/ bridge expansion joints,milling and resurfacing asphalt,and pavement markings. FDOT District 6 TOTAL DOLLAR VALUE $195,000.00 CONTRACT DURATION 2013-2013 CONTACT REFERENCE Jorge Corzo,P.E. (305)887-9541 ext.143 jcorzotownofinedley.com ROLE:PRIME CONSULTANT HIGHLIGHTS • Interagency work • Tight turning radii in an area with heavy tractor/trailer traffic • Majority of the work was performed at night with the bridge closed E L CI MIAMI BEACH Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on an'As Needed"Basis • RFC/2017-028-KB • • r \ „�: •••..'. 1 y r e. IV aP . r --rowimpos•••— • 4 SR-934/NW 79TH STREET GROUPING PROJECT A FROM NW 14TH AVENUE TO NORTH BAYSHORE E41111\1111 EAC Consulting,Inc. DRIVE FIN# 427452-1-52-01 eacconsultc°m Construction Engineering and Inspection (CEI) services for three (3) miles of AGENCY NAME roadway reconstruction, milling and resurfacing, lighting, ADA ramps, drainage, FDOT District 6 signing, pavement markings and bridge improvements whithin the City of Miami. The project included signalization improvements at 13 intersections with the TOTAL DOLLAR VALUE installation of 44 drilled shafts and mast arms.Including the installation of five(5) $9 Million pedestrian crossings with Rectangular Rapid Flashing Beacons(RRFB)installed on mast arms. CONTRACT DURATION 2014-2016 CONTACT REFERENCE Joan Fabian,P.E. (305)968-4921 joan.fabian@dot.state.fl.us ROLE:PRIME CONSULTANT HIGHLIGHTS • Nominated for the 2016 Best in Construction Partnering Award, Florida Transportation Builders Association EA • uc c«.urun�.K nv ..�.� 2.1-7 k mMIAMI BEACH Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on an As Needed"Basis • RFQ 2017-028-KB wv•,,,A„,, ,, ._.,., T :s s ` . s. aaMwir- r^ �ro ; f r - . � i ►- t - cns - a r 14c,____ -101111111WIN 4.1i, - , ' I.Mg If n.,;,...t. ,'N w ma; : 5 SR-934/NW 79TH STREET GROUPING PROJECT -NW A i/ 27TH AVE. FROM NW 79TH STREET TO NW 103RD EAr-11011m• EAC Consulting,Inc, STREET FIN# 429185-1-52-01 AND NW 79TH STREET ea°nsulttin°m FROM NW 27TH AVE.TO NW 14TH AVE.429147-1-52- AGENCY NAME 01 FDOT District 6 Construction Engineering and Inspection(CEI)services for four(4)miles of roadway reconstruction, milling and resurfacing, lighting,ADA ramps, sidewalks, drainage, TOTAL DOLLAR VALUE signing and pavement markings.The project included signalization improvements $8 Million at six(6)intersections with the installation of 8 drilled shafts and mast arms. CONTRACT DURATION 2014-2016 CONTACT REFERENCE Joan Fabian,P.E. (305)968-4921 joanfabian@dot.state.fl.us ROLE:PRIME CONSULTANT HIGHLIGHTS • Recipient of the 2016 Excellence in Resurfacing-Urban Paving FDOT Award,Asphalt Contractors Association of Florida • Recipient of the 2016 Best in Construction Alternative Contracting Award,Florida Transportation Builders Association CA.- "Eirc roping,me. 2.1-8 mMIAMI BEACH Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on an'As Needed"Basis • RFC)2017-028-KB - 10 ''''.4°.' Y'% ' t,x ' i ✓ ti ,,, v Y 1, 'y. - iy ids :::::;4;,,, liP1`t v^/ T .0 w/ ar s'.R" " 00 X`7 ... y «' i fir•',d % r, '�JI' Li 4 / 431P 1 /' "llfr . '.,k- , 0v r' •4 7/,'' ./>',, ,,,, 4- T.P..._, / . ., . d. SR-836/I-395 INTERIM PROJECT FROM NE 1ST A / A AVENUE TO MACARTHUR CAUSEWAY E-"'110` EAC Consulting,Inc. EAC Consulting, Inc. provided Construction Engineering and Inspection (CEI) eaxonsutt.com services for this project involving roadway and bridge upgrades on SR-836 and 1-395.Improvements consisted of bridge widening,roadway reconstruction,milling AGENCY NAME and resurfacing, retaining walls, barrier walls,drilled shafts,signing,drainage and FDOT District 6 lighting within the City of Miami.The scope included frequent updating the City of TOTAL DOLLAR VALUE Miami Beach for Maintenance of Traffic impacting flow of traffic to the City vial-395. $10 Million CONTRACT DURATION 2012-2014 CONTACT REFERENCE Andres Berisiartu,P.E. (305)525-4976 a nd res.berisia rtu@dotstate.fl.us ROLE:PRIME CONSULTANT HIGHLIGHTS • Nominated for the 2014 Best in • Construction Interstate Award, Florida Transportation Builders Association • Frequent updating the City of Miami Beach for MOT impacting flow of traffic to the City vial-395 A i 1 EAC c .wtiv.in' mMIAMI BEACH Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on an"As Needed"Basis • REQ 2017-028-KB r -, _... _V) a '`":'"`"--;-''''--.: ''''-'....4' 1-1 ,-, ,':,,,,,"A„,,.,:-- ,4,1,,,,,,,,,„ ''''''':• ' "" t , - ' lt-.., — ..tr\* , .,:‘,,."!:\_' . ''''. -,i- ..::.-..:0,,,„4.0‘,,,,,,riii.,,-..."1„,..,. . ,,,,,t;,;,.,„,,,,,...--,.„..,-;*.or.,,,,-,:::,,-..:,:-.?,~:„...„::, -‘"*:-.,.A 1"-. *.:,r•s.,-- ''''-, \ s-... .." '' '',' ------ '' , ' ....2Af'74.70.;f:'•Ft'''''-r.,X;';(1.;;.- '...'- ---,.',1".:,;.3-.-4,-...1...;::",h..'-',...i;,' ..,,-'..._i*:„ z. , tii.,,,,,,4';,14..,.......'44., -,.4 7,..,.. ..., , kt.cs,..,---1 ,..',.,%.-....-.7,-,-...... .- I § Y ?" � x 3t � +Alr -tote rx • _ w -‘-..k tag) NW 21ST AVENUE FROM NW 19TH STREET TO OAKLAND PARK BOULEVARD, BROWARD COUNTY �'��■■� EAC Consulting,Inc. EAC Consulting provided Construction Engineering and Inspection (CEI) sercices eacconsutt.com for the reconstruction of one and a half miles of the existing three(3)lane facility, including bike lanes,sidewalk, installation of 8 inch ductile iron (DIP)water main, AGENCY NAME 6 inch force main, drainage system including jacked 72 inch RCP under the Broward County Highway CSX railroad, asphalt paving, street lighting, upgrading the signalization system, Construction and Engineering landscaping,irrigation system,signing and pavement markings. Division TOTAL DOLLAR VALUE $8 Million CONTRACT DURATION 10/2009-04/2011 CONTACT REFERENCE David Huizenga (954)5774597 dhuizenga@broward.org ROLE:PRIME CONSULTANT HIGHLIGHTS • 72"RCP jacked under the CSX R/R was hand excavated per CSX requirements. • Dewatering with well point system adjacent to R/R was critical in a succesful operation. ^ ., EAC Consulting.Inc. ----- mMIAMI BEACH Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on an'As Needed"Basis • RFQ 2017-028-KB . w i , „,.. „....,10...c.„_ # - 1- '111 . !/J , - .J'/.. ;,,.. !//y//,'' fit. -i t Ia s.y • ..Pr' rTi I f . f i 1 !/Jf ” 11 +L / ^ :Gr s 1*Zilii I r r;4 -� '' 2o plf 4� 4, ms i ? ir1 w k S .ir. 4 1,.', 11 { LI,,.'' . "111' T.7.,,,r- , . ii tt i . -. it 1 ice' + 1 1F n:. riT L-2 a • ''7{ r ► ,., o- _ W � • 8 ,' BROWARD COUNTY WATER & SEWER Aft Or A NEIGHBORHOOD IMPROVEMENTS EA,--1.46. EAC Consulting,Inc. EAC provided Inspection and Construction Management Services for Broward eawonsutt com County Water and Wastewater Department for several Neighborhood Improvement Projects including the Bid Pack 11-Neighborhood Improvements for the Pompano AGENCY NAME Highlands neighborhood located between NE 48th and NE 49th Streets, and Broward County Water and between Federal Highway and NE 15th Avenue. The project is composed of the Wastewater Services reconstruction of the water and sewer mains,drainage structures,reclaimed water, TOTAL DOLLAR VALUE construction of new sidewalks,reconstruction of streets and landscaping. $15 Million CONTRACT DURATION 2011-2014 CONTACT REFERENCE David Huizenga (954)577-4597 dhuizenga@broward.org ROLE:SUB-CONSULTANT HIGHLIGHTS • Project completed within budget and schedule AV '44 mMIAMI BEACH Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on an'As Needed"Basis • RFQ 2017-028-KB N, —":.—-'77:'''!''''' ''''''" ..'L a i r A it I. .' -. 11 M;"7r •t "X XK. .,; , ", •y ttt wt , ,l' �s r— _-'' Of .. . . CONSTRUCTION MANAGEMENT SERVICES FOR A / A CONSENT DECREE PROGRAM E.•",.` EAC Consulting,Inc. The agreement between Miami-Dade County, the U.S. Environmental Protection •aeons°n`°m Agency(EPA)and the Florida Department of Environmental Protection requires that the County undertakes a series of projects,operating and maintenance tasks,and AGENCY NAME monitoring activities in its wastewater system to reduce and prevent sanitary sewer Miami Dade County Water&Sewer overflows. Department The Contract administration, construction management and field inspections TOTAL DOLLAR VALUE services includes: engineering and construction administration activities during $3 Billion(Program Value) the design,permitting and construction phases of the design contract;daily on-site CONTRACT DURATION inspections,maintaining daily progress log(s),coordinating weekly status meetings; 2013-2028 reviewing and approving schedules,schedule of values, and other documents as necessary; processing and authorizing progress payments including allowance CONTACT REFERENCE accounts and change orders; reviewing and accepting asbuilt drawings; utilizing Daniel Edwards,P.E. WASD's project control system to track all documents and activities,interface with (786)232-5257 construction managers and WASD's staff as needed;and responding to requests djedw0l@miamidade.gov for information. ROLE:SUB-CONSULTANT HIGHLIGHTS • Includes the installation of a 54" forcemains in the City of Miami as shown in the picture above , AC EwAi. jE„��„x, 2.1-12 4 mMIAMI BEACH Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on art'As Needed'Basis • RFQ 2017-028-KB __ Y -- - -t ... Wim.. 10 ROADWAY IMPROVEMENTS TO PALM AVENUE FROM Aiv STIRLING ROAD TO GRIFFIN ROAD EAC Consulting,Inc. This project intended to increase the traffic flow along the Palm Avenue corridor eecconsutt.com through the provision of a 4-lane section with bike lanes and sidewalk.This project required the widening and reconstruction of the existing 3-lane roadway of Palm AGENCY NAME Avenue(SW 100th Avenue)to accommodate a 4-lane,divided typical section from Broward County Highway Stirling Road to Griffin Road. EAC's scope of services included roadway design, Construction and Engineering signing and pavement markings,signalization and stormwater management Division TOTAL DOLLAR VALUE $18 Million CONTRACT DURATION 2013-2015 CONTACT REFERENCE Richard Tornese,P.E. (954)577-4579 rtornese@broward.org ROLE:PRIME CONSULTANT HIGHLIGHTS • Construct over 2 acres combined filter marsh treatment area and wet detention pond E - v . �„�,,, 2.1-13 mMIAMI BEACH Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on an'As Needed'Basis • RFQ 2017-028-KB _- , , iriluj ,IL ..). _ ;,' ,, tit: ' 17 4. t vp w,r , ,z 510"304".44-.4..,-„, _, y '7.4:7 1' . ^! '' , '. 11;11 _ �. It!r i ' /• fix. ,I t. f. J. i4;1I , i. , .- i i eery°r-,7/ ,�:x a . --% ,. •,,,v,:.-,,i, 4, ,::•';!;,T,17;:1-':...;.` 1/2. iiti,!*- !... '.1—.1'' -I ', , '.,,-.7. .., ,, - . ,.:..*: ..: ...., 1 :,..,!...0, ,..,.: ,...,,, ,, ,,,,,....,1 .,,,:,.,:14,..i, ,.,. , ,,,,,,=, :_ . ...,..1 AB,„...''') ;..•,./ ';'''0 .,;.- --:, -,'' zh'i. ' '.. A " s.i.#ks+`•> +4°, .. • ., t% _ 'at 9 .. , k " ,' 11 PINE ISLAND ROAD 30-INCH WATER MAIN A TRANSMISSION MAIN IMPROVEMENTS EA.--106.1 EAC Consulting,Inc. EAC provided design and Construction Engineering and Inspection (CEI) services ea`°°°5°"°°° for the reconstruction and widening of a two (2) mile section of the Pine Island Road corridor from Oakland Park Blvd. to north of Commercial Blvd. Pine Island AGENCY NAME Road is a major north-south arterial and construction was carried out under active City of Sunrise Utilities Department traffic conditions.The project included providing a new roadway drainage system, TOTAL DOLLAR VALUE signalization, street lighting, irrigation, and landscaping and pavement markings. $17 Million The project also involved design and installation of approximately 4,000 linear feet of 30-inch DIP water main from Oakland Park Blvd. to NW 44 Street through a CONTRACT DURATION Joint Participation Agreement between Broward County and the City of Sunrise.EAC 2009-2012 performed all the civil related work which included the development of detailed CONTACT REFERENCE construction plans,technical specifications and an opinion of probable construction Sean Dinneen,P.E., costs for the project. Assistant Director of Utilities (954)888-6027 sdinneen@sunrisefl.gov ROLE:PRIME CONSULTANT HIGHLIGHTS • JPA between the City and the County • Construction carried out under heavy active traffic conditions • Installation of a 3/4 of a mile of a 30"DIP water main • Upgrade/replace outdated spiral wound concrete pipe EAw•. r.,,��.;iw,a,°. 2.1-14 Ca MIAMI BEACH Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on an"As Needed'Basis • RFQ 2017-028-KB -,-:. ' 'Y r J.t' M1 A -,:„....„....bt,:;-;: :: : - •_:,...,„1,17,.-,i,,.. .-4,e....,,,,- • lit.„ .i .z..-. .. • � r , . .„44,,f11,--- ._ f, .1-.,,c,• ...,•,,_•„-,.::: :,•••*.LA.., ,t,•-.••••,,•.., . -'., 4.4„,,i) 411 , , . ri 'W Wilt V Asa± i t — -.12,-.-`,-.1.... r # ° ^ — - — \\ILi.:1.''-' : f.:1-:( ';.4..4 i:f4'''',.'" ' ...,' . :,.f..„ -"44Nic:_e. ... r le ,..* - ',:,, s*- ' - ..., s.-,,i. t, ., ,z,' ',.., CONSTRUCTION ENGINEERING AND INSPECTIONS A or A FOR SUNRISE BLVD. FROM HIATUS ROAD TO PINE EAr-110111 EAC Consulting,Inc. ISLAND ROAD. edocnnsult-gm EAC provided design and construction management services for the widening and AGENCY NAME resurfacing of this 1.5 mile segment of the existing four (4) lane divided Sunrise Broward County Highway Construction Blvd. between Hiatus Road and Pine Island Road. The widening resulted in a six and Engineering Division (6) lane divided urban typical section with bicycle lanes and sidewalks.The project included roadway alignment and design,drainage,signing and pavement markings, TOTAL DOLLAR VALUE lighting,signalization,landscaping,irrigation,and permitting. $12.3 Million CONTRACT DURATION 2006-2009 CONTACT REFERENCE Richard Tornese,P.E. (954)577-4579 rtornese@broward.org ROLE:PRIME CONSULTANT HIGHLIGHTS • Base was constructed with asphalt base • The project was completed in the maximum incentive bonus timeframe v ..�,w�.�„, 2.1-15 CA,—, MIAMI BEACHProfessional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on an'As Needed"Basis • RFQ 2017-028-KB „ •'' :,;,#;;..t'—.1...•;:;,./,--',••` . ,,,r4- 7"7"""7"" "'„...,„, i , , .tea -",',a rn# ,a w -.4.,'.. . _.. * .. _ wk I "v ,x �j� D y w ! .IT '. 3 # Ila y a3a• r ' aiY4 ' ,r ' g 41, , .r ilk,it gq _. .y. ,; J 13 CONSTRUCTION ENGINEERING AND INSPECTION A / (CEI) SERVICES FOR 1-595 EXPRESS LANES Eir--401160 CORRIDOR IMPROVEMENTS EAC Consulting,lnc. consult.com EAC provided Construction Engineering and Inspection(CEI)services for all five(5) AGENCY NAME segments of this Public/Private Partnership project.The project consisted of five (5)segments A, B, C, D, & E. EAC's scope of services included asphalt pavement Florida Department of Transportation verification, testing on the roadway, and quality assurance ensuring contractor District 4 adheres to the contract documents and specifications.FPIN#420809-3-52-01 TOTAL DOLLAR VALUE $ 1.4 Billion CONTRACT DURATION 2013-2014 CONTACT REFERENCE Scott Case,P.E. (954)661-7576 ROLE:SUB-CONSULTANT HIGHLIGHTS • Public/Private Partnership EAL 1 `AC,.,�„��`".�.".in' 2.1-16 mMIAMIBEACH Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on an"As Needed"Basis • RFQ 2017-028-KB _- ; ` t ' _ I AGENCY NAME be. "" Miami-Dade County Public Works r" Department TOTAL DOLLAR VALUE 41, $75M -•, CONTRACT DURATION 2007-2007 -z CONTACT REFERENCE 7 . _ Diego Franco,(305)375-1480 francd@miamidade.gov 1 4 ' , 4: 0' ROLE:PRIME CONSULTANT , � CONSTRUCTION ENGINEERING AND INSPECTION SERVICES FOR MISCELLANEOUS PROJECTS Clal S As part of Miami-Dade County's continued implementation of its capital improvements program, the CONS!IITANTS INC Department of Public Works selected CES to provide Construction Engineering& Inspections,to oversee construction under their Road & Bridge Division.CES provided construction engineering and inspection services for all aspects of Miami-Dade County Public Works Department projects(E05-0CI-02,B) in the following areas: utilities,water distribution and sanitary sewer, roadway,sidewalk,drainage, resurfacing, and miscellaneous other areas. 40 ` ` - - AGENCY NAME "/ ,:' -�. Florida Department of Transportation _ -.. - gym, tom,•,,., _ District 4 , TOTAL DOLLAR VALUE i ' 1.4 Billion * _ CONTRACT DURATION 1• 2010-2014 '' CONTACT REFERENCE E 'V Dana L.Pollitt 'i - t "-, Ni (305)826-5588 ;r.. . ( ' ROLE:SUB-CONSULTANT 15 '. CONSTRUCTION ENGINEERING AND INSPECTION SERVICES FOR 1-595 CORRIDOR IMPROVEMENTS CES worked on the Florida Department of Transportation (FDOT) massive, $1.4 Billion multi-year infrastructure project and provided quality assurance inspection services to sample Portland Cement CONSULTANTS,INC. Concrete at the site during placement of the site's structural concrete. CES inspection personnel were responsible concrete testing,earthwork inspections,nuclear testing,and soil sampling.CES also provided asphalt paving inspection services according to FDOT Standards. Our field representatives confirmed that the temperature of the material and the placement of all layers were in compliance with FDOT guidelines, and prepared supporting documentation related to those activities. EAL 1 enc c°'m'="ng."` 2.1-17 Ayr- Isserimmirmow mMIAMI BEACH Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on an"As Needed"Basis • RFC)2017-028-KB (. .fit AGENCY ENCY NAME l Miami-Dade County t* $ ,` - t :-V-•• TOTAL DOLLAR VALUE • 1 1 1 l l ., , . $515 Million T CONTRACT DURATION 2009-2012 CONTACT REFERENCE Stephen Baumal,(305)884-8900 steve_baumal@urscorp.com ROLE:SUB-CONSULTANT 16 CONSTRUCTION ENGINEERING AND INSPECTION SERVICES FOR THE MARLINS BALLPARK STADIUM S As a Subconsultant to the prime firm,CES provided Owner's Representative Services for the construction CONS n TANTS INC of this$515M project(named the 2012 ENR Southeast Project of the Year as well as earning the 2012 ENR'Best of the Best'Award in the Sports/Entertainment Category). CES provided on-site field observations to oversee construction operations related to the underground utilities of the public infrastructure; verifying contractor's compliance with the contract documents and applicable standards and regulations,and reviewing change order requests,construction documents,and as-built drawings. AGENCY NAME w" c City of Opa-Locka TOTAL DOLLAR VALUE ' 4 ,r` $ 12 Nil 'r ` CONTRACT DURATION 2004-2005 CONTACT REFERENCE _„ Christopher A.Niforatos,P.E. Fri (813)876-6800 niforatosca@halcrow.com ROLE:SUB-CONSULTANT 17 CONSTRUCTION ENGINEERING AND INSPECTION (CEI) SERVICES FOR CITY OF OPA-LOCKA CANAL IMPROVEMENTS C CES provided construction engineering and inspection services to the City of Opa-Locka as part of the 1J City's storm water mitigation program. The City of Opa-Locka had experienced severe flooding throughout CONSULTANTS,INC. its residential and commercial business districts for many years,stemming primarily from its geographic location and the lack of a regularly scheduled canal cleanup plan; preventive maintenance schedule,or coordination to develop realistic timetables to complete all projects related to flood protection. EEAC mMIAMIBEACH Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on an"As Needed"Basis • RFQ 2017-028-KB R. AGENCY NAME Miami—Dade County TOTAL DOLLAR VALUE - $101.3 M "p ` CONTRACT DURATION ;" 1 ' if t • 2013-2014 - CONTACT REFERENCE } '` ` Juan Alfonso '` ,. 305-441-1469 ,.,,..1,001",,,,' '" �"J juan.alfonso@aecom.com "' � "��� rr ROLE:SUB—CONSULTANT 18--'- -4:,.. CONSTRUCTION ENGINEERING AND INSPECTION SERVICES FOR AIRPORTLINK METRORAIL EXTENSION 4 S CES role in this project was to provide CEI services during close-out of the Metrorail stations,guideway and other fixed facilities components of the project.The scope of work included train control,communications, CONSULTANTS,INC. power supply and distribution,and modifications to the control center. Since opening in July 2012,the AirportLink,has garnered a merit award from Engineering News-Record as one of the world's best rail engineering projects. AGENCY NAME Mount Sinai Medical Center TOTAL DOLLAR VALUE a $240M CONTRACT DURATION 2014—Ongoing CONTACT REFERENCE Joe Hagler —. --' (305)674-2227 + `. . E joseph.hagler@msmc.com i I, s —. w"" . imr ' ROLE:SUB—CONSULTANT MIAMI BEACH MOUNT SINAI MEDICAL CENTER As part of a $240-million-dollar expansion and renovation project, Mt.Sinai is constructing a new eight- N ❑VA story facility(new surgery facility,emergency care areas and patient rooms)with an approximate area of ,„,,,,,,, , „„,., ,. ,„,,,_„ 350,000-square feet. Mount Sinai Future Enabling Building, Mount Sinai MRI Renovation, Mount Sinai Medical Center Bulkhead and FPL Vault NOVA has been the consultant of choice for Mt.Sinai throughout this project, providing; Private Provider Plans Review and Inspection Services,Construction Materials Testing Services,Geotechnical Engineering Consulting and Testing,Seawall Consulting Engineering and Threshold Inspection Services. Ai. F"``." ',„,.'--2.1-19 mMIAMI BEACH Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on an"As Needed"Basis • RFQ 2017-028-KB AGENCY NAME t ' * Florida Department of Transportation, District 6 1/44..,..., 0 ,.,,o;r.:. ` TOTAL DOLLAR VALUE $30,000(Professional Fees) CONTRACT DURATION 05/2015-11/2015 CONTACT REFERENCE : Ricardo Salazar,Jr.,P.E. •s ,* (305)470-5264 ,; v, ricardo.salazar@dot.state.fl.us .w ROLE:SUB-CONSULTANT HYDRODYNAMIC ANALYSIS OF HAULOVER CUT INLET GIT CONSULTING LLC This project provided analyses to determine design scour depths along the north and south seawalls, within FDOT right of way for the SR AIA bridge at the south and north sections of the Haulover Cut Inlet. The height from the top of the existing seawall to the top of the mudline is approximately 16.5 feet at the south abutment, and approximately 16.7 feet at the north abutment and the total length seawalls to be replaced is approximately 240 linear feet, approximately 120 feet at each abutment.The Florida Department of Transportation(FDOT)will install a panel seawall along this section of infrastructure. ,k z '1',.',1,1',, ,'„:.'„:„A.„*": AGENCY NAME City of Miami Beach TOTAL DOLLAR VALUE 7 $9,900(Professional Fees) --,ia R..- CONTRACT DURATION -a.°°' 10/2014-12/2014 3,..041 -,, . ^ _ A • CONTACT REFERENCE Lyle Titterington (352)547-3088 �0 T Ititterington@gpinet.com 21 ROLE:SUB-CONSULTANT CITY OF MIAMI BEACH PHASE I ENVIRONMENTAL ASSESSMENT FOR PUMP STATION IMPROVEMENT Smart-Sciences as a sub-consultant to Greenman-Pederson, conducted a Phase I Environmental Site j—StliRr-sc1ENCEs Assessment (ESA) in accordance with the ASTM standard E-1527-13 for the purpose of determining whether contamination may be present within the City's right-of-way prior to replacing stormwater and wastewater pipes. The project is approximately 160 acres and is located between 5th Street and 20th Street and Alton Road to the Intracoastal in Miami Beach, Florida. The ESA activities included a site visit and reviews of historical Sanborn maps,city directories,aerial photographs,land use and regulatory records/database listings. The historic information gathered indicated that there were numerous dry cleaners,gasoline stations,automotive repair shops and boat yards within the study area. E/�w ucC."..".6 _.. I ,. .W 2.1 20 mMIAMI BEACH Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on an'As Needed'Basis • RFQ 2017-028-KB C-5 ; ^ AGENCY NAME�,',. r • �¢ `,. . t ,T City of Opa-locka t" * .tom. aw 4 ,,..- 1, �. 3� TOTAL DOLLAR VALUE ° ; fi .i{t , $13,500(Professional Fees) " II Q 1 i f CONTRACT DURATION ' { 04/2014-06/2014 _ i:414.,,,, -...4-:,:z,4, ., �' CONTACT REFERENCE a '�, ,I.`- mea '- Donna Grace,P.E. `s' •,.:1/41r—'17,..:--%1:4' a' -t . (954)714-2007 cis r -,- „ p '. dgrace@eacconsult.com ,� -**,—• � ``-vim_,$ 1 VIII r,4„ - • 'YM' `9 R t$� "74 . ROLE:SUB-CONSULTANT ENVIRONMENTAL DOCUMENTATION FOR TARGETED STORMWATER, WASTEWATER AND DRINKING WATER IMPROVEMENTS (SMART-SCtENBES Environmental assessments for the stormwater,wastewater and drinking water system planning reports `'''"al'"' prepared by EAC.We utilized GIS data and field visits to evaluate the flora,fauna, listed wildlife species, wetlands,surface water bodies,vegetated uplands and undisturbed areas. We also identified potentially contaminated sites. For each site the contamination of concern was identified and the regulatory status was determined,and provided recommendations for further contamination assessment.This information was used to evaluate if the project would have any adverse effects to natural habitats or human health. We also identified the environmental benefits that would result from the improvements to the stormwater, drinking water and wastewater systems. •<-" w+ , er \ AGENCY NAME Wingate by Wyndham(Private) • )� .. TOTAL DOLLAR VALUE $48,000(Professional Fees) CONTRACT DURATION 2012-2014 I CONTACT REFERENCE John Delgado,(305)592-2223 jad@delantconstruction.com 23 ROLE:SUB-CONSULTANT WINGATE AT DORAL Basulto and Associates was sub-consultant to Delant Construction and provided mechanical design, i. A S,U L I electrical design,and plumbing for this project in Doral EA 2..T SAC Consullig..K. 2.1-21 CI MI AM I B EACH Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on an"As Needed"Basis • RFQ 2017-028-KB 2.2 QUALIFICATIONS OF PROPOSER TEAM The EAC proposed City of Miami Beach CEI Team,will be led by Resident Engineer,Mr.Jenner Alfaro,PE who will be assisted by other talented and highly qualified team of professionals.The hand picked staff is knowledgeable of the City of Miami Beach's intricacies and are ready to undertake any task assigned by the City. Below you will find a biography showing their relevant experience and qualifications. px Mr.JennerAlfaro,PE will lead the EAC proposed City of Miami Beach CEI Team.As Resident Engineer ' j forthe project he will be responsible for technical assignments,technical discipline coordination,quality controls,delivery collaboration and communication with the City's Project Management leadership, and coordinate all activities of all parties involved in completing the construction project. Mr.Alfaro is a seasoned and accomplished professional engineer with more than 35 years of experience in infrastructure projects in urban areas within cities in Miami-Dade County. His experience on local p, x , urban reconstruction projects has prepared him to expertly manage the challenges involved in 38 YEARS this contract. Jenner led the CEI team on the recently completed FDOT District 6 NW 79th Street OF EXPERIENCE Grouping federally funded project located in the City of Miami. NW 79th Street is one of the busiest thoroughfares between 1-95 and the City of Miami Beach. This project included 36 lane-miles of milling and resurfacing and roadway reconstruction along with the reconstruction of 13 signalized intersections and the addition of 5 pedestrian Rectangular Rapid Flashing Beacons(RRFB)crossings. Jenner's expertise in managing grouping projects led to a successful completion at the Maximum Bonus Date for this project. Jenner has lead the CEI effortsfor projects which have been awarded the 2016 and 2010 Excellence in Resurfacing- Urban Paving District 6 Award- Asphalt Contractors Association of Florida; 2016 Best in Construction — Alternative Contracting- Florida Transportation Builders {'� ( Association. Other projects have been nominated to a -1; ,, 0 � o- the 2016 Best in Construction Partnering Award and , the 2014 Interstate Award - Florida Transportation • .4 Builders Association.Jenner was awarded the Prudential - Productivity Team Award for Revenue Generators from the -AY Governor of the State of Florida. Jenner has led multiple award-winning projects. Mr.Fernando Vasquez,PE will provide Quality Assurance Management.As the former City Engineer and Director of Capital Improvements for the City of Miami Beach,Fernando is uniquely qualified for this assignment and brings the know-how and lay-of-the-land experience to work side-by-side with City staff.He possesses the multi-level management skills needed to support the services listed in the RFQ. Mr.Vazquez experience not only covers a wide and diverse portfolio of Neighborhood Improvement • Projects, (including the first neighborhood projects to consider significant vertical modification to mitigate tidal-influenced flooding-Sunset Bell),but also brings significant applied experience in the 30 YEARS construction of vertical facilities, including projects such as Sunset Harbor Garage, Fire Station #2, OF EXPERIENCE Flamingo Tennis Courts, as well as the administration of key environmental projects such as the North Beach Recreational Corridor,Beach re-nourishment and multiple seawalls throughout the City. Fernando has 30 years of experience leading multi-million dollar projects throughout the United States and Latin America. Mr.Vazquez has been at the lead of planning,designing and formulating technical solutions for urbanized and populated coastal agencies. Mr.Vazquez leadership roles in both Public and Private Sectors have given him a unique set of skills when leading and coordinating the implementation of large public infrastructure projects as well as working with regional and local stakeholders,senior management,regional clients as well as consultants and contractors. .. E�--�ti.. I c c a.in`. 2.2-1 aaa�sw.com mMIAMI B EACH Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on an'As Needed"Basis • RFQ 2017-028-KB Mr.Andrew Pierce,PE will also assist in the Quality Assurance Management.He has served as the Project Manager on a wide variety of projects and has over 30 years of civil and structural engineering experience in design and construction of municipal roadway and drainage,water and wastewater and rail projects.Andrew was the Project Manager for the City of Miami Beach Star Island Infrastructure ).m Improvements and brings the knowledge and experience of working with City staff and residents. In addition he has served as the municipal engineer for roadway and utility projects in the City of Aventura and Key Biscayne and as project manager on municipal projects in Coral Gables and for 30 YEARS Miami-Dade County. OF EXPERIENCE Mr. David Chang, PE and Mr. Rohan Gardner, PE are both experienced Construction Contract Administrators.Both have worked on numerous complex construction projects providing CEI services for clients such as the Miami-Dade Expressway Authority,Florida's Turnpike Enterprise,FDOT District 6 and FDOT District 4.Their vast experience in complex Maintenance of Traffic(MOT)schemes such as for Open Road Tolling conversion projects,make them very well suited for the MOT complexities in roadway construction projects anticipated in the City of Miami Beach for being such a highly dense urban areas,which attracts millions of visitors and temporary residents from all over the world.They • 29 YEARS are very experienced in constructability reviews,scheduling,quality control and verification inspection, OF EXPERIENCE claims avoidance and resolution,and final project closeouts. Mr. Chang participated in the HEFT Sun Pass Challenge project in Miami-Dade County which was awarded the Best in Construction Urban Award - Florida Transportation Builders Association.And "'*`"' Mr.Gardner received recognition from FDOT for the Reconstruction of"Calle Ocho"(SW 8th Street) " 4, f Project. 20 YEARS OF EXPERIENCE Mr. Luciano Perera has vast experience in engineering and construction and having worked Fro with numerous large teams of developers, government agencies consultants, contractors and stakeholders. His role will be as Construction Contract Administrator. He is highly experienced in ,- constructability reviews,scheduling,quality control and verification inspection,claims avoidance and resolution and final project closeout. He also brings extensive project and program management �- experience with executive responsibility over project and program resources including permitting, cost engineering estimating,risk management,change management,field inspection,maintenance 23 YEARS of traffic and document control. OF EXPERIENCE Marbella Guerrero will assist in processing,filing and maintaining project information in e-Builder documentation of each project generated sunsequent to the Consultant Service Order and the 1st NTP are issued by the City.Marbella has more than 15 years of experience with e-Builder in document control,records retention and office administration in a multidisciplinary environment. EA .wc tine, r1`�. eacco,,sutt.comiu2.2-2 m MIAMI BEACH Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on an'As Needed"Basis • RFQ 2017-028-KB We are proposing a group of Roadway Construction Inspectors with more than 240 combined years of experience in infrastructure projects in highly dense urban areas with government agencies and municipalities.We are proposing inspectors who are CTQP and MOT certified. Mr. Kenneth Houseman, PE, Lead Vertical Construction Inspector, with more than 30 years of experience will lead the efforts for vertical construction inspection. He is certified in Threshold Inspection, Advanced Ultrasonic Testing of Structural Steel, and Welding Inspection. He has spent the majority of his career successfully managing a variety of geotechnical, environmental, building inspection,forensic engineering and testing contracts/projects within the State of Florida. He has 011, worked on a wide range of projects such as parking structures,sports arenas,schools,ports,hotels, office buildings,large mixed-use developments,and transportation projects. 30 YEARS OF EXPERIENCE Due to the highly sensitive environment in the City of Miami Beach,the EAC Team is proposing a group of environmental specialists and scientists to inspect project sites during construction for compliance with environmental laws and regulations. The Environmental Lead will be Ms. Gisele L. Colbert, MS.,LER Ms.Colbert has more than 23 years of experience in agency coordination,environmental permitting, wetland jurisdictional determinations and mitigation assessments, wetland monitoring and maintenance and threatened and endangered species and habitat evaluation. She is Certified FDEP Stormwater, Erosion and Sedimentation Control Inspector. Ms. Colbert is also a Licensed 23 YEARS Environmental Professional (LEP) and has performed numerous Phase I and II Environmental Site OF EXPERIENCE Assessments throughout the United States. Ms. Colbert has used this broad background and her project management skills to provide quality driven,technically sound solutions that meet the client's needs in an efficient and cost effective manner. She frequently presents on permitting, wetlands, endangered species and water use issues at the Florida Chamber Environmental Permitting School and Growth Management short courses as well as to professional organizations in the South Florida area. Mr.Georg°Tachiev,PE,PhD,has more than 26 years of experience in risk analysis for Environmental Resiliency studies and inspection,water resources,hydrology and water quality and development and operation of water resources,water quality and environmental engineering programs in South Florida. He has been a member of the Miami-Dade County Climate Change Task Force since its establishment in 2007.He is a certified Project Manager and his key areas of experience include integrated surface and groundwater modeling and analyses,water distribution and collection systems,water resources l" 4 and environmental engineering and stormwater infrastructure analysis and design. 26 YEARS OF EXPERIENCE E coa.ullina In' — ..«gun�„ 2.2-3 0 yp q1. t ,. x 6 ,may, ; , ctW c. w O O ti m g U ": O� C ' C mw OI?b: 3 ¢ z V 1 t 3 om-§o m. EEbAua 8 a un e° J p am o~ o E g e fx ;;,. ° G G • : 2 U z Q 1.1 U _ 2 *'r; a lou x N 'S Q Q C;a 3! " o V - O , k^ Z I d O O o C r y 2 _ q;. G W o o O U U o A^. , 9 V ' o s 3 o N , I°. co N W ego 12 1 a a Waw mrna f Q = W G O 5 a o O r to • ¢ w .2 C + – w —C121 0. (1102z: ; vLiTA a _ L R 7 U C_W C 0 mmS1o n r¢ o 1II - a i Z C dm o • z o 3 0 = Ti W d II O 0 CA I- Q U C 5 2 o Y rat n4. Z eK- 4 0 > W • N W z U < 'V t Q - >iz - i -' o 01 d W �7 °i m c '"`1 e W 5 0_ Lm, N mU o- E ., c 2 m - o - • .- -2 2 - o LLa ` ' �- -so • ti W a c __0 4 ` B 3, iii 2. E7 z ma • o ,„ 1 a o ir • I .1. Ia. 5.3. 2 474; TA to t W t o Qd t• F- w dC C G E Oc= Fs to 2 O = `m o C CCUQ II C e __ u 10 ~ c ? 3 , CO 01 ' • ExD N . pp' - ar (6 = Y mQ --='D ( roC r-. ,v • U :U � n� eoc' m go, 2Nr ' ym W cmw� Lb- Si d '- v , m .wga i . W NnO4 O OOL gOct -' Ny N q LI) d C " InSt - N 4 <O N _Q O - O Y~ Uy it y W U J ZOnZ NZ Z OZ ZS'_ a' W W4VLL V8E2 Z - LL 5Ne2 MWtt m2, -- _ Cts _ )20 D d# tt�- _ r=mlsC E x gg gr- � m M I AM I B EACH Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on an'As Needed'Basis • RFQ 2017-028-KB FIRM NAME ROLE YRS.OF HIGHEST LEVEL OF EXPERIENCE EDUCATION EAC Consulting,Inc.-Prime Consultant Enrique"Rick"Crews. P- Principal in Charge 30 MS Jenner M.Alfaro,PE Resident Engineer 38 MS Andrew Pierce,PE Quality Assurance Manager 30 MS Rohan Gardner,PE Construction Contract Administrator 20 MS David Chang,PE Construction Contract Administrator 29 BS Jeffery Labelle Construction Inspector 35 HS Francisco Cuello Construction Inspector 43 BS Gonzalo Giraldo Construction Inspector 30 HS Thomas E.Alexander =..nstruction Inspector 31 HS Gustavo Mujica Construction Inspector 17 MS Horacio Morales Construction Inspector 22 HS Teresa Konz Construction Inspector 25 HS Mara Curbelo Project Controls Manager 20 BS Marissa Germain,El Scheduler 4 BS Jagan Katkuti,PE Transportation/ROW Engineer 15 MS Huntley Higgins,PE, PMP Civil Engineer 20 MS KT Lin,PE,PhD Structural Engineer 34 PhD Mark Kuntz,PE Drainage Engineer 26 BS Christopher Bucknor,PE Contract Administration Avoidance and 29 MS Claims Resolution CES Consultants,Inc.-Sub-Consultant Fe -iiando Vasquez,PE Quality Assurance Manager 30 BS Luciano Perera Construction Contract Administrator 23 BS Jeffrey Gropper,PE Construction Inspector 4 MS Vanise Ford Construction Inspector 9 HS Ashraf Iqbal,El Construction Inspector 5 MS Gustavo Silva,El Construction Inspector 4 BS Jose R.Castro,El Construction Inspector 3 MS John North Construction Inspector 20 BS Erik Alcantara,El Construction Inspector 4 BS Masouf Ghasemloian,PE Vertical Construction/Threshold Inspector 12 MS Nada Reinbold,El Environmental Inspector 8 MS Marbella Guerrero Document Control 15 AA Johans Fernandez.CGC Cost Estimator 11 BS NOVA Engineering and Environmental,LLC.-Sub-Consultant Kenneth Houseman,PE Vertical Construction/Threshold Inspector 30 BS ~ Brendan Larkin.PE Vertical Construction/Threshold Inspector 18 MS GIT Consulting,LLC.-Sub-Consultant Georgia Tachiev,PE,PhD Hydrology/Sea Level Rise Specialist 26 Smart-Sciences,Inc.-Sub-Consultant Gisele L.Colbert,MS,LEP Environmental Scientist 23 MS Basulto and Associates,Inc.-Sub-Consultant Rene Basulto,PE,LEED AP I MEP Engineer .1 36 I MS G-A-=�` `.. 2.2-5 MIAMI BEACH Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on an"As Needed"Basis • RFQ 2017-028-KB A / - ENRIQUE "RICK" CROOKS, PE PRINCIPAL IN CHARGE EAC Consulting,Inc. Mr.Crook's is the President of EAC Consulting,Inc.which he founded in 1994.He is familiar with eacconsuft.com every aspect of consulting engineering and has been engineer of record for several roadway and bridge projects and has had been responsible for Project Development and Environment Studies 30 (PD&Es).As the program director for an expressway authority general engineering contract,he oversees all aspects of the planning,project development,procurement,design and construction of a five year work program over$500 million that was funded with toll revenues and considered all project delivery methods. Years of Experience KEY PROJECTS 1991 Master of Science in Venetian Causeway Bridge Improvements,Miami-Dade County,FL.-FDOT District 6 Business Administration,Florida Project Manager for the rehabilitation/restoration of eightfixed bridges along the historic Venetian International University Causeway. The Venetian Causeway is on the National Register of Historic Places (NRHP) and consists of approximately 2.5 miles of roadway with ten-low level fixed bridges and two bascules 1985 Bachelor of Science in bridges. The project required sensitivity to the historic character, the use of innovative repair Civil Engineering,University of methods,the restoration of certain elements of the bridges,and public involvement.The work Florida involved the depth inspection of the bridges, design and preparation of contract documents. Reference: Dat Huynh, P.E.; Phone: (305) 470-5217; Length of Corridor: 2.5 miles;Start/End Professional Engineer FL Dates:2014-2016 #42528 MDX General Engineering Consultant, Miami-Dade County, FL. - Miami-Dade Expressway Authority Associations: Program Director for MDX's General Engineering Contract (GEC). EAC is overseeing the International Bridge,Tunnel and construction program of MDX's $500+million, 5-year work program. MDX has 31 miles of Turnpike Association(IBTTA) expressways which includes a new 3 mile extension of SR 836 opened in 2007 as the first Transportation and Expressway cashless Open Road Tolling, (ORT) roadway in Miami-Dade County. Mr. Crooks' primary Authority Membership of Florida responsibility included the management and oversight of the GEC work products as assigned (TEAMFL) by MDX. Mr. Crooks was charged with developing and implementing strategies needed to successfully manage MDX's resources and to assist in the development of a work program for Florida Engineering Society the authority. He was also responsible for the planning and development of projects so as to be (FES) able to procure and oversee consultants and contractors in the implementation of the projects. American Society of Civil Other services included strategic planning, bond indenture compliance, program controls and Engineers(ASCE) public information.Reference:Juan Toledo,P.E.;Phone:(305)673-3277;Length of Corridor:31 National Society of Professional miles:Start/End Dates:2009-Present Engineers Meridian Avenue over Collins Canal, Miami-Dade County - FDOT District 6 - FICE 2002 Dade County MPO- Engineering Excellence Award Transportation Aesthetics Project Manager for the bridge replacement design services for the Meridian Avenue Bridge Review Comm(TARC) over Collins Canal. The project required coordination with the adjacent Holocaust Memorial Heavy Movable Structures to incorporate aesthetic treatments. The improvements included: roadway, drainage, signalization,lighting and maintenance of traffic. Specifically,the project included the following: (1) Replacement of the bridge over Collins Canal; (2) Reconstruction of the south approach Meridian Avenue roadway. The reconstruction included the removal of on street parking;thereby allowing for an increase in the width of the west sidewalk. The final roadway configuration included two northbound lanes(one as a turn lane)and one southbound lane; (3)Aesthetic/ streetscape improvements included: pigmented cement pavers for the roadbed and bridge, stone pavers for the sidewalk,stone veneer for the vertical surfaces of the bridge,and decorative lighting; (4) Drainage improvements included the installation of a drainage well to dispose of the contaminated water prior to discharge into the Collins Canal and(5)Signalization and non- decorative roadway lighting. eAccconsutt.com cansuit G�Af-� e �,Inc. 2.2-6 CIA MIAM I BEAC H Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on an'As Needed"Basis • RFC)2017-028-KB US-1-Big Pine Key-Key Deer Improvements,Monroe County-FDOT District 6-2003 FTBA Best in Construction Award and 2003 AASHTO Environmental Stewardship Award Project Manager for the roadway and bridge design services required for the provision of under- roadway crossings for the endangered Key Deer which inhabit Big Pine Key in the Florida Keys. The project required that the existing vertical alignment be raised approximately 8ft.to allow for the underpass. US-1 is the only means of access to the Keys,and as such is the evacuation route for the Keys. This required that a temporary detour roadway be constructed to carry the traffic during the construction. Also included is the addition of lanes to US-1 in the City of Big Pine Key and improvements to the Key Deer Blvd.intersection. The project required coordination with the environmental permitting agencies as well as the inhabitants of Big Pine Key. Reference:Danny Iglesias,P.E.;Phone:(305)470-5289;Length of Corridor:3 miles;Start/End Dates:2001-2003 Tamiami Canal Historic Swing Bridge PD&E Study,Miami-Dade County,FL.-FDOT District 6 Project Manager responsible for an Environmental Assessment (EA) PD&E study to consider the rehabilitation/replacement of a 1921 historic, two-lane, Bob-Tailed swing bridge over the Tamiami Canal and roadway reconstruction along the NW South River Drive/Delaware Parkway corridor. Project requirements include the collection of field traffic and travel data and the preparation of traffic,access management,engineering reports and environmental documents; a Section 4(f)document;and preliminary plans for this heavily urbanized arterial that services major business and residential communities. Improvements include a new higher, double leaf Bascule Bridge;intersection reconstructions;and access management modifications.Extensive public involvement efforts are being done as part of this study. Reference: Jorge Gomez. P.E., Project Manager;Phone:(305)470-5183;Start/End Dates:2004-2009 HEFT Miramar Toll Plaza Dedicated Lanes, Miami Dade County, FL. - Florida's Turnpike Enterprise Project Manager for the Miramar Mainline Toll Plaza project which primarily involved the conversion of existing manual lanes to dedicated lanes. Specifically,the project included: Toll Plaza Facility improvements; roadway improvements; drainage and stormwater improvements and administration building expansion and employee parking improvements.Reference:Cheryl Doherty,P.E.;Tel:(512)327-6840;Length of Corridor:1 mile;Start/End Dates:2006-2009 EA Consulting', 2.2-7 M I AM I B EACH Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on an"As Needed-Basis RFQ 2017-028-KB ,A / A JENNER M.ALFARO, PE RESIDENT ENGINEER EAC Consulting,inc. eacconsuR.com With more than 38 years of experience, Mr. Alfaro has managed multi disciplinary teams, nationally and internationally in South Florida, Latin America and the Caribbean for numerous 38 high profile infrastructure projects. His experience includes CE&I and oversight of expressway, roadway, bridge, structures, ITS and mass transit projects. Mr.Alfaro has more than 30 years of experience in Miami-Dade County working in construction and CE&I of diverse Florida Department of Transportation District 6 projects. Years of Experience KEY PROJECTS 1987 Master of Science in Civil NW 79 Street Grouping Project427452-1-52-01 from NW 14 Ave. to North Bay Shore Engineering/Purdue University, Dr._429185-1-52-01_NW 27 Ave.from NW 79 St.to NW 103 St.429147-1-52-01_NW 79 St. West Lafayette,IN from NW 27 Ave.to NW 14 Ave. FDOT District 6 Senior Project Engineer responsible for the Construction Engineering Inspection (CE&I) of this 1977 Bachelor of Science in $ 16 million project consisting in roadway reconstruction,milling and resurfacing,signalization, Civil Engineering/University of lighting, ADA ramps, drainage, signing, pavement markings and bridge improvements. The Costa Rica.San Jose,Costa Rica project included signalization improvements at 17 intersections with the installation of 52 drill Professional Engineer FL shafts and mast arms. Reference:Joan Fabian,RE.;Phone:(305)968-4921;Length of Corridor: #51855 7 miles;Start/End Dates:2014-2016. Recipient of the Excellence in Resurfacing-Urban Paving District 6 Award, Asphalt Contractors Professional Engineer Association of Florida 06/2016 and Best in Construction Alternative Contracting Award, Florida Costa Rica#IC-2142 Transportation Builders Association nomination to Best in Construction Partnering Award,Florida Transportation Builders Association. Awards: SR 836 Milling and Resurfacing(MDX 30021) Recipient of the Prudential Project Manager responsible for milling and resurfacing project on SR836 mainline from LeJune Productivity Team Award for Interchange to NW 17th Avenue,westbound and eastbound mainlines and ramps.Construction Revenue Generators from Rick Amount:$5 Million.Client:Miami Dade Expressway Authority(MDX)Reference:Juan Toledo,P.E.; Scott,Governor of the State of Phone:(305)637-3277;Length of Corridor:5 Miles;Start/End Dates:2008-2010 Florida 04/2014 2010 Recipient of Excellence in Paving Resurfacing Rural Award by Asphalt Contractors Association of Florida CTQPs: MIC-Earlington Heights Metrorail Extension-Miami Dade Transit Department FDOT Advanced MOT Project Manager for the Project Management Oversight(PMO)Consultant group overseeing the QC Manager final design of the 2 miles elevated guideway extension and the terminal station at the MIC- Asphalt Paving Technician Levels MIA for an estimated Construction Cost of$350 Million.Client:Miami-Dade Transit; Reference: 1&11 Ahmed Rasheed, RE; Phone: (786) 469-5263; Length of Corridor: 2 Miles; Start/End Dates: 2007-2008 Final Estimate Level I Pile Driving Inspection SR-836/l-395 Interim Project from NE 1st Avenue to MacArthur Causeway 251688-3-52-01 -FDOT District 6 FDOT Self Study:Critical Senior Project Engineer for the CE&I involving roadway and bridge reconstruction on SR-836 Structures Construction Issues and 1-395 crossing over the city of Miami.The project cost is$10 million dollars and consists of roadway and bridge widening,concrete pavement,edgedrains,milling and resurfacing,retaining walls,barrier walls,signing,drainage,lighting,drilled shafts,sign structures. Reference:Andres Berisiartu,P.E.;Phone:(305)525-4976;Length of Corridor I-395/SR-836:1.5 miles;Start/End Dates:2012-2014. — z"T I EAConauit.onecoultmtrg,Inc. eecC2.2-8 Cr_ M I AM I B EACH Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on an'As Needed"Basis • RFQ 2017-028-KB SR 90 Modifications to Water Deliveries to the Everglades- U.S.Army Corps of Engineers/ FDOT District 6 Senior Project Engineer in charge of providing construction oversight services for 11 miles of Tamiami Trail roadway reconstruction through the Everglades.Estimated Construction cost$90 Million. Client: United States Army Corps of Engineers/Florida Department of Transportation 6 Reference: Gwendolyn Nelson, P.E.; Phone: (904) 232-1629; Length of Corridor: SR90 (11 Miles);Start/End Dates:2011-2012 NW 105th Way Bridge - Emergency Repair from US 27(Okeechobee Road)to N.W.South River Drive-Town of Medley in conjunction with FDOT District 6 Senior Project Engineer for this project with responsibilities that included repair bridge deck and barrier wall. Construction of barrier wall, guardrail, bridge expansion joints, mill and resurface asphalt,and pavement markings.Client: Broward County; Reference:Jorge Corzo, P.E.; Phone: (305)887-9541 ext.143;Start/End Dates:2013-2013 Pine Island Road from Oakland Park Blvd.to Commercial Blvd.-Broward County Resident Engineer responsible for the CEI services for this project involving the reconstruction and widening of the existing 4 lane facility, to a 6 lane divided facility including bike lanes, sidewalk, 30 inch ductile iron (DIP)water main, drainage system,street lighting,signalization, landscaping, irrigation system,signing and pavement markings for a total construction cost of $15 M.:Start/End dates:2006-2007. FDOT District 6-Miami,FL. Construction Engineering Inspection and Construction Management for FDOT District VI infrastructure projects in Miami-Dade County, Florida. Projects include design-build, project management, contract administration, environmental, safety engineering and utilities coordination.The following projects include:construction and rehabilitation of major heavy traffic arteries,overpasses,and Intelligent Transortation System(ITS).). SR 955(SR 83)NW 57th Avenue Reconstruction SR5/Biscayne Boulevard Enhancement Study Design-Build ITS Lower Keys from Key Largo to Key West Wireless CCTV SR826 from Kendall Dr.to SR-836 GEC Construction Management Services-Miami-Dade Expressway Authority Construction Project Manager overseeing the construction of MDX's $500m+ 5 year work program.As Project Manager, Mr.Alfaro is responsible for ensuring the construction contract is properly administered by CEIs according to CPAM and client-specific construction standards.His contract administration oversight ensures payment schedules are met and in budget and final estimates are correct and timely.Projects included: SR 836 Design/Build(MDX 83622) Project Manager of an eastbound auxiliary lane along Dolphin Expressway(State Road 836), from West of Northwest 57th Avenue to Northwest 42nd Avenue. The Project includes an outside auxiliary lane construction with bridge widening at Northwest 57th Avenue,Tamiami (C-4) Canal and Northwest 45th Avenue, ITS relocation, milling and resurfacing, ramp modifications, guardrail installation, drainage improvements, retaining wall systems, lighting and signage modifications.Construction Amount:$16 Million.Client:Miami Dade Expressway Authority(MDX) Reference:Juan Toledo, P.E. Phone:(305)637-3277 Length of Corridor: 1.7 Miles Start/End Dates:2008-2012 7_,_- !-tcconsWCcom c °'Inc. 2.2-9 ���` e "a' CA_ M I AM I BEAC H Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on an"As Needed"Basis • 2F0 2017-028-KB A / A ANDREW PIERCE, PE QUALITY ASSURANCE MANAGER EAC consulting,Inc. Mr. Pierce has 30 years of civil engineering experience in transportation projects and has eacconsult.com _ established outstanding working relationships with the governmental permitting agencies throughout South Florida.He is an accomplished transportation and construction management 30 executive with diverse experience in the areas of program management. civil design and construction, project planning and project management. He has been responsible for overall management, staff direction, and technical guidance for large scale transportation facilities, projects and programs including design.construction management services for the last 20 years. Years of Experience KEY PROJECTS 1996 Master of Science in Transportation Planning and Collection System Study and Design of Sanitary Sewer System-Village of Key Biscayne Engineering, Polytechnic Project Manager responsible for preparing sanitary sewer master plan and auxiliary documents Institute of New York for State of Florida Department of Environmental Protection Revolving Fund Loan Agreement. 1985 Bachelor of Science in Pump Station Upgrade-Miami-Dade Water and Sewer Department Civil Engineering,Polytechnic Project manager for electrical upgrades to Pump Stations 415,346.3+7 and 307.Scope of work Institute of New York included new generators and new 480/277-3 phase 4 wire-electrical service equipment. Star Island Infrastructure Improvements-City of Miami Beach Professional Engineer FL Project Manager for the Civil design and Construction services for the water main and roadway #50271 improvements,including:Milling,resurfacing,and Installation of traffic calming features for East and West Star Island Drive. design of 1.500 LF of 8" WM to replace existing water lines and Associations: lighting for entry feature. American Society of Civil Engineers(ASCE) Building 1901 Pump Station-PortMiami Redevelopment Program This project included the design and construction observation services for new pump station at the PortMiami(W'ASD ID#9146).New Pump station located at Building 1901 to eliminate septic tank and serve build out of Wharf 6&7.Project Manager and EOR for the design of pump station with 455 LF of 3 inch FM. Eastern Spur Pump Station-PortMiami Redevelopment Program This project included the design and construction observation services for new pump station at the PortMiami (WASD ID#9144). New Pump station eliminated septic tanks on eastern end of island and served new comfort station facilities. Project Manager and EOR for the design of pump station with two Flygt pumps rated at 2.4 HP along with 1980 LF of 4 inch FM and 230 LF of 6 inch sewer laterals. FTA-Crenshaw/LAX Transit Project -Southwestern Yard(SW) - Contract No C0991, Los Angeles,CA Civil Engineer for the review of the Design Build procurement documents to provide the Federal Transit Administration (FTA) with Project Management Contractor's Oversight (PMOC) for Los Angeles County Metropolitan Transportation Authority(LACMTA).The SW Yard is a new LACMTA Light Rail Vehicle (LRV) operations and maintenance facility to be constructed within an 18 acre site located near Los Angeles International Airport with an estimated construction cost of $130 M. The SW Yard incorporates LRV related equipment storage. service, inspections and maintenance including cleaning, blowdown , heavy repairs, body repairs and painting, 59,000 SF building with support shops,control tower and office space and at build out storage tracks for 70 LRV"s.The OP 53 review evaluated the preliminary plans and specifications(30% CD), construction cost estimate, schedule and Invitation for Bid Documents for completeness to a level that the bidders are able to understand the two step bid process and deliver a quality project within budget and on schedule. En i I Enc ConsuRing,Inc. 2.2-10 r7� eaaonsurtcom m MIAMI BEACH Professional Construction Engineering and lrscection rCE1)firms to Provide Various CEI Services on an"As Needed"Basis • REQ 2017-028-KB FTA-Indianapolis Downtown Transit Center(IndyGo) Ci !I Engineer for ite re' c tbe procurement documents to provide the Federal Transit Administration _FT` .,t- Project Management Contractor's Oversight iPMOC1 for the Transit center estimated at$13\ Tine Ino.Go Dc -town Transit Center consists of the construction of a new bus transfer facility,'or lV t.,G s dcii,i,intown bus service.The IndyGo passenger station,the existing 1.9 acre lot will be outfitted with a 14.000 square foot,two(2)story building,nineteen (19; bus bays to prect a ng,passergers fmm the elements, convenient amenities ranging from public tt-Fi real-rime bus alba! information and environmentally conscious design elements. The OP -31 rear ew e`laf,uated the project construction cost estimate and baseline schedule and reco.ery schedule for methodology and approach,consistency with scope of work and reasonableness. Miami-Dade Expressway Authority-General Engineering Consultant(GEC-B) Deputy Program Director overseeing the planning, design and construction of MDX's 5-year tiVork Program. Primary responsibilities include the management and oversight of the GEC work projects as assigned by MDX. His experience includes the following professional services: procurement department support-bid analysis and contract negotiation.engineering,planning, contract administrative services as required. Charged with implementing Prolog program management software for the program controls and contract administration. South Florida Regional Transportation Authority(SFRTA)-General Engineering Consultant Services Project Manager for overseeing the following projects: (1). Construction management services for Hialeah Yard Oil Line Replacement. Replacement of 250 L. F. of 1.5 inch engine lube oil line -Schedule 40 black steel piping crossing multiple rail line.Scope of work included repairs to concrete trough and replacement of existing trough steel grates and installation of a leak detection system.(2)On site staff providing railroad track inspection,communication and signal field support for all facets of testing,inspection,operations,maintenance and trouble shooting for the New Bridge Corridor, Miami Intermodal Center(MIC)and Hialeah Yard. E/A i' I Enc consulting.tnc• 2.2-1 1 r1` eaaons,Lcom m M I AM I BEAC H Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services an an'As Needed"Basis • RFC/2017-028-KB administration or tn's $21 t illlor project. In c'ma.ge of overall CEI staff in performing and updating ail Construction Engineering g nd inspector, s.oce of s .es for the design-build and construction of Open Road Tolling(ORT)infrastructure modifications,including ORT gantry structures with supporting equipment shelters.as i as demolition and removal of the existing toll plaza structures and closing/sealing thsting tunnels,roadway d`.'a!reconstruction and milling and resurfacing,guide and toil signage.s signalizaton structures and guardrail installation.Verify compliance with quality control. sampling frequency and material testing procedures. Dates: August 2009 - July 2011: Reference:Juan redo. RE.'\IDX:Tei:[305; 637-3277.ext. 2115: jtoledo@mdxway.com SR-25/US-27 Bridge Replacement,Palm Beach County,FIN#413842-1-52-01&414061- 1-52-0-FDOT District 4 Assistant Senior Project Engineer,/Bridge Engineer, assigned to the SR25/ US 27 Bridge Replacement/roadway reconstructions and milling and resurfacing project, where he is serving as an Assistant Sr. Project Engineer responsible for all field operations and contract management and administration.This project includes the demolition and reconstruction of two low level concrete deck bridges, supported by AASHTO beams and 24" pre-stressed concrete piles,additionally the milling and resurfacing of 22.5 miles along the two-lane divided highway, signing& paving markings, roadway widening and the Miami Canal dredging. The project cost was approximately$19 million:Date: July 2008 -August 2009:Reference: Jacques Beaubrun (FDOT);Tel:(561)719-7812;jacques.beaurun@dot.state.fl.us St.Lucie/Martin Resurfacing Projects,St.Lucie County,Florida#411533-3-52-01-Florida Turnpike Enterprise Senior Project Engineer responsible for managing five projects with an overall value of$38 million and staff of 14 personnel on behalf of the Florida Turnpike Enterprise. The scope of work on these projects included milling and resurfacing 30.4 miles of roadway,drainage improvements, bridge rehabilitation and bridge jacking of an existing bridge. Primary responsibilities consisted of coordinating and ensuring the successful completion of the project from its initial oversight to its final stages.Date: August 2006-July 2008;Reference: John Barberic, PE;Tel:(407)276- 4066: Eric Rush.P.E.,(954)682-9063:rrush@metriceng.com PGA Boulevard Bascule Bridge Rehabilitation, Palm Beach County,Florida#229898-3-52- 01-FDOT District 4 Project Administrator responsible for the demolition/ reconstruction of the existing PGA Blvd. eastbound bascule piers,leafs and flankingspans and the rehabilitation of the westbound bridge. Mr.Gardner worked on the coordination and implementation of the"lead"abatement plan and "painting" of all bridge steel superstructure and machinery components and replacement of the bridge expansion joints. The project further included removal and replacement of structural steel members,the floor decking,and the bridge railing system,the rehabilitation of the bridge tender control house. which involved contamination issues such as asbestos abatement and the replacement of all bridge electrical and mechanical components including the bridge's programmable logic controller. This project spanned the Intracoastal Waterway and involved coordination with local cities,county and the U.S.Coast Guard authorities. Date: May 2006 - August 2006;Reference: Sid Mailhes;Tel:(561)432-4966;sid.mailhes@dot.state.fl.us Ei I enc Consu ,loe. r7` eaaauutt.cOmfi g 2.2-13 m M I AM I B EACH Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on an"As Needed"Basis • REQ 2017-028-KB A DAVID CHANG, PE CONSTRUCTION CONTRACT Ei ADMINISTRATOR EAC Consulting,Inc. eacconsult.com Mr. Chang has approximately 29 .ears of transportation experience related to highway and bridge construction,toil road construction,CEI related services and project management. Past 29 experience and responsibilities include supervising CEI personnel,compliance with establisned budgets and time constraints. construction time and cost estimates. preparing budget and performance reports. CPM Schedule Analysis. negotiating change orders, resolving disputes. interpreting contract drawings and specifications, evaluating daily construction progress, Years of Experience participating in Disputes Review Boards, meetings with contractors, and coordination with appropriate agencies. KEY PROJECTS 1981 Bachelor of Science in Civil Enginee ng, University of Design-Build for SR 836 Extension,WB Access Ramp,SR 836 Infrastructure Modifications for ORT (West Section) and SR 836 Overhead Sign Structure Coating(GEC Construction Florida Management Services),Miami-Dade Expressway Authority Project Manager for this project grouping consists of the installation of five(5)new Open Road Professional Engineer Florida Tolling gantry locations, mainline ramp and toll plaza area reconstruction, west bound SR #41853 836 access ramp construction and cleaning and coating of existing overhead sign structures. As Project Manager, Mr. Chang is responsible for ensuring that Design-Build/Construction CTQPs: contracts are properly administered by CEIs according to CPAM and client-specific construction CTQP QC Manager standards along with coordination with MDX ITS System Integrator and other FDOT projects CTQP Asphalt Paving Technician in this highly traveled corridor near the Miami International Airport. He performs assurance of Levels I&II quality for construction operations, review of contractor schedule,monthly payouts.and assists CTQP Drilled Shaft Inspection with negotiations of claims as well as oversight for verification of materials testing by the CEI. CTQP Final Estimates Level I Reference:Juan.C.Toledo,RE.;Tel.:(305)637-3277;Start/End Dates:2014-2016 American Traffic Safety Services SR 112 infrastructure Modifications for Open Road Tolling (ORT) and Miscellaneous Association - Florida Advanced Improvements (GEC Construction Management Services) - Miami-Dade Expressway Training Authority Project Manager for the project grouping consisting of the installation of two(2)new Open Road National Pollution Discharge Tolling gantry locations, roadway lighting and signing upgrades,drainage upgrades, milling and Elimination System)NPDES resurfacing and toll plaza demolition on the SR 112 corridor.As Project Manager, Mr.Chang is Certified) responsible for ensuring that Construction contracts are properly administered by CEIs according NASSCO-PACP,LACP,MACP to CPAM and client-specific construction standards along with coordination with MDX ITS System Integrator and other FDOT projects in this highly traveled corridor near the Miami International Airport. He performs assurance of quality for construction operations, review of contractor schedule, monthly payouts, and assists with negotiations of claims as well as oversight for verification of materials testing by the CEI. Reference:Juan.C.Toledo, P.E.: Phone: (305) 637- 3277:Start/End Dates:2013-2015 SR 874/Killian Parkway Interchange Improvements (GEC Construction Management Services)Miami-Dade Expressway Authority Project Manager for widening and reconstruction of the SR 874 mainline including 2 bridges over canals, a main interchange bridge and a complex ramp. Bridge reconstruction of two AASHTO Type II concrete structures which will widen the mainline over canals requires 18"concrete pile foundations,footings, columns,typical pier cap construction with concrete deck and overhang modifications.The main interchange structure over Killian Parkway consisted of a steel girder plate bridge with a reinforced concrete deck with a span of 260 feet.The fourth structure on the project is a new skewed bridge with complex geometry and AASHTO Type II and Type III beams which crosses over a CSXT railroad. Project also features miscellaneous proprietary upright structures that are post-tensioned to accommodate monotube gantries and sign structures.As E � eaaglsEAC Conuhsuk.COming,lno. 2.2-14 _1� C-4- MIAMI BEACH Professional Construction Engineering and Inspection(CEI)Firms to ProvideVo'icus CEk Services or on'As Needed"Basis • RFQ 2017-028-KB Project Manager. Mr. Chang`vvas responsible for ensuring tne _.1 . action contract is properly administered by CEIs according to FDOT's CPAM and client-specific construction standards. He performs quality assurance for construction -cerat ons.re`, contractor's schedule.imcnthly payouts,and assists with negotiations of claims as well as oversight for verification of materials testing by the CEI. Reference: Juan. C.Tnledo. P.E.: Phone: '305: 637-3277: Start/End Dates: 2008-2012 Design-Build Project for SR 924, SR 874 and SR 878 Infrastructure Modifications for Open Road Tolling Construction (GEC Construction Management Services), Miami-Dade Expressway Authority Project Manager for this Design-Build Project consisting of reconstruction, roadway lighting and signing upgrades, drainage upgrades. milling and resurfacing and toil plaza demolition on the SR 924 corridor.Open Road Toiling(ORT) gantries were also implemented on the three (3i corridors. As Project Manager, Mr. Chang is responsible for ensuring the construction contract is properly administered by CEIs according to CPAM and client-specific construction standards along with coordination with MDX ITS System integrator. Florida's Turnpike-and an existing MDX construction project on SR 874. He performs assurance of quality for construction operations. review of contractor's schedule,monthly payouts,and assists with negotiations of claims as well as oversight for verification of materials testing by the CEI.Reference:Juan.C.Toledo, P.E.;Tel.: (305)637-3277;Start/End Dates:2009-2011 SR 836 Extension Toll Plaza (GEC Construction Management Services) - Miami-Dade Expressway Authority Project Manager for this Design-Build Project consisting of realignment and reconstruction of the SR 836 corridor between SW 107th Avenue and SW 87th Avenue along with the construction of two(2)new toil plazas and two(2)Open Road Tolling(ORT)gantries on the SR 836 mainline. As Project Manager, Mr.Chang is responsible for ensuring the construction contract is properly administered by CEIs according to CPAM and client-specific construction standards.He performs assurance of quality for construction operations,review of contractor schedule,monthly payouts, and assists with negotiations of claims as well as oversight for verification of materials testing by the CEI.Reference:Juan C.Toledo,P.E.;Tel.:(305)637-3277;Start/End Dates:2005-2007 HEFT(Homestead Extension of the Florida Turnpike)SunPass Challenge,Florida's Turnpike Enterprise Senior Project Engineer for this FTE's toll plaza conversion. Project included the addition of SunPass Lanes at Mainline Toll Plazas,HEFT median safety upgrade and resurfacing and signing upgrade. Mr. Chang was the Senior Project Engineer responsible for project administration, inspection and documentation of Toll Plaza construction, milling and resurfacing and signing upgrade on four projects.Specific duties include supervising of all project personnel,monitoring of all sampling and testing, review scheduling, claims, assuring the contractors work effort is documented,coordinating and preparing submittal of the final estimates.FPIN#412274-2-52- 01, 413617-1-52-01 & 190777-2-52-01; Reference: Mario Rojas, P.E.; Tel.: (786) 713-5213; Start/End Dates:2003-2005 SR 821(HEFT)Campbell Drive Improvements Project—Florida's Turnpike Enterprise Project Engineer for the construction of road,on and off ramps,bridges, and two(2)Toll Plazas at Campbell Drive on Florida's Turnpike in Homestead, Florida. AASHTO pre-stressed girder conventional bridge construction with MSE wall was required for an on ramp and off-ramp with Toll Plazas. FPIN #251830-1-52-01: Reference: Mario Rojas, P.E.;Tel.: (786) 713-5213;Start/ End Dates:2000-2001 i" EAC Con ufinp,inc. 2.2-15 Er1` eacCOfSu1LCOm M I AM I B EACH Professional Construction Engineering and Inscection(CEI)Firms to Provide Various CEI Services on an"As Needed"Basis • REQ 2017-028-KB pir A JEFFERY LABELLE CONSTRUCTION INSPECTOR EAC Consulting,Inc. Mr. LaBelle has over 35 years of experience in Highway and Civil Engineering Construction. eacconsuit.com t i with Sub-Contractors responsibilities included coordination the Prime-Contractors and Sub ontractors as it relates to construction of roadway projects. The elements of roadway construction that N1r. 35 LaBelle has inspected include removal of unsuitable material. milling and resurfacing, roadway reconstruction, earthwork, storm drainage. concrete. signing and marking, signalization. installation of water main installation of force main and major utilities relocation.Mr.LaBelle has worked as a Project Administrator on major roadway reconstruction projects. In addition,he has Years of Experience served on multiple FDOT and Broward County Roadway Design Projects. KEY PROJECTS High School Graduate Biscayne Boulevard Force Main Project,NE 105th Street to NW 116th Street-City of North Miami CTQPs: Roadway Inspector for the construction of 1.3 miles of 12" DIP Force Main. Performed field CTQP Asphalt Paving Levels I&II observations of force main construction and witness pressure tests. Reference: Wisler Pierre- CTQP Drilled Shaft Inspection Louis. P.E.;Tel.:(305)895-9830 ext. 12247;Start/End Dates:2014-2014 CTAP Earthwork Construction NW 105th Way Bridge Emergency Repair from US 27(Okeechobee Rd.)to N.W.South River Inspection Level I&11 Drive-Town of Medley in conjunction with FDOT District 6 CTQP QC Manager Repair bridge deck and barrier wail. Construction of barrier wall, guardrail, bridge expansion CTQP Final Estimates Level I&II Joints. mill and resurface asphalt and pavement markings. Reference: Jorge Corzo, P.E.; Tel.: 305',887-9541 ext. 143;Start/End Dates:2013-2013 ATSSA Advanced MOT Boart Longyear - Nuclear Pine Island Road from Oakland Park Blvd.to Commercial Blvd.-Broward County Density Gauge Project Administrator responsible for responding to RFI's, Change Orders, Pay Requests and IMSA Traffic Signal Inspector plan interpretation for this project involving the reconstruction and widening of the existing 4 Level I lane facility,to a 6 lane divided facility including bike lanes,sidewalk,30 inch ductile iron (DIP) water main,drainage system,asphalt paving,street lighting,signalization,landscaping,irrigation ACI Concrete Field Testing Grade system,signing and pavement markings.Reference: Richard Tornese, PE;Tel.:(954)577-4579; Start/End Dates:2008-2011 NASSCO- PACP,MACP&LACP Sunrise Boulevard from Hiatus Road to Pine Island Road-Broward County;Plantation,FL Project Administrator responsible for responding to RFI's and plan interpretation. Widening and overbuild of an existing 4 lane divided facility to a 6 lane divided facility, including sidewalk, subsoil excavation,drainage,signalization,street lighting,landscaping, irrigation and signing& pavement markings. Reference: Richard Tornese, P.E.;Tel.: (954) 577-4579;Start/End Dates: 2007-2008 NW 79 Street Grouping Project-FDOT District 6 From NW 14 Ave.to North Bayshore Dr.;NW 27 Ave.from NW 79 St.to NW 103 St.;NW 79 St.from NW 27 Ave.to NW 14 Ave. Senior Roadway Inspector responsible for Field Inspections(CE&I) of roadway reconstruction, milling and resurfacing,signalization,lighting,ADA ramps,drainage,signing,pavement markings and bridge improvements.The project included signalization improvements at 17 intersections with the installation of 52 drill shafts and mast arms.Cost$16 million. FPIN#42745215-2-01, 42918515-2-01.42914715-2-01;Reference:Joan Fabian.P.E.;Tel.:(305)968-4921;Start/End Dates:2014-2016 1-595 Express Corridor Improvement($1.25 B)P3 Project-FDOT District 4 Florida Department of Transportation (FDOT) $1.25 billion 1-595 Express Lanes PPP (Public/ Private Partnership).As a Sr.Asphalt Inspector,worked on this project in all(5)five segments A, B,C,D,&E.His responsibilities included;asphalt pavement verification testing on the roadway, EA i EAeaconsuC consufti tt.comng,rnc. 2.2-16 __ ^� M I AM I B EACH Professional Construction Engineering:'d Irsaectior(CEI)Firms to Provide Various CEI Services on an'As Needed'Basis • RFS!2017-028-KB and to ensure contractor was adhering to the contract documents and specifications. FP{N # 420809-3-52-01: Scott Case. P.E.; Tel.: (954) 661-7576: Stant End Dates: 2013- 2013 Tamiami Trail,SR 90,US 41 from L-67 Canal to L-31 Canal-USACE US a w.Corps of Engineers, USACE;9.75 mile roadway and 1.0 mile bridge.Oversight of Asphalt Operations and respond to R- i's.Reference:Christopher M.Rego.P.E.; Tel.:1305`)225-7967 ext. 224:Star End Dates:2011-2014 NW 21st Avenue from NW 19th Street to Oakland Park Boulevard-Broward County Senior Roadway Inspector; Project Administrator responsible for responding to RFI's. Change Orders, Pay Requests, plan interpretation, field inspections for this project involving the reconstruction df the existing 3 lane facility, including bike lanes, sidewalk. 8 inch ductile iron (DIP)water main, 6 inch force main. drainage system including jacked 72" RCP under the CSX R/R, asphalt paving, street lighting, upgrading the signalization system. landscaping, irrigation system, signing and pavement markings. Reference: David Huizenga: Tel.: (954) 577-4597; Start/End Dates:2009-2011 Miramar Parkway Construction from 1-75 to Flamingo Road-Broward County;Miramar,FL Resident Project Representative (RPR) responsible for verifying quantities and construction inspection of reconstruction of two plus miles of a six lane facility including a large diameter arch plate culvert,fabric formed canal revetment,subsoil excavation, bike lanes,sidewalk,drainage system,asphalt paving.street lighting,signalization, landscaping, irrigation system,signing and pavement markings. Reference: Richard Tornese, P.E.; Tel.: (954) 577-4579; Start/End Dates: 2000-2002 North Perry Airport Taxiway Lighting - Broward County Aviation Department; Pembroke Pines,FL Senior Inspector responsible for construction inspection of the taxiway lighting that was replaced including new wiring and electrical services. Reference: Dennis Cress: Tel.: (954) 359-1250; Start/End Dates:1999-2000 145th Avenue/Pembroke Road-City of Miramar Project Administrator responsible for approving pay requests and shop drawings. Respond to RFIs and change orders, plan interpretation and correspondence. Also oversee removal of unsuitable material. Reference: Kirk Hobson-Garcia; Tel.: (954) 883-5101; Start/End Dates: 2003-2004 Fort Lauderdale/Hollywood International Airport Perimeter Road-Broward County Aviation Department RPR responsible for verifying quantities and Construction observation of the Realignment and drainage installation of the Perimeter Road to accommodate 1-95/1-595 interchanges improvements.Reference:Dennis Cress;Tel.:(954)359-1250;Start/End Dates: 1999-2000 Eller Drive from 14th Avenue to MidPort Parking Garage-Broward County Port Everglades Roadway Inspector whose responsibility was to identify asphalt testing locations which were later milled and resurfaced to meet FDOT specifications. Reference: Chris Novack;Tel.: (954) 523- 3404;Start/End Dates:1999-2000 EEAC Consulting.Inc. 2.2-1 7 �—.�. aonsutt.Cam M I AM I B EACH Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on an'As Needed'Basis • RFQ 201 7-028-KB A FRANCISCO CUELLO CONSTRUCTION INSPECTOR E_—..` EAC Consulting,Inc. Mr.Cueilo has over 43 years of experience in construction engineering and inspection and has eacconsuh.com worked on multiple FDOT projects including major roadway reconstruction and widening, major bridge structures with drilled shaft and pile foundations,bridge deck systems including steel and 43 AA.SHTO beams,complex structures with arched concrete spans. bascule bridges.curved steel segmental girders and major construction over navigable waterways.Hs experience includes the installation of signalization.lighting,signage and pavement markings in major urban arteries of Years of Experience Miami Dade County. KEY PROJECTS 1971 Bachelor of Science in Biscayne Blvd.Restoration from 67 St NE to 78 St.-FDOT District 6 Civil Engineering, University of Senior Roadway Inspector at FDOT Project Biscayne Blvd restoration from 67 St NE to 78 St. Havana.Cuba Responsible for supervision of all existing removing, reconstruction and new jobs on streets. sub base, base, asphalt milling, drilled shafts. drainages, sidewalks, deep pools, electrical CTQPs: installations,structural & no-structural concrete, asphalt inspection, placement,sampling and Concrete Field Technician Level testing operations.Controlling density tests for new streets,sub base,and base,responsible for I&II monitoring and pay all compute estimates during the phase of the project. Reference:Steve Mc Earthwork Construction Inspect. Cue,P.E.;Tel.:(305)667-1809:Start/End Dates:03/2007-06/2007 Levels I&II SR-91 Widening Turnpike South Bound from Griffin Rd.,to Sunrise Blvd.—Florida's Turnpike Asphalt Paving Technician Level Enterprise I&II Senior Bridge Inspector at FDOT Project 405094-1-52-01 SR-91 Widening Turnpike South bound Qualified Post-Tensioning Tech. from Griffin Rd,to Sunrise Blvd. Performing all bridge inspections and managements at three Level I&II widening concrete bridges over Griffin Road, Broward Blvd and C-12 Canal and a new Ramp Final Estimate Level I concrete bridge over C-12 canal, and demolition of existing concrete bridge on Peters Road and new concrete bridge built there, including all concrete and steel piles driving, structural, Drilled Shaft Inspection no-structural and mass concrete inspections,sampling and testing,concrete slope pavements, Pile Driving Inspection rip-rap, concrete seals, footing, check all assembly reinforce steel, on caps, columns, decks. FDOT Intermediate MOT curing, dry runs, straightedges. grooving, diaphragms, check elevations, placing girders, and compute and pay estimates quantities on all activities. FPIN # 405094-14-52-01; Reference: Nuclear Gauge Safety Geoff Parker,P.E.;Tel.:(954)325-6880;Start/End Dates:12/2007-03/2010 Certification IMSA Traffic Signals I SR-91 Widening Turnpike North Bound from Griffin Rd.,to Sunrise Blvd.-Florida's Turnpike Enterprise ACI Field Testing Technician- Senior Bridge Inspector at FDOT Project 406094-4-52-01 SR-91 Widening Turnpike North Bound Grade I from Peters Road to Sunrise Blvd. Performed all bridge inspections and managements for two ACI Concrete Transportation widening concrete bridges over Broward Blvd and C-12 canal and a new Ramp-A concrete bridge Construction Inspector over C-12 Canal, including concrete and steel piles driving, structural, no structural and mass FDEP Qualified Storm Water concrete inspections, sampling and testing. Supervision of placement mattress protection on Management Inspector C-12 Canal,check assembly reinforce steel substructures and superstructures,concrete curing, USACE Construction Quality dry runs,straightedges,grooving,concrete slope pavements,check elevations, placing girders, Management for Contractor# diaphragms, compute and pay quantities on all activities during the project. FPIN #406094-4- 784 52-01;Reference:Geoff Parker,P.E.:Tel.:(954)325-6880;Start/End Dates: 12/2009-1/2011 USDOT Handling and NW 79th Street Grouping Project—FDOT District 6 Transporting Hazardous Senior Roadway Inspector Responsible for the inspection of a total of 7 miles of roadway Materials reconstruction, milling and resurfacing, signalization, lighting, ADA ramps, drainage, signing, pavement markings and bridge improvements.The project included signalization improvements at 17 intersections with the installation of 52 drill shafts and mast arms.Construction Cost$17 Million. FPIN #427452-1-52-01: Reference:Joan Fabian, PE;Tel.: (305) 968-4921; Start/End Ei' enc Consuking.mc. 2.2-18 /,� eaccoosuLCOm Ca_ M I AM I B EACH Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on an'As Needed'Basis • REQ 2017-028-KB Dates:October 2014-August 2016. 2016 Excellence in Resurfacing-Urban-Paying Award by the Asphalt Contractors association of Florida,and 2016 Best in Construction Alternathce Contracting Award by the FTBA. SR 836 Extension from SW 107th Ave.&8th St.-Miami-Dade Expressway Authority Quality Control Inspector on MDX Projects No. 83605 with Delta Consulting Engineering, controlling and checking the jobs on embankments; placement.sampling and testing concrete on substructures, superstructures. mass concrete and asphalt, concrete piles driving, sound walls. MSE walls, sheet piles, drainages, environmental and pollution, drilled shafts, and on new seven steel bridges and three concrete bridges,assembly reinforce steel bars. preparation forms to concrete, dry runs,straightedges, grooving, bolt joints and painting ail bridges. Project # 83605: Reference: Juan Toledo, P.E.; Tel.: (305) 637-3277 ext.2115: Start/End Dates: 12/2004-11/2006 Tamiami Trail Modifications 1 Mile Bridge Project-USACE Senior Roadway Inspector Performed all bridge inspection activities for this $81 million construction cost project, 1 mile bridge along the Tamiami Trail in the Everglades. Activities included the inspection of transportation, storage and quality control of precast piles, driving 470 piles,grout in piles,splices and build ups in piles,vertical alignment in piles; installation of reinforcing steel wood and metal formwork,supports and bracings at end bent back walls,caps, wing walls and cheek walls, bent caps and pedestals, diaphragms, deck, approach slabs and barrier walls; installation of wood and metal formworks, supports verified the transportation, storage,quality control and installation of 264 precast beams,set beams,placement of bearing • pads,verified the installation of stay-in-place forms(SIP)and drainage inlets and verified concrete placements.Performed dry and wet runs for concrete deck placements.Inspected installation of FPL&AT&T conduits and placement of RIP-RAP rubble and RIP-RAP.Inspected 1 mile of roadway reconstruction at the approaches to the bridges, activities that included subsoil excavations, subgrade, base, asphalt, guardrail and pavement markings. Reference:Christopher Rego. P.E.; Tel.:(904)304-5364;Start/End Dates:08/2013-12/2013 Coral Way Reconstruction from SW 37 Ave.to SW 13 Ave.and Intersection between US 1& SW 27 Ave.-FDOT District 6 In charge of verification inspection for the 1 mile roadway reconstruction project along Coral Way. Verification activities included the installation of asphalt paving and the adjustment of more than 200 utility manholes. Construction Cost$15 million. FPIN #427513-1-52-01; Reference:Joan Fabian, P.E.;Tel.:(305)968-4921;Start/End Dates:January 2015-April 2015 SR 817/University Drive N. of SR 858 Miramar Pkwy Pedestrian Bridge Project - FDOT District 4 Construction Inspector at FDOT District 4 SR 817/ University Drive N. of SR 858 Miramar Pkwy. Pedestrian Bridge Project.This$100,000 project included repair all existing spalls and after with water pressure cleaning all this pedestrian bridge and after painting it,besides were placed two turbidity barriers on existing canal. I was working there until the end of the project. Reference: Arturo Castro:Tel.:(954)677-7055:Start/End Dates:08/2014-11/2014 Fort Lauderdale Airport Roadway Expansion Project-Broward County Aviation Department Senior Inspector at Fort Lauderdale Airport Roadway Expansion Project. Performed all roadway inspections and controlled the follow activities: earthworks, density tests, drainage works, concrete works, concrete tests, asphalt works and cores locations. Reference: Marco Bagioni; Tel.:(786)356-6631;Start/End Dates:07/2013-08/2013 EA " f eEAc conwerng.Inc. 2.2-19 M"1 I eacconsutt.com MIAMI BEACH Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on an'As Needed"Basis • RFQ 2017-028-KB En / A GONZALO GIRALDO CONSTRUCTION INSPECTOR ir-.` EAC Consulting,Inc. Gonzalo Giraido is wet versed in clearing,excavations.earthwork,drainage and concrete works. eacconsult.com construction inspections. daily reports, estimating and project management functions. Mr. Giraldo offers three decades of experience in engineering inspection and testing, and roadway 30 and bridge construction. His career path highlights limited access interstate and urban arterial experience in the Miami-Dade County area for the FDOT and Miami-Dade County.He specializes in field and plant testing and inspection of concrete for all phases of roadway and structures construction.Other specialized experience includes signaiization inspection,compliance review Years of Experience of construction procedures in accordance with FDOT guidelines and specifications. KEY PROJECTS High School Grad_late Bellemeade Island water main Improvements-City of Miami Project inspector for this project consisting in the installation of 6' and 8" watermains, and lift CTQPs. station installation by the bay.The project extends from NW 79 street going south to Biscayne CTQP Asphalt Paving Technician Blvd.DIP material used and PVC for watermains.RCP for drainage.2005-2007 Levels I&II Government Cut Utility Projects, Miami Dade County Water and Sewer Department, Miami CTQP Earthwork Construction Dade County,Florida. Inspection Levels I&II Senior Inspector - Water Main. providing construction management services for the 54: force FDOT Concrete Field Inspector main relocation underneath Government Cut Channel between Fisher Island and South of the City of Miami Beach and the 20" water main relocation underneath Fisherman's Channel CTQP Drilled Shaft Inspection between Port Island and Fisher Island as developed through consultation with Miami Dade Water CTQP Pile Driving Inspection and Sewer Department. The scope of services include contract administration, construction CPN Radiation Safety management and field inspection services that will include engineering and construction administration activities during the design, permitting and construction phases of the design- Nuclear Gauges build contracts,daily on-site inspections,maintaining daily progress log(s),coordination of weekly Troxler- Nuclear Gauge Safety status meetings.review and approval of schedules,schedule of values,and other documents as OSHA 30 Hours necessary.process and authorize progress payments including allowance accounts and change Traffic Signalization orders. review and accept as-built drawings, utilize Miami Dade Water and Sewer Department Project Control tracking System (PCTS)to track all documents and activities, interface with the CCTV design-build criteria professional and the design-build contractor as needed:respond to requests for information. Reference: Eduardo Vega, PE; Phone: (786) 552-8103; Reinforced concrete material. Miami-Dade Water and Sewer Department Emergency 60-Inch Force Main Installation - MDCWASD Project Inspector for this project which includes the installation of approximately 1,025 linear feet of open-cut pipeline from the southern end of Washington Avenue, heading north along Washington.turning west on Commerce Street and terminating on Commerce Street just east of Jefferson Avenue.To minimize disruption to the neighborhood,this phase was procured as an emergency contract to be installed in Summer 2012, beginning in early August 2012 and completed by November 2012. Miami Dade County Canal Dredging-Miami-Dade County(DERM) Roadway Inspector on this project that involved countywide drainage improvements, asphalt pavement restoration and canal .dredging. Duties and responsibilities included writing daily reports, materials testing, monitoring final estimates quantities, enforcing the contract specifications,and performing quality control. Reference: Francisco Guerin; Phone:(786)251- 2717. C^ .. enc cons"Ning.Inc. 2.2-20 �.�` ea mnsutt cam m M I AM I B EACH Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on an"As Needed"Basis • RFQ 2017-028-KB 1-95 Widening and Safety Improvements-FDOT District 6 Structures/Bridge inspector responsible f:;r performing inspection and testing of a two mile(3.2 kilometer)section of 1-95.The project included five bridges,six retaining walls,concrete pavement, highway lighting, and lighted cvierhead sign structures. Reference: Eduardo Rodriguez: Phone: (305)299-1591 Interstate 95(1-95)Noise Walls-FDOT District 6 Roadway Inspector for this $40M project that installed new noise walls on both sides of 1-95 from SR 112 to the Broward County line. Duties included inspection and testing of materials for drainage,excavation.concrete pavement and noise walls:producing the daily reports.monitoring field books and daily quantities for final estimates. Reference: Ali Al-Said; Phone: (305) 499- 2351. SW 8th Street Reconstruction-FDOT District 6 Roadway Inspector responsible for performing testing and inspection oftwo miles(3.2 kilometers) of new roadway which included clearing, roadway excavation,drainage structures.water mains. roadway lighting,interconnect,signalization for five intersections,optional base,asphalt,signing and pavement markings. Reference:Gus Graupera: Phone:(305)499-2410. General CEI Consultant Washington Infrastructure-FDOT District 4 Roadway Inspector providing primarily signalization inspections. As part of a resource pool available to perform inspection services for one million dollar push-button/work order contracts. Responsibilities included performing all construction inspection on signal installations and signal communication systems for the District Traffic Operations Office. Was also part of a team in charge of inspecting and testing all unforeseen signalization construction throughout Broward County. Reference: Enrique Tamayo: Phone:(305)596-0912. SR 5/US 1,Florida Department of Transportation-District 4 Roadway Inspector for a $3.6M milling and resurfacing project along SR 5 (US-1) from River Shores Boulevard to Jensen Beach Boulevard.The project also included addition of turn lanes. the removal and installation of new curb and gutter,drainage structures and storm drain pipes, removal and construction of new sidewalks, sidewalk hand rails, installation of new guard rail, bridge railing replacement,lighting and signing,measurements of quantities of work completed, material testing and use of site manager construction program.Reference:John Nelson;Phone: (772)489-7149 State Road 874 and Kendall Drive-Miami-Dade Expressway Authority Roadway Inspector for this $32.1 million bridge and roadway improvement project at the interchange of SR 874,SR 878 and Kendall Drive.Project included a new northbound on-ramp/ bridge to SR 874 from Kendall Drive and a re-alignment of the existing eastbound on-ramp to SR 878.This new 11-span bridge consists of a twin steel box girders superstructure,supported by concrete inverted tee caps bearing on columns and concrete pile caps,sitting on 36-inch diameter drilled shaft. The project also involved the construction of MSE wails. retaining walls, sound walls, milling and resurfacing, drainage, overhead sign structures.signing, pavement marking, landscaping and lighting. Duties included construction inspection of most of the elements on this project, and was also responsible for payments on monthly estimates and for collecting laboratory test results,invoices,certifications,and records regarding all materials involved in the project including writing daily reports, materials testing, monitoring final estimates quantities, enforcing the contract specifications, and performing quality control. Reference: Sergio Besu, CGC;Phone:(305)265-5491 E ' I EAC ConwNing, 2.2-21 �1f� eeaonsutt.Com CI MIAMI BEACH Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on an-As Needed"Basis • PFQ 2017-028-KB ^, / A THOMAS E.ALEXANDER CONSTRUCTION INSPECTOR EAC Consulting,Inc. Mr. iAlexander has Over 31 years of experience In the construction and inspection of Florida eacconsulicom Depart-ant of Transportation Civil engineering projects and more tinan 20 jeers as Senior inspector with the supervision of up to 10 inspectors that he has guided through several 31 challenging situations on various projects. Covering ail phases of budge. roadway, utilities and railroad construction overseeing contractors, sub-contractors and independent testing lab technicians making sure that all work performed adhered to applicable standard specifications and special provisions of the contract. Assuring the client of the quality of work is kept to the Years of Experience highest standards while paying close attention to keeping costs to a minimum and the projects on schedule. High School Graduate KEY PROJECTS CTQPs: Consent Decree Program North District Waste Water Treatment Plant-Miami-Dade County Quality Control Manager Water and Sewer Department Earthwork Construction Inspection Senior Inspector for Construction Engineering and Inspection services of construction of a new Levels I&II building and rehabilitation of existing facilities including new piping,electrical,duct work.louvers, Asphalt Paving Levels I&II roof drains and bar screen systems. Also CE&I of replacement of mechanisms in Secondary Clarifiers.Construction Cost:$3 Million Drill Shaft Inspection ACI Grade 1 Concrete Inspection City of West Palm Beach,FL Beautification Project-City of West Palm Beach Senior Inspector. Oversight and Supervision of the completion of the widening of U.S. 1 and Concrete Field Technician Level I portions of AtA, installation of turn lanes and Bus lanes, survey of inlet structures invert Maintenance of Traffic elevation verification of structures and flow,Inspection of all underground utility Installation such Intermediate as R.C.P.storm sewer,connections to 36-inch water mains,force mains, manholes, lift stations Stormwater,Erosion,and (pressurized and gravity fed), pressure testing and monitoring of the system upon completion. Sedimentation Control Concrete placement for sidewalk, curb and gutter. Supervision of all testing and procedures Nuclear Safety/H.A? 1AT (density,concrete,asphalt etc.)auditing of contractors records(field books,density log,concrete logs)for Independent Assurance.(R.F.I.'s and N.C.R.'s)Earth retainer walls(M.S.E.)maintenance Pile Driving Inspector Final of traffic and lane closures.Field measurements for final estimates and final road stripping layout Estimates Level I and installation.Client:CEI Tech,City of West Palm Beach:Start/End Dates: 1/2010-5/2010 EDMS Document Control Specialist 79th Street Connector—Miami-Dade Transit Authority Senior Quality Assurance Inspector responsible for oversight of the augur pile installation, IMSA Traffic Signal Inspector inspection of the re-bar placement in the footers, columns and caps prior to the placement PADI Certified Open Water Diver concrete,oversight of the testing procedures in the field(concrete,density,welding,U.T.testing 30 hours OSHA Safety Training of the rail and skidmoore of the girders and gusset plates) by independent testing companies. Inspection of all drainage structures,inlets,R.C.P.and D.I.P.oversight of pressure testing prior to PACP,'MAC P/LAC P completion. Inspection of the Soil Nail Wall and M.S.E.walls during all phases of construction. CSXT/NS/SFRTA Certifications: Inventory of the railroad equipment and supplies delivered to the jobsite.Inspection of the plinth Track Maintenance for CSXT pads for fixed rail construction, traction power accessories and connector rods. Other duties Railroad include, writing of the R.F.I.'s and N.C.R.'s as called for during construction. oversight of the CSXT Roadway Worker Protection testing,removal and disposal of contaminated material discovered during excavation efforts. Tri Rai) Road. av Worker Protection 1-595 Corridor Roadway Improvement Project—FDOT District 4 SFRTA Track Safety Standards Senior Quality Control Inspector for 1-595 corridor roadway improvements that consist of (49CFR213)Certification reconstruction, operation and maintenance of the 1-595 mainline, express lanes and all associated improvements to adjacent cross-roads, frontage roads and ramps from the 1-75/ SFRTA Bridge Worker Fall Sawgrass Expressway interchange to the 1-595/1-95 interchange. The project will build three Protection reversible high occupancy toll(Reversible Lanes)in the 1-595 median,and tolls will vary according SFRTA Continuous Welded Rail to traffic volume.Major construction components include roadway and barrier walls,earthwork, retaining and noise abatement walls, 63 bridges(new,widening and reconstruction).drainage, EEAC Conwhing,Inc. 2.2-22 i� ` eaaOnsutt.COm m M I AMI BEAC H Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CE1 Services on an"As Needed"Basis • REQ 2017-028-KB and intelligent transportation systems. Duties include but not !limited to: dally inspection of contractors activities during all phases d ioridge,construction in Segments D. E and the Greenway East including clearing and gr ing x-avatcnand construction ofembankment, pi`e driving,inspection of steel reber and pre-concrete placement for footers.columns,caps and decking.Inspection of M.S.E.Walls,up to 72-inch micro tunnels,jack&bore operations,Drilled Shaft installation for signalization mast arms.o!,erhead sign structures and High Mast Lighting. Inspection of all underground utility's new and existing.,installation of R.C.P.storm sewer.water mains.force mains, manholes,lift stations pressurized and gravity fed)tying the new system in with the existing system; pressure testing and monitoring of the system upon completion. Pipe sizes vary from 6-inch to 36-inch. Reception and inspection of all materials delivered on site. Oversight of material testing technicians in the field.Conducting audit reviews on field books, log books(i.e. Density, MSE. Pile Logs....and site source records. Maintain inspection logs and daily reports. Blue Line Extension Project Lead Roadway and Track Inspector-City of Charlotte Oversight and inspection of all contractors activities along the 10 mile rail extension project including the supervision of 10 inspectors and assisting the resident engineer by attending all weekly, monthly progress,field and City of Charlotte meetings while resolving a vast number of challenges as they arise. Daily activities include oversight of the relocation of all underground utilities. inspection of all underground utility installation such as R.C.P. storm sewer, water mains, force mains. manholes, lift stations (pressurized and gravity fed), pressure testing and monitoring of the system upon completion. Inspection of embankment and backfill operations as well as placement of sub-ballast,ties and rail. Oversight and inspection of all above ground electrical utilities and Catenary system installation.Inspection of pile driving operations,pile wall construction MSE Wall construction, Drilled Shaft operations, Jack & Bore operations, rebar and concrete placement inspection for footers, columns, caps and super-structure. Maintain inspection logs and daily inspection reports. Reference: David Novakoski: Phone: (704) 454- 8148:Start/End Dates:10/2014-002/2015 79th Street,NW 27 Avenue project -FDOT District 6 Document control and archiving specialist. Responsible for the transfer of documentation into FDOT Electronic Document Management System(EDMS)system.Creating the punch out list for the 79th street project from the 2800 block to NW 14th avenue on NW 79th street for roadway. sidewalk,underground utilities,street lighting and ADA standards. South Florida Regional Transportation Authority—Tri-Rail Senior Track Inspector Oversight and inspection of the rail contractor's(VTM I)activities pertaining to the maintenance of the 72 mile corridor and any activities of other contractors that will be working along the corridor. Conducting the Roadway Worker Protection Safety class to employees that will be working on SFRTA property. E / I eAaC anCusutt.comewking.Inc. 2.2-23 i�1` ea m MIAMI BEACH Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on an'As Needed'Basis • RFQ 2017-028-KB GUSTAVO MUJICA CONSTRUCTION INSPECTOR E.r-.lium EAC Consulting,Inc. Mr. Mujica has more than 17 years of experience in Construction Management projects. Mr. eacconsun.com Mi-ljica has iiworked on mm 'e projects including major roadway reconstruction and ,yidening; major and minor bridge structures with drilled shaft and pile foundations:bridge tipes including 1 7 Steel and AASHTO learns, complex structures with arched concrete spans. bascule bridges. curved steel segmental ?Irders and major construction over navigable svater,vays. Years of Experience KEY PROJECTS 1998 Master of Science in Miami Beach Indian Creek-FDOT District 6 Bridge Design Construction& Inspector for the following Projects:Indian creek Drive W 41th Street to 26th Street-Road milling Maintenance. Military University and resurfacing, curb and gutter, new parking areas, sidewalk replacement. ADA accessibility. Nueva Granada landscaping. Reference: Ivan Hay, P.E.: Phone: (305) 640-7114: Start/End Dates: January 2010-December 2010 1992 Bachelor of Science in Civil Engineering,Colombia NW 3rd Avenue from NW 8th Street to NW 14th Street-City of Miami Roadway Inspector for road milling and resurfacing, drainage improvements, water line CTQPs: upgrade.curb and gutter, installation of trench drains.sidewalk replacement.ADA accessibility. Quality Control Manager landscaping,and streetscape improvements.Miami River Greenway Project-The project involves the complete reconstruction,including new sidewalk,drainage.landscaping and new decorative Final Estimates Level I street lighting.Start/End Dates:01/2007-12/2007 MOT Intermediate Asphalt Paving Technician Levels NW 5th Street Bascule Bridge-FDOT District 6 I&II Provided bridge inspection servicesfor the$59 million NW 5th Street Bascule Bridge Replacement Earthwork Construction Project. Work also included one mile of urban roadway reconstruction. Construction materials Inspection I&II inspection performed for conventional and mass concrete applications, as well as bituminous contract components. Miscellaneous structures inspection performed for retaining walls, Pile Driving Inspection bulkhead structures, pier walls, overhead cantilevered sign structures, mechanically stabilized Drilled Shaft Inspection earth walls and mast arm construction. Major bridge concrete inspection responsibilities along Concrete Field Technician Level I three bridge spans totaling 100 feet. Major bridge steel inspection responsibilities for 150 feet FDOT Concrete Specification span of structural steel plate girder leaves, along two bascule leaves. Movable span bridge Inspector engineering inspection performed on all structural electrical and mechanical components. ACI Concrete Field Testing Grade I Construction survey and control project management tasks for roadway and bridge alignment Concrete Transportation and grade verification.Start/End Dates:01/2009-12/2009 Construction Inspector(CTC!)- North Dade Residency-FDOT District 6 Level II Assistant Project Administrator responsible for assisting FDOT PM in the management and Nuclear Radiation Safety inspection of concurrent multiple projects throughout Miami-Dade and Monroe Counties.Scope Hazmat Certification of projects range from milling and resurfacing,widening and reconstruction,bridge substructure MSE Wall rehabilitation, signalization, lighting, signage, and thermoplastic markings projects. Assures Critical Structures Construction prompt progress payment to contractors and accurate monitoring and testing reporting into FDOT MAC website. Responsible for reporting daily work in to Site Manager and providing accurate Issues quantities of work for payment to contractors via PTS and Site Manager. He performs also Augercast Pile verification inspections and assures utility accommodation with proposed contract work.Total Fall Protection Construction cost of all projects is approximately $100 Million. Reference: Ivan Hay, P.E., Project Manager: Safety Illicit Discharge Detection Phone:(305)640-7114;Start/End Dates:June 2013-Present Training Qualified Stormwater 1-595 Express(Limited Access Project)-FDOT District 4 Management Inspector Assistant Project Administrator on FDOT District 4 first P3 Project. The scope of this project consisted of widening and reconstruction of 1-595 limited access facility with newly constructed Advanced Scuba Diver EA P I EAC Consuiting,Inc. 2.2-24 ���� eaaonsun.com m MIAMI BEACH Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on an"As Needed"Basis • RFQ 2017-028-KB Express Lanes.including tine reconstruction of SR 84.Primary responsibilities Incl!Idea assisting ^EI Consultant Project Administrator on reporting oversight testing into MACand monitoring and comparing quality control testing. Provided accurate pay itern quantities for reporting into Site Manager and PTS for progress payment to the contractor. Provided verification inspections for complex bridge corstructio,n. Other responsibilities included asphalt paving inspection. environmental inspection and concrete inspection. Total Construction Cost of the project is $1.5 B Reference:Scott Case. P.E.. Project Manager-HNTB; Phone:(954)661-7576:Start/End Dates:February 2013-June 2013 SR 112/1-195 widening from 1-95 to Biscayne Bay-FDOT District 6 Inspector responsible for providing bridge inspection services for the $19 Million dollar project on SR-112/ 1-195 between 1-95 and Biscayne Bay.Inspection duties include the monitoring of the prestressed pile diving operations.bridge widening,construction of CIP walls including a CIP wall with soldier piles,d'- ed shaft operations. Reference: FOOT Project Manager: Ivan Hay, P.E: (305)640-7114:Start/End Dates:January 2011-May 2012 Roadway Inspector NW 12th Avenue Bascule Bridge-FDOT District 6 Provided 'bridge inspection services for the $65 million Bascule Bridge Project. Work included one mile of urban roadway reconstruction along with highway ingress-egress construction. Construction materials inspection performed for conventional and mass concrete applications. as well as bituminous contract components. Miscellaneous structures inspection performed for retaining walls, bulkhead structures, pier walls, overhead cantilevered sign structures. mechanically stabilized earth walls and mast arm construction.Major bridge concrete inspection responsibilities along three bridge spans totaling 396 feet with AASHTO Type VI concrete girders. Reference: Marie Cabrera.P.E.:Phone:(305)640-7445;Start/End Dates:01/2008-12/2008 Roadway Re-Construction from NW 7th Street to NW 16th Street-FDOT District 6 Major bridge steel inspection responsibilities for 165 feet span of structural steel box girder leaves with nine floor beams, along four bascule leaves, totaling 108 feet in width. Movable span bridge engineering inspection performed on all structural electrical and mechanical components. Reference: FDOT Asst. DoE, Mario Cabrera. P.E.: Phone: (305) 640-7445;Start/ End Dates:01/2007-12/2007 NE/NW 36th Street between NE/NW 7th Ave.and Biscayne Blvd.between NE 87 Ave.and NE 104 Ave.-FDOT District 6 Roadway Inspector responsible for inspection of excavation, installation of drainage,and urban roadway reconstruction. Florida Department of Transportation District VI. Start/End Dates: 01/2006-12/2006 Construction Sign Inspection Structures Emergency Wilma - Miami Dade County Public Works Department Construction Inspection-Project Engineer responsible for construction inspections for the DERM/FEMA roadway restoration and drainage improvement program administered by the Division of Recovery and Mitigation (DORM). Responsible for inspection of work performed in connection with Miami-Dade County's Storm Drainage System and City of Miami Storm drainage Improvements program. Reference: Project Manager, Leo Salgueiro: Phone: (786) 256-2621: Start/End Dates:01/2002-12/2005 EA enc onsutt.coonwfoming,Inc. 2.2-25 ��� eaa MI AMI BEAC H P'ofessioral Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Se^rices on an"As Needed"Basis • RFQ 201 7-028-KB A / A HORACIO MORALES CONSTRUCTION INSPECTOR EAC Consulting,Inc. Mr. Morales has over 22 years of experience in the field of construction,with an emphasis on eacconsuit.com roadway reconstruction projects. including drainage. DCII=tits, water and sewer construction, lab work and asphalt paging resurfacing. In addition. Mr. Morales is veil versed in the areas 22 of roadway and asphalt plant inspection. having worked on Turnpike. DOT, MDX, and Miami International Airport projects.In addition to performing the required daily inspections and testing he is also familiar with the FOOT final estimates procedures. Years of Experience KEY PROJECTS High School Graduate NW 79 Street Grouping Project-From NW 14 Ave.to North Bayshore Dr.;NW 27 Ave.from NW 79 St.to NW 103 St.;NW 79 St.from NW 27 Ave.to NW 14 Ave.-FDOT District 6 Roadway Inspector/Assistant CSS responsible for verification inspection of a total of 7 miles CTQPs: of roadway reconstruction, milling and resurfacing,signalization, lighting,ADA ramps.drainage, CTQP Aspnalt Paving Levels I signing, pavement markings and bridge improvements. The project included signalization &II improvements at 17 intersections with the installation of 52 drill shafts and mast arms.Assist CTQP Earthwork Construction with uploading files into project FDOT document control Hummingbird. Construction Cost $17 Inspection Level I&II Million. FPIN #42745215-2-01,42918515-2-01, 42914715-2-01 Reference:Joan Fabian, P.E. FDOT Concrete Field Technician Tel.: (305) 968-4921. Start/End Dates: 2014-2016. 2016 Excellence in Resurfacing-Urban- Level I Paving Award by the Asphalt Contractors Association of Florida.and 2016 Best in Construction Alternative Contracting Award by the FTBA. FDOT Intermediate Work Zone Traffic Control SR 826/836 Interchange Improvements-FDOT District 6 ACI Level I Concrete Field Lead QC Inspector for mass concrete and bridge deck placement,slip-forming concrete,special Testing Tech. mixes,and precast elements.Responsibilities included daily inspection of construction activities (steel reinforcement, spacing, plan/job guide, preparation of job testing, review tabulation of IMSA Traffic Signal Level I quantities), coordination of testing schedules with other staff members, material testing and Troxler- Nuclear Gauge Safety material sampling. FPIN # 249581-1-52-01 Reference: John Stebbins; Tel.: (305) 975-7128: Hazmat Start/End Dates:2013-2015 FDOT LIMS Training 1-595 Corridor Roadway Improvements-FDOT District 4 NASSCO-PACP,MACP&LACP QC Inspector,working as the Lead QC technician.Provided VT for 5 different asphalt plants Ranger Miami,Ranger West Palm,Ranger Pompano,Weekly Asphalt,and General Asphalt Miami.Project included Mass Concrete placement and temperature monitoring, Bridge Deck placement.Slip- Form,Special Mixes,and Casting Yards. Responsibilities include daily inspection of construction activities such as steel reinforcement,spacing.Plan/Job Guide,preparation of job testing review tabulation of quantities. Coordination of testing schedules with other staff members material testing, material sampling, project coordination, participation in QC/scheduling meetings, etc. FPIN#420809-3-52-01:Reference:Horace Walt;Tel.:(786)262-7398;Start/End Dates:2013- 2014 SW 57th Ave.from Tamiami Trail to Coral Way Project-FDOT District 6 Responsible for quality control for this project consisting of roadway improvements including reconstruction, milling and resurfacing, signalizations, lighting, ADA improvements. drainage improvements,signing and pavement markings of SW 57th Ave.The approximate length of the project was 3 miles. In charge of roadway density.concrete,drainage and asphalt testing. FPIN #422723-1-52-01 01;Reference:Claudio Diaferia,P.E.;Tel.:(305)986-9939;Start/End Dates: 2012-2013 EA / I eAc Consulting,Inc. 2.2-26 t1` eaxonsutt.com ® MIAMI B EACH Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on an"As Needed"Basis • RFQ 2017-028-KB Sunrise Blvd.to Atlantic Blvd.,Widening Peters Road to Sunrise Blvd.NW 74th St.Interchange -Florida's Turnpike Enterprise Senior Inspector whose responsibilities included asphalt plant inspector (VT) for the Florida's Turnpike, Enterprise. from Sunrise Blvd. to Af:antic Blvd., k,videning Peters Road to Sunrise Blvd. `'itii 74th St. Interchange Okeechobee Toil plaza and monitoring lab procedures testing and verification of all terminated completed lots together with a complete project lot package,upload verification to L1MS and all dating and approving QC data.FPIN#4117024-1-52-01&406094- 1-52-01: Reference:Angela Leitz. P.E.:Tel.:1954;934-1111:Start/End Dates:2008-2011 EA i Fac Consulting.inc. 2.2-27 M I AM I B EACH Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on an'As Needed'Basis • RFQ 2017-028-KB 01 A TERESA KONZ CONSTRUCTION INSPECTOR EAC Consulting,Inc. Ms.konz has over 25 years of experience in FDOT projects. She adapts tc nev, respursibli ties eacconsult.com in a fast-pace work environment and has thorough knowledge of general office procedures, practices and requirements of the Department. Her work ethic is to he higri professional, 25 organized,detail oriented,and always willing-to learn new skills. Years of Experience KEY PROJECTS General CEI Services CEI Contract#C8X85-FDOT District 4 Contract Support Specialist working at the District office scanning contract documents and High School Graduate uploading into Hummingbird.Assisting with final estimate documents, reviewing shop drawing files and document controls.Ms.Konz worked with the District IV Final Estimates Engineer under numerous Task Work Orders.Client: Florida Department of Transportation District 4 Reference: Relevant Experience: Edison NG, District Final Estimates Engineer; Phone:(954) 777-4130:Start/End Dates: 2011- EEO. DBE and Payroll 2012 RCS's Annual Review of EEO SR 7/US 441 Reconstruction-FDOT District 4 RCS Monitoring Dist. IV Federal Contract Support Specialist assigned to process Estimates in Site Manager,maintain the record Aid Construction Contracts as-built plans, and preparation of the Final Estimate. Duties included the preparation of the RCS Monitoring OJT Materials Certification and LIMS entries. Prepare and process Work Orders and Supplemental Construction Contract Agreements.This complex five lane roadway reconstruction to six lane divided roadway project Compliance included new and relocated utility, water. sewer, drainage, lighting, signalization, landscaping, asphalt paving, and sign structures. This project included a Joint Project Agreement (JPA) Preparation of FHWA Annual Contract.In addition Ms.Konz performed in house QA for EEO/DBE/OJT programs.Client:Florida Report Department of Transportation District 4; Reference: Hassan Abedi, P.E., FDOT Project Manager; Phone:(954)776-4300 Start/End Dates:2008-2010 General CEI Services-FDOT District 4 Inspector responsible for conducting continual NPDES permit compliance inspections on active roadway projects in District IV. Each inspection included thorough review of all permitting documents as well as extensive field inspections.Coordinated with the Construction Engineering & Inspection personnel to implement the best practices for preventing of off-site discharge of potential pollutants from the construction area. Annual Inspections for each project were conducted in addition to the monthly inspections as required. Facilitated the close-out of each project and assisted with the submission of final certification documents.Maintained a database of information for approximately 80 projects that were inspected by Ms.Konz,in each county of District IV. Client: Florida Department of Transportation District 4; Reference:Jeannette Harris, CCE1 Manager;Phone:(954)777-4382;Start/End Dates:2006-2008 SR 92(1-75)-FDOT District 4 Resident Compliance Specialist/Administrative Assistant on the$11M milling&resurfacing and safety enhancement project along 1-75 in Broward County. Monitored contractor's activities to ensure compliance with the contract documents,EEO compliance and completing all OJT Program requirements. Assisting Contract Support Specialist with all project documentation, including, preparation of the Final Estimate packages.Client:Florida Department of Transportation District 4 Reference: Hassan Abedi, P.E., FDOT Project Manager; Phone: (305) 776-4300: Start/End Dates:2005-2006 ET i enc Co sin:no,tnc. 2.2-28 r7` eaaonsuk.con CA MIAMI B EACH Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on an"As Needed"Basis • RFQ 2017-028-KB SR-836/l-395 Interim Project from NE 1st Avenue to MacArthur Causeway-FDOT District 6 Contract Support Specialist responsible for processing contract documents for this project involving r oad"ay and minor loridge upgrades on SR-836 and 1-395. Duties include materials processing,hummingbird scanning of contract documents.maintaining Shop Drawings.RFI and SA Work Order logs. In addition Ms.Konz has been added to the contract for and As Needed Field Inspector.Client: Florida Department of Transportation District 6 Reference:Andres Berisiartu, P.E..Assistant South Dade Resident Engineer: Phone: (305) 525-4976;Start/End Dates:2013 -Present General CEI Services-FDOT District 6 Responsible for scanning and uploading project documents into Hummingbird for numerous Financial Projects and Push Button Contracts under the CEI General Assign Contract. Duties include assisting Contract Support Specialist with processing the Monthly Estimates and project documentation for Final Estimate submittal.Client:Florida Department of Transportation District 6: Reference: Ivan Hay. P.E.. District VI Resident Engineer; Phone: (305) 640-7114; Start/End Dates:2012-2013 Miami Gardens Drive Roadway Improvements-FDOT District 6 Resident Compliance Specialist/,Administrative Assistant on the four(4) Miami Gardens Drive projects.which included three(3)roadway and one(1)bridge. Monitored contractor activities to ensure compliance with the contact documents.EEO compliance,and completing all OJT Program requirements. Assisting Contract Support Specialist with all project documentation, including, preparation of the Final Estimate Packages.Client:Florida Department of Transportation District 6: Reference: Ivan Hay, P.E., District VI Resident Engineer; Phone: (305) 640-7114; Start.End Dates:2005-2005 SR 80 Corridor-Mobility 2000 Project-FDOT District 4 Office Engineer responsible for verification of work performed to assure conformance with contract specifications and requirements, plan interpretation, review and monitoring of field books,project logs and as-built plans,monitoring the tracking of shop drawing logs and files and verifying project materials.Maintain monthly quantities for and process Monthly Estimates.This was a major project of widening the SR 80 Corridor,addition of new ramps,drainage, retention ponds lighting, signalization and landscaping. Client: Florida Department of Transportation District 4;Reference:Scott Burrie,P.E.,FDOT Area Manager;Phone:(561)-719-7793;Start/End Dates:2004-2005 SR 826 Palmetto Expressway Interchange at NW 25th St. in Miami-Dade County- FDOT District 6 The project involved 1.5 mile widening for one lane in each direction between NW 19 Street and NW 32 Street, reconstruction of the existing ramps at NW 25 Street, replacement of the NW 25 Street bridge with a higher and wider structure, milling and resurfacing of the NW 25 Street,drainage, lighting, median wall,and signage. Ms. Konz was the Office Engineer for this project with duties to include reviewing Daily Reports,summarize quantities,prepare Engineers Weekly Summary,prepare and submit Monthly Status Reports,and Contract Monthly Estimate. Maintain contract time file,prepare monthly contractor weather letter.Prepare,submit,and track Supplemental Agreements,and Work Orders.Complete computation book and as-built plans for Final Estimate.Tracked all shop drawings and maintained shop drawing logs and files,tracked lane closure requests and entered material testing reports into CQR.Client:Florida Department of Transportation District 6;Reference:Dari Vorce.PE FDOT Project Manager;Phone:(305)640- 7412;Start/End Dates: 1999-2002 Ei EAC Consulting,Inc. 2.2-24 r��� eacconsuRcom M I AM I B EACH Professional Const'ucfio^Ergc?ee ^g and Inspection(CEI)Firms to Provide Various CEI Services on an*As Needed"Basis • RFC/2017-028-KB Or A MARA CURBELO PROJECT CONTROLS MANAGER EAC Consulting,Inc. Mrs. Curbelo has 20 years of professional working experience. Includes over 10 years of eacconsult.com orogressi),e).larking experience in project cost controls and project accounting coupled with an engineering ba kg c%und. it provides support to a project team in the execution of ail project 20 controls processes and system integration on major projects. Mrs. Curbelo is a proven team playertin,a unique setofskillscapableofworkingwithandsuperviseateamofmulti-disciplinary and multi-cultaral specialists.in consulting engineering and construction companies,public and private.large and small companies. Years of Experience KEY PROJECTS 2001 Bachelor of Science in General Engineering Consultant-Miami Dade Expressway Authority(MDX) Industrial Engineering,Higher Responsible for all Contract and Cost Management activities related to the MDX Contract RFP- Studies Polytechnic Institute. 15-04(GEC-B).Interacting and addressing inquiries from MDX,GEC-A(HNTB).EAC Management, Cuba GEC-B staff and Subconsultants. Trains and oversees a Project Accountant from EAC Finance Department, a Software Developer and a Program Controls Specialist to support the Program Controls team. 1995 Bachelor of Science in Mechanical Engineering, Higher Responsibilities within the GEC-B contract include: Studies Polytechnic Institute, Staffing Plan: support management and Project Managers identifying/updating and Cuba maintaining staff needs. Maintain/distribute staff allocation/utilization reports. Support managers and Project Managers developing estimates (operation & work program)and scopes of work at the beginning of the fiscal,revisions throughout the FY and at close-out. Perform budget assessments and maintain budgets.Monitor funds available per project, process and submit timely requests for additional funds to the client. Assist management and PMs in the process of procuring additional funds needed (Budget Transfers/Contingency Releases) Manage subcontracts, supporting management and Project Managers with funds allocation, budget analysis and issuing new/revised work orders to Subconsultants. monitor Subconsultants costs.QC invoices for compliance Oversees the billing process. QC client invoices. A/P and A/R transactions in multiple platforms.Reconciling customer invoices with the Program Controls cost tracking system (Primavera P6)and processing updates to the Estimate to Complete(EAC) Assist the PCM developing the Work Program Management Allocation/Expenditures as part of the initial TA submittal and update distribution monthly as needed. Estimate/provide monthly accruals to client. Request Authorization to Subcontract Work/Personnel Change request: Provide guidance and support to existing and new Subconsultants by processing/reviewing all relevant documentation per client's guidelines and within company's policies to add new companies/staff to the contract. Utilization Report:SB/LB participation tracking and monitoring, assist management in forecasting and developing operational strategies to comply with contract requirements/ changes. Perform analysis, prepare documents and reports for internal and external clients regarding cost control and contract/projects performance. GEC-B Web Portal Development/customization - process analysis, streamline, interpretation and coordination with developer, testing and validation. Improvement of Subcontractor and Personnel modules(validation,data normalization) f Enc c°nsurc g,Inc. 2.2-30 E I eaaonsultcOm m MIAMI BEACH Professional Construction Engineering and inscection(CEI)Firms to Provide Various CEI Services on an'As Needed"Basis • I FQ 2017-028-KB ',bor, ng .sg^ s•.ng ralidarion of new modules: Dashboard, Staff Management iStaff, 7m sheets Summar"of Hous.etc:,Budget Management.TAs.t Osi Template ust:r-i zat improvement: Budget estimates/Invoices/Scopes/Progress Reports. Project Accountant-EAC Consulting,Inc.,Miami,FL Responsible for the rev e+ and interpretation of client contracts ! DOT, Miami-Dade County, Broward County . project setup requirements, budgeting, billing, and revenue recognition. Process monthly billings and reporting. ,Monitor revenue and costs relative to project budgets. Account reconciliations and budget analysis. Streamline billing process,testing and document procedures,support and training to PMs and supporting staff. Senior Project Accountant-The Hackett Group,Miami,FL Responsible for contracts documents review,maintain projects,budgets,resources,billings in the ERP system.Ensure proper accrual of costs and revenue for all resources and assigned projects. Generation and distribution of various reports. Provide assistance in system customization, testing,documenting processes and training staff and PMs. Billing Supervisor/Billing Administrator(BA)-WSP(previously GENIVAR),Markham,Canada Internally promoted from a BA role to supervise a team of 7 BAs. Responsible for the billing process oversight, cost accruals, revenue recognition.accounts reconciliations,job distribution and performance management. Review/interpretation of contracts and set up/maintain projects,budgets and billing in the ERP system.Generate high volume of detailed,client-specific invoices to several market segments.Act as a Deltek Vision super-user in software conversion/ implementation,mapping,testing,validation,documentation,training,and technical support to end-users. Office Manager/Bookkeeper-K.H.Davis Consulting Ltd.,Toronto,Canada Responsible for managing the day-to-day office operation, all full-cycle accounting tasks, accounts reconciliations, government remittances, end-year financial statements.Additionally, planning, distribution, scheduling and monitoring engineering project timelines, milestones and productivity. Screening and hiring of new employees. Hardware and software upgrade, maintenance and troubleshooting providing training and technical support to staff. _.. E/� / EAC Conwking,inc. 2.2-31 IA`a� eeaonsul com CA MIAMI B EACH Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on an"As Needed"Basis • REQ 2017-028-KB En / A MARISSA GERMAIN, El SCHEDULER ms... EAC Consulting,Inc. Ms.Germain possess over four years of experience in the vertical and civil construction field.She eacconsult.com has experience working with agencie,s like Miami Dade Transit Authority,Miami Dade Expressway Authority. Port Miami. and other governmental agencies. She has been involved in managing 4 large projects up to near $ 2 billion dollars. Among her skills are the use of Primavera P6. Microsoft Project,Microsoft Office,Adobe,Bluebeam,MicroStation,AutoCAD,Google SketchUp, Prolog,e-Builder&Workman. Years of Experience KEY PROJECTS Consent Decree Project-Miami-Dade County Water and Sewer Department 2011 Bachelor of Science The Miami Dade Water and Sewer Consent Decree(CD) requires Miami-Dade County to make in Civil Engineering, Florida $1.6 billion in repairs over a 15-year span.The program consists of over 80 individual pipeline, International University pump station and wastewater treatment plant projects throughout the county.As a scheduler, she works closely with program managers to develop and maintain the program schedule using Primavera P6.She also analyzes the schedule to monitor any potential scheduling problems and Engineer in Training State of Florida #1100015917 devises plans of actions to mitigate those delays.She also reviews and provides comments to contractor schedules to ensure that they meet all their project milestone and completion dates. General Engineer Consultant-Miami Dade Expressway(MDX) EAC is overseeing the construction program of MDX's $500+million. 5-year work program for the second consecutive period. MDX has 31 miles of expressways which includes a new 3 mile extension of SR 836 opened in 2007 as the first cashless Open Road Tolling,(ORT)roadway in Miami-Dade County.As Project Controller Specialist she is responsible for: Creating, monitoring and updating project schedules using Primavera P6 and Microsoft Project. Assessing impacts to the critical path and near-critical activities and reported to the project team to find a solution. Monitoring schedule deviations and variances and assisted in developing alternate methods for corrective action. Reviewing schedules with project team members regularly to ensure that accurate and timely data is incorporated in the schedule. Making recommendations to manage float and re-sequence activities to achieve project milestone dates and interim target completion dates. Analyzing contractor schedules to ensure they are compatible with the master program schedule. Brickell City Center Project—Miami Dade Transit Scheduler/Project Engineer for this $1.5 Billion project who developed an integrated master plan and work breakdown structure utilizing Primavera P6, gaining rapid proficiency of this tool via on-the-job performance. Among her responsibilities were to maintain a master plan/ schedule and identify the impact of work performed and not performed as scheduled; create and maintain detailed field schedules in Microsoft Project and Workman platforms and evaluate actual construction progress and provided regular schedule updates for client review.She also interfaced with operations, owners, suppliers and subcontractors to discuss impact of work and resolution of problems; processed, tracked and distributed project RFIs and submittals; submitted Inspection Requests to the private providers and followed the process to ensure all field inspections were approved. Additionally, she managed change orders, purchasing and contract administration documents, procured and tracked construction material for structure and finishes, coordinated project close-out documentation, including ensuring all relevant En i. eaceAc Conhing,Inc. 2.2-32 r1` onSult.wCom m MIAMI B EACH Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on an'As Needed'Basis • REQ 2017-028-KB er -!to :Jere properly inspected by the authority Hawing jurisdiction (Miami-Dade County; and was responsi n e for creating toe project punch list and facilitated its comoietion to ensure, a timely c,cse-o' t (01/2015-12/2015; Port of Miami Tunnel Project—Bouygues Civil Works • M EP Project Engineer for this$ 1 Billion project that assisted the Senior MEP Engineer with the management of Mechanical. Plumbing, and Fre Suppression sub-contractors for the Port-of- Miami Tunnel Project. She was responsible for reviewing shop drawings, method statements. and technical documents and verified their accuracy to insure compliance to the design drawings, specifications and concession agreement, provided quality assurance & quality control OA/QC) to all packages prior to submission to the client (FDOT. managed MEP sub- contractors in their procurement,scheduling and installation,handled the sub-contractors' RFIs !Request for information), Field Change Request and Deviation Reports relating to MEP works. ensuring t"at MEP documentation is undertaken and continually updated until closed.She also coordinated and supervised inspections and testing with external parties as required, followed up with the Testing and Commissioning(T&C)documentation and reports from subcontractors and tracked their approvals and comments,tracked the T&C punch list with the T&C Manager and helped close it out,reviewed As-Builts to ensure they reflected all the changes made in the field.(04/2013-01/2015) Alvarez Engineers Inc. Junior Design Engineer and her responsibilities were to conduct site visits and documented existing conditions to utilize for design, review shop drawings to confirm compliance with proposed product, utilize design guidelines manuals like:the Plans Preparation Manual (PPM), Design Standards, the Manual of Uniform Traffic Control Devices (MUTCD), Basis of Estimate (BOE),AASHTO's Geometric Design of Highways and Streets,FDOT's Standard Specifications for Road and Bridge Construction to ensure all drawings were compliant. She also prepared CAD drawings in accordance with the CADD Production Criteria Handbook,assisted with assembling computation books, typical section and pavement design packages, implemented revisions recommended by the quality assurance/quality control officer, and assisted with the design of several transportation projects including roadway and drainage improvements, signing and pavement markings and signalization improvements for intersections. E ' I EACaofSConWtcwking,ine. 2.2-33 _.. i•T1L� om im MIAMI BEACH Professional Construction Engineering and Inspection(CE1)Firms to Provide Various CEI Services on an'As Needed"Basis • REQ 2017-028-KB En / A JAGAN KATKURI, PE TRANSPORTATION / ROW ENGINEER Ar-"111011= EAC Consulting,Inc. Mr.Katkun has 15 years of experience in Transportation Engineering working with South Florida eacconsufl.com regulatory agencies including municipalities. counties. and FDOT. He is experienced in the planning, design and construction of highway facilities ranging from intersection improvements 1 5 to the design of municipal streets.arterial roadways, expressways. interstate highways and toll facilities.Mr.Katkuri's experience in,,oives all phases of urban and rural highway design including vertical and horizontal geometry, Design location studies, right of way. drainage design, utility relocation design.MOT design,signage and pavement marking design.and cost estimates. Years of Experience KEY PROJECTS 2003 Master of Science in East Palm Drive(SW 344th Street)Roadway Widening and Canal Culverting-City of Florida Civil Engineering,University of City Florida.Gainesville Roadway Engineer of Record for this project consisting of culverting and full enclosure of the East Palm Drive Canal from US 1 to SW 172 Avenue.After the canal is covered,additional traffic lanes 1999 Bachelor of Science will be created.The Engineering Services includes preliminary/final roadway design, utility and n Civil Engineering Nagpur storm water engineering analyses and design,site investigation,testing,development planning, University.Nagpur, India investigating needs and feasibility, design, conducting any environmental or other specialized studies(not the NEPA Environmental Assessment),developing the final scope and engineering Professional Engineer FL estimate, plans and specifications, permitting and any other services needed to bring the #73207 project to bid,bid process management,construction notice to proceed.construction oversight, and closeout. Also includes grant compliance with State of Florida Small Cities Community Development Block Grant Program. Client: City of Florida City; Reference: Rick Stauts: Phone: Certifications: 305-247-8221;Start/End Dates:05/2016-11/2016 FDOT Maintenance of Traffic SR-968/SW 1st Street from SW 17th Avenue to SW 5th Avenue-FDOT District 6 Responsible for post design services for this project consisting in the reconstruction and milling and resurfacing of SW 1st Street in Miami-Dade County. Reconstruction of a highly urbanized roadway section though Little Havana in the City of Miami from SW 17th Street to SW 5th Street IMP0.793 - MP2.038). Client: FDOT District 6; Reference: Adriana Manzanares; Phone: 305- 470-5283; Length of Corridor: 1.5 miles;Start/End Dates:2011- Present Wiles Road Widening-City of Coral Springs,FL Project Engineer responsible for widening of approximately 1 mile stretch of Wiles Road between Rock Island Road and SR 7 from two lane divided to four lane divided. This project included converting existing mast arm signals along the corridor to mast arms, supplementing existing street lighting with additional street lights and landscaping.Client: Broward County; Reference: Mike Hammond.PE; Phone:(954)577-4558;Start/End Dates:2012 - 2015 Aviation Boulevard Improvements(43rd Avenue to US 1)-City of Vero Beach Project Engineer responsible for widening of three-lane of 3.1 miles of Aviation Boulevard to four lane divided urban highway. This project requires extensive permitting with FEC railroad, SJRWMD,IRFWCD.ACOA,FAA,IRCO,the City,and property owners along the corridor.Client:City of Vero Beach: Reference:Monte Falls;Phone:(772)978-4870 Start/End Dates:2007 - 2012 North 13th Street Phases I through Ill-City of Fort Pierce,FL Project Engineer responsible for two-lane. 1.75-mile stretch of 13th street between Georgia Avenue and Avenue Q. Streetscape project also included adding sidewalk, on street parking, landscape,hardscape and street lighting.Client:City of Fort Pierce Reference:John Andrews.PE ;Phone:1772)467-3773 Start/End Dates:2007 - 2010 E ' EnccCOfSnsuCofiWCCOa1ny,inc. 2.2 34 ��� ea m MIAMI BEACH Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on an'As Needed"Basis • RFC!2017-028-KB Oslo Roadway Widening-City of Vero Beach,FL Project Engineer responsible for widening of two-lane of 3.1-mile stretch of Oslo Road between 43rd Aaen ue and Old Dixie Highway to four-lane divided urban highway. The drainage design encompassed 15.2 acres of on-site contributing area.enclosure of 1.700 feet of IRFWCD canal, one bridge replacement, and two wet detention ponds. Client: Indian River: County Reference: Arjuna Weragoda.PE: Phone:(772)567-8000:Start/End Dates:2005-2010 66th Avenue/41st Street Bridge Replacement-Indian River County,FL Project Engineer responsible for replacement of existing two-lane vehicular bridge on 41st Street and to improve the 66th Avenue/41st Street intersection to provide auxiliary turn lanes on all intersection approaches. The bridge was designed as a three-lane structure with the option of expanding to a five-lane structure should the future need arise.Client: Indian River County; Reference:Arjuna Weragoda, PE;Phone:(772)567-8000:Start/End Dates:2007 -2010 Streetscape for SR 60 and 58th Avenue-Indian River County,FL Project Engineer responsible for widening of a prominent intersection in Indian River County from four lanes to six lanes by adding turn lanes.This high-profile intersection has limited right-of-way; a joint venture with private and public property owners will be necessary to make improvements to the streets, which belong to both entities. Client: Indian River County; Reference: Arjuna Weragoda.PE;Phone:(772)567-8000:Start/End Dates:2007-2012 1-95 and Spanish River Boulevard SR80 Interchange-FDOT District 4,Broward County,FL Project Manager responsible for the post design services for roadway,drainage,maintenance of traffic,signing and pavement marking and managing Design Build team for the new interchange of Spanish Boulevard on 1-95. This project includes the construction of a new interchange, modification to the existing Yamato Road and 1-95 interchange,addition of auxiliary lanes from Glades Road to Congress Avenue on 1-95 and cross street improvements of Spanish River. This second level interchange includes coordination with FAA, Boca Airport,City of Boca Raton, and Florida Atlantic University(FAU).Client: FDOT District 4; Reference: Ronald Wallace, PE; Phone: (954)777-4641;Length of Corridor:4 miles:Start/End Dates:2011-2016 US 41 from south of Pelican Bay Blvd.to Vanderbilt Beach Rd.Sidewalks-FDOT District 1 Project Manager for this project that runs along US 41/SR 45 from south of Pelican Bay Blvd.to CR 862/Vanderbilt Beach Rd.,add 5 or 6 foot sidewalk(2223.58 linear feet total)on the west side of US 41 and on the east side of Trail Blvd.and/or US 41(to fill the missing gaps),and install 3 bus shelters within the project limits. Sidewalk limits on the west side are to connect to bus stop south of Pelican Bay Blvd. and south of Vanderbilt Beach Rd. Limits on the east include connection to the bus stop(240'south of Pelican Bay Blvd.),extension of east sidewalk on Trial Blvd.(585'from Pelican Bay Blvd.to Oakmont/Driveway).Also include drainage improvements, street lighting relocation, and utility relocation. Client: FDOT District 1; Reference: Amy Blair; Phone:(863)519-2272:Start/End Dates:2014-2015 Districtwide Minor Design-FDOT District 1 Deputy Project Manager/Task Manager responsible for the development of plans for minor roadway and sidewalk improvement projects. Plans include all aspects of roadway design including,drainage,maintenance of traffic,signing and pavement marking. Eastside Elementary School Safety Sidewalks-FDOT District 1 Project Manager for the design of sidewalks and associated drainage, traffic control, utility adjustments. and signing and pavement marking plans for the Eastside Elementary School Safety Sidewalks project. This project was part of the Safe Routes to School program. Client: FDOT District 1; Reference:Amy Blair: Phone:(863)519-2272;Start/End Dates:2013-2014 E^'-] EAC Conking.inc. 2.2-35 _ r1`� eacconsuRwCom m MIAMI BEACH Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on an'As Needed"Basis • REQ 2017-028-KB / A HUNTLEY HIGGINS, PE, PMP CIVIL ENGINEER EAC Consulting,Inc. Mr.Higgins has 20 years of Civil and Transportation Engineering experience in site infrastructural eacconsult.com development type projects for public and private facilities. He has served as Project Manager for roadway,drainage and utility relocation design projects. Mr. Higgins has also served as Office 20 Engineer, Resident Engineer and Construction Manager for multiple roadway and drainage construction projects. Years of Experience KEY PROJECTS Biscayne Boulevard 12-inch Force Main Extension Improvements - City of North Miami, North Miami,FL 2001 Master of Science in Civil/ Project Manager and Senior Civil Engineer responsible for the design,permitting and construction Environmental Engineering, administration of 5800 LF of 12-inch force main along Biscayne Boulevard,which is maintained University'of Toronto by the Florida Department of Transportation(District VI),between NE 105th Street to NE 119th Street and then west to NE 16th Avenue. The project has an estimated construction cost of 1995 Bachelor of Science in approximately $1.5 Million.The goal of the project is to provide the City with additional sewer Civil Engineering,University of conveyance capacity and meet regulatory operation criteria. the West Indies.Trinidad Palm Avenue (Stirling to Griffin Road)-Broward County Public Works and Transportation Department Professional Engineer FL Drainage Engineer responsible for drainage analysis and modeling, preparation of the drainage #60726 report and supervision of drainage related plans. Drainage system includes a wet detention pond.which was modeled using the Interconnected Channel and Pond Routing(ICPR.v3)model. Pipe hydraulics and conveyance was modeled using the Automated Storm Sewer Analysis & Design (ASHD v3). Project includes roadway widening, sidewalk improvements, proposed bike lanes,landscaping,signing and pavement markings. NW 21st Avenue Pedestrian Bridge over C-13 Canal-Broward County Highway Construction and Engineering Department,Oakland Park,FL Project Manager responsible for managing the design delivery, permitting and construction administration for a new prefabricated aluminum bow truss pedestrian bridge. The bridge is located on the western side of an existing roadway bridge that spans the C-13 Canal,just south of NW 21st Avenue and NW 39th Street.The project included the design of grading modifications and new sidewalks to accommodate pedestrian access that meets ADA accessibility criteria, auger cast pile foundations,pile caps.lighting and a closed-circuit television(CCTV)system.The project's construction cost was $420,000.00. Permitting agencies included Broward County Highway Construction and Engineering Department, City of Oakland Park and South Florida Water Management District. Watermain Replacement Program(72nd Avenue to 76th Avenue,from Polk Street to Johnson Street)-City of Hollywood,FL Project Manager and Senior Civil Engineer responsible for the design,permitting and construction administration of approximately 30,000 LF of 4,8 and 12-inch(PVC)water mains within the City of Hollywood. The project covers an area of approximately 120 acres and has a construction cost of$3.8 Million.The goal of the project was to upgrade and relocate water mains and water meters that are located within easements on private property to public right of way as well as to provide fire hydrants for firefighting capabilities. SW 1st Street-FDOT District 6 Drainage QualityControl Engineer responsibleforthetechnical review of stormwater management facilities design plans and drainage design documentation report for each milestone submittal. EALI( Enc c�:„nnw.ice• 2.2-36 �-.� eacCpl9UILCOm CI MIAMI BEACH Professional Construction Engineering acd lrsaectior(CEI)Firms to Provide Various CEI Services on an"As Needed"Basis • RFC/2017-028-KB Reviews included french drain a--- ,ses, ,;ate quality, water quantity, hydrology and hydraulics of the proposed,t s: s.er i,for adherence to the FDOT's and other applicable jusdictional criteria. The project [ are Stt 1st Street, from SW 17th Avenue to Sst St:oi Avenue and includes Me reconstruct,o .,ing urban roadway to provide positive drainage. parallel parking lanes and a snare ianeor Srarrew lane for bicyclist. NW 41St Street,from NW 79th Avenue to NW 87th Avenue-City of Doral,FL Drainage Engineer responsible for designing and permitting the roadway drainage design associated',vitn Ntit 41st Street.c ween NW 79 Avenue to NW 87th Avenue.The scope of work included the widening of an existing two lane roadway(0.75 miles). Responsibilities included designing a fully cn site drainage s,s em Mat consisted of drainage structures,storm sewers and french drains to dissipate the design storm.The project was designed to meet the requirements of Miami-Dade County Pubic ttorks Department (MDPWD). Miami-Dade County Department of Environmental Resources Management DERN1) and the South Florida Yiater Management District(SPY/MD). Omni Area Utility Improvements-City of Miami Project Manager and Engineer of Record, responsible for the planning and upgrade design of the water distribution system for most of the major streets within the Omni Neighborhood.The project involves the design of approximately 18,000 LF of 12"&16"water mains. Drainage Improvements and Roadway Resurfacing/ Reconstruction - Miami-Dade County DERM/Federal Emergency Management Agency(FEMA) Project Manager, Office Engineer and subsequently Resident Engineer in charge of managing the design (approx. $1.000,000.00) and construction (approx. $32,000,000.00) of several roadway and drainage related projects in Miami-Dade. Florida. Responsibilities include design reviews for compliance,managing design and construction budgets,managing field inspection staff, managing client relations and reporting,coordinating field changes, processing RFIs and RCOS and project close-outs. Drainage Improvements, SW 178th Terrace (from SW 87th Ave. to 88th Ct.) -Village of Palmetto Bay Drainage Engineer responsible for drainage analysis. producing the drainage report, design and supervision of the production of construction plans.Drainage design comprised of a closed french drain system. Pavement Evaluation Study—City of North Miami Project Manager responsible for evaluating the pavement condition of 110 miles of streets within the City of North Miami.A Pavement Condition Rating System was developed and used to identify and categorize roadways based on visual signs of pavement distress,their frequency and severity.A Pavement Condition Index or distress rating was derived based on a consistent weighting system for each type of distress which was determined through field observations and measurements. This resulting information was then used to rank roadways to determine maintenance strategies. Dixie Corridor Septic to Sewer Lift Stations-City of Hollywood,FL Project Manager and Senior Civil Engineer responsible for the design.permitting and construction administration services for four sewer lift stations in the City of Hollywood (W-08, W-09. W-10 and E-22). One of the lift stations was a complete replacement design for an existing station and the other two were new lift stations that are being added to their network.The project has an estimated construction cost of approximately $1.3 Million. The goal of the project was to allow residential and commercial properties to disconnect from their septic tanks and connect to sewer treatment systems thereby reducing environmental impacts. EEAC C«iwrcing,Inc. 2.2_37 �.7� esaonsultcom M I AM I BEAC H Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on an"As Needed"Basis • REQ 2017-028-KB Amik pr A K.T. LIN, PE, PHD STRUCTURAL ENGINEER EAC Consulting,inc. Mr. Lin has 34 years of experience in Bridge Structural Analysis and Design. His expertise eacconsuti.com includes structural analysts and design for a wide variety of bridge structures,including concrete and steel grade separation structures. water crossing and viaduct structures, and segmental 34 concrete bridges. He is familiar with the AASHTO, ACI, and AISC design codes. and local and state criteria. Years of Experience KEY PROJECTS District-Wide Structures Design and Plans Review-FDOT District 6 Project Manager for a five-year district-wide plans and shop drawings review,as well as performing 1987 Doctorate in Civil structural design and plan preparation for bridges and highway related structures. Engineering,Uni'„ersity of Miami District-Wide Load Rating of Bridge Structures—FDOT District 6 Project Manager for a district-wide load rating of a wide range of existing concrete and steel 1984 Master of Science in Civil bridge structures. Engineering,University of Miami General Engineering Consultant Plans Review—Miami-Dade Expressway Authority Structural Task Manger for plans review and technical support for the construction of MDX's 1980 Bachelor of Science 5yr $500m+ work program. Technical responsibilities included plan and design review of in Civil Engineering, National the SR 826/SR 836 Interchange Design-Build project comprising 50 plus bridges consisting Taiwan University; of 4 segmental concrete box bridges, a number of steel plate girder bridges. and numerous FIB bridges. Review of the segmental bridges included shop drawings. erection manuals and Professional Engineer FL analysis.and construction issues. #41081 Miami Station Rail Infrastructure and Rail Viaduct-All Aboard Florida Project Manager and EOR for structural design and post-design of the rail infrastructures at the Miami Station. The elevated guideway structures were designed to support AAF and TRL (Tri- Rail)passenger trains approximately 50 feet above grade.The rail structures will be structurally integrated with the new MiamiCentral station facility. A vibration isolation bearing system will be utilized to support the rail structures so that the vibration will be isolated at the bearing and not spread into the station structures to eliminate any effect of vibration from the trains. Florida U-beams and FIB were considered for the superstructure; FIB was selected in the final design for its economic advantages.The foundation system was based on 24”augercast piles. One highlighted architectural feature of the pier consists of six inclined columns framed both transversely and longitudinally that provides both aesthetics and open space for the station entrance.Key design forces for the piers include gravity loads,train tracking and braking forces, as well as rail-structure interaction. . Client:All Aboard Florida Reference: Robert Cortes, CGC/ Brightline Phone:(305)520-2470 Length of Corridor:N/A Start/End Dates:2015-2016 State Road A1A from Sunrise Blvd.to NE 18th Street—FDOT District 4 Task manager and EOR for the decorative wall along the project corridor. The features of the design consist of waved walls and many special entrances to the beach. The walls utilized reinforced concrete masonry blocks and the entrances made use of a combination of circular columns and spiral column wraps along with variable wall height and special paving to enhance the entrance aesthetics. The wall and entrance system provides safe and convenient access to the ALA Beach, protects the sidewalk pavements, and offers an aesthetically pleasant environment for the pedestrians and beach goers. Okeechobee Road PD&E from SR 997/Krome Ave.to NW 79th Ave.—FDOT District 6 Structural task manager for the conceptual development of several bridge structures in Segment Ec. EAC Conwkingan. 2.2-38 �.�`� eaeconSU$t.com MIAMI BEACH Professional Construction Ergiree•irg andir,saection(CEI)Firms to Provide Various CEI Services on an"As Needed"Basis • RFQ 201 7-028-KB 7 of the project. The project features_s incl',ude a new interchange at Okeechobee Road% 'NW 87th Ave Interchange. Key structural options considered were flyovers, 3rd level bridges, and depressed r: .duru,aii 3,-,techocee, Roads. Due to cost considerations,the depressed sections were evaluated biit rot re-commend:ea. NW 116th Way Bridge over C-6 Canal in Miami-Dade County-Town of Medley/FDOT District 6 Local Agency Program(LAP) Project Manager for the bridge maintenance repair and deck retrofit of this design-build project. The LAP project involved bridge structural analysis and design, maintenance of traffic, permit applications and coordination with local agencies and the Town of Medley to fulfill LAP goals. Peer Review Port of Miami Tunnel—FDOT District 6 Project Manager for structural peer review services on the Port of Miami Tunnel Project. Peer review was conducted at 60% and 90%design for: MacArthur Bridge Widening,Watson Island Control Building. Dodge Island Control Building, Dodge Island Maintenance Building and Dodge Island Grade Separator Bridge. Districtwide Thirteen(13)DMS Replacement(Design Build)in Miami-Dade County- FDOT District 6 Project Manager for the design and post-design services of thirteen(13)Dynamic Message Signs (DMS) replacement for the district Project responsibilities included all structural connection that should match the existing conditions,utilities coordination,and permitting application such as FDOT District 6 and Florida's Turnpike Enterprise, Miami-Dade County Public Works,as well as any City or County agency within the vicinity of the project limits. The project also included complex MOT, lane closure analysis, and sequence of construction to ensure the safety of the traveling public. Tamiami Trail/SR90,Miami-Dade County-US Army Corps Structural Engineer of Record for the design of a 1-mile long bridge.The bridge has a typical span of 80 feet,with a superstructure utilizing AASHTO Type IV beams and a substructure consisting of and 24 inch square pre-stressed concrete piles.The project was designed on an accelerated schedule and completed in 6 months. Post-design services included shop drawings review. RFI, and construction assistance. SR 429/CR 437A—Orlando County Expressway Authority Quality control of varied structures design and plan preparation for SR 429/CR437A. Project includes the design of 4 cantilever sign structures,5 span overhead sign structures(one of them has a long span of 214ft that requires special design), MSE wall Mounted signs and 2 bridge mounted signs.In addition,it includes 3 MSE walls,2 critical temporary walls,4 anchored sheet pile walls, 3 sheet pile walls and a CIP wall. EAC also provided the post design services that include review of redesign of walls,and review of shop drawings of MSE walls and sign structures. Port Everglades Bridge over FPL Canal—Broward County Quality control of the 5-span 240 feet long bridge, comprised of AASHTO Type II beams on 24 inch square pre-stressed concrete pile bents.The bridge was designed to accommodate the high truck volumes of the port,and as such is flared at one end to facilitate a 50 foot vehicle turning radius. C^ . EAC Consulting.Inc. 2.2-39 Ger--�` eaaa�swcc«„ MI AM I B EACH Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on or'As Needed-Basis • REQ 2017-028-KB Or MARK KUNTZ, PE DRAINAGE ENGINEER E---�- EAC Consulting,Inc. Mr.Kuntz is a highly qualified professional with more than 26 years of design,construction and eacconsuft.com maintenance experience. Mr. Kuntz, is a former FDOT District 4 and District 6 Maintenance Department employee. As part of his tenure with District 6 he managed the. 2014-2015 6Mantenance Engineering Inspections Contract. He also served as the Area Engineer in charge of contracts and permits for District 6. He has extensive Project Management experience for FDOT and governmental agencies throughout Florida. Years of Experience KEY PROJECTS Lake Surprise Estates Infrastructure Improvements, Monroe County, FL-Monroe County Engineering Department 1988 Bachelor or Science in Sr. Drainage Engineer for this project that consists in the rehabilitation of approximately 13,540 Civil Engineering,University of linear feet of roadways of which 5,600 linear feet of roadway will be milled and resurfaced and Miami 7.960 linear feet will be reconstructed. In addition,the installation of 1,500 of 18-inch storm drainage pipes, 1.000 linear feet of 13-inch french drains and 102 drainage structures. The Professional Engineer FL improvements and the retrofit activities will improve and add treatment attenuation capacity to #57512 the existing storm water management system as well as increase the pavement structural life. Client: Monroe County Engineering Division; Reference:Judith Clarke, P.E.; Phone: (305) 295- 4329; Length of Corridor: 13,540 linear feet:Start/End Dates:2015-Ongoing Stormwater Infrastructure Implementation Plan-Village of Key Biscayne Drainage Engineer responsible for assisting the Village of Key Biscayne in fulfilling goals for the six high priority area projects established in its Stormwater Improvement Implementation Plan, in order to maximize fiscal efficacy and ensure compliance with the latest local, state, and federal regulations.The scope in detail included implementing permanent and temporary erosion control systems, evaluation and analysis of existing drainage infrastructure,evaluation and design of backflow prevention devices, evaluation and design of gravity drainage wells, evaluation and design of possible pump station(s),evaluation and design of pressurized drainage wells, hydrologic and hydraulic evaluation of basins,sub-basins,and potential sub-basins, field survey and data collection, stormwater preliminary and final design,technical reports, public information services, plans preparation, bid document development, regulatory permitting, post design services, construction administration services and evaluation of high tide and its effect on the proposed drainage improvements.Client:Village of Key Biscayne;Reference:Tony Brown, P.E.;Phone:(305)365-7568;Length of Corridor:N/A;Start/End Dates:2015-On-Going Key Largo-1:Bay Haven,Seaside&Dove Creek Estates Roadway and Drainage Improvements, Monroe County,FL-Monroe County Engineering Department Sr. Drainage Engineer for this project the scope includes the design and permitting services for the roadway and drainage improvements for Bay Haven, Seaside and Dove Creek Estates community. The project includes approximately 13,000 linear feet of roadway rehabilitation involving either milling and resurfacing or complete reconstruction depending on the respective PCI Indexes. Scope also includes correction of roadway cross slopes as needed for drainage. The roadway drainage analysis will be provided to meet water quality and drainage design will include french drains and swales. Some roads will be widened to meet the current roadway width standards. Project will involve permitting agencies such as Monroe County Public Works and SFWMD.Client:Monroe County Engineering Division;Reference:Judith Clarke,P.E.;Phone: (305)295-4329;Length of Corridor:3.5 miles:Start/End Dates:2015-Ongoing __.. E ^-�-� CCons.uking,tnc. 2.2-40 /��� eaovoi,Suk.COfO • Cs_ MIAMI BEACH Professional Construction Engineering and Inspection(CEI)Firms to P'ovideVarious CEI Services on an"As Needed"Basis • REQ 2017-028-KB SR 566(Thonotosassa Road)RRR-from West Baker Street to Townsgate Court,Hillsborough County,FL-FDOT District 7 Sr. Drainage Engineer of this project involying the milling, resurfacing, upgrading of signs and pavement markings, arc upgrading of existing roadside safety including new sidewalks and bicycle lanes on SR 566 iThanotosassa Road;from Townsgate Court to north of 1-4.The project limits is located inside of the City of Plant City and Hillsborough County. The drainage system consists of a series of roadside ditches, which convey runoff towards wetland systems located adjacent to the FDOT Right-of-Way (R/btu). Also participated in the drainage improvements - reshaping the existing ditches and designing new side drains under side streets and driveways. Client: FDOT District 7: Reference: Charlie Xie. P.E.: Phone: (813) 975-6287; Project Start/End Dates:2011-Present SR-5/US 1 from South Street to Magnolia/Shangri-La Drive, Volusia County, FL - FDOT District 5 Sr. Drainage Engineer responsible for the roadway improvements which include milling and resurfacing, construction of missing sidewalk on both sides of the roadway, connections to boarding and alighting areas at the bus stops, the addition of designated bike lanes with key holes at right turn lane,P11S reconstruction,and upgrading or replacing of guardrails on the rural roadway section on SR 5/ US 1 from South Street to Magnolia/Shangri-La Drive (approx. 8.1 miles). Client: FDOT District 5; Reference: Leonel Cortes, P.E.; Phone:(386)943-5408; Length of Corridor:8.1 miles:Start/End Dates:2015-2016 SR 821(HEFT)Campbell Drive Interchange Improvements,Miami-Dade County,FL-Florida Turnpike Enterprise Drainage Engineer for the Campbell Drive Interchange Improvements project. The project requires the Design,Widening and Reconstruction of the HEFT(SR 821)and Campbell Drive to accommodate the future needs for capacity,operational and safety improvements.The project includes a new westbound Campbell Drive to northbound HEFT interchange ramp,widening of the existing southbound HEFT off-ramp to two-lanes,widening of the HEFT to accommodate the ramp improvements, and signal and turn lane improvements on Campbell Drive. The project includes upgrade of the bridge approaches guardrail, installation new pier protection barriers at Campbell Drive overpass bridges, and replacement of the existing aluminum railing on all existing bridges.Client: Florida Turnpike Enterprise; Reference:Andy Healy, P.E.;Tel:(407) 264- 3401;Length of Corridor:3 miles;Start/End Dates:2016- Present Ei' I EAC Consulting,Inc• 2.2-41 _.. r7� eaocIXIsuit.C5m MI AMI BEACH Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on an'As Needed"Basis • RFQ 2017-028-KB EIt ' .4 CHRISTOPHER BUCKNOR, PE CONTRACT ADMINISTRATION -- AVOIDANCE AND CLAIMS RESOLUTION EAC Consulting,Inc. eacconsuR.com ,Mr. Bucknor has considerable experience in the design. analysis. planning, development of specifications,construction management,and inspection of various civil,structural engineering 29 and transit related projects. He has successfully authored or developed various engineering reports and plans for numerous projects ranging from environmental documents. Contract Plans/Documents to operating plans and procedures. These projects include roadway. mass transit,bridge design,and the analysis and design of building systems. Years of Experience KEY PROJECTS 1991 Master of Science in General Engineering and Consulting Services(GEC)-South Florida Regional Transportation Structural Engineering,Cornell Authority(SFRTA) University Mr. Bucknor series as the Project Manager/Principal in Charge for the GEC services that EAC provides to support various SFRTA transit projects.These professional services have included: 1988 Bachelor of Science in commuter rail systems and rail inspections, constructability reviews. bidability reviews, cost Civil Engineering, University of estimation.and schedule analysis. the West Indies MDT People's Transportation Plan,Miami-Dade County,FL As Miami-Dade Transit(MDT)Program Management Consultant(PMC).Mr.Bucknor was Deputy Professional Engineer FL Program Manager for the Plan.In this capacity he managed improvements for the largest public #47174 transit system in the State of Florida and the twelfth largest in the nation, with an operating budget of more than$450 million and a capital budget in excess of$4 billion. Mr. Bucknor was instrumental in executing the phases of transit components of the People's Transportation Plan (PTP), funded by a one-half percent sales tax increase dedicated to transportation. By generating almost $200M per year, the surtax monies continue to support the more than $90 million of bus transit improvements,and more than $7 billion in rail transit improvements and system extensions. The PMC functioned as special support staff to MDT.Mr.Bucknor supervised a talented group of individuals that were responsible for such tasks as:Technical Services,FTA New Starts.Financial Planning, Transit Operations, Preliminary Design and Planning, Project Controls, Right-of-Way Acquisition,Environmental Assessment,Public Involvement,Value Engineering and coordination with stakeholders.As the Deputy Program Manager he was in charge of overseeing all aspects of the implementation of the$17 Billion Miami-Dade County People's Transportation Plan(PTP) in particular, the development of its Orange Line Metrorail Extension Program that is under the Miami-Dade Transit (MDT) department; including Phase 1: AirportLink (formerly Miami Intermodal Center(MIC)-Earlington Heights Connector)($526 million): 2.4-mile extension is the first rail connection to Miami International Airport;opened to revenue service in 2012;Phase 2: North Corridor($1.4 billion):9.5-mile extension/7stations NEPA study and Phase 3: East-West Corridor($1.7 million)10.1-mile(est.)extension/7 stations NEPA study.(2005-2008) Widening Improvements-Florida's Turnpike Enterprise Project Manager in charge of the final design for this 6.0-mile widening improvement from four to six lanes between Boca Raton interchange and Delray Beach.The stormwater management system included dry retention swales and a wet retention pond at the Boca Raton Interchange. Also provided follow-on design services during construction for this important Turnpike improvement project. General Engineering Consultant—Miami-Dade Expressway Authority Program Director overseeing the planning,design and construction of MDX's 5-year$500Million Eec cons„mne•r1` eaaonsUILoom Inc. 2.2-42 m MIAMI BEACH Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on an"As Needed"Basis • REQ 2017-028-KB 1v'lork Program.Mr. Bucknor's primaw responsibilihes include the management and oversight of the GEC work-products as assigned by MDX.The GEC scope of includes.as a minimum,the following professional services: procurement department support, work program development and administration, engineering, planning, design, environmental management, right of way. landscape architecture. technical and administrative services as required. Mr. Bucknor is charged with developing and implementing strategies needed to successfully manage MDX's resources,the system's projects from planning and design through to construction, assisting in Work program development and strategic planning as well as other assignments from MDX. He also manages and directs the GEC personnel acting as a direct extension of MDX staff. MacArthur Causeway Bridge(A1A)-FDOT District 6 Senior Bridge Inspector and acting Deputy Resident Engineer for construction inspection of this 0.5-mile MacArthur Causeway dual traffic bridge.The bridge construction was phased to allow for minimal traffic interference during the demolition of the existing bascule bridge.This project included 48-inch and 84-inch-diameter drilled shaft foundations for substructure support, and 72-inch-deep Florida Bulb Tees supporting the bridge deck. SR 823/Red Road PD&E Study and Final Design-FDOT District 6 Project Manager in charge of PD&E Study for SR 823 between Okeechobee Road and the Gratigny Parkway (5 miles). The PD&E Study included preparation of the Project Concept Summary Report, Corridor analysis Report, Traffic Report, Preliminary Engineering Report. Location Hydraulics Report, Drainage Report and numerous other planning level reports. Upon the receipt of the FONSI from the FHWA FDOT awarded the final design of the project to Mr. Bucknor's design team. Jacksonville Inter-Modal Terminal Center Project Development and Environmental Study- FDOT Jacksonville,FL Task manager of preliminary engineering for project development including conceptual and preliminary design for a new intermodal terminal center at the former Union Station (presently the Jacksonville Prime Osborn Convention Center). Engineering included design of 1-95 highway access modifications; intercity and transit bus stations;an automated people mover extension (APM; Amtrak station relocation and new commuter rail station facilities: and relocation/ modification of CSXT and FEC freight railroad trackage. Canal Streetcar Project,Regional Transit Authority,New Orleans,Louisiana Participated in value engineering and constructability reviews. The Canal Streetcar project re- established services of a vacated streetcar line approximately 3.6 miles long,and includes new vehicle service,inspection,and storage buildings. Delaware River Aerial Tram Terminals,Philadelphia,Pennsylvania and Camden,New Jersey Project engineer responsible for program development and design of two aerial tram terminals. The aerial tram provided efficient and scenic transportation over the Delaware River between the two entertainment hubs.There will be one tram terminal in Philadelphia and one in Camden. The Camden Terminal will be located in the center of a large public plaza surrounded by shops. restaurants,hotels,a museum,and various entertainment establishments. EA i I �caning.Inc. 2.2-43 ��` ea¢onsWlcam MI AM I BEAC H Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on an"As Needed"Basis • REQ 2017-028-KB c 11:1 S FERNANDO VASQUEZ, PE QUALITY ASSURANCE MANAGER coNsLLLv,NiS.IVC. Mr. Vazquez is a seasoned Infrastructure leader with 30 years of applied experience in the planning, design and delivery of large water sewer,and storm-water pipeline projects at a local. 30 national and international level for major Water Utilities.Mr.Vazquez has managed large pipeline projects and tunnels made of numerous materials in both public and private sectors and brings a unique set of skills that includes a diverse portfolio of water and sewer project execution throughout his career valued at over$3.0 Billion in public assets Years of Experience KEY PROJECTS Metro West Water Supply Tunnel,Massachusetts Water Resources Authority(MWRA) 1987 B.S.Ocean Engineering, Deputy Project Manager responsible for the multidiscipline coordination of various shaft locations Water Resources. Florida of the Metrowest Water Supply Tunnel (MWWST) Project, a 14 ft. diameter tunnel aqueduct Institute of Technology starting at the John J.Carroll Water Treatment Plant in Marlborough. Massachusetts,extending for about 17.6 miles,constructed far below ground level( between minus 200 to minus 500 ft.) , mostly in bedrock and ending at an MWRA terminal in Weston, Massachusetts.The proposed Professional Engineer, Florida tunnel alignment extended below the communities of Southborough,Marlborough,Framingham. #60517 Wayland and Weston and was designed to improve water transmission reliability and redundancy to Metropolitan Boston.The design flow rate used in hydraulic analysis for the MWWST facility was 1.893 million m3 per day (500 MGD). Direct responsibilities included Project Manager/ Lead Civil Engineer responsible for coordination with multiple disciplines and sub-consultants for Tunneling,Structural. Mechanical and Electrical,and Environmental to name a few.Community coordination, ROW coordination and alignment, definition of serviceability requirements, identification of suitable shaft sites,design of shaft sites large pipeline design for shaft piping and valves, geotechnical investigation, pipe corrosion evaluations, permitting, management of a diverse sub-consultant team, and preparation of contract documents, constructability considerations, cost estimates, plans and specifications, quality control and assurance, and coordination with municipalities,state,and federal agencies and utility companies.Incorporated operations and maintenance provisions required identification and incorporation in the design, including provisions for future reentry into the tunnels and associated unwatering and safe future access for men as well as essential equipment. 102" Welded Steel Pipe and Weston Covered Reservoir Tanks Weston Shaft Location, Massachusetts Water Resources Authority(MWRA) Project manager for the design management and hydraulic modeling of over 500 LF of 120 inch welded steel pipe connecting from two(2)300 foot vertical shaft to valve chambers connecting to the main Weston aqueducts which were approximately 100 years old. The design of the Weston Covered Reservoir which was comprised of two (2) underground storage tanks with a storage capacity of 20 Million Gallons designed to provide higher and more stable water pressures to a large service area for metropolitan Boston vicinity while preventing contamination of treated water. The requirements for construction of the receiving shaft, pipelines and covered tanks had to take into account impacts to a quiet, residential neighborhood and required extensive mitigation efforts in place to minimize the impact of noise,dirt, rock blasting, and construction traffic on the neighborhood.Other responsibilities included the site grading and drainage,storm water management BMP's,contaminated soil management,construction management, mined material staging,construction review and scheduling for the Weston Shaft location. Design of 42" East Campus Chilled Water Mains-Welded Steel, Massachusetts Institute of Technology Design Manager of 1500 feet of 42 inch welded steel chilled water lines(return and supply)for i EAC Consulting,Inc. 2.2-44 ion eacCOnsult.COm C±1 M I AM I B EACH Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on an'As Needed"Basis • RFC)201 7-028-KB Massachusetts Institute. of Technology east campus main chilled water loop. Design included development of ductile iron alternate to meet specific budgetary requirements.Alternate design led to extensive mechanical joint applications, and specific restraint applications in a highly congested urban environment, which generated utility conflict intricacies and extensive urban service relocations (gas. steam. electric, and telecommunications). Project was fas-tracked to meet scheduled connection requirements with new west campus loop Evaluation,design and rehabilitation of 48"PCCP Raw Water Main Buenos Aires,Argentina Responsible for technical evaluation and rehabilitation of 25 miles of 48 inch PCCP raw water main in Buenos Aires Argentina:Conducted material,corrosion and pressure analysis on existing rural aqueduct from Reservoir Paso las Piedras to the City of Bahia Blanca in Buenos Aires, Argentina;Analysis included soil conductivity and resistivity'to evaluate remaining life of aqueduct reinforcement,the correlation between the carbonation stages,alkalinity of the concrete extract, and the service life of metal-tensioned systems. The reported investigation focused on the evaluation of concrete degradation dl-ie to carbonation,and its contribution to the prediction of service life of POOP;conducted subsequent hydraulic modeling to evaluate maximum operating pressures. Designed replacement bypasses. sectional valves and one additional lift station. Supervised construction. Evaluation, design repairs and operational improvements of 36 inch Glass Fiber Polymer Mortar Water Main-Buenos Aires,Argentina Project Manager for the technical evaluation of existing industrial 36" centrifugally cast, glass- fiber reinforced,polymer mortar pipe(fiberglass pipe)which was subject to repetitive ruptures as a result of poor composite cast,inadequate installation and high operating pressures;Prepared pipe evaluation scheduled,and incorporation of ASTM specifications for material testing.Headed exhumed sample material analyses. laboratory tests for shear and load pressure capacities, evaluated soil compaction and bedding in different locations along its 20km span; Conducted hydraulic analysis including transient flow scenarios;Developed operational manual of aqueduct with valve closure times for normal and emergency operating scenarios; Designed additional pressure release systems. Designed replacement of substantial lengths of pipe. Position required the supervision of technical and 0&M staff,as well as a 24-hour stand-by during repair activities. Condition Assessment of existing 36"Water Transmission Main (PCCP/CIP/HDPE)along Julia Tuttle Causeway,City of Miami Beach Responsible for the preliminary hydraulic and condition assessment of the evaluation of Miami Beach's 3.4 miles water transmission main along the Julia Tuttle Causeway (FDOT 1-195). 36" Transmission Main is partly a combination of Pre-Stressed Concrete Cylinder Pipe(PCCP).Cast Iron(Cl)and High Density Polyethylene(HDPE) pipe.Following initial hydraulic analysis,the City embarked in a visual assessment of the pipe to assess its condition following hurricane wind impacts related from storms such as Wilma and Katrina.This triggered additional planning to assess in greater detail the condition of this pipe. Which later was completed by the City in 2014. The ability to locate and quantify the amount of wire breaks in each pipe section would allow the city to make rehabilitation decisions and provides a baseline structural condition.As a result of this careful study.the City can now consider recommendations for rehabilitation, replacement and further inspection of this transmission main. A / EAC Consulting,Inc. 2.2-45 _-1` eacconsult.corn m M I AM I B EACH Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on an"As Needed"Basis • REQ 2017-028-KB CSLUCIANO PERERA CONSTRUCTION CONTRACT ® ADMINISTRATOR CONSULTANTS.INC. Mr. Perera has over 23 years of experience as a leader in Engineering, Construction, and Real Estate Development.He has worked with large teams of business clients,developers,government 23 agencies.consultants.contractors,and stakeholders. He has an unparalleled ability to manage resources in the delivery of simultaneous large-scale projects in South Florida from inception to completion: enhance client relationships by providing superior quality: and deliver projects on time and under budget. Mr. Perera also brings extensive project and program management Years of Experience experience r.ith executive responsibility over project and Program resources including:Permitting, Claims Avoidance and Resolution,Contract Administration,Risk Management,Cost Engineering, Estimating,Scheduling, Change Management, Document Controls System,Quality Control and Quality Assurance,MOT, Phasing,Architectural and Engineering Services. KEY PROJECTS Miami Dade County Department of Public Works Construction Engineering and Inspection 1994 B.S.,Civil E-gineering, (CEI)Services for Various Projects Polytechnic University, New York As Construction Project Manager in this Capital Improvement Program CEI Contract, Mr. Perera University was responsible for quality delivery of numerous Public Works Projects including: utilities,water distribution and sanitary sewer, roadway, sidewalk, drainage, resurfacing, and miscellaneous other areas. Project responsibilities also included: Construction Administration; Coordination of work by Inspectors; In-situ field changes and conflict resolution; Monitoring; Project Documentation; Review and Recommendation of Contractor Requisitions for Compensation; Review of Change Orders;Cost Estimation:Claims Avoidance and Resolution;Scheduling;Shop Drawings: Remedial Designs; RFI and Contract Compliance. Coordinated with Department of Public Works management personnel. FEMA DORM Roadway improvement as part of FEMA DORM Stormwater Reduction Program, Miami-Dade County,FL As Design and Construction Manager,Mr.Perera Managed Drainage,Roadway,and Stormwater design services, and Construction Engineering Inspection (CEI)services on numerous projects County-wide. Mr.Perera's Management responsibilities included:field surveys to identify streets that required drainage improvements(French drainage, resurfacing,or reconstruction); Design of over 30 projects that included French drainage installations,street resurfacing,and,in some cases, complete roadway reconstruction; Construction Management and Inspection Services for the construction of more than 100 roadway segments throughout the County, including installation of French drainage,sidewalks,and driveways;as well as asphalt resurfacing and road reconstruction;Cost Estimating;Project Scheduling;In-situ field changes and conflict resolution; Project Documentation and Reporting; and Coordination with DORM staff and stakeholders during construction Miami Dade County Public Works Road and Bridge As In-house Consultant/ Project and Construction Manager to Mr. Perera was responsible for development and implementation of a County-wide Assessments,Repair and New Construction of Sidewalks and Detectible Warning Systems Program for compliance with the Americans with Disabilities Act. Additionally, Mr. Perera Managed Consultants and Contractors in the Maintenance, Repair and New Construction of County bridges. Mr. Perera with personally developing in-house Contract Specifications required for the fast-track relocation of Draw Bridge controls cabling.This work was successfully completed within budget and ahead of schedule, avoiding adverse impact to the Miami river dredging project. Ei EAC Consulting,Inc. 2.2-46 r�` eaaonsuf.cOm Im MIAMI B EAC H Professional Construction Engineesrg and Inspection(CEI)Firms to Provide Various CEI Services on an"As Needed"Basis • PF9 2017-028-KB Various Corporate Real Estate Projects Throughout Miami International Airport As ProjectManager and Construction Manager, Mr. Perera was responsible for the effective and efficient delivery of quality projects involving the upgrade and maintenance of American Airlines facilities at Miami International Airport. Responsibilities included Project funding, Programming. Phasing, Design Professional and Contractor Selection. Design Management. Permitting, Bid and Award.Construction Management. Project Close-out including Spare Parts, Equipment Maintenance Manuals and Training,Start-up and Commissioning,and Permit Close- out.Furniture Procurement and Installation,and Tenant Relocation. Miami International Airport's North Terminal Development Program at Miami International Airport As Owner's Representative/Project Manager during the first four years of this Multi-phased Multi- discipline$2.4 Billion Program.Mr. Perera Managed the Program's Environmental Remediation Program and Quality Assurance Programs, as well as, several Specialty projects. In all cases, Mr. Perera was responsible for the delivery of a Quality Project or Program within Budget and Schedule without adverse impact to on-going airline and airport operations. Responsibilities also included:Programming,acting as company liaison with Airport Operations,local as well as.state regulatory bodies having jurisdiction over the work,and other Airlines: Phasing, Maintenance of Pedestrian/Vehicular/Aircraft Traffic,Procurement and Selection of Design Professionals and Specialty Consultants, Contract Development. Negotiation and Administration, Value Analysis, Change Management, Risk Management, Permitting, Claims Avoidance and Resolution, Project Controls (Cost. Schedule, Document Controls), Quality Control and Quality Assurance. The combined value of these project and programs exceeded $250 Million and included: $30.6 MILLION ENVIRONMENTAL REMEDIATION PROGRAM - environmental soil remediation in the footprint of the terminal and apron ahead of construction of all projects; $7.8 MILLION QUALITY CONTROL AND QUALITY ASSURANCE PROGRAM -owner controlled quality assurance program. New construction and operation of on-site lab for expediting testing and reporting and the implementation of a state of the art database system for real time coordination/reporting; Development and implementation of Quality Assurance Plan;$29.9 MILLION AIRCRAFT FUELING SYSTEM - removal and disposal of exiting fueling system, and installation of new double- walled piping,valve hydrant fuel pits,and controls for 47 gate positions and 26 commuter gate positions. Phased construction performed concurrently with Civil Airside construction to reduce aircraft operational impacts; $12.2 MILLION M&N TAXIWAY CONNECTORS -three new airfield connectors between Taxiways M&N to provide additional access from the North air field to the North terminal resulting in overall aircraft and airfield gating efficiency. Project scope included demolition,removal and replacement of existing pavement electrical vault modifications,airfield drainage, lighting and signage. Phased construction to reduce impact on aircraft movements in the area; $15.6 MILLION PASSENGER LOADING BRIDGES - procurement and installation of 26 new, and rehabilitation of 11 existing passenger loading bridges. Phased construction concurrent with ramp and building construction;$22.9 MILLION PRE-CONDITIONED AIR SYSTEM -central pre-conditioned air system for 47 aircraft gates. Required coordination with all interior terminal projects to run piping from central location to each terminal gate. Phased construction as new and renovated spaces became available; $4.8 MILLION 400-HZ SYSTEM - design and construction of 400-Hz Systems for 47 aircraft gates. Phased construction as new and renovated spaces became available; $124.2 MILLION APRON & INFILL UTILITIES FOR ENTIRE PROGRAM - airside civil development work necessary to support construction of the Terminal. Approximately 3.4 Million square feet of new asphalt and concrete pavement,new storm sewers, sanitary sewers,domestic water distribution and fire protection mains,as well as,electrical and communication duct banks. The utilities connected to utility corridors constructed as part of other projects. Phased construction to support aircraft movement, gating requirements. and building construction. / I enc consus eing,Inc. 2.2-47 MIAMI BEACH P'ofessioral Construction Engineering and Inspection(CEI)Firms to Provide Various CU Services on an"As Needed"Basis • RFQ 2017-028-KB G S JEFFREY GROPPER, PE CONSTRUCTION INSPECTOR 111o yearsexperience various civil engineering projects. He has Worked in different coNsuLrA�Nrs.INC. Mr.Gropper 4 of inengineering disciplines of civil engineering,such as construction and water'sewer projects performing project administration/construction engineering inspection. 4 KEY PROJECTS Years of Experience C-4 Canal Bank Improvements,Flood Protection Berm,Sweetwater Phase,SFWMD Project Administrator/Construction Engineering Inspector performing construction inspections 2011 iM.S./B.S.Civil and project administration duties for construction work performed in the C-4 canal berm area Engineering, Florida for elevation increase and installation of drainage structures along a 1-mile stretch of S.W.8th International University Street. Mr.Gropper coordinated with the prime contractor,sub-contractor, client.and CES sub- consultant overseeing all aspects of quality assurance. C-4 Canal Bank Improvements,Flood Protection Berm,Palmetto Phase,SFWMD Professional Engineer, Florida Project Administrator,/Construction Engineering Inspectorfor construction inspections and project #80505 administration duties for construction work performed in the canal berm area as a continuation of the 0-4 Canal Bank Improvements multi-phase project. Mr.Gropper is coordinating with the prime contractor and client,and monitoring construction activities,corresponding documentation,and geotechnical tests. Wastewater Pump Station Inspections,Broward County Water and Wastewater Division Field Inspector for performance of structural inspections for four wastewater pump stations. Mr. Gropper inspected the stations'wet wells,pump guiderails,valve vaults,pump station slabs,and fencing around the stations. He documented and reported findings on structural and aesthetic conditions and deteriorations as well as structure levelness readings.United States Utility coordination for Railroad Track Improvements,All Aboard Florida(AAF)Contract D08 Engineer/Utility Coordinator for retrieval of utility information of over 30 utility owners having aboveground and/or underground utilities at 80 railroad crossings along approximately a 70- mile stretch of railroad spanning the southern half of Brevard County and the entirety of Indian River County. Mr.Gropper developed a complex utility conflict matrix depicting each utility conflict at each railroad crossing for aboveground and underground utility conflicts. I-75/SR-826 Managed Lanes,FDOT District 6,Project ID#432687-1-52-01 Asst.Project Engineer/Utility Coordinator for documenting utility information from about 20 utility owners onto preliminary plans provided by the prime consultant. Mr.Gropper also coordinated utility conflict resolution meetings with the FDOT District 6 and utility owners for utilities in conflict within proposed roadway improvements including the City of Hialeah Water&Sewer Department, and Florida Gas Transmission. EAC Consulting,Inc. E.r-.... eacconsun.Com 2.2-48 m M I AM I B EACH Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on an"As Needed"Basis • RFQ 2017-028-KB C®s VANISE FORD CONSTRUCTION INSPECTOR Ms. Ford has over nine years of experience in the field of construction and construction CONSLtLA,N[S.INC. inspections. She has participated in the construction and construction management of underground utilities s ncludng water main installation. sanitary sewer force main installation, 9 sanitary sewer gravity main Installation, sanitary sewer lift station construction, storm sewer installation. and storm sewer pump station construction. Ms. Ford is also well equipped in producing accurate documentation in the aspect of Quality Control and Quality Assurance Construction Documentation. Years of Experience KEY PROJECTS RPR,Waterworks 2011,Fort Lauderdale,Florida Ms.Ford worked as a Resident Project Representative on various projects for the Fort Lauderdale Waterworks 2011 project. The major construction components of these projects were underground utilities. domestic water,sanitary sewer force mains,sanitary sewer gravity lines, storm sewer lines, sanitary sewer lift stations, storm sewer pump stations and rehabilitation of sewer pipes with CIPP (cure-in place method(. Ms. Ford conducted daily inspections of the ongoing construction and prepared daily reports indicating all progress made during the construction activities, and she conducted weekly progress meetings. Ms. Ford also verified all payment requisitions prepared and submitted by the contractors, coordinated all required site testing, participated in community relations, and prepared and verified all documentation required to properly close-out the individual projects. Field Inspector,Various Debris Management Contracts,Florida Ms.Ford provided debris monitoringservices on various debris management contracts throughout the state of Florida. Her responsibilities included field verification of asset conditions,defining property lines on the field,monitored debris collection operations,verified truck hauling activities, approved material delivery tickets, prepared daily reports, and prepared all documentation required to properly close-out the individual projects. In addition. Ms. Ford participated in community outreach by working closely with property owners to explain procedures and activities and assuring the public of all safety precautions. Operator,Various Roadway&Underground Utilities Construction Projects,Florida Ms. Ford, as an equipment operator, placed material for road, bridges and approaches as per plan. Ms. Ford also inspected the placement of water,sewer,electrical,and cable locations per plans.She also reviewed in-place density and moisture content readings to determine passes and compact modes.Additionally,Ms.Ford worked closely with DOT inspectors,engineers,surveyors, utility,traffic lights and asphalt crews to successfully complete the construction activities. RPR,Kendall Soccer Park,Miami-Dade County,Florida Ms. Ford worked as field inspector on the Kendall Soccer Park project.The major construction components of this project are the installation of four new artificial turf soccer fields,construction of a new restroom facility,the construction of a new parking lot, construction of a water main extension, new irrigation system interconnected to the existing system and the resurfacing of the existing parking lot. Ms. Ford conducted daily inspections of the construction activities and created daily reports that were provided to the client. Ms. Ford verified compliance with the contract plans and specifications and also managed the RFI log,the change order log,and the shop drawing log. She also conducted weekly progress meetings with the owner and the contractor. EA / 1 enc cons„ntng,Inc. 2.2-49 .,� I eaaonsutt.cOm MIAMI BEACH Professional Construction Engineering and Inspection(CE1)Finns&o P•ovide Various Cu Services on an'As Needed"Basis • RFQ 2017-028-KB Cs ASHRAF I61BAL, El CONSTRUCTION INSPECTOR ® Mr. Iqbal has over 5 years of Civli ErIneering Experience. He has performed work on Miami cONsur-AN`�.INC. Dade county projects.Biwvard County projects.and'worked with research at Florida International University. Mr. Iqbal has coursework in hazardous waste materials, wastewater treatment, highway and bridge design.as v'.eil as Air Pollution Control. KEY PROJECTS Laboratory Technician,Miami Dade County,Florida Years of Experience Mr. Iqbal is currently performing various field and laboratory testing duties on several projects for various departments of Miami Dade County.The departments include: Public Works.Water and Sewer. Department of Transportation,Seaport. and Aviation.The material testing services M.S..Civil Engineering and requests include:soils,asphalt.concrete.and boring.The various projects Mr.lqbal is performing Environmental Testing, Florida work on are: International University • Roadway Improvements at NW 74th Street:NW 107th Avenue to NW 84th Avenue • Two Lane Road at SW 34th Street from SW129th Avenue to SW 128th Avenue B.S.,Civil Engineering, • Baroque Estates.SW 30th Street and SW 144th Avenue Osmania University, India • MIA South Terminal Dual Taxiway • MIA Mover APM System Testing Laboratory & Field Technician, Miami International Airport South Terminal Dual Taxiway,Miami,Florida Mr.lqbal is currently providing soils,foundations and material testing services on this project.He performs site visits,inspections,meetings,coordination with all stake holders and supervision of all material testing as requested by the client.The testing services include but are not limited to field and laboratory CBR tests,compaction test by sand cone method,proctor and gradation for soils,steel inspection for underground structures at the concrete plant and others as per ASTM, ACI,and CTQP standards. Assistant Laboratory Manager, Miami International Airport Mover APM System, Miami, Florida Mr.Iqbal is currently providing construction materials testing and inspection services on the base and sub-grade,cast-in-place concrete.CES is monitoring construction materials and construction methods for compliance with the contract documents. CES is performing the following tests: Backfill monitoring,compaction tests,standard proctor tests per AASHTO T-99 and ASTM D-698, modified proctor tests per AASHTO T-180 and ASTM-1577, concrete laboratory tests per ASTM C-31,strength tests per C-39 using 0-617 or C-1231. United States Army Corps of Engineers Mr. lqbal is currently performing various field and laboratory tests on several projects for the United States Army Corps of Engineers. Testing requests include Soils, asphalt, concrete. and Permeability. Testing Projects Include: Hoover Dike, Big Cypress National Parks, Kissimmee River,C-111 Canal,just to name a few. Testing Laboratory&Field Technician,Herbert Hoover Dike Rehabilitation,Reach I,US Army Corp of Engineers,Lake Okeechobee,Florida As a certified quality control laboratory for the US Army Corp of Engineers,Mr.lqbal is performing laboratory testing on Q/A samples (soil cement bentonite). This testing includes unconfined compressive strength as per ASTM D-2166 and permeability tests as per ASTM D-5084.Several field visits are required to check and evaluate the performance of the Contractor field labs. EA / I EAC Consulting, 2.2-50 hw. i�1` eaaO05uILCOm m M I AM I B EACH Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on an"As Needed"Basis • RFQ 2017-028-KB City of Miami Gardens Mr. lgbai performs Field and laberatory testing on several Urban Development Projects.Testing requests include:concrete.soils,and asphalt.Projects Include: • Carol City Cor,munit,Center • Rolling Oaks Park Tennis Court • Brentwood Park and Pool Hemispherical Center of Environmental Technology - Mr. Iqbal performed research work. for Florida International University in the Hemespherical Center of Environmental Technology. He assisted the Civil Engineering facility with research work by reviewing literature.developing ideas, collecting and analyzing data.and making recommendations. E ' I Fw•axons�+rr.C«rc conuwng,Inc. 2.2-51 r+V M I AM I B EAC H Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on ar-As Needed"Basis - I FQ 201 7-028-KB s® GUSTAVO SILVA, El CONSTRUCTION INSPECTOR construction c I services,the Cf�Nsi,rr,�,vf5.INC. Mr.Silva has four years of experience in geotechnical and�„rs��u�tlon ,nspectlor se c , design of wastewater pump stations and force mains.inspection/testing of sanitary sewer pipes connecting to pump stations. geotechnical design for the public and private sector,foundation. 4 concrete and structural inspection, environmental assessments, utility coordination for design and construction,and material testing. Years of Experience KEY PROJECTS Geotechnical and Construction Inspection Services,Various Locations,FL As engineering inspector, Mr. Silva coordinated QA and QC testing for numerous projects 2012 B.S.Civil Engineering, simultaneously FOOT and Private Sector):shallow and deep foundations for simple to complex Florida International University structure;prepared reports from geotechnical analysis/studies;Determined ground improvement techniques on complicated soil conditions;retaining wall structures. E13-WASD-03 Pump Station Improvement Program(PSIP),Miami-Dade County WASD,FL As a staff engineer, Mr.Silva is providing engineering analysis and design for the rehabilitation and replacement of multiple pump stations for the PSIP.The project consists of existing pump station inspection, coordination of survey and geotechnical services, design of pump station rehabilitation or replacement, design of connecting force mains, permitting, and limited construction services. The engineering work includes PS 0449, PS 0147, PS 0331, FM 0592 (24-inch),PS 0081, PS 0336.and PS 0609. Sanitary Sewer Evaluation Survey(SSES),Miami-Dade County Public School(MDCPS),FL Project manager for the evaluation of sanitary sewer system(s)of 24 county schools.The schools are required to be in accordance with Chapter 24 of the Miami-Dade County Code(MDCC),that each privately and publicly operated sanitary sewer system needs to be evaluated on periodic basis.Each sanitary system should implement a Sanitary Sewer Evaluation Survey(SSES)and if required a rehabilitation program,as stated by the U.S. EPA's Sewer System.The SSES involves a visual inspection,smoke testing the collection system and a flow test on the wet well pump/ lift station. Ocean Outfall Pump Test,North District WWTP,Miami-Dade County WASD,FL Staff engineer for conducting pump tests on six(6)WWTP effluent pumps for the ocean outfall discharge facility. The 75 MGD (52,000 GPM) pumps were tested for various head and flow conditions to determine the existing capacity of the pumps compared to the manufacturers pump curves. Pump Station at Indian Creek and 43rd Street,Miami Beach,FL Project manager/geotechnical engineer for the foundation design of a pump station located in an area with problematic soil conditions,high groundwater,and a constrained construction site where ground improvement techniques were evaluated resulting in substantial project savings. S.R.907/Alton Road-43rd Street to Bascule Bridge No.870613(2.6 miles),Miami Beach, FL Project manager/geotechnical engineer responsible for improvements along S.R.907 in Miami Beach.The project includes widening Alton Road in various areas,new traffic signal mast arms, and stormwater drainage improvements that include temporary sheet piles/helical piles for pump stations. S.R.997/Krome Avenue-S.W.296th Street to 232nd Street(4 miles),Miami-Dade,FL Project manager/geotechnical engineer involved widening of S.R. 997. Improvements along Krome Avenue include stormwater drainage,traffic signal mast arms,and a new bridge design. EA P 4 eEACeccconsultingonsuft.com ,tne. 2.2-52 r-` Qs MIAMI BEACH Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on an'As Needed"Basis • RFQ 2017-028-KB S.R.708/Blue Heron Boulevard Improvements(1.7 miles),Palm Beach County,FL Staff engineer involved with improvements along S.R. 708 in Palm Beach County, Florida. The Improvements include widening Blue Heron Boulevard in various areas, improving the southbound off-ramp,and traffic signal mast arms at the intersection of 1-95. 1-75(SR 93)at Griffin Road(SR 818)(2 miles),Broward County,FL Staff engineer involved with improvements to the intersection of 1-75(S.R.93)and Griffin Road S.R. 818) in Broward County. The improvements include widening of 1-75 in various areas, improving the off-ramp at the intersection and traffic signal mast arms on Griffin Road. Flagler Memorial Geotechnical Services,Palm Beach County,FL Staff engineer responsible for conducting field explorations with soil borings performed to depths greater than 200 feet.This project was conducted as part of an emergency study,and sampling was performed with day and night operations. US-460 Corridor Improvement,Suffolk,Virginia Field engineer for design and construction of a new 55-mile four-lane,limited-access highway. SR 7-Pembroke Road to Hollywood Blvd.,Broward County,FL Staff engineer for designjccnstructon of temporary sheet piles to facilitate drainage along SR 7 in Broward and Palm Beach Counties. EA /- enc ening,Inc. 2.2-53 sU�.C� m MIAMI BEACH Professional Construction Engineering and Inspection(CEI)Firms to P•ovideVarious CEI Services on an'As Needed"Basis • RFQ 2017-028-KB S JOSE R. CASTRO, El CONSTRUCTION INSPECTOR Floridaseekingan associate position in CONSUL-ANIS.r�,�`TS lit. Civil Engineer with an El certification in the state of Fo sanitary and hydraulic design and inspection. or Renewable Energy structures development. Experienced in project supervision, structural remodeling & inspection, budget/cost control, financial reporting, quality assurance, and Critical Path Method scheduling. Coming from technically demanding projects,ranging from hospitals,banks and office buildings which helped to develop critical thinking and problem solving capabilities.Worked well under pressure due to Years of Experience demanding timeline and workload. Degree from a highly competitive academic institution that affirms leadership skills and the use of teamwork to achieve success. KEY PROJECTS M.S.in Mechanics and Physics. Concrete and Project Inspector,Geisser Engineering Corp.Dec 2015-Jul 2016 INSA University.Rouen,France Conducted rebar and casting inspections of structural elements such as footings, piers,walls, and slabs, for various projects in the New England Area. I was responsible of performing B.S.in Civil Engineering, concrete, slump, air, and temperature tests during concrete pouring, as well as collecting cast Technical Institute of Santo concrete cylinders for compression testing in the Lab. I was also involved in the performance Domingo(INTEC).Santo of compaction tests on the jobsite and soil tests in the Lab, with the purpose of analyzing the Domingo. Dominican Republic properties of different soil samples. Field Engineer,More&Wiese Arquitectura e Interiores S.A.Oct 2014—Apr 2015 Supervised all construction and engineering field operations for the remodeling of 3 bank branches(Asociacion Popular de Ahorros y Prestamos),and the construction of Colgate Palmolive Offices. I was responsible for ensuring project completion on time and within budget, and coordinated all activities performed by the company's personnel and subcontractors.Learned to prioritize critical path activities by assigning the personnel,equipment,and resources needed in order to complete all activities included in the weekly schedule. Civil Engineering Supervisor and Maintenance Manager,Centro Medico Luperon Feb 2014 -Sep 2014 Managed the economical, technical, and executive aspects of the project as an owner's representative. The project was the remodeling and extension of the Centro Medico Luperon Hospital, which is a hybrid structure consisting of steel, concrete and expanded polystyrene elements. Supervised and inspected daily construction activities performed by general contractors, in order to guarantee project delivery on time and within the original budget. Developed and delivered monthly progress reports to the project owner.Monitored and reviewed contractor's monthly construction schedules. Ensured quality, performed budget/cost controls of the original contract,and reviewed change orders for approval. EALI I EACeamonsutt.coCare Iarg,IA- 2.2-54 i1� MIAMI BEACH Professional Construction Engineering and Inspection(CC)Firms to Provide Various CEI Services on an'As Needed'Basis • RFQ 201 7-028-KB CJOHN NORTH CONSTRUCTION INSPECTOR ® Ni,`.North has oer 20 years of expenence in program management.engneen' ging support services. CONSOL;ia,N(S,INC. and contract administration with the military,private contractors.and consulting engineers. His experience encompasses all aspects of construction management. Including preparation of 20 bids and proposals.drafting and negotiation of contract documents.direct jobsite supervision, scheduling, performance tracking, preparation and review of payment estimates, changes, claims. insurance matters.warranty matters,and completion and handover documentation on a wide range of projects in the United States, Europe, South America. Middle East. Africa. and Years of Experience Southeast Asia. KEY PROJECTS North Terminal Development Consolidation Miami,Florida Architectural Sciences,Cum Responsible for all contract administration tasks related to subcontracting on va.nous elements Laude, Harvard College of work on a $1 Billion project, including identification and qualification of subcontractors; preparation of bid documents; negotiation of subcontracts; interfacing with the client to obtain Bachelor of Laws.Stanford approvals of subcontract documents, pricing, etc.; preparation of Prime Contract Annexes University Law School supporting payments by the Client to subcontractors and the Joint Venture;and claims matters as well as dispute resolution. Russian Chemical Weapons Destruction Facility,Shchuch'ye,Russia,Procurement Manager Mr.North played a key role on a CWDF Project,a cooperative program between the Governments of the US and the Russian Federation,with the US providing assistance through the Cooperative Threat Reduction Program administered by the US Department of Defense and the US Army Corps of Engineers.He was responsible for the management and supervision of all procurement and subcontract administration tasks for the CVVDF Project at the Shchuch'ye Work Site; implementation of Government policies and procedures; establishment of procurement schedules to meet project construction requirements; assurance of compliance with FAR's, DFAR's, Prime Contract, and company policies and procedures; direction and supervision of the CWDF subcontract administration and procurement staff, including warehouse staff and Government Property management staff; coordination with US and Russian Government representatives as required;and overall supervision of 30 professional staff. USAID Community Reintegration and Stabilization Program (CRSP), Bosnia/Herzegovina, Contracts Procurement Manager Played a key role on a USAID-funded program to perform infrastructure construction projects, including energy, water supply, sewage systems,solid waste disposal, roads, bridges, schools, health clinics, and other community facilities. Responsible for the implementation of company policies, purchasing and subcontracting; establishment of procurement schedules to meet engineering planning needs;assurance of procurement compliance with FAR's,AIDAR's, prime contract, and company policies and procedures; direction and supervision of procurement and subcontract administration staff; management of local and offshore purchasing and subcontracting; management of supplier relations and Supplier Data System; overall management review of Government-owned Property records;and coordination with Government representatives and company engineering staff as required. Various Contracting,Consulting,and Engineering Projects,Annapolis,Maryland,Director of Contracts Responsible for contract administration for projects located in widespread locations,preparation and negotiation of Prime Contracts with US Government agencies and privately-owned clients; preparation and management of subcontracts and other agreements with local companies and supporting entities; requests for Equitable Adjustment (REA's) for US Government contracts; claims matters;and dispute resolution. EA' I EAC Consulting,Inc' 2.2-55 �1� eaaonsutt.Com M I AMI B EACH Professional Construction Engineering and Inspection(CEl)Firms to Provide Various CEI Services on an"As Needed"Basis • RFQ 2017-028-KB CsERIK ALCANTARA, El CONSTRUCTION INSPECTOR ® Erik M. Alcantara. E.I. is experienced in engineering design and construction management. coNsatANis.lNc. His areas of expertise include stormwater system modeling, water distribution, sanitary sewer collection systems, land development. transportation, work zone traffic control, construction 4 management. erosion control. inspections, SWM license renewals, budget/cost control, estimating,quality assurance.bidding,permitting,and Critical Path Method scheduling.t`ihile in college,he also worked as an intern,assisting in winning bids for the construction of both public and private projects. Years of Experience KEY PROJECTS MIA Airport North Terminal Development Program Projects 747B, 739C, 740A, 779Y, & 2014 B.S.,Civil Engineering, 780K,Miami,Florida Institute Technological of Santo He was responsible for structural, mechanical, electrical, plumbing, fire safety, infill, finishes, Domingo and shell inspections for several A;='B projects at Miami International Airport as part of the North Terminal Development program to ensure that all contractors complied with permitted plans. specifications,and modifications. He utilized preventive measures to ensure trade contractors' Registered Engineer Intern, compliance with approved contracted documents and specifications as well. The projects totaled Florida #1100019309 $2.85 Billion in cost and covered a project area of 1.3 miles(3.2 Million Square Feet). Enterprise Commerce Center#9,Deerfield Beach,Florida A commercial project consisting of commercial tilt-up buildings and parking lots. Conducted Surface Water Management 5-year license re-certification inspection and report for Broward County.The existing surface water management system conveyed stormwater runoff using catch basins;final discharge into the canal was achieved by using an outfall. Enterprise Commerce Center#11,Deerfield Beach,Florida A commercial project consisting of commercial tilt-up buildings and parking lots. Conducted Surface Water Management 5-year license re-certification inspection and report for Broward County.The existing surface water management system conveyed stormwater runoff using catch basins;final discharge into the canal was achieved by using an outfall. Hawk's Cay Marina Improvements,Monroe County,Florida A marina improvement project located in Duck Key.The site civil development included improved water main installation for dock service and fire suppression.Water main site inspections were performed for this project. SW 45th Way Infrastructure Improvement,Deerfield Beach,Florida The purpose of this project was to complete the infrastructure required to serve each undeveloped parcel contained in the LEDDS ADDITION PLAT, through SW 45th Way. Project included the following site civil development: gravity sanitary sewer, potable water main, fire suppression system,surface water management system,grading,pavement,pavement marking and signage,and SWPPP plans. • Oakmonte Village of Davie,Town of Davie,Florida Senior Care Facility with 199 units, located on an 9.0-acre parcel on Stirling Road in the Town of Davie.The amenities for this facility include green areas,gazebos,and a walking path around an onsite pond. Project included the following site civil development: gravity sanitary sewer, potable water main, fire suppression system, surface water management system.grading, pavement,sidewalks, pavement marking and signage,and SWPPP plans.Site inspections performed for this project include the following:water main,sanitary sewer,roadway. and NPDES SWPPP. Eencacccan�nSWC.wng.inc. 2.2-56 „�� I eOcom M IAM I BEAC H Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CO Services on an'As Needed'Basis • REQ 2017-028-KB Jay's Place,City of Fort Lauderdale,Florida A private,development project combining two 2pr cordes in the City of Fort Lauderdale.Project included the following site civil development:onsite and offsite parking,sidewalks,ADA compliant ramps, potable water system connection,fire suppression system,surface water management system,grading,pavement,pavement marking and signage and SWPPP plans.Site inspections performed for this project include the following:water main.roadway.storm drainage and NPDES SWPPP. Lyons Road Maintenance of Traffic Plans,Palm Beach County,Florida A 2,435 student private charter school located on a 22-acre parcel property north of Atlantic Avenue and west of Florida's Turnpike in unincorporated Palm Beach County. Developed Maintenance of Traffic(MOT) plans per Florida Department of Transportation Standards. MOT plans included phased designs for the roadway and utility work involved in the project. Offsite roadway improvements required for the development of the school include, widening of Lyons Road from 2 to 4 lanes divided as well as right and left turn lanes and median openings. Intersection improvements are also included at Happy Hollow Road and Lyons. The project consists of full site civil development including 4,300 LF of 4"force main,4.900 LF of 8"potable water main,3,400 LF of 16"water main extension and 3.500 LF of 20"reclaimed water main. Everglades Holiday Park,Broward County,Florida Project included an evaluation of the existing lift station and force main serving the 34.7-acre County Park. As part of the evaluation, the existing gravity sewer system was cleaned and videotaped. The County prepared a Master Plan which outlines the future improvements at the park.The assessment included the following:determining future flow for sizing the new lift station,30%design plans for the required rehabilitation of the existing lift station,and installation of a new force main. Happy Hollow Charter School,Palm Beach County,Florida A 2,435 student private charter school located on a 22-acre parcel property north of Atlantic Avenue and west of Florida's Turnpike in unincorporated Palm Beach County. The school will be developed as two (2) schools, a lower school for elementary grades and an upper school for middle and high school students. The amenities for this K-12 charter school include an equestrian trail,tropical fruit grove,soccer field,basketball courts,student garden and secured bicycle storage. Offsite roadway improvements required for the development of the school include,widening of Lyons Road from 2 to 4 lanes divided as well as right and left turn lanes and median openings. Intersection improvements are also included at Happy Hollow Road and Lyons.The project consists of full site civil development including an onsite gravity sanitary sewer system,4,300 LF of 4"force main and a private lift station(1,200 gpm),4,900 LF of 8" potable water main,3,400 LF of 16"water main extension,fire suppression system.3,500 LF of 20" reclaimed water main,surface water management system, grading, pavement.sidewalks, pavement marking and signage,and SWPPP plans. EA i conwe:ng, 2.2-57 Inc. �1`� eaencaonsutt.com G M I AM I B EAC H Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on an"As Needed"Basis • REQ 201 7-028-KB C S MASOUF GHASEMLOIAN, PE VERTICAL/THRESHOLD INSPECTOR CONSULTANTS.INC. Mr.Ghasemloian has more than 12 years of combined experience in the construction industry. In particular, he has conduct quality control, threshold, structural, sidewalk, fire stopping, 1 2 and fireproofing inspections for projects like the South Terminal Expansion Program at Miami International Airport.ensuring and verifying that all contractors comply with specifications and permitted plans. He also conducted environmental site inspections for the South Terminal and Concourse J airport projects which included underground apron utilities.The combined value of Years of Experience these projects is$1.7 Billion, in addition to his experience on $2.8 Billion in projects for the MIA North Terminal Development Program. KEY PROJECTS 2010 M.S..Project Management, Florida MIA Airport North Terminal Development Program Projects 747B, 739C, 740A, 779Y, & International University 780K,Miami,Florida Mr. Ghasemloian was responsible for structural, mechanical, electrical, plumbing, fire safety, infill, finishes, and shell inspections for several A/B projects at Miami International Airport as 1984 B.S..Mechanical part of the North Terminal Development program to ensure that all contractors complied with Engineering.Florida permitted plans, specifications, and modifications. He utilized preventive measures to ensure International University trade contractors'compliance with approved contracted documents and specifications as well. The projects totaled $2.85 Billion in cost and covered a project area of 1.3 miles (3.2 Million Certifications: Square Feet). Building Inspection City of Coral Gables Sidewalk Improvements Project,Coral Gables,Florida Certification,Miami-Dade Mr, Ghasemloian was responsible for the inspection of concrete on a multi-month sidewalk Community College inspection project requiring him to oversee the inspection of several tests,including the density, Fire Stop Inspector,Certified welding, concrete structural integrity, and other aspects of the sidewalk conditions during the by 3M,Grace.and Hilti construction of new sidewalks as part of a comprehensive suite of Capital Improvement projects Associate Welding Inspector for the city. (AWS) MIA Airport South Terminal Concourse J and Concourse H Modifications Program Miami, OSHA 10 Hour Training Florida Mr. Ghasemloian was responsible for inspections for structural, shell, apron underground utilities/runway modifications,rebars,and finishes to the Concourses In order to ensure that all contractors complied with approved permitting and project specifications as per the contract. He was responsible for daily field inspections of vertical and horizontal structural construction items; inspections of fire stopping and fireproofing systems for South Terminal Expansion Program;and inspections of Storm Water Pollution Prevention (SWPPP( Control Systems for South Terminal and Concourse J projects specifically. Miami International Airport South Terminal Expansion Program,Miami,Florida Mr. Ghasemloian was responsible for inspection of fire stopping and fireproofing systems on the South Terminal Expansion Program, and he also provided the inspection on the Storm Water Pollution Prevention Control Systems for the South Terminal and Concourse J projects. This $1.7 Billion program included the South Terminal Building, Concourse J, and Concourse H modifications. Mr. Ghasemloian was responsible for the daily field structural inspection of vertical and horizontal construction items to ensure quality assurance and quality control. Miscellaneous Building Inspection Projects Miami,Florida Mr. Ghasemloian was responsible for the inspection of commercial and residential buildings, • identifying and reporting structural and other deficiencies found in the systems and components of buildings and related structures. E1 ennc conwrcing,Inc. 2.2-58 �,*_ I eaaOnsutt.com M I AM I B EACH Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on an"As Needed"Basis • RFC)2017-028-KB Miscellaneous Mechanical System Installation Projects,Miami,Florida Ghaserriloian was responsible for coordinating the sales.installation. inspection,ectcn,and repair of mechanical systems as well as air conditioning and refrigeration systems for residential and commercial projects. Miscellaneous Projects,Miami,Florida N,Ir. Ghasemlcian was responsible for inspection of construction activities to determine ccnforma^ces to design and project requirements. He also coordinated construction activities to the cc. er and contractors regarding the payment requisitions and change orders. �^ EAC Conkirg.Inc. 2.•2-559 ��` oe onsuRwoom m MIAMI B EACH Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Se^+ices on an"As Needed"Basis • RFC)2017-028-KB CSNADA REINBOLD, EI ENVIRONMENTAL INSPECTOR ® Nada Reinhold has a combined experience of 8 years in civil/water resources engineering COiNSUL:ANi5.I:AC, and military construction management.She has also worked on a variety of projects including sewer hydraulics modeling,water/wastewater conveyance.pump stations,capital improvement 8 projects, master planning, environmental agency compliance documents, and wastewater treatment lagoons. Her experience has been focused on reuse water. potable water, and wastewater conveyance systems engineering and heavy operational construction projects. She has assisted in design of large diameter pipelines, high capacity pumping stations, and Years of Experience treatment facility modifications. KEY PROJECTS M.S..Project Management, Everglades Agricultural Area A-1 Flow Equalization Basin Construction SFWMD, Palm Colorado Technical University Beach County,FL B.S..Chemical Engineering, The Everglades Agricultural Area A-1 Flow Equalization Basin (E,AA A-1 FEB) is a $60M Unio>ersity of North Carolina at construction project, 60,000 acre-ft Flow Equalization Basin heavy civil construction projects, Charlotte including 20 miles of earthen levee and 14 water control structures.The EAA A-1 FEB serves to capture peak stormwater runoff from the North New River and Miami canals for controlled release to the Stormwater Treatment Areas(STA) 2 and 3,therefore improving the STAs water treatment ability. As part of the three-person Engineering During Construction (EDC), Ms. Reinhold reviewed submittals, Request for Information and provided recommendations to the EOR concerning acceptability. Ms. Reinhold has worked closely with the SFWMD Construction Management Services and the Contractor to ensure the expedition of the construction of the project.She also performed daily field observation,and provided construction oversight,report finding of non conformance to Project Manager. Charlotte-Mecklenburg Capital Improvement Projects Mecklenburg County,NC A civil engineering intern under the supervision of the project manager,Ms.Reinhold worked as a lead civil designer on reuse,potable water,and wastewater distribution systems design projects. Responsibilities included: designing collection system piping with sizes ranging from 2-inch to 78-inch diameter. In addition, she performed quantity take-offs, engineering cost estimates, and developed construction documents necessary to evaluate competitive construction bids. Prepared documents necessary for easement acquisition mapping, DOT encroachment, Fast Track application with DENR.USACE 404 permit applications,DWQ 401 permit applications and sediment and erosion control permit applications with supporting calculations. Also prepared documents to obtain required permits from the State and Federal agencies to authorize the construction. West Water Main Route Study-Mecklenburg County,NC Project designer and provided engineering services in a compilation of route study to extend a 64-inch diameter water main approximately 8,000 linear feet as part of Charlotte-Mecklenburg Capital Improvement Projects. Bay River Metropolitan Sewerage District WWTP Expansion-Bay River,NC As a civil designer, designed and prepared plans and specifications for a lagoon influent distribution system upgrade, conversion and re-rating of the 3-celled 0.3 MGD facultative lagoon to a partially mixed,dual-powered, multi-cellular system for a re-rating 0.5 MGD. Design included plans for removal of 3 MG of accumulated bio-solids, installation of new bank linings, floating baffle curtains,surface aerators,liquid sodium hypochlorite dosing equipment,and new influent\effluent flow meters. �T i' EAConfing,Inc. 2.2-60 - eacCOCflSUI[.COwRI m MIAMI BEACH Professional Construction Engineering and Inspection,CEI;Firms to Provide Various CEI Services on an"As Needed"Basis • RFQ 2017-028-KB Town of Zebulon Reclaimed Water Line Extension City of Raleigh Public Utilities Department, Wake County,NC Lead civil designer and who prepared drawings,environmental agency permits,and specifications for a rscia,med waterline extension of approximately 21,000 feet of 12-inch reclaimed ii.yeter line to serve GlaxoSmithkiire campus. The Woods Reclaimed Water Line Distribution Town of Waddington,Union County,NC Worked as civil designer and prepared plans and specifications for approximately 21,000 feet of reclaimed waterline distribution pipelines ranging from 4-inch to 12-inch diameter to serve a 200 lot subdivision. Hydraulic Model and Master Plan City of Statesville,Iredell County,NC Assisted project engineer in model development utilizing InfoSewer/GIS and investigation consisted of 1,625 manholes,54 miles of piping and 15 active pump stations.She also analyzed survey data points, maps. drawings. and aerial photography. while incorporating GIS data for project planning and for hydraulic modeling. Mooresville Offsite Utilities-City of Mooresville,Iredell County,NC As a lead designer,responsibilities included design and preparation of drawings.environmental permitting, and specifications for approximately 141,000 feet of 36-inch and 42-inch outfall sewer,including 11.900 feet of 12-inch waterline extension. Air Force Civil Engineer-560th RED HORSE Squadron -Joint Base Charleston,SC Managed and provided engineering support to heavy operation and activities to provide facilities and infrastructure supporting various troop labor projects at various sites; New Horizon. Raptor Town troops training facilities, Southwest Indian Foundation, and Hellamano Plantation Intermediate Care Facilities. As an Air Force Reserve civil engineer officer, duties include; developing project scope and requirements, establishing cost estimates and project schedules,budgeting,providing designs,managing horizontal and vertical construction projects, providing resource leveling,and direct supervision of a 14-engineer member team.Also directs surveying to layout installations and establishing reference points, grades, and elevations for pre-construction staking. South West Asia,Afghanistan As a Project Engineer deployed in active duty, Ms. Reinbold was responsible for the engineering design and construction of 1-million gallon wastewater treatment lagoon at Forward Operating Base Shindad. Her responsibility included; supervising 6 facilities improvement projects and managing 18-heavy civil construction personnel,as well as inspecting each project site to monitor progress and ensure conformance to design specifications and safety standards. In addition, tracked construction progress,costs and developed daily reports. During this time,also worked as a logistics planner.She coordinated air transportability of 26-heavy operation equipment and ISU/containers certification.She established pre-load inspection and prepped heavy equipment for customs inspections and air carrier certification compliance for military airlift to six remote locations. Construction Management,49th Civil Engineering Squadron Holloman AFB,NM Asa Lead Construction Manager for a 5 personnel team,her duties include;construction oversight and supervised 5 personnel during construction of 12 civil infrastructure projects.Also managed construction and maintenance activities for a $1.5M upgrade of communications facility,and a $3.6M construction project of three entry control facilities to compliance with Anti-Terrorism and force protection measures. In addition,she performed daily construction inspection of a $290k road realignment project. AEE:^ I acug.rte. 2.2-61 CI MIAMI BEACH Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on an'As Needed"Basis • RFQ 2017-028-KB CPI s MARBELLA GUERRERO DOCUMENT CONTROL CoNsurr.,vurs.l,y.. Ms. Guerrero has more than 15 years of experience including 10 years experience in transit projects in document control, records retention and office administration in a multidisciplinary 1 5 environment. She has worked extensively providing hands-on service to agencies as well as providing the team building efforts required in any engineeringi'constr.iction effort. KEY PROJECTS Years of Experience Document Control Manager - Hill International - Patricia and Phillip Frost Museum of Science and Miami Beach Convention Center Renovation Process all incoming and outgoing correspondence and maintain document control files A.A.in General Studies, Miami- including reports, RFI's. NCR's/NCI's, Change Orders, Notice to Owners and Submittals using Dade College PMWeb,attend Weekly Progress Meetings, E-builder administrator. Document Control/Administrative Assistant-Fortress Investment Group,Inc. Process all incoming and outgoing correspondence and maintain document control files. Establish and maintain files (paper copy and electronically). Process, route and submit to contractor executed project permits. Download and upload all project correspondence utilizing Prccore.Administer Procore team access/directory. Keep track of Submittals,Transmittals and RFI's.Assist Project Manager and Vice President in any administrative work. Intake Coordinator—IPC The Hospitalist Company New admissions intake and notify doctors. Update patient's chart with hospital's stay and SNF's, Request facesheets,Verity discharge dates and update system. Process incoming death certificate and coordinate with doctors,funeral homes and hospitals accordingly. Document Control-LEA+ELLIOTT Process project documents and maintain document control files. Establish and maintain files (paper copy and electronically). Receive, index, image, and route incoming and outgoing documents. Maintain document control tracking spreadsheets using Excel. Process submittals, RFIs (Request for Information) and RFCs (Request for Change). Answer incoming calls, greet visitors/clients. Document Control Administrator-LKG-CMC,Inc. Process project documents and maintain document control files and project library in accordance with Document Control Procedures Manual. Establish and maintain files (paper copy and electronically). Receive, index, image, and route incoming and outgoing documents. Maintain document control tracking database using MS Access,MS SharePoint and ProjectSolve.Process submittals, RFIs (Request for Information) and RFCs (Request for Change). Conduct periodic quality assurance audits on all document files,databases and reports.Track travel requests and authorizations.Process and distribute daily.weekly and monthly progress reports to project staff, project manager and client.Compare position descriptions and resumes and update resumes accordingly. Close out Phase I documents and scan Phase II vital records. Prepare records retention lists with Box and CIN Numbers. Assist in developing the Vital Records Procedure. Update the"File Index Book"as requested.Update and maintain agency library including plans/ drawings. Reproduce plans/drawings for the public information requests. Send and retrieve documents from storage.Assist in the development of the Project Management Plans. Retrieve storage records and departmental closed out records. Coordinate with legal department to determine final disposition to FDOS. Pull storage records and closed departmental records for disposition determination. Review existing retention schedules and develop a records retention database that identifies the scheduled retention date along with location of hard copy file.Input data into newly created records retention database.Prepare and distribute project calendar, Eenc cnsuonsuttlt.COming,Inc. i1�� eacCO2.2--62 m MIAMI BEACH Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on an'As Needed'Basis • REQ 2017-028-KB distribution lists and outgoing correspondence.Log,distribute and retrieve mail and documents. 'Acrd process memos, letters, forms. budget documents and retorts. Coordinate requests for supplies.equipment and repair services.Order printing services and approve printing invoices. Provide office clerical support services for Regional Office.Answer incoming calls,greet visitors/ clients. Log correspondence, distribute mail,send/receive faxes and copy documents.Assist in preparation of proposal packages. Administrative Assistant-Florida Department of Transportation,District VI Miami,FL Provide administrative support in FDOT,District VI's Mini Shop.Create correspondence,organize and update vehicle maintenance information. Process Vendor Invoices and purchase orders. Update information on FDOT's computer network,DOTNET and SAMAS. Administrative Assistant/Receptionist-Hialeah-Miami Lakes Senior High School-Miami, FL Greet visitors and students at the Main Office front desk.Answer incoming calls(Switchboard 8 lines).Distribute incoming mail,send,'receive faxes.Assist Principal's secretary and school staff in Xeroxing all necessary documents for daily activities including exams,exercises and invoices. Assist in the preparation of the payroll.Assist school treasurer in filing and collecting tuition fees. I EAC Consulting,Inc. 2.2_63 /���� eacconsulLcom m MIAMI BEACH Professional Const'Jction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on an'As Needed"Basis • REQ 2017-028-KB cs JOHANS FERNANDEZ, CGC COST ESTIMATOR 8 ( )NSi Li;\NI5,INC. Mn Fernandez has over eleven years of cost estimating,construction claim manager,schedule and construction management experience in south Florida specializing in the field of Critical 1 MI Path Method (CPM) scheduling, and covering a wide range of assignments and project types including high rise buildings ranging from 8 to 33-stories. parking garages, R-12 educational facilities. higher educational facilities,airport facilities and water treatment facilities.Within the Years of Experience last five years,Mr.Fernandez has been involved in the transportation and infrastructure industry here he provides cost estimating, construction estimate analysis and scheduling services for the General Engineering Consultant(GEC)for the Miami-Dade Expressway Authority(MDX). KEY PROJECTS Bachelor of Science in Miami-Dade Expressway Authority(MDX) Construction Management. Fernandez was assigned to Miami-Dade Water and Sewer Department's South Miami Florida International University Heights Water Treatment Plant. In addition. Mr. Fernandez was also in charge of creating and updating the cost data of the company. His primary responsibility consisted of the following: Associate in Arts n Building Reviewed and accepted Critical Path Method (CPM) project schedules submitted by the Construction-Miami Dade Contractor, which include the baseline schedule and the subsequent schedule updates. College Reviews were based on the General Covenants and Conditions of the Contract, the Technical Specifications and the generally accepted professional scheduling practices and guidelines. Prepared technical reports which make full assessment of the schedule submittals and integrate CILB-State Certified General CPM analysis and Earned Value techniques to assure contractual parameters are met and Contractor#CGC1513594 measure cost progress. • Performed Cash Flow Projections • Reviewed Schedule of Values(SOV)prepared by Contractor. • Prepared progress reports for adequate field verification of activity progress. • Made recommendations to project management. • Performed labor productivity analysis. North Terminal Development Consolidation Program Mr. Fernandez was previously assigned to Miami International Airport's North Terminal Development Consolidation Program(NTDCP)that encompassed the construction of a mile-long terminal facility with a construction cost over$3 billions.As part of the program scheduling team he participated in the management and control of the Program Schedule in Primavera P6 Project Management.His responsibilities included the following: • Created and added fragnets to both Impacted and Updated Master Schedules to reflect monthly fully executed Work Orders and mitigate potential impacts to the program. Activities in fragnets were coded,logically tied and resource loaded. • Updated the physical progress(status)and cost progress(resources)of activities. • Updated activity resources for each individual trade in an effort to support the cost team with the preparation of the Trade Contractor's and Managing General Contractor's Applications for Payment. • Prepared various scheduling reports and layouts such as impacted critical path,updated critical path,sequence-to-milestones and payment applications for the different trades. • Attended meetings with the trade contractors on a weekly basis to validate the physical progress of projects. E^ / I EACeaaonsurtoan Consulting.Inc. 2.2-64 ` m MIAMI BEAC H P•oressio^al Construction Engineering and Inspection(CEI)Firms to Provide Va'ious CEI Services on an'As Needed"Basis • RFQ 2017-028-KB • Managed and controlled the SWAT `tas'cr List the Rejected Work Order List and the Change iManagernent S.Summary sheet CT1 _. '.';eei^'y basis as support to the change management team. • Managed and controlled apprcGea Work O ;erm and Change Authorizations. • Added SWAT letters. Task Direct',es. Werk- Orders and Change Authorizations to Expedition. • Prepared responses to the Owner and the Trade Contractors relative to rejections of Proposed Work Orders. Various Residential and Commercial High Rise Buildings Prior to the above assignment. as the general contractor's Project Scheduler, Mr. Fernandez worked on various residential and commercial high rise buildings and multi-unit projects. The schedules ranged from preliminary level(500+act les?to detailed level(2700+activities). Mr. Fernandez'duties included the following: • Schedule development, management and control using CPM-based Primavera P3 Project Planner software. • Performance of hi-weekly or monthly progress updates, and creation of multiple schedule layouts such as management summary.longest path.near critical,look-ahead and individual trades. • Performance of periodic visits to the job site to validate physical progress. • Application of different delay analysis methodologies among which are Time Impact Analysis(TIA)and forensic schedule analysis. Miami Dade School Board Concurrent to his schedule responsibilities in the private sector, Mr. Fernandez served as a construction claim analyst and coordinator to the Miami-Dade school board's outside legal counsel and various private law firms.Mr.Fernandez provided numerous services as follows: • Performed claim analysis with the assistance of different construction management tools in numerous delay claims,performance&payment bond claims and latent defect claims. • Coordinated, conducted and documented the results of periodic site visits related to construction or design deficiencies. Claim items included structural, water intrusion, HVAC,plumbing and electrical deficiencies. • Coordinated and monitored the preparation of remediation and testing protocols by expert consultants, remediation work by contractors and post-remediation testing by expert consultants. Reviewed and recommend scope of work and pricing in proposals submitted by remediation contractors. • Prepared Order of Magnitude Estimates. A i• enc�sUI.consultCOming.inc. 2.2-65 E. ea0 MIAMI BEACH Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on an'As Needed"Basis • RFQ 2017-028-KB KENNETH HOUSEMAN, PE VERTICAL CONSTRUCTION NOVA Mr. Houseman has spent the majority of his career successfully managing a variety of geotechnical. environmental, building inspection, forensic engineering and testing contracts/ 30 projects within the State of Florida and Georgia. His focus has been providing geotechnical engineering, materials engineering consulting and construction materials testing/inspection services for a wide range of projects such as parking structures,sports arenas,schools. ports, Years of Experience hotels,office buildings,large mixed-use developments,and transportation projects. KEY PROJECTS Government/Municipality B.S.in Construction Cobb County School Board/CCDOT Engineering, Iowa State City of Sandy Springs,GA University Fulton County School Board Gwinnett County Public Works/School Board UCF Pavement Design Cherokee County Bartow County Registered Professional Catoosa County Engineer:Florida Dawson County #43310 GDOT/FDOT Education Certifications, Chick-fil-A Pavilion at WinShape Retreat • Steven Cage Athletic&Recreation Center at Berry College Registered Threshold Krannert Student Center at Berry College Inspector:Florida J-157 Kennesaw State University Laboratory Addition Advanced Ultrasonic Testing of TCSG-245 Southern Crescent Technical College Structural Steel:Levels I&II DTAE-207 Central Georgia Technical College Health Sciences Building Certified Associate Welding TCSG-243 Hoyt Coe Classroom Building Renovation Inspector J-132 Medical College of Georgia-School of Dentistry Atlanta International School Parking Structures Tampa International Airport Parking Structure Parking Structure for Shoppes at Midtown Miami Home Depot Parking Structure,Sunrise,Florida Parking Structure for Beach Place by Marriott,Ft Lauderdale,FL Parking Structure,1180 Peachtree Tower,Atlanta,GA Multiple Office Park Parking Facilities Retail Florida Mall,Orlando,FL Cumberland Mall Expansion, Atlanta,GA Shoppes at Miami Midtown Prado Shopping Center,Sandy Springs,GA _- EA : I EAC Conwking.iM• 2.2-66 ,..._`� eaaonsutt.Com m MIAMI BEACH Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on an"As Needed"Basis • RFC)2017-028-KB BRENDAN LARKIN, PE VERTICAL CONSTRUCTION / N OVA THRESHOLD INSPECTOR Mr.Larkin has more than 18 years of construction and engineering experience. His background 1 8 includes geotechnical exploration and evaluation. construction testing and inspection, forensic engineering and telecommunication project coordination. Mr. Larkin is licensed by the State of Florida Board of Professional Engineers as a Professional Engineer. Mr.Larkin holds a Bachelor of Science Degree in Civil Engineering and a Master's Degree in Construction Management. Years of Experience KEY PROJECTS Transportation B.S.in Civil Engineering, Wynwood Roadway 255 SW 5th Street,Miami Beach, FL University of Florida Education Miami Dade College West Campus Parking Garage.Miami,FL M.S.in Engineering,University of Florida Healthcare Mount Sinai Future Enabling Building Mount Sinai MRI Renovation Professional Engineer: FL #60145 Hospitality Plymouth Hotel Ansonia Hotel Berkeley Shore Hotel Eden Roc Hotel Renovation Dual Brand Hilton Tower Multi-Family/Mixed Use Centro Condominiums Retail Pembroke Lakes Mall Sears Repositioning,Pembroke Pines,FL Brookestone Pines Boulevard, Pembroke Pines,FL Residential Aventura Isles,Aventura,FL Estates of Raintree,Pembroke Pines,FL Cove at Lego Mar,Plantation,FL Foley V.Coast to Coast Custom Homes,Marco Island,FL Bella Vida,Cape Coral,FL Casino Seminole Classic Casino Parking Expansion,Fort Lauderdale,FL Coconut Creek Casino,Coconut Creek,FL E/� i• eneacconsuIt CO c%Dews.Inc. 2.2-67 m Ca MIAMI BEACH Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on an'As Needed"Basis • RFfl 2017-028-KB GEORGIO TACHIEV, PE, PHD HYDROLOGY/SEA LEVEL RISE SPECIALIST GIT CONSULTING LLC _lull•Wahr•Fmironment•.iF Highly experienced in Water Resources. Hydrology and Water Quality and development and operation of water resources, water quality and environmental engineering programs in South Florida.Projects experience in development of complex numerical models for analysis of coastal 26 and estuarine systems. environmental and water resources management. and risk analysis. Expertise in all phases of project management,technical reviews,quality control.and reporting. Expert level knowledge of state of the practice numerical software for water resources (MIKE Years of Experience SHE/11/21/FLOOD/ECOLAB. IMODFLOW.SWWM),spatial analysis using GIS technologies. and statistical processing software(SAS, MATLAB).computer programming and scripting(FORTRAN. C,C++,MATLAB,SAS,PYTHON,UNIX SHELL.PERL,SQL)for automated processing,analysis and visualization of large hydrological and water quality datasets. KEY PROJECTS 1998 PhD,Water Resources and Environmental Engineering, Groundwater Modeling for L-8 FEB:(SFWMD),2014-2015 Vanderbilt University Georgio is the lead developer of a groundwater model using MODFLOW/GWVISTAS to assess the effect of L-8 FEB project operations on groundwater elevations adjacent to the project and to assist in selection of additional monitoring and station locations for both the short-term 1997 M.S.,Chemical assessment and the long-term assessment time periods. Supported the analysis of available Engineering,Vanderbilt geotechnical information from borings and geophysical logs to analyze the existing aquifer and University to determine the needs for additional drilling and monitoring. Developed transient calibration, verification and scenario models of the domain of 92 square miles to determine the impacts of reservoir operation on adjacent lands. 1988 B.S,Civil Engineering VIAS Sofia,Bulgaria Water Level and Water Quality Data Collection and Uploading in Support of L8FEB groundwater modeling(SFWMD),2015 Georgio provided oversight of the installation, data collection, analysis and uploading of Professional Engineer,Florida collected data from 3 new cluster wells(3 wells each). Data was collected on 15 min intervals #67520 for groundwater level, temperature. Additionally, monthly collection of water quality data was provided.Provided analysis of data.troubleshooting of piezometers,and QA/QC of the data. Cationsertific : Stormwater Treatment Area 1W (STA-1W) Expansion Project Watershed Hydraulic Study. Project Management (SFWMD)2013-2014 Georgio was the lead developer of the 2D MIKE FLOOD model which couples to MIKE 11 with the Princeton Groundwater 2D overland flow capabilities of MIKE21.He integrated the MIKE 11 model with the 2D model Remediation Training and conducted detailed evaluations of the flow in 8 treatment cells which occupy 7,000 acres of land.The model simulations included calibration and verification periods.The model domain was additionally extended to the west by 6,000 acres and simulations of three alternatives were provided to determine the flow within the domain.He has developed a transport model which shows the flow of a conservative tracer through the system to provide analysis of potential short- circuiting and deviations from the plug flow regime of the STA. Integrated Surface and Subsurface Flow Model of the Everglades National Park(ENP),South Florida(NPS)2011-2014 Georgio is the lead model developer for an integrated surface and subsurface model integrated with drainage water management operations of the Everglades National Park(ENP)using MIKE SHE and MIKE 11 simulation platforms and including operation schedule of control structures. Analyzed observed and computed timeseries of canal discharges.stages within the canals and domain.Determined the impact of operation scenarios on subsurface and overland flow across ENP.The model covers 2,500 sq.rniles of the ENP. Integrated surface and subsurface flow and transport of total phosphorus transport within the Everglades National Park(NPS) Georgio developed a numerical model ofthetotal phosphorusfluxeswithin the Everglades National Park and canals using a MIKE SHE/MIKE 11/ECOLAB hydrologic and water quality software.He E / - EAC Consulting,ine. 2.2-68 r1f� eacCOnsutt.com M I AM I BEAC H Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on an'As Needed'Basis • RFC)2017-028-KB provided ide + cling of the hydrological cycle with total phosphorus and sediment transport the model and conducted model simulations to analyze the impact of water management strategies and operating pear-.s on water and total phosphorus distribution. Hydrologic Modeling of West Miami Dade Reservoir for Phase II,Phase IIIA,Phase111131 and Phase 11192,South Florida-2013-2015(Kendall Investment) Georgic deveiicped a hydrologic model of a proposed reservoir proposed to be constructed in Miami. FL using MIKE SHE and MIKE 11 hydrologic model.He developed the conceptual model and provided analysis of a series of simulations to understand the impacts of the reservoir on wetlands located to the west and south and the developed areas located east of the reservoir site for the dry and the wet seasons.All simulations were conducted using a vertical slurry wall surrounding the reservoir with 50 feet of depth.The changes and the impact of the pumping were determined by simulating drawdown of-25 ft and-50 feet and proposed withdrawal scenarios. The simulations were based on daily time steps for selected 10 years of model simulations. Dewatering Plans for Culvert Repair for Stormwater Treatment Area,South Florida(USACE) 2011-2014 Georgic developed dewatering plans for 43 culverts in Stormwater Treatment Area STA-1E located in Palm Beach County,Florida.He completed the site assessment for lithology,hydraulic properties, and water elevations, operation schedules of gates and pumps, and historical meterological data.Georgio developed an integrated surface and subsurface model to determine the expected seepage and provide design of the dewatering system. Design of Earthen and Sheetpile Cofferdams for Culvert Repair for Stormwater Treatment Area,South Florida(USACE)-2011-2014 Provided engineering services for the repair of 43 Culverts of Stormwater Treatment Area STA1E in Palm Beach County, Florida. Provided cofferdam stability analysis to ensure safe construction and decommissioning. Developed design documents for sheetpile and cofferdam construction. Developed numerical models to determine the seepage rates and analyze the hydrologic conditions of site. S124 Replacement-Hydrologic Analysis(SFWMD)2009 Analyzed the operation of structure S-124 including the adjacent hydrologic system,determined the range of flows and water levels; established design, maximum and minimum headwater and tailwater levels;determined structure capacity,dimensions,invert and crest elevations:and assessed the need and dimensions for a temporary bypass structure to control flows and water levels during construction. Development of a GIS Toolbox for Condition Assessment of the Water Distribution System, Miami,Florida,(Miami Dade WASD)2013 Georgio programmed the automatic processing of a geo-database using PYTHON Scripts. The developed GIS toolbox assesses the characteristics of the Miami-Dade County water distribution system and prioritizes water service relocations, automatically tracks progress of system upgrades, and provides statistical analysis of predicted pipeline failures using the AWWARF KANEW model. Integrated Autosampling System at S-332D,South Florida(SFWMD)2019 Georgio managed the operation and maintenance of the Integrated Sampling System (ISS) installed on pump station S-332D. canal C-111 in Homestead, Florida. Collected data and provided statistical analysis of collected samples. Provided comparative statistical analysis for data collected from the ISS and data from adjacent monitoring station. Determined nutrient loads passing through S332DX and compared load calculations computed from different streams and sources. ET �� eAc ConOnsuILCaOmRing,tine. 2.2-69 _. �1�� eacC M I AM I BEAC H Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Se^rices on an'As Needed"Basis • RFQ 2017-028-KB GISELE L. COLBERT, MS, LEP ENVIRONMENTAL SCIENTIST Ms. Colbert Her experience includes agency coordination environ menta' permitting, wetland jurisdictional determinations and mitigation assessments.mitigation design and implementation, wetland monitoring and maintenance,benthic resource surreys,natural resource management, . 23 threatened and endangered species studies, habitat evaluation, conservation plans, water quality analysis, NEPA/PD&E environmental assessments, tree surveys, contamination assessments and remediation that consider both ecological and human health risks, GIS and Years of Experience training/teaching. KEY PROJECTS Phase I Environmental Site Assessment for Pump Station Improvements, Neighborhood West,City of Miami Beach 2000,M.S., Biology. Florida Ms. Colbert conducted a Phase I Environmental Site Assessment (ESA) in accordance with international Unio,ersity the ASTM standard E-1527- 13 for the purpose of determining whether contamination may be present within the City's right-of-way prior to replacing stormwater and wastewater pipes. The 1995 Post Graduate Studies project is approximately 160 acres and is located between 5th Street and 20th Street and Alton n Environmental Law/ Road to the Intracoastal in Miami Beach, Florida.The southern portion of the project area is a iToxicology. Duke University designated Brownfield Area historically known for automotive repair.The ESA activities included a site visit and reviews of historical Sanborn maps.city directories,aerial photographs,land use and regulatory records/database listings.The historic information gathered indicated that there 1994 E.S. Biological Science, were numerous drycleaners, gasoline stations, automotive repair shops and boat yards within Florida State University the study area.The Phase I ESA identified twenty recognized environmental conditions,twenty- four historical recognized environmental conditions and one controlled recognized environmental Licensed Environmental condition in connection with the study area.This information is being used for planning purposes Professional#25 for stormwater and wastewater improvement projects within the City of Miami Beach. Indian Creek Village Bridge Restoration Project, Benthic Resources and Environmental Permitting,Miami-Dade County Certifications: This project involves the restoration of the 91st Street Bridge that crosses over Indian Creek. Certified FDEP Stormwater, connecting Surfside to Indian Creek Village in Miami-Dade County, FL. Bridge work includes Erosion and Sedimentation repairs to spalls, joints and cracks and strengthening concrete items such as I beams and Control Inspector fascia arch beams. Ms. Colbert led the benthic resources survey in the project area and the OSHA 40 Hour environmental permitting.The purpose of the survey was to determine the location and extent of benthic resources in the project area, in order to aid in the design and permitting for the HAZWOPER/OSHA 8-HR bridge restoration.She is assisting the engineer with obtaining a Class I permit from Miami-Dade County, USCG Clearance and an Environmental Resources Permit from the South Florida Water Management District. Seawall Repairs at Fleet Management,City of Miami Beach,Miami-Dade County,Florida Ms. Colbert was the project manager and provided environmental support to Bermello Ajamil (B&A) on this bulkhead design and repair project located at the City of Miami Beach's Fleet Management Property within the Port of Miami, which is located within Biscayne Bay. Ms. Colbert led the preparation of environmental permit applications to the Miami-Dade Department of Environmental Management (DERM), the Florida Department of Environmental Protection (FDEP)and the United States Army Corp of Engineers(USACE).The project required a survey of approximately 200 linear feet of submerged seawall prior to repairs at the city'sfleet management facility. Video equipment was deployed along vertical transects to document the presence of corals attached to the surface of the wall. Video was later analyzed to determine the species, size and quantity of corals on the wall. Data was used to determine the need and plausibility of mitigation of the corals that were found.Permits were obtained on-time and within budget. EEAC Consulting,Inc. 2.2-70 i-1`� aonsutt.com m MIAMI BEACH Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on an'As Needed"Basis • RFQ 2017-028-KB Sunset Isles Permitting Analysis,City of Miami Beach,Miami-Dade County,Florida Ms.Colbert project ct n onager in charge of performing an environmental permittinge'..aluatian for a force main rehatiiitation project located between Sunset Isles 2 and 3 in the City of Miami Beach. Spill Prevention,Control and Countermeasure(SPCC)Plans,City of Miami Beach,Florida Ms.Colbert assisted in preparing SPCC Plans for twelve facilities throughout Miami Beach.These facilities included pump stations,fire stations,public works yard,Miami Beach Golf Club and the Convention Center.The approach for performing the SPCC Plan(s) required under this contract followed the steps outlined in applicable federal regulations(40 CFR 112).Ms.Colbert reviewed available as-built drawings,surveys and plans related to the structures and drainage pathways. She was part of a team that conducted site visits at each of the facilities with personnel familiar with facility's tank systems and other oil storage systems. reviewed records of tank integrity and pressure tests. evaluated areas of obvious discharge potential and spill sources and identified environmentally sensitive areas and potential receptors if a spill were to occur.This information was used to complete a Tier I SPCC Plan for each facility.which also incorporated recommendations to assist the City with compliance with state regulations. Vizcaya Museum and Gardens,Miami,Florida Ms.Colbert was project manager in charge of two mangrove lined waterway restoration projects at Vizcaya Museum and Gardens.A multi-disciplinary landscape architecture and environmental restoration plan was formulated for the waterways and tidal pool which balances ecological function with creative landscape aesthetics,recreational functions and values,and improvements to water quality, and planting designs based on historic flora inventories, including mangroves, native hardwood hammock and coastal scrub species.For the south canal restoration,dredging design plans and mangrove trimming and mitigation plans were prepared. These plans were submitted for a Class I Permit from Miami-Dade County Permitting, Environment and Regulatory Affairs,a permit exemption from FDEP and a Letter of Permission(LOP)from the USACE to conduct maintenance dredging activities involving the removal of approximately 1,410 cubic yards of silt and sediments from the bottom of the canal. The objective of this project is to enhance and restore lost hydrologic and biological functions to the canal. Brickell Key Bridge Rehabilitation Permitting,FDOT District Six,City of Miami,Florida Ms. Colbert provided environmental permitting support for this bridge rehabilitation project to include a benthic resource survey, report writing and completing permit applications for the USACE, SFWMD and Department of Environmental Resources Management (DERM). Miami Circle Seawall Restoration, Miami-Dade County, Florida: Ms. Colbert was project manager in charge of conducting daily turbidity monitoring and reporting to the project engineer and the FDEP during construction activities for the restoration of the Miami Circle seawall. Bicentennial Park Large Vessel Mooring Facility Water Quality Monitoring, Miami-Dade County,Florida Ms.Colbert was project manager in charge of conducting daily turbidity monitoring and reporting to the project engineer and the SFWMD during construction activities for the development of a large vessel mooring facility within Biscayne Bay. EA i I EAC consukrng.inc: 2.2-71 ry` eaaonsutt.corn m MIAMI BEACH Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on an'As Needed"Basis • RFQ 2017-028-KB tu I I RENE BASULTO, PE, LEED AP, CxA, CPE, CPD MEP ENGINEER A s, Mr. Rene I. Basulto has used his many years of experience as an engineer and manager for the design of a wide variety of commercial, industrial,go,,ernrnental.educational, and medical 36 projects in the public as well as the pris,ate sector throughout the United States and overseas. Under his leadership the firm has evolved into one of the most prominent and respected engineering firms in South Florida. Years of Experience KEY PROJECTS MDWASD Pump Stations Upgrades Pump Stations Nos.7,64,113,114,140,173,427,430, 435,439,502,560,767,794,1018,and Epiphany Church Design and preparation of water and sewer system construction plans for the construction of upgrades to existing Pump Stations. Upgrades included new pumping units, new electrical control panels, new electrical services, new telemetry systems, replacement of PS piping, new valve vaults and fittings,new wet wells,demolition of existing pump stations,and associated site Masters of Science in improvements. Engineering Management. Florida International University City of Hialeah Section 26 Sewer Improvements Pump Stations Nos. 132, 133, 134, 135, 137,138,139,140,141,142 and 144 Design and preparation of water&sewer system construction plans for each of the stations, Bachelor of Science in which included a new regional pump station consisting of a submersible pump station with Mechanical Engineering, 4 submersible pumping units (215 HP) with a peak capacity of 8,880 GPM (12.8 MGD) and Florida International University valve chamber. The pump station site included a building housing the electrical control room and a storage area;an odor control unit; MDWASD flow meter,emergency generator,and other Professional Engineer,Florida improvements. #40869 Hialeah R.O.Water Treatment Plant Well Site No.11 Design and preparation of construction documents for Well Site No. 11.This project included Registrations/Certifications: design of electrical service for water pump station with coordination of service connection to General Contractor,Florida No. Florida Power and Light Company. Construction Administration Services with coordination with CG-C060225 master plan design team and contractors. Certified Plans Examiner, HROWTP Pipeline Hialeah Annex Pump Florida No.PX-0001324 Design and preparation of construction documents for the Hialeah Annex Pump. The project Certified Inspector,Florida No. included medium voltage (23 kv) design for electrical connection to four pump buildings as BN-0003018 designed by AECOM including duct bank along service road.Specifications for switchgear,cables, hand holes,and equipment pads.Specification for service lateral to each building.Specifications LEED Accredited Professional for grounding system and coordination for service point with Florida Power and Light Company. ICC Registered Mechanical Inspector Bank United S.W.8th Street Exterior Lighting Design and drafting of the exterior lighting of Bank United's South West 8th street branch.Design ICC Registered Mechanical was part of complete bank renovation. Plans Examiner City of Hialeah Street Lighting Projects Certified Plant Engineer(CPE) Design and preparation of construction documents for roadway lighting for several street lighting projects in the City of Hialeah.Designed illumination for miles of street lighting.Projects included: • West 16th Avenue • West 18th Avenue • West 53rd St.between West 8th Ave.and West 12th Ave. • Southeast 4th Street • East 13th Street • West 80th Street • 138th Street • East 63rd Street to East 65th Street • East 7th Street-9th Street EA i' I eAc Consufin9.inc. 2.2-7 2 —_� eecconsutt.com [G MIAMI BEACH Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on an"As Needed"Basis • RFQ 2017-028-KB Valencia Commons Site Lighting Design and drafting site lighting for parking lot area. Large shopping center parking facility design as part of entre snooping center.ttestchester Shopping Center Site Lighting Photometric site lighting design end drafting compiv with Miami Dade County Ordinances. Renovation of existing parking area to meet minimum illumination le,eis required by Miami-Dade County. Valencia Commons Site Lighting Design and drafting site lighting for parking lot area.Large shopping center parking facility design as part of entire shopping center. Westchester Shopping Center Site Lighting Photometric site lighting design and drafting to comply with Miami Dade County Ordinances. Renovation of existing parking area to meet minimum illumination levels required by Miami-Dade County. Mirasol Ocean Tower Design and drafting for installation of new back flow preventer and domestic water pumps for existing 28 stories condo building. Villas De Marbella I and II Design and drafting for conversion of single water meter serving a 17 unit townhouse building for Marbella I and a 20 unit townhouse building for Marbella II to individual meters for each living unit and an individual meter for the building common area water connection. Miami Beach Senior High School Design and drafting for new water service and distribution throughout a multi-building high school campus located in Miami Beach. City of Miami Street Lighting Projects Design, drafting and preparation of construction documents for roadway lighting for several street lighting projects in the City of Miami. Designed illumination for miles of street lighting. Projects included: • NE 2nd Avenue • Museum Park Walk • NW 154th Street EA i I enc consu-ins.tom. 2.2-73 MIAMI BEACH Professional Construction Engineering and Inspection(CEO Firms to PrcvldeVarious CEI Services on an"As Needed"Basis • RFC)2017-028-KB 2.3 FINANCIAL CAPACITY EAC's Financial Strength EAC is a financially strong and sound organization.This is exemplified by its sustained growth in revenue and personnel over the past twenty three(23)years.The following information is intended to demonstrate the firm's current financial strength. If any additional information is required to evaluate the firms financial strength,please do not hesitate to contact IAC's Senior Vice-President and Chief Financial Officer,Marie Chong,CPA. Marie Chong,CPA Senior Vice President/Chief Financial Officer EAC Consulting,Inc. 815 N`,^I 5i to A,enue,Suite 402, Miami, FL 33126 • Main:305-265-5400 • Direct:305-265-5489 Email:mchorg5eacccnsult.com / A CAG Consulting,Inc. March 3,2017 EAC Consulting,Inc.has demonstrated a history of financial strength and stability.Over the past five years EAC has averaged over 5 million dollars in assets,and has shown a profit each year during this period.EAC has sufficient financial resources,equipment and organization to provide the resources required. Sincerely, EAC Consulting,Inc. Aor Marie Chong,CPA Senior Vice President CFO EA i ewc Consulting,r,e. 2.3-1 r�� eacconsuC cons m MIAMI BEACH Professional Construction Engineering a^d Insoection(CEI)Firms to Provide Various CEI Services on an"As Needed"Basis • REQ 2017-028-KB A R F c I O ti s February 6,2017 EAC Consulting Inc. 5100 NW 33rd Ave,Suite 243 Ft.Lauderdale,FL 33309 To whom it may concern: The purpose of this letter is to confirm the great relationship that EAC Consulting Inc. maintains with us here at Regions Bank. Since January 24th,2003 when their checking accounts were opened,they have demonstrated to be excellent clients. Maintaining an impeccable transaction history with no non-sufficient funds,no returned items,high deposit balances averaging close to a S1 MM and always making their line of credit payments on time. EAC Consulting Inc.is an asset to our Commercial Banking Relationship Portfolio,and we extend our gratitude to them for choosing Regions Bank as their financial institution and we hope that you are able to extend services to them as they are valued customers. For further assistance,please feel free to contact me at 786-459-8466. Tha ou, I Carlos Leon Commercial Banker Relationship Manager EA i ( EAC Consulting,Inc. 2.3-2 ��� eaxonsulccom M I AM I B EACH Professional Construction E^gi^eeri'g and Inscection(CEI)Finns to Provide Various CO Services on an"As Needed'Basis • RFC!2017-028-KB Trade References A. REGIONS REGIONS BANK 99 SW 12th Ave. Miami,FL 33130 Tel:305-447-1236 Fax:786-459-8466 Attn:Carlos Leon -Vice President/Relationship Manager FAX. FEDEX P.O.Box 94515 Palentine,FL 60094 Tel:800-622-1147 Fax:800-548-3020 Wbank, US BANK 1310 Madrid Street.Suite 101 Marshall,MN 56258-4002 Tel:800-328-5371 SHARP SHARP BUSINESS SYSTEMS SHARP BUSINESS SYSTEMS 14791 Oak Lane, Miami Lakes,FL,33106 305-558-2721 As stipulated in the RFQ"at the request of the City,EAC shall arrange for Dun&Bradstreet to submit a Supplier Qualification Report (SQR)directly to the procurement contact named in the solicitation." G i EAC eaaoCWsuldm 2.3-3 m MIAMI BEACH . 11111iiii 11111111 �■ irm. __.. ~ ill!/111lliilili ""•1!„...,.............'..,;...._, .. , , ` �� 11/111111111111111i1� , r 11 '' 1111111111111IMM ®�■■1!!r ,- •4 11111111111111.x- -1-w _ °"11111111111uP.. .r. .,. „w„ 1 1 • 11111111111111 Im■ -\ �, , • 111111111 r---- `. � ., 11 .... --- .-. .i\- 4 ....o... s®!!et1,-----•-''--"--•,...-,:"., 1 11111111/11 , ---\.,t, ~ 11111 1▪ 11111 .111 - "' !1111 . 111111 .re. ---'r \r. , ; '"11111111111• ;; ' '�"';: r. - - 'lieeij1N1111 11�I MI yill qi 111 111 11111111111 u■nnf .._ ...,.,.. iA 1111 '� ..... rw 11111 ....,, 00.01"I'''444m■ mn pr1 '0pa 111111 1. pp "`' UN•'r.r -r■- nl.-r 11!11!11\\\ l q l 1111 rar be.rt.IM 1 tauli:nant NI 1■rl■rl MO Illn atln Ter 5x,■ 11111111111 r/1„.f s1. nn.. `, „/r...... is HOtar ' Salim N �' 1 • '�-11111111 ,,;/r111a■1.l 11 x.l ' i AlISII'js 41 II a wr111111n '� 1, • -0.010.oat ..nnr■nIS ll�i:e1 has 1111 n,I-ralp pp '' ” a mc. �� 11111111 prwPM r 11 rnatter rr■B.III i0 n q�1 i tom.1�t +St.,„4,,,,,"+ \. ` L 11 11 na A nsr 7:t -,tau', APPROACH & METHODOLOGY 1. '..444 '...IIIIIIIIII1 I 1 1 1 � v ��pp��Or 1f i t 4.444 , ':M',:9t,w,� , ww...11A11. „wallo .la■fl -YV iA■p i uvrr ■9rm•i '1nN Ills tt � Y 111111..111 ,-,� * ■ l Fg11wr. A 111[Q V I , ,: , , ■w urn. °\u.rrm■u rm1■\p hat ,,L �'1 il•1 r gym, ,1111 ` rA,g„cS r■fr��� � 11111111111 ! � I '. 1 � r S e"� I;'� ■ iq!■ 10111110r, Wr1r 11111( �it HT�1�e1_1p d, " _N.■■Y■.1 w1i., NIU'...■rlrn.iririnl■\\ J / ,. 4 401:." 1W1 IFE rgif rrl t. �^.�1 f ./.• ,I rW11At nlrMl, Ii anti 51111 TAM 101.177 1��1^^^����� INDIUM { 1 1 I 4 �w "fir ..1/r r "Ma L f M1 '�A+ \i■.1111111■I■I■■■10111\ � t rrg3 ^� Ira �3 .-m-w..u:w■r � 1111 i stwtt a/rw■•, I rmr { nn 1'11115 n;n1 e, �t, b 1E11E111 W 11.ir ,„ 1/M. r-..u■C 51111 \I.s..lnu..■111.1■\.. , p ntrp■R11■rl IN � lir !1/a U1 It 1#111 r. .: Fa ns,. $ 1 �v err ' ' ''''74411111111111111111111 11wliilr x L"..11..1""" '''' •' m� 5a g .' !:FiM 6urnilt nix t.. t .P ale !apt n®- .w�-x.._..-_ .N� Inn! i ,I I b y 2£ " a y„a. ..... r/e.,ll � o'er Fli r r to r, g . r �'Z� .� 11 1111/ A110.1■ i1i! ■■.1-AA0!".10,"„,,,Mt, S E n errske • ,,„,F 1' 4 ece i I . nn 1 ra:n t o n nru i t 1/r a 1/T lir ' i ` .1111 -. 1nI1m11II „ ,len1_.l ,1_1111 �n Inc e1/ r 1111■ . r-11■ \1.11111111515■i■\1111■\\ 11.1114 a•�"11111111111 , ,;n1/ ! 1! win" Inc m ,k1 rta'`' ' > aemraa■..r 11-11 an■s '1/w a1 ■.■wn■1■.. ,C`^'tt '"a,r„ • rpnnr rpr/1rw, Ir �i'1 111111» In 1111!1 i �'° �' x: 1 " mnmlll _. 1..1 M T„ ' 1.111 1,11 11 J „�. uw 1111, ®f .u• r r ;m+".r.E'1�.aat' mr.az" a pq 1 uagr�l",, swim ee 1 tilvie®.we.rte��/".p. a' W >Il11 �f111 $ 1 e.iNR ' '4x4'° 4*r4:. " C' .P11.SMInl1 ui ii n t lw m1/, ea■,kr, 1• ;Foul.. 1w Y 1111 �.1. s ' s 44;4.44'4 .n11ngemt wmnu. Ill 111 eras! t:1,1111.11111''1"-A.'■i .>nth” 1 ' ' I 41 !Ill, I1 a' .0 ° 01116,` -1 - 1 ._ µ ' Ow, � 1 "" p11W. II ' r � t:t t a ',4,1 xR r" "ifi 1 a - w 1 d x ti' "'� -.fes n ',-11, r� 1/a - t 1 t '. f',,,,!, - t-,..,,' y ,. , gp I _•_: a* n1/., -,. _ :'\ F'', id..:.�' ' I t A1• 1 am 1/r _� a, 11::W.,...,r.. e.� —1111 ._ _ s , 1111. �..'.' l_t era "r" 4 d ' rt ' #'3,41',11',4:',.-1.C-,.",4.,. ' abs a� "a.,';'0,‘..',.`,. ..14.4As � YI / -,140.44.,,,;;',,,',..‘,/,', � ° x11 . .: �� Q„ 4 �a a. x t '1 k s 9 O_ xa z^ �"' kt"art ; � °� ' " � X83 t, a x,s ta' 1111"i e` L5$' *'. , r� �bI. " , r: (.,%:',,:',,`;';‘,'"'?,',":,"::*,","ii" : : O 1:'r: t "x " ; tkL� t,b X2 +' apt — x 1111 l" '.11.:t.,S.... """ , c u E . A EAC Consulting,Inc. — eacconsuft.com m M I AM I BEAC H Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Se:aces or an'As Needed'Basis • RFQ 2017-028-KB APPROACH AND METHODOLOGY 3.1 UNDERSTANDING SCOPE OF SERVICES The City of Miami Beach has a need to construct. rehabilitate or upgrade its infrastructure to meet the high quality of services the residents and visitors of City of Miami Beach(the City)are accustomed to.These improvements are required to meet the current and future demand.to replace aging infrastructure or update tc meet the current codes. EAC understands that the City will identify the desired services and will contact the selected consultant on an 'As Needed" basis to provide the services.We are very familiar and experienced in these types of contracts and pride ourselves to deliver and exceed our client's expectations.The beautiful island of City of Miami Beach is approximately 7.1 square miles and separates Biscayne Bay from the atlantic Ocean.The City is known for its vibrant community and outstanding services provided to its residents and visitors.The City has a network of infrastructure to serve its residents and 35?%.of the ten million tourists who visit GreaterMiami every year.Some of the City's infrastructure were constructed years ago and over time require rehabilitation or replacement to meet the demands and current regulatory;"jurisdictional codes.This contract provides the City with a consultant to undertake the contract administration and Construction Engineering and Inspection(CEI)services according to these needs.EAC's experienced professional engineers know what is required to deliver these services. The City's Capital Improvement Program(CIP)has significantly evolved through the years.Thanks to a dedicated City Administration Team focused on resolving challenges associated with climatic impacts and resulting Sea Level Rise threats,the program has evolved from a Right-of-Way(ROW) enhancement and beautification program to a full-scale infrastructure improvement program aimed at improving the level of service in both utility services and traffic as well as provide resiliency and sustainability for the future. In the Neighborhood Improvement Program alone,the City generally establishes the following level of service improvements: • Raise the paved roadway and adjacent corridors to a minimum crown elevation of 3.7 feet(NAVD) ' Harmonize the raised roadway with adjacent properties,sidewalks(ADA),and driveways • Install a new robust stormwater drainage collection and pumping system Y Improve adjacent property drainage ► Replace water distribution/transmission systems,and gravity sewers ► Install new street lights,pedestrian lights,and spare utility conduits Improve existing signalized intersections with new mast arms ► Install new pavement markings,paver crosswalks and street signs O. Install new landscaping and irrigation systems 110- Improve accommodations for street parking,Citi Bike Miami,bus stops and bus shelters ► Replace or enhance street end Seawalls and Outfalls ► Construct or rehabilitate various infrastructure buildings The work varies depending on geographical needs,additional neighborhood requirements and ancillary coordination with ongoing or future programmed neighborhood needs may trigger additional scope.However,for the most part,currently,one may anticipate the above stated components to be included in the City's established infrastructure performance criteria. To that end,the City's CIP Office is tasked with ensuring that these infrastructure elements are delivered with the outmost quality,in strict accordance with the Contract and Schedule,Plans and Specifications,and in strict compliance with the City's Budgetary and Financial allocations.It is therefore critical that the CEI firm have a multilayer applied understanding of the specific complexities of the Miami Beach CIP when administering a construction contract.This firm must be able to provide from a pool of seasoned professionals with the technical expertise and experience to deliver a successful completion of the Consultant Service Order(Order)for each task requested.and to meet or exceed the City of Miami Beach's and its stakeholder's expectations.That TEAM is the EAC CEI Team. -.- - ^ .4 EAC Consulting,Inc. 3-1 E�1�� eacconsuH.cam m MIAMI BEACH Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on an"As Needed"Basis • RFQ 2017-028-KB 3.1 .1 Potential Issues a Scheduling Neighborhood Projects. by their risk structure ,reduce delays. At times these delays are caused by logistics in the construction(utility conflicts,utility operational issues,coordination with other projects,coordination with residents,etc.).The sum of these delays can at Imes affect the cost of the project, therefore it is critical that any effort associated with scheduling and project control go hand in hand.Special attention will be paid to the progress and management of critical path activities. a Utility Conflicts - Mitigation of and minimizing utility conflicts is a typical challenge in 8i1 construction projects, particularly in key roadways with complex drainage systems and other large-sized utilities.The EAC CEI Team will work with the City and the Contractor in identifying • and addressing utility conflicts.Constructability meetings with franchise and municipal utilities during the design phase allows for proactive resolution and adaptable solutions that help avoid conflicts and delays during construction. For the initial steps of the design effort,the EAC CEI Team will coordinate with the City and Contractor any subsurface utility exploration(SUE)program,and this combined with utility field marking data and detailed research of record drawings will provide a database of the project site utilities. This will allow the team to minimize the possibility of a conflict with a utility. A Utilities Coordination - Although Utility Coordination and Relocation is the primary responsibility of the Contractor and early coordination with utility owners in critical; Miami Beach's urbanized conditions, on the other hand. introduce challenges which extend beyond the normal complex underground conditions encountered in other less dense urban corridors. Because of its land development and re-development history, Miami Beach ROW's present a large amount of age old utilities which are not identified in as-built,atlases or other plans and/or because of organic soil conditions and high groundwater table cannot guarantee discovery through conventional exploratory excavation methods.Some of these unforeseen conflicts may impact the Project Schedule if not resolved rapidly. EAC key personnel can be said to have the most breadth and depth of knowledge as it relates to resolving highly complex conditions to keep the Contractor on schedule in Miami Beach. EAC will work with the EOR and Contractor and with the proposed schedule to address critical path issues and establish benchmark dates in the critical path to expedite any possible utility coordination.EAC will also coordinate with the Contractor in a timely matter and evaluate options of phasing that keep the Contractor moving while not affecting the flow of production. In addition, EAC will verify if the Contractor and Utility Companies can meet the proposed schedule and the resources to accomplish the work. ■ Geological Conditions - Generally projects in Miami Beach, particularly the western edge of the barrier islands is historically consisted of low-lying mangrove estuaries between the barrier islands and Biscayne Bay.When development of Miami Beach started in the early part of the 20th Century,the mangrove trees were cut and,the low-lying coastal areas along the bay were filled;however, the thick fibrous organic mangrove root mats and underlying silty bay sediments remained, resulting a layer of organic peat and silt(i.e., muck) which is characteristic of the area.This "muck" layer is typically very soft,saturated and highly compressible.The anticipated subsurface conditions in the project area consist of an initial layer of fill,typically extending to about elevation+0 to-3.5 feet NAVD, underlain by the muck layer,which typically extends to about elevation -4.5 and -9.5 feet, NAVD.The muck is generally underlain by sands and shells extending to about elevation -17 to-22 feet, NAVD. and then below porous limestone is typically encountered. Groundwater levels in other areas are generally the same as the water levels in nearby Biscayne Bay and typically fluctuate between elevation-1.5 and+1.5 feet NAVD,with higher groundwater levels occurring during unusual high tides and storms. Is Underground System Installation -The soft, highly compressible muck is considered unsuitable material and may not be able to directly support some of the heavier utility installations (storm water pipelines, pump stations wells). Excavation, removal and replacement(i.e., "demucking") of these unsuitable materials from the entire roadway ROW to such depths, and in a congested, highly developed urban area is neither cost-effective nor practical from a construction or schedule standpoint.Ground improvement techniques typically utilized for organic materials, such as preloading/surcharging or soil-cement mixing, are also not considered feasible from a schedule or cost standpoint,but can provide a more optimal installation at times.Depending on the strata breakdown and elevations, there may be opportunities to optimize deeper system installation (waste water, stormwater and pump stations) by working with the City in monitoring the installation of these systems and the methods applied by the Contractor to ensure the stability'of the installation.The City has installation details for pipes in muck conditions,and Contractors must strictly adhere to this critical condition. For some of the shallower pipeline installations where inverts are slightly above or within the muck layer,such as water lines, over-excavation of the muck layer by at least one foot, and backfilling with crushed stone may be required to provide proper foundation bearing for the pipe or structures. Because of the potential presence of soft organic muck,silts and sandy soils, open-cut excavation without support for the installation of utilities and structures is not feasible at times.The EAC CEI Team will work with the City and the Contractor in enforcing and reporting adequate installation methods such as trench boxes and steel plates to provide temporary excavation support during installation of the new underground utility and structures.The EAC CEI Team is very well FAC Conwtting,Inc. 3-2 Er1� aonSWtcom m MIAMI BEACH Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on an"As Needed"Basis • RFQ 2017-028-KB experienced in the challenges associated with construction underground systems under these conditions and will work closely with the Contractor and the City to address solutions which result in optimum installations. Dewatering - Generally, because of the high groundwater conditions in Miami Beach. Contractors inclined to perform most the underground installation work in the wet. Water levels typically vary from-1.5 to+ 1.5 feet NAVD and are subject to Biscayne Bay fluctuations.Structures like Pump Stations are generally constructed in the dry with the use of tremie sealed cofferdams thus allowing for a water tight installation.The EAC CEI Team will analyze the overall dewatering approach so it is configured for the specific tasks and in accordance with the required permit limiting conditions. The EAC CEI Team will monitor if sufficient pumping equipment including diesel driven,and/or electric pumps with sufficient capacities will be on hand by the Contractor.The combination of well points and submersible pumping systems with proper portable settlement devices such as sediment tanks to filter out sand and fine soil particles and other methods of protection of the bay via turbidity curtains will be carefully monitored by the EAC CEI Team. a Demucking-The EAC CEI Team will observe and record any demucking activities conducted by the Contractor. Dewatering of pipe trenches should be supported with shoring systems configured to prevent the muck layer from infiltrating a pipeline under construction. If required. the EAC CEI Team will work with the City and their Engineer to develop solutions depending upon the alignment and elevation of the new piping system.up to and including undercutting and removal of all or portions of the muck material.Backfilling with suitable material or stone,consolidation and/or compaction techniques and/or re-routing of the pipe below or around the muck layer to ensure proper bedding support will be required.The EAC CEI Team will observe and record that the muck is properly loaded to prevent leakage and transported to a licensed landfill for proper disposal. I Raising the Roadway-Raising the roadway above the existing crown may result in potentially excessive, long-term primary and secondary consolidation under the weight of the new fill.It is critical that the Contractor adheres to the City's Design Criteria Package (DCP)or Engineer of Record(EOR)requirements in the installation of stabilizing fabric. Both during construction and after completion, access to residences and businesses as well as proper traffic mobility through the same corridor must be maintained in a way that it is not a detriment the adjacent property owners or the natural flow of traffic.The EAC CEI Team can be there to assist in properly coordinating the Maintenance of Traffic with the Contractor and CIP Office.Our deep bench of roadway inspectors understands the myriad of issues associated with roadway construction from proper compaction to functional MOT's, impacts to businesses and residents.Our team is also very well qualified to conduct successful inspection in the upgrade,resurfacing or roadway reconstruction. A Temporary Signalization/MOT-During construction activities,operation of traffic signals and maintenance of signage is required for public safety.The EAC CEI Team, 0.411.!... with vast Maintenance of Traffic(MOT)plan experience,will analyze traffic controls used for facilitating vehicular and pedestrian traffic through temporary traffic control zones within the active construction area.When the temporary traffic control zone operation affects traffic flow at a signalized intersection, and the existing signal operation and/or configuration does not provide adequate traffic control for the affected intersection, a temporary signal plan is required. The EAC CEI Team will . review the Contractor temporary signal plan that will describe the adjustments that must be made to the existing signals to provide adequate signal control during the , temporary traffic control operations. a Harmonization-Adjacent Property Drainage-Based on previous projects where the roadways are raised or have been proposed to be raised, we estimate the mean increase in the crown of road elevation to be approximately 1.6 feet. This increase typically generates a reduction in elevation between the road and the existing adjacent properties, including buildings; as finished floor elevations are only slightly higher than the existing roadway elevations. Harmonizing driveways and walkways to provide a smooth. drivable, and ADA-pedestrian-accessible transition between the existing properties and the proposed roadway elevations will be a challenge.The EAC CEI Team will be there to observe and record whether the Contractor is taking all the necessary grading measures to avoid impoundment of stormwater.Grading will be observed to ensure that stormwater runoff into the lower adjacent properties is captured,treated and disposed prior to affecting these properties.We find that there will be two basic types of harmonization,one that will require a designed slope downward to match the existing property's elevations and one that can be designed to slope upward to match the existing property's elevations. ■ Driveways Restitution and License Agreements-Generally.driveway widths in Miami Beach are restricted or limited to:11 feet for one way;22 feet for two way;40 feet maximum for commercial.and no more than 50%of the property width for other properties.The City has an instituted program for driveway replacement during reconstruction or harmonization,and we understand that driveway replacement materials within the ROW generally consist of asphalt or concrete.The EAC CEI Team will observe and record compliance enc cans,+c:ns,kK. 3-3 CI_ MIAMI BEACH Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on an"As Needed"Basis • RFC/2017-028-KB with these requirements as well as any treatment requirements established by the City.Within private properties,it'rill be necessary to obtain license agreements with the property owners prior to working inside property.The owner will be advised that any salvaged material will be stockpiled within their property for reuse.THE EAC CEI Team will observe,record and coordinate license agreements for driveway harmonization a ADA Compliance-The EAC CEI Team will observe and record the maintenance of means of ingress and egress not just for vehicles, but also for pedestrians.vAVe will perform the necessary site reconnaissance to observe and record that means of ingress and egress comply with ADA standards and regulations. ▪ Signalization and Signage - In accordance with the requirements of the --,=-1,7r, "" 5'-'= ' :' - . DCP or EOR for replacement of the existing signalized intersections with new w "`"- traffic and pedestrian signals.The EAC CEI Team will ensure that construction -•i•�ww ' k :0. is in conformance with FDOT. Iv,ILTCD. and Miami-Dade County requrements. Ap.. 4„41-tia4...„.,, ''-'; '..it. '-'-' t\... , i.,:',.1-:7,!,/,_,,.. The EAC CEI Team will observe and document the proper installation of loop it,,, - .=4---n. '''''t.',.,i it., f -�" detection systems as designed with a Signal Operating Plan (SOP) that ist'sW a .- ' .,., coordinated with the City Transportation, and Miami-Dade County Traffic " " ts Signals and Signs Division. If new signals are designed for new mast arms, „ i EAC will observe and document that new signal heads, pedestrian signals and r21-0070-11.41F „ • v,,.,,,. detectors. cross walks new controller cabinet, electrical service disconnect, and illuminated street name signs are properly installed in accordance with the Ai- 4 - - established criteria. We will also observe and document that the installation includes painting the new mast arms with suitable paint,by the pole manufacturer.to protect the mast arm from corrosion,brackish water,and the coastal salt-air environment. ■Signage and Markings-In accordance with the requirements of the DCP or the EOR,the EAC CEI Team will observe and document the installation of pavement marking in conformance with the typical roadway cross section selected by the City for roadway raising, the latest MU TCD standards. and Miami-Dade County and FDOT requirements. We anticipate that the City roadway projects will require review and approval by the City Traffic, MDC,and Florida Department of Transportation(FDOT)for the roadway connections to other major roadways such as Alton Road. Pavement striping will be thermoplastic,and installation of markings and signage in accordance with the City.MDC and FDOT. For projects that include multi-modal transportation,The City utilizes special roadway corridor signage that include the Trolley Service with the map signs, new "Scooter Parking Only sign, "Pay To Park" signs associated with mobile payment options as well as "Pay Here"signs for parking kiosks, and other public information and directional signage. Upon request by the City,the EAC CEI Team will coordinate with the Contractor and the City special sign requirements with City Traffic to determine appropriate locations and functional requirements.We also understand that the City has implemented back-in angled parking in certain areas of the City,and in accordance with the DCP/EOR,it is our understanding that these types of parking spaces require special signs to inform the public how to use the designated back-in parking system.EAC will coordinate the location for this specific signage with the Contractor and the City to ensure the public is aware via signage to park properly in these locations. ■ Street and Pedestrian Lighting-As dictated by the DCP or EOR, _; =L-w - and as assigned by the City, the EAC CEI Team will also provide - -1—'1 m , < ^bser✓at!en and documentation for the replacement of existing ,..�4 street and pedestrian lighting with new compliant lighting within the L ' rtt9 " limits of the project. We will observe and document if circuits have - « 2 m-: kr the required sized PVC conduits for the conductors to power the , ¢--it?-_. ilt ms's p, proposed lighting.New lighting poles will be in accordance with latest r'"' Cin; DPW standards STL5a and STL7a, and painted black. The pole _ - ` - base installation for the pedestrian and street lights will follow soil �� parameters depicted as required by FDOT. The City has the option of using this detail as part of the City Standard details.The EAC CEI Team will coordinate with the City for removal and reinstallation of any lighting equipment.In addition,we will monitor installation of spare conduits,with a tracer wire,and equipped with pull wire/string inside the conduits for future use by the City for installation of electrical and communication wires. EEAc conwrcing.Inc. 3-4ms'` eaGCOOSO,t.COfif m MIAM I BEAC H Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on an'As Needed"Basis • REQ 2017-028-KB a Streetscaping and Landscaping-The focus of the landscape and urban design is to create beautiful and meaningful places. providing a forum for social interaction,enhancing the community's benefits of the project.In so doing,the project becomes a source of pride to the City and neighborhoods. The EAC CEI Team is committed to a collaborative approach with all parties during the streetsoaping and landscaping activities and will ensure that all items are provided and installed in conformance with the contract requirements.We understand the importance of teamwork and effective communication in delivering a successful project. a Night Temporary Illumination-Although we anticipate minimal night construction depending on the project demands,in the event of night time work,the EAC CEI Team will observe and record if portable light plants are being utilized by the Contractor in a manner so as to screen the residents from glare by directing the fixtures down toward the work activity while ensuring proper illumination for both Contractors,pedestrians and traffic. a Construction Noise-Our team is knowledgeable of AS 2436- 1981:A Guide to Noise Control on Construction,Maintenance and Demolition Sites,which establishes that during the construction planning phases. minimal annoyance shall be conferred upon the people living and working in nearby premises,and to people outdoors in the vicinity.Upon the City's request,the EAC Team,will work closely with the City and the Contractor's Safety Manager to implement proper noise control methods,and feedback will be provided to the City regarding the effectiveness of noise control measures during safety meetings.Hearing protection and the selection and use of hearing protection devices will be monitored to safeguard employees and all persons present on the job site from hearing damage and/or impairments.Upon the City's request our team is prepared to work with the City to implement methods for sound management that are to be followed by all working personnel. Our team's preventative management approach aims to reduce noise during the entire construction process,which is achievable through quiet work practices,quiet construction equipment,and other effective noise control practices.We will work with the Contractor and the City to meet or exceed the City Construction Noise Ordinances. a Dust Prevention-The inherent moisture content of excavated materials may limit the total amount of dust associated with any neighborhood construction project.Nevertheless,where necessary,The EAC CEI Team will work with the City and the Contractor to use wet suppression to control dust dispersions,to provide temporary dust control,we anticipate this will be applied to aggregate stock piles,bare ground work sites and drilling operation sites on a routine basis several times a day,if needed.Wet suppression consists of applying water or wetting agents from sprinkler pipelines,hoses,tank trucks or other devices capable of providing regulated flow, uniform spray.and positive shutoff.We will observe and record to ensure that dust suppression wetting agents will be water-soluble, nontoxic,non-reactive,non-volatile,non-foaming,and will not be applied to planted soil areas.Accumulation of dirt/dust on sidewalks and temporary and/or permanent restoration paving will be observed and recorded.Our team will work with the Contractor to ensure a street sweeper will be on site as needed to ensure no buildup of dirt and debris occurs.During front-end loader,clamshell bucket, or backhoe activities,the free drop height of excavated or aggregate material will be monitored and documented to ensure reduction in dust generation. During transport,The EAC CEI Team will observe and document if a free-board space between the material and the top of the dump track bed is maintained to avoid spilling materials that can generate dust. •Truck Hauling Devices-Trucks hauling soil,muck or rock will have a truck bed completely covered with a tarp or similar protective cover before leaving the site.Before leaving the site,the vehicle body and/or wheels will be cleaned of mud and dirt to control tracking on to roadways. Gravel wheel-tracking areas will be installed, in addition to any water-cleaning areas to reduce mud tracking on to public roadways. ■ Street Sweeper-The EAC CEI will observe and document Contractor's daily clean-up activities on public roadways and walkways. We will observe proper clean up of equipment such as utilize wet spray power vacuum sweeper or similar equipment for necessary cleanup on paved roadways. • Vibration -The EAC CEI Team will observe and document cofferdam construction, including support of excavation installation and seawall construction. We anticipate these will be the highest vibration source for regular neighborhoods.especially during the construction of Pump Stations. EAC CEI Team will observe and document Contractor monitoring of ground vibrations at sensitive building locations and the Contractor's record measurements of frequency and peak particle velocity will be used at the beginning of each type of construction activity to verify that vibrations do not exceed the established limits. We will adhere to the use of a maximum total gross weight of three(3)tons for vibratory roadway compaction equipment.Existing structures will be surveyed prior to construction,monitored during compaction operations and verified that no damage has occurred. • Damage To Any Existing Facilities During Construction-At the request of the City the EAC CEI Team will coordinate with the City and Contractor pre-construction surveys and videos of all buildings/structures within the neighborhood and affected areas and document existing conditions.We will also work with the City and Contractor to ensure that a final completion survey is performed to determine any damage,along with plans to correct deficiencies.Verification will be if the Contractor has notified respective owners of the damage.We will monitor and document the Contractor's settlement monitoring program to verify that the Contractor's survey _ _ -- E�1�tl• eaaOOSWt.com M I AM I BEAC H Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on an'As Needed"Basis • REQ 2017-028-KB monitoring points are located in the immediate vicinity of each vibratory installation. We will document if the monitoring points are properly affixed to nearby surface elements or critical structures(building corners,etc.).The spatial coordinates of each point will be base-lined and subsequently monitored on a periodic basis during construction and for a limited time thereafter.Should any readings indicate movement has occurred. it will be evaluated against pre-established action level criteria and it will be documented and reported to the City. a Prevention Or Containment Of Any Discharges Caused By The Proposed Work-The EAC CEI Team approach to observing and documenting Contractor's handling of potential contaminants will rely on the basic tenant of avoidance backed up by a detailed mitigation plan submitted prior to performing any work on the project. EAC will evaluate the Contractor's dewatering approach designed for the specific project in accordance with the required permit limiting conditions and will ensure the Contractor maintains sufficient pumping equipment and machinery in good working condition for the pre-treatment of construction water. EAC will evaluate if each site has absorbent granular bags,pads and tubes for minor spillage of contaminants.Seepage or leakage from equipment will be reported immediately for appropriate action.All raw materials will be inspected for potential contaminants and reported on the daily reports. EAC will ensure that the Contractor has an immediate plan with environmental firms to aid with larger spills.All contaminated material found will be required to be disposed of per EPA requirements. EAC will monitor and document if Contractor is set up to cover the following: ► All flammable and combustible material is kept in separate containment areas ► Fuel cells are protected by a sand berm with visqueen,if used on this project.All fuel cells should be double lined capable of holding the capacity of the tank ► Oils and lubricants are held in a secondary containment storage unit ► Material Safety Data Sheets are on site for available reference ► A spill plan is developed to include: • Proper handling of material for discharge prevention and control • Hazardous waste management • Emergency response plan • Reporting and record keeping n Water Management Activities During Construction-The EAC CEI Team will observe and record water management activities during constructicn. Existing drainage systems should be kept in operation as the work progresses from sector to sector wherever possible. As areas receiving new drainage systems come on line,flow should be diverted through existing drainage systems for disposal via temporary gravity piping or pumping around the affected sectors of work to ensure flooding does not occur.We will record and document if any sanitary system replacement is properly conducted by ensuring through plugging and bypassing that all sewage remains contained within the sanitary systems. The EAC team will work with the City and Contractor to ensure that removal and replacement approach to the work is coordinated in a manner such that interruption of service is minimal for residents and businesses along the conversion route. Sewage breaks or spills will be observed and documented for quick containment in accordance with the site mitigation plan. In the event contaminated soil and/or groundwater are encountered,The EAC CEI Team will observe and document the soil and groundwater during excavation for signs of contamination. If necessary chemical testing and ground water sampling will occur to ascertain the conditions of the materials found.If contaminated materials are encountered,we will immediately bring these findings to the City and take the appropriate action for the safe handling and disposal of these materials. E^/' I EAc Consufng,Inc. 3-6 r1�� eaaonsWt.COm m MIAMI BEACH Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on an'As Needed"Basis • RFQ 2017-028-KB 3.2 APPROACH AND IMPLEMENTATION PLAN EAC has earned a reputation for managing projects that meets quality and client requirements. EAC has earned its reputation for understanding and meeting client's needs, and has garnered the respect of the consulting community for responsiveness and sensitivity to its projects.Several key elements that ensure successful CEI services include: 1. A Clear Understanding of EAC Team's Role 2. Manpower Planning,Scheduling and Allocation of Resources 3. Initial Steps Needed to Get Construction Projects Moving 4. Accomplishing the Management, Administration and Coordination Aspects of the Construction Projects 5. Approach to Quality Control vu.. 6. Approach to CEI Quality Assurance 7. Est bushing Clear Lines of Communication logrodot 8. Methodology for Timely Resolution of Issues 9. Ensuring Public Safety at All Times 10. Innovative Problem Solving Techniques 3.2.1 A Clear Understanding of the EAC TEAM's Role We understand this contract is to provide CEI professional services in the City of Miami Beach for horizontal and vertical construction and construction related to environmental impacts. EAC will administer the Construction Contract, monitor and inspect the work performed by the Contractor,and coordinate the Construction Contract Administration activities of all parties involved in completing the construction project.EAC will manage construction contracts to minimize the work and involvement of the City's personnel. EAC will provide CEI services for various types of construction which include, but is not limited to: roadways, bridges, general site development, parking lots, drainage, water/sewer connections/extensions, facilities, lighting, signalization, signing, pavement markings,vertical construction,etc. The EAC Team understands the importance of ensuring that construction needs to be in compliance with applicable laws and regulations including but not limited to:the Florida Building Code,Miami-Dade County standards,codes and ordinances,City of Miami Beach standards,codes and ordinances and FDOT Standards and Specifications,etc.Strict adherence to these codes is essential to protecting the City's best interest and gaining maximum returns on infrastructure investments. Some of the type of activities that we anticipate as part of the projects included in these Consultant Service Orders are earthwork (excavation, stabilization, embankment, etc.), removal and installation of asphalt pavement, milling and resurfacing, drainage, installation of pipelines,concrete sidewalk,curb and gutter,water and sewer,drilled shafts,placement of reinforcement,landscaping, etc. Other activities that will also require CEI services include clearing and grubbing, Maintenance of Traffic (MOT), monitoring construction equipment and operations,material fabrication,material testing and in-situ testing. 3.2.2 Manpower Planning, Scheduling and Allocation of Resources EAC has the technical and managerial capabilities to effectively undertake the assignments that may be expected under this contract. A review of the personnel we have assigned to the project as well as EAC's experience will clearly illustrate the Team's suitability for this project. EAC will ensure that the proposed services are provided in such a manner as to ensure that the project assignments are completed in conformance with the plans and contract documents,and that the needs of the City are satisfied.There can be no substitute for qualified professionals providingtheir expertise in a professional manner.EAC will provide staff to take advantage of each professional's expertise,thus ensuring an optimal match between the task and the professional. EAC will deploy highly experienced Construction Engineering and Inspection(CEI)administrative and field personnel that are certified for various levels of inspection services,and are highly qualified for their intended assignments.We have successfully contributed to the completion of several major infrastructure improvement projects,and are qualified to assist the City in the implementation of its infrastructure improvement and maintenance program. -_. E_ ` en eaac acntt3rm"9,inc. 3-7 CA- M I AM I B EACH Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on an"As Needed"Basis • RFC)2017-028-KB Once services are requested by the City. EAC pro:vide the City's Project Manager with resumes of the most competent professionals in each position and a budget,and any other information needed to complete the Consultant Service Order(Order)for each task requested. As soon as the Order is executed. SAC will mobilize the approved personal immediately to the site. These services will be performed in accordance with all laws, regulations and ordinances established by the State. the City of Miami Beach and Miami-Dade County. In addition, our team has the knowledge, experience, FDOT Construction Training Qualification Program certifications and equipment required to perform sampling and testing in accordance with project specifications, the City's standards and established industry standards. 4.1 3.2.3 Initial Steps Required For Construction The EAC Team Project Start Once the City issues the first Notice-to-Proceed (NTP) we will: a) Contact understands the the City, the Design Consultant and the Contractor and prepare for the Pre-Construction Meeting; b) Start working with the Design Consultant importance of regarding questions/clarifications we may have; c) Contact utilities involved and review their Utility Work Schedules; d) Start reviewing utility ensuring that adjustments; e) Schedule different Pre-Utility Meetings; f) Schedule Pre- " Activity Meetings; and g) Document pre-construction existing conditions ,.1 by videoing the project corridor using a GoPro camera. Preconstruction construction needs photos will be filed electronically in e-Builder. to be in compliance Following review and preparation of all required documentation, The I,, EAC Team will meet with the City's Project Manager to schedule the Pre- with applicable laws Construction Meeting, review and discuss any relevant issues to include in the Pre-Construction Meeting Agenda. We will prepare the meeting agenda and electronically distribute the meeting invitation to include the and regulations. Contractor's Construction Manager,Superintendent and Safety Manager, as well as any major subcontractors and/or suppliers. The CIP Capital Projects Coordinator, utility agency representatives, the Engineer of Record, stakeholder agency representatives (Public Works, Greenspace Management,Fire and Police,etc.)as well as the City's Public Information Officer(PIO)and any City Inspectors assigned should also be in attendance. The primary items covered that are anticipated in the Pre-Construction Meeting are not limited to the following: Introductions-exchange contact information like full names,titles,mailing and office addresses,phone numbers(office line,private line,cell phone, fax and emergency number such as home number where necessary). Organizational Chart - describing lines of communication and code of conduct inside and outside the construction site.This is also an important opportunity to establish expectations and fostering a collaborative relationship among all members of the project team. Construction Safety - briefing by construction Safety Manager on all aspects related to site safety.Establish lines of communication with Public Safety and go over Integrated Safety Plan, containing all aspects related to construction safety and life safety.This is also an opportunity to go over the respective critical MOT's to address any issues or concerns related to traffic and pedestrian safety. EA 1 EAC consulting,Inc. 3-8 ���1` eaaocsutt.com m M I AM I BEAC H Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on an'As Needed'Basis • RFQ 2017-028-KB Site Issues - Contractor to provide field office phone number and fax number.Clarify the prime contractor's planned layout of the staging yard and onsite staging.Included in this review should be location of office trailers and storage trailers,entry and exit points, location of existing underground utilities,existence of any potential underground hazards,access roads,delivery truck access routes, which gate(s)will be used for entry(including possible dual gates), project site signage rules and requirements, planned temporary or partial street closures.location of employee parking,location of public transportation.location of toilets,security systems,lighting, special safety fencing,etc. Permits-review which permits are required and who is responsible for obtaining them and paying for them.Clarify the agencies from which the permits will be obtained including addresses, phone and fax numbers,internet application sites(if available)and contact persons. Final Construction Documents - clarify for all parties which sets of plans,specs and amendments are final for construction and assure at are"on the.same page".There is also an opportunity to adjust an',issues related to possible risk transfer with the Engineer and Contractor. Phasing&Milestones-discuss project phasing,MOT's and critical milestones to meet. As an example,some design build projects where roads are raised,may contain a critical milestone that includes substantial public input,before the definition of a cross section. While this process is being debated,and discussed,the Contractor,who is subject to a rigorous schedule,may have probably allocated some activities that would put this decision in the critical path.Therefore,it is critical to highlight this as a potential high risk condition where all parties must work together in ensuring a decision is quickly made so it does not affect the Contractor's time. Discussions like this help bring critical issues to the surface and allow every party to get on the same page in the best interest of the project. 1st NTP - review all items required prior to the release of the 1st Notice to Proceed pursuant to the Contract requirements. 2nd NTP - review all items required prior to the release of the 2nd Notice to Proceed pursuant to the Contract requirements. Submittals - review and agree on a master list of submittals and shop drawings required in the Specifications(this becomes the Master Submittal Log).Clarify the contractually required procedures as well as other agreed-upon procedures for this process including the number of copies to be submitted.Clarify the amount of time the owner;designer must review and approve the submittals and shop drawings per the General Conditions. Discuss how to expedite this process and agree upon a monitoring program (perhaps weekly meetings with owner,designer,construction manager,general contractor and relevant subcontractors).Use this opportunity to emphasize the importance of timely submittals as a way of avoiding project delay. If known, clarify which submittals and shop drawings are on the project's critical path.Assure all appropriate information is recorded on the Critical Path Method(CPM)schedule. Mobilization Plan - describe the prime contractor's plan for mobilizing, including any phasing involved and how various timing elements might affect various parties. Work Constraints - review City's respective ordinances and guidelines that may restrain Contractor's work hours, such as noise ordinance, holidays and other blackout dates, special events and other special consideration for adjacent property owners and neighbors. Relocation Plans -review the requirements for relocation of existing utilities,and associated impacts,such as timelines for franchise utilities to relocate their utilities plus any planned service interruptions which may trigger restrictions on service interruptions. Safety Plan - review the Contractor's safety plans, the date of the upcoming pre-construction SITE SAFETY safety meeting,any project-specific safety requirements,location of first aid kits and how to contact emergency services, location of nearest hospitals and first aid clinics, provisions for substance Act, g Y p ® abuse testing, requirements for subcontractor submittals of safety plans. etc. Use this opportunity Protect ve footwear mu st be worn to emphasize the central importance of safety on this project and discuss the City's Emergency Plan ; „ • requirements. ® �r'tt1y1ot0iP0� Hurricane Plan - review the City's Hurricane Guide and discuss critical elements associated with hurricane preparedness and evacuation. lines of communication, the Contractor's commitment and responsibilities during a hurricane threat. Securing the job site or work zone, removing MOT devices and construction material that can become airborne hazards and removal of all materials that can block stormwater drains and contribute to flooding situations will also be addressed.The Contractor's commitment will be required prior,during and after the onset of a hurricane. Inspection Plans - review who will be inspecting what,when and how.Consider setting up a future meeting with the lead inspector and the subcontractor foremen to review the reasonable inspector expectations and requirements.Clarify who will perform periodic life safety inspections and who oversees compliance with local,state and national codes. 4 EAC Consulting,Inc. 3-9 afwwwallim eaeconSutC01n m M I AM I B EACH Protessioral Corstruction Engineering and Inspection(CEI)Firms to Provide Various CEI Services oe or'As Needed"Basis • RFQ 2017-028-KB Testing Plans - review what testing is required at construction phasing milestones and upon completion of construction. Identify what testing will be done in-house vs.by outside firms,and identify who is responsible for calling for the testing and who will perform the testing(including company names, contact persons, phone and fax numbers and email addresses), identify what notification times are required (e.g.often elevator testing requires a 14-day notice).Clarify who will pay for the various tests.Explain and agree upon what reports are required, any specific format required, number of copies, distribution lists. etc. Assure this information is recorded on the CPM schedule. Owner-Furnished Items - review the owner's plans for furnishing materials and/or equipment as ,veil as possible separate prime contracts between the owner and other parties.Assure this information is recorded on the CFM schedule. Drawing Log - clarify who is responsible for maintaining the project drawing log as well as as-built drawings. Discuss how the designers and constructors will interact-set the tone for a friendly exchange of information.Clarify where the onsite as-builts will be available to subcontractors. e-Builder-discuss how the project participants are expected to utilize the CIP's e-Builder®Program.Agree on dates for training and who should attend. Daily Reports - clarify which persons are expected to create a daily report and how that report will be maintained and shared with others. It is recommended that the prime contractor and owner swap daily reports(e.g.the report of the superintendent and the inspector).Agree upon the format to be used. Discuss and clarify how report writers should incorporate subjective comments regarding problems,progress.potential change issues,etc. Communication And Correspondence-discuss and agree upon a communication plan with City's PIO and identify all stakeholders. RFI Process - discuss how Requests for Information will be processed and what time frames for review and response can be expected.It is prudent to establish and agree upon a"priority system"for handling RFIs.For example,"Priority 1"indicates an answer is needed in 24 hours;"Priority 2"=3 days,"Priority 3"=one week,"Priority 4"=two to three weeks.Decide on how often the owner, designer and prime contractor and impacted subcontractors and suppliers will meet to review outstanding RFIs(weekly is best).Use this as an opportunity to clarify to all parties the importance of the smooth,effective RFI process. It may also be prudent to review the RFI form and remind parties how the prime contractor and designer expect the RFI form to be filled out(e.g.list the drawing page number and detail number,spec section.exact location of the issue,suggested solutions if any,exact date the response is needed, etc.) Change Order Process-describe the steps and requirements in the change order process.Clarify who is authorized to issue change orders and the dollar limitations of those persons,if any.Clarify who is the prime contractor's authorized representative for negotiation of change orders. Discuss and agree now on labor and equipment rates, percentages for overhead and profit,small tools, and, if possible,the daily rates for the prime and each subcontractor for field extended overhead and home office extended overhead(or a future date by which these daily rates will be made available to the owner).Establish a recurring weekly meeting to review pending or proposed change orders;this meeting will be attended by the authorized representatives of the owner,designer,prime contractor and affected subcontractors.Its purpose is to keep the process moving and to expedite change issues and to professionally resolve disagreements. Dispute Resolution Processes - review the contractual processes for resolution of disputes. Discuss what alternative dispute resolution mechanisms are in place-such as partnering,Dispute Review Board,mediation,arbitration-and the adequacy of these (or the likely dangers if none are in place).If the parties feel that the contractual mechanisms may not be sufficient for this project. discuss what additional tools should be made available to the parties.This is a good opportunity for the owner and prime contractor to set the tone for cast.fair and friendly resolution of disputes on this project. Payment Requisitions- review and discuss the contractual requirements for payment requisitions as well as the prime contractor's additional requirements of subcontractors.This is a good time to establish a monthly pre-review of the proposed pay request,attended by the lead inspector,prime contractor project manager,owner's representative,designer representative and possibly the lender,if in the private sector.Review any required or proposed certification process to be used to assure timely payment.Assure that preliminary lien notices have been filed,where appropriate,and according to local law. EAC ca,:.e�.Inc. 3-10 — eacconsutt.cam CI MIAMI B EACH Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on an'As Needed"Basis • RFQ 2017-028-KB 3.2.4 Accomplishing the Management,Administration and Coordination Aspects of the Construction Projects s Schedule-The keys to a successful project are accurate schedules and cost estimates,along with concise project control.We will request a Baseline Schedule from the Contractor.We will review the Contractor's Project Schedule II and verify inclusion of all activities,valid durations. proper logic and sequence and comment until the timeline is ", at as is accepted.Time will be tracked during construction through Monthly Progress Schedules which will be verified for 1111 1111 accuracy with the observed progress in the field.Adverse progress will be brought to the attention of the Contractor for the immediate implementation of recovery measures.Our Project Manager will monitor all activities and ensure that the proper level of staffing is available to maintain the Project Schedule.This will be achieved through Project Schedule Team meetings which will be held on a regular basis to review progress and assure compliance with the Project Schedule.The Schedule must also include time for agency reviews. EAC will compare our schedule for the provision of inspection services relative to the Contractor's schedule for construction so that adjustments may be made to ensure there is no interruption in the provision of services. Claim Mitigation During Construction-Our approach to construction delay claim mitigation during construction is as follows: Establishing a reliable Baseline Schedule is of primary importance in the project scheduling,and an in-depth review of the Contractor's Baseline Schedule and recommendation for approval will be the initial step. This review includes not only technical aspects from the scheduling perspective (predecessors,successors, etc.), but also includes the verification of the Contractor's compliance with the contract requirements,the correlation of the baseline with the scope of work and the project schedule of values,among others. The review of the baseline schedule will be comprehensive to assure the adequacy of this initial schedule. Detailed and knowledgeable reviews of the schedule of values prior to the start of a project will assist in ensuring that the entire scope of the project is included,there is no"front loading",avoiding payment for work not yet performed. As the project proceeds, it is important that the project schedule is adequately maintained. Periodic reviews of the Contractor's schedule update data for accuracy,compliance with the contract documents and actual correlation with the field observations will identify not only the current project status, but also highlight any situations that may need additional attention from the project management team(lack of progress,changes in project sequencing,time compressions,etc.).Through these reviews,the reliability of the projected forecast completion is verified,and potential project delays are identified and documented. Schedule update reports may be used during project meetings to assure the proper understanding and timely action by all parties involved. If all of these proactive steps are taken,this should alleviate the majority of potential claims that may be filed by the Contractor. e Weekly Meetings-Immediately after the second NTP is issued we will schedule the first weekly construction progress meeting with the City, the Contractor, the City's Public Information Officer, Design Consultant and igh major stakeholders to discuss project's progress,three week look-ahead activities,shop drawings, requests for r�' information,document clarifications,etc. a Daily Reports - EAC will provide timely construction documentation and progress reports to the City. Field observations will be conducted on a daily basis. On the same day as construction occurs, the daily performance of the Contractor as well as other significant construction related matters will be recorded in Daily Reports. At the beginning of the following day,we will forward the original to the City for review.Daily Reports will be uploaded in e-Builder daily. Specialty Design Consultant Site Visits will be monitored and reported. EAC will verify that the Contractor is conducting inspections, preparing reports and monitoring all storm water pollution prevention measures as required by the Storm Water Pollution Prevention Plan(SWPPP),and being in compliance with the Environmental Permits associated with the project. Daily Reports will include record of occurrences of damages to existing facilities by the Contractor. We will verify notification by the Contractor to respective owners when a situation like this happens. The EAC CEI Team will upload daily reports to the City's e-Builder document management system.The daily reports shall include records of when the Contractor is on the job-site,general field observations,weather conditions,change orders,changed conditions, list of job site visitors,daily drilling and testing activities,testing results,testing observations,and records of the outcome of tests and inspections.At a minimum,the daily reports will contain the following information: ► Weather and general site conditions ► Contractor's work force counts by category and hours worked ► Description of work performed including location • EA i• eAc consofSWtcom tine.Inc.i1` eaa3-, m M I AM I B EACH Professional Construction Engineering and inspection(CEI)Firms to Provide Various CEI Services an an'As Needed'Basis • PFQ 2017-028-KB ► Equiornent Utilized ► Name of visitors to the Jobslte and reason for the visit ► Tests made and results ► Construction difficulties encountered and remedial measures taken \;, ► Significant delays encountered and apparent reasons why Buil rp ► Description of potential disputes between the Contractor and City ► Description of disputes between the Contractor and residents Summary of additional directions that may have been given to the Contractor ► Detailed records of materials,equipment and labor used about extra work,or where there is reason to suspect that a claim or request for Change Order may be submitted by the Contractor ► Summary of any substantive discussions held with the Contractor and/or City Summary of nonconforming work referenced to corresponding Non-Compliance Notice ► A log of photographs taken e Photographic Record - EAC will provide a digital photographic record of the overall progress of construction. EAC will take digital georeferenced snapshots and file them electronically by month in the City's document management system,e-Builder. e Monthly Requisitions and Final Certificate of Payment-A systematic process to ensure that Contract Documents are adhered to is critical to facilitating timely final acceptance and quality final pay requisition package. Upon Pay Request submittals by the Contractor, EAC will review the daily quantities spreadsheet for work in place which meets Specifications and for which payment is due.The request will be discussed with the Contractor to ensure the proper supporting documentation and to implement any changes necessary:EAC will monitor the process to comply with the City's contractual obligations to pay in a timely fashion and will ensure that the City has sufficient time to process payment in compliance with the Prompt Payment Act.EAC will advise the City of quantities being approved for subsequent concurrence for payment purposes and approval by the City.Once all parties determine the work is complete and the Contractor has delivered all close-out documentation to the City,we will prepare a Final Certificate of Payment. o Shop Drawing Submittals - We will distribute and review shop drawing and product approvals throughout the duration of the construction period for familiarity prior to delivery of materials.EAC will verify that Contractor is maintaining a submittal log,conducting timely submittals,and uploading approved shop drawing to e-Builder.As new materials are delivered to the jobsite,EAC will check the material's certifications and samples and verify that an approved shop drawing was submitted for the material in question. a Requests for Information/Construction Document Clarification(RFIs/CDCs)-We will coordinate with the Design Consultant to resolve the Contractor's RFIs,CDCs,Field Orders and other related correspondence.EAC will monitor timely responses by processing, logging,and distributing all RFIs and CDCs.We will upload all responses into e-Builder. ■ Final Completion and Project Closeout - EAC will verify that the Contractor has progressed to substantial completion once notification is received from the Contractor. We will coordinate with the City a substantial completion "walk-through" and perform a substantial completion inspection with the Contractor,the Design Consultant and the City, and prepare a master punch list that describes items remaining to be completed.Once pending items are addressed bythe Contractor,EAC will coordinate a final inspection "walk through". EAC will compile a final inspection punch list including its own and the Design Consultant's and the City's lists.We will complete all necessary close-out and construction completion forms and documentation in coordination with the City. Materials incorporated into the project will be filed in a closeout binder,and any required Operation and Maintenance Manuals will be reviewed for completeness. 3.2.5 Approach to Quality Control Proper management of a project is important for achieving the required quality of the product.EAC will take a systematic approach to quality construction oversight by communicating expectations up front with the Contractor ensuring construction complies stringently with the Contract Documents. Key to this.is a thorough understanding of the services to be provided. Prior to the start of construction activities,EAC will review the Quality Control programs of the Contractor for conformance to the current City sta nda rds and provide comments and recommendations for the City's use. E_^..7. _f_enc Consaking,Inc. 3-1 2 s—. I eaaonsultcom m M I AM I BEAC H Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on an'As Needed"Basis • REQ 2017-028-KB Prior to the issuance of the second NTP,we will ensure the Contractor submits their Quality Control Program(CQCP).We will review the CQCP for adherence to an acceptable quality control program and ensure that the CQCP describes the Contractor's quality control. organizational procedures, documentation controls and processes for each phase of the work. Even though quality control during construction is the sole responsibility of the Contractor, we will oversee and monitor the Contractor's compliance who applicable jurisdictional construction standards and enforce the CQCP. We will review materials and workmanship of the project and report to the City any deviations from the Construction Documents. We will determine the acceptability of the work and materials and in concert with the Design Consultant. if necessary, make recommendations to the City to reject items not meeting the requirements of the Construction Documents. In conjunction with the Design Consultant, as necessary,we will direct and supervise the sampling and testing of materials to be performed by the City's independent testing laboratory.We will keep up to date test report logs,which will be submitted to the City for review on a monthly basis and uploaded to e-Builder on a weekly basis. EAC will coordinate various tests for quality control on the projects;verifying that equipment tests and systems start-up are conducted in the presence of appropriate personnel, and that the Contractor is maintaining adequate records. We will observe, record, and report appropriate details relative to the test procedures and start-up.We will review invoices submitted by the independent testing laboratories and recommend payment by the City. 3.2.6 Approach to CEI Quality Assurance EAC is committed to delivering the highest quality service to our clients.Our services impact infrastructure improvements,and as such are subject to public scrutiny.Key to the successful implementation of the quality control processes on this project will be a thorough understanding of the work to be performed, knowledge of the project's requirements,the appropriate personnel for the project,and a system for checking quality. EAC has applied CPR(Consistent,Predictable and Repeatable)philosophy as part of the CEl quality control to every project we have managed. By being consistent,predictable and repeatable,it assures a streamlined process.For example,inspection procedures for all work operations will include:1)Documentation of existing site conditions;2)Design requirements for proposed work:3)Proposed work by Contractor;4)Documentation of any conflicts with existing utilities and proposed work;and 5)Installation of proposed work. We have Fernando Vazquez.PE,Quality Assurance Manager,and Andrew Pierce,PE,with over 60 years of combined experience in the construction industry,who will establish a Quality Assurance(QA)plan where they will be performing quality review checks,verifying the Team's performance by conducting CEI contract audits at 30-60-90%Final Payment stage.We will furnish a project-specific QA plan within 15 calendar days after the award of this contract. Our QA Plan will monitor and assess the quality control process,and will include a review of project documents and records as well as field inspection procedures.EAC will tailor the planned reviews to be consistent with the duration of the project assignments.At a minimum,we will perform semiannual reviews.In the event deficiencies are discovered,remedial action will be taken immediately to conform to the reviewer's recommendations.Remedial action may include: ' The subdivision of inspection responsibilities,the assignment of additional personnel,or the reassignment of inspection personnel ► An increase in the monitoring of identified deficient areas 10- An increase in the scope and frequency of the personnel training 3.2.7 Establishing Clear Lines of Communication EAC strongly believes that we are the"eyes and ears"of the City and will always watch out for the City's best interest.In addition to forming good relationships with the Contractor,stakeholders,government entities,and the public,EAC is driven by a commitment for early detection and resolution of potential problems before they become claim issues.By the implementation of proper communication and coordination protocols most of the construction issues should be minimized consequently mitigating any adverse impacts to the public. We will keep constant communication with the City's Project Manager,the Design Consultant and the Contractor. We will keep the Project Team informed on concerns as it relates to the construction effort and activities.and provide recommendations for the timely resolution of issues. We will monitor and verify that the Contractor has made the required notifications to the utility owners,residents and businesses as may be required. E eaEAC Consulting,Inc. 3-13 �..�` aonsutt.com CI M I AMI BEACH Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on an'As Needed'Basis • RFQ 2017-028-KB Our team will proactively keep the City's Project t Manager apprised of construction activities, progress. and potent al concerns. We will C 0 M M C I C A T I (1 .'i participate and take a lead role with the City for the project in Resident's Information Meetings, address residents' concerns and produce meeting minutes. Due to the highly J oanized nature of the anocicated corridors of the projects where business owners.residents and mc rss ii directiy affected by construction, bte anticloate constant interaction wit, the Design /// Consultant Contractor City's PIO for effective communication, mitigation and resolution of issues in a timely manner. Ap ' We will support the City's PIO,who will lead the public information and ,<;M" l A —,.1 coordination efforts with key projects'sta stakeholders. 'We will immediately begin working with the City's PIO to prepare a `Commitment Matrix j . #y t s Stakeholders Summary" and keep it updated as oat of the Project's Community ' � i ra yr Awareness Plan. We will establish public involvement milestones such as: driveway closures, night work, lane closures, and significant work Government impacting the projects. Entities We intend to work with CIP's PIO to provide information for public dissemination.coordinate and attend all outreach activities throughout `4 the life of the project. Our goal is to support the City in ensuring all public information related requests by the City and the community are being responded to in a timely manner. Once the Project is ready to commence construction,the EAC CEI Team will work with the City PIO in conducting a community kick-off meeting/groundbreaking ceremony and ensure the public is aware of upcoming work.Throughout construction,the EAC CEI Team will work with the City PIO to provide information on the progress of construction, MOT coordination and mitigate community complaints by submitting timely two week look:ahead schedules,daily cleanup logs,and replies to information requested for public response.We will assist with dissemination of project related materials door-to-door,attend field meetings and work with the CIP PIO on any public information related items. Upon project inception,the team will coordinate with the City to determine the best method of outreach, potential impacts and frequency of communication in the most efficient and cost-effective way. The Resident Engineer, Construction Contract Administrator and Inspectors proposed for this project are skilled and effective at working through project issues with Contractors and project personnel. They are also experienced at maintaining positive working relationships with federal,state and local regulatory agencies and appreciate the need to ensure compliance with the spirit and letter of the law.The project leadership of EAC team has excellent communications skills in both English and Spanish. 3.2.8 Methodology for Resolution of Issues EAC knows that the implementation of proactive management,measures and techniques is critical to avoiding construction-related problems and issues.The easiest problems to resolve are the ones that are never allowed to occur. However, problems and issues may still develop which are occasionally unforeseen/unavoidable.In these situations,EAC has a process in place to ensure that these problems are resolved as quickly as possible to avoid and/or minimize costly corrective measures caused by delays. EAC will then review established policies and procedures to ensure that those problems/issues do not occur again. As part of the resolution process, EAC will gather and document all the relevant information related to the problem.An assessment of the probiem will occur and a recommendation to solve the problem will be developed and proposed.The assessment and solution recommendation process consider likely impacts to the project and the public.Some of these considerations include for example: safety,cost,schedule delays,potential claims,justifiable financial adjustments(including penalties),and the ability of the Contractor to successfully and expeditiously execute the proposed solution. EAC will then follow through and ensure that the best solution is implemented in accordance with the City's codes,standards and specifications.EAC will also assist the City with any claims resolution activities and give an opinion on the City's best course of action. Our team's customary practice when it comes to design issues is to immediately communicate with the Design Consultant. Once we have had an opportunity to research, review and analyze the issue,we will discuss further with the Design Consultant and provide a recommendation.Some of these recommendations may involve adding to the construction contract work via a Change Order. EA i,-t EAc consulting,Inc. 3-14 ___.� I eacconsuf.com M I AM I B EACH Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on an"As Needed"Basis • RFQ 2017-028-KB M Change Orders - EAC will expediently initiate the process to address any Change Orders submitted by the Contractor. EAC will review all Change Orders for validity and recommend to the City the best course of action. If necessary. EAC will assist the City in negotiating all Change Orders.Close coordination will be maintained with the City to ensure all legal requirements are fulfilled. EAC will assist the City in the process and execution of Change Orders and monitor all approved changes through all critical phases by means of a tracking report. e Proceeding with Disputed Work - In the event that an agreement cannot be reached on a Change Order, we will direct the Contractor to carry on the work and adhere to the project schedule in accordance with the construction contract general conditions. We will log all force account work efforts related to a disputed Change Order on a Force Account Work Daily Log Reports which will be signed and dated by EAC and the Contractor at the completion of each workday.Copies will be forwarded to the City's Project Manager for recording purposes. 3.2.9 Public Safety at All Times It is of the utmost importance to have a Maintenance of Traffic to be in compliance ,vith codes and regulations at all times for the safety of the public and workers.tte 41k, consider that Maintenance of Traffic is a key for the success of any construction project in the City of Miami Beacn.We are femiiiar with the approval process of MOT lane closures and have a broad experience in overseeing Maintenance or Traffic in Miami-Dade County cities.We will ensure the Contractor will provide the n CEI,the City and the Design Consultant with approved copies of its Maintenance of Traffic (MOT) plan at the Pre-Construction Meeting. EAC will be proactive in verifying compliance with the MOT plan in the field. The EAC Team is very experienced in working in itiliami Beach, and we are cognizant of the importance of keeping the public aware of the construction impacts during all phases of construction. Our Advanced Work Zone Traffic Control Certified personnel will review the MOT focusing on traffic circulation and minimization of delays,and response times.will monitor that the Contractor PLAN provides a safe roadway for vehicles. bicyclists and pedestrians, as well as ahead to get the job done safely. provides a safe work zone for the construction workers,and plan for minimizing uninterrupted access to adjacent properties during the project. Our specialists PROVIDE will also review the MOT plan's general notes, phasing notes, typical sections, the right equipment. phasing plans. and special details. Construction work affecting sidewalks and/ or pedestrian crossings including Pedestrian Traffic Control Plan will be reviewed TRAIN for compliance with FDOT Index 600 and 660 with accessibility considerations everyone to use the equipment safely. addressed. The plan will be developed utilizing the latest Manual on Uniform Traffic Control Devices(MUTCD)Typical Applications(TA)and the FDOT 600 Series Standard Indices where applicable.The EAC CEI team understands this assignment will affect ongoing and future committed projects including the south West Avenue Improvement Project.The MOT plans will also be coordinated with Miami-Dade County Department of Transportation and Public Works, FDOT, Miami-Dade County traffic,City Fire District,School District,City Police Department,City Traffic and Parking, and other relevant project stakeholders. We will also focus on continued coordination with adjacent property owners in maintaining ingress and egress to properties,including businesses and access for emergency vehicles. The EAC team is highly cognizant of the importance of addressing emergency field conditions that may affect the public in an expeditious manner to minimize any disruptions.We have assembled a group of professionals to ensure sufficient available staff to be in a position to deploy inspectors quickly and efficiently to handle most emergencies that may arise.EAC will immediately notify the City of any emergency situation and assist the City in formulating an appropriate response. Additionally,in the event of any emergencies,accidents,damage or injury,we will immediately ensure that the appropriate response agency is notified.We will then notify the appropriate personnel within the City of the incident.The City will also be notified of any construction issues which may result in an impact to the public.In the case of a construction accident,we will direct the Contractor to prepare an accident report with a copy forwarded to the City. When we detect a potential construction problem or condition that may pose an immediate threat to public health or safety,we will follow the City's protocol to issue Non-compliance Notices. EEAC consulting,Inc. 3-1 5 r1` eaaonsult.com M I AM I B EACH Professional Construction Engineering and Inspection(CEI)Firms to Provide Various CEI Services on an'As Needed"Basis • REQ 2017-028-KB a Issuance of Non-compliance Notices-We will notify the City when we-become aware of a condition that is believed to be in non- cor-ol iance n,o th Construction Documents.Anytime we determine that there is a potential construction problem or a condition that could resur7. in nor-complying MOT, materials.equipment,workmanship.etc.- .;e will immediately determine whether the condition poses an immediate threat to public health or safety. We will issue an immediate verbal notification of Pre-Noncompliance Notice to the Contractor if the issue does not pose a threat to public health or safety,If the Contractor fails to take corrective action to the verbal notification within a reasonable timeframe,we will issue a written Non-Compliance Notice and notify the City and the City's Project Coordinator immediately.The Non-Compliance Notice wili include a description of the work that does not meet the construction contract requirements. along with a required timetable for corrective work to be implemented by the Contractor. The Notice ,,',iii Include a reference to the provision of the Construction Documents that has been violated. 3.2.10 Innovative Problem Solving Techniques Our team members are equipped with smartphones and tablets used to track and monitor deficiencies. EAC has successfully deployed Go Pro cameras to produce geo-referenced data that record the preexisting condition and construction progress and will do so for the CEI Services to be provided under this contract.Construction progress photos will be filed electronically by month in the City's document management system,e-Builder,labeled by date,time and location. We will use Bluebeam Revu software for documenting the final as-built conditions and providing the updated project(s)information to all project personnel.We will also utilize tools to track and facilitate the pay estimates preparation process including an Excel-Based Ledger System that serves as a Quality Control/Assurance tool for progress and final estimates. EAC will review project documents in detail and develop a Risk Register that will include each potential project risk and an associated mitigation measure. The Risk Register(potential cost,schedule and probability)will be updated and reviewed monthly with the City's Project Manager in order to monitor and take action in mitigating each risk. . 3.3 OTHER SERVICES ASSOCIATED TO THIS RFQ EAC has a pool of professionals ready to provide the additional CEI Services associated with this RFQ: ▪ Estimating Services-We will prepare cost estimates and schedules to help manage resources and support assessments and decision making. Services may include in particular cost estimating, cost analysis/cost assessment, design-to-cost, schedule analysis/planning and risk assessment. e Value Engineering Meetings-When requested by the City,we will attend,participate,and provide cost estimating and schedule impact information at Value Engineering meetings between the City,the Design Consultant,and the Contractor. ■ Schedule Control-The EAC CEI Team has also the abilities and experience to assist the City in Schedule Control, should the City require this additional support. Our staff will develop, analyze and maintain schedules in support of the City's construction management team.He or she will work with the City to collect,analyze,store and report on schedule related attributes of the project. Our schedulers have the demonstrated capacity to: ► Gather,analyze and distribute project schedule data ► Maintain and update project master schedule ► Prepare monthly progress reports ► Analyze delay claims ► Assist the core team with delay work around planning ► Establish uniform Work Breakdown ► Structures and Activity Codes for project schedules ► Review Contractor schedule updates • Cost Control-Cost deviations in infrastructure projects can take on significant proportions,depending on the level of risk allocated. Cost deviations affect the different stages of construction projects,with direct or indirect consequences for all stakeholders.Such deviations are,in most cases,the most reliable indicator to evaluate the success,or even the viability of the projects.it is,therefore, i l e c consrsny,IK. 3-16 MIAMI BEACH Professional Construction Engineering and inspection(CEI)Firms to Provide Various CEI Services on an"As Needed"Basis • REQ 2017-028-KB cessary to control costs.making estimates as accurate e as peso cie.to preserve both the quality and the deadlines of such projects. As assigned by the City,The EAC CEI Team cost control staff will provide support for the construction management team. All cost reiated information is collected, stored and managed oy the cost contol staff.Software like City's e-Builder preferred by the City of Miami Beach will be used as the backbone of the cost control reporting functions.As assigned by the City,EAC CEI Team's Cost control staff ^,ill be responsible for the following essential functions: ► Maintaining accurate records of progress payments ► Storing and managing change order and claim related files ► Reviewing cost estimates ► Recording minutes during negotiation sessions ► Updating and reporting the earned value and physical pr-ogres of each project component based or;a schedule of values ► Prepare"cost and comparison'variance reports and analyses ► Prepare time-chased distributions of all cost accounts per project requirements ► Update and maintain the electronic cost 3.4 ADDITIONAL SERVICES PER APPENDIX F OF THE RFQ EAC will provide additional services as outlined in Article 5 of Appendix F(Contract)once requested by the City.Additional services to include the following: Appraisals: Investigate and create detailed appraisals and valuations of existing facilities along with surveys or inventories in connection with construction performed by the City. Unforeseen Conditions: Provide for additional work related to the project which could not be reasonably foreseen at the time of the issuance of the Consultant Service Order. City-Requested Revisions to Construction Documents: Making revisions to Construction Documents resulting in or from City- requested changes in Scope of Work involving new program elements. Expert Witness:Our Professional Engineers and staff with years of experience are able to provide expert witnesses services in any state or federal court action. Procurement:Provide assistance to the City of Miami Beach Procurement Division regarding issues such as bid-protests,re-bidding or re-negotiating contracts.The EAC CEI Team has provided similar services to agencies such as the Miami-Dade Expressway Authority. Models: Prepare professional perspectives,models or renderings in both digital and physical media. City of Miami Beach Commitment EAC understands the City's objectives and is excited about the opportunity to work as an extension of the City.We offer a local team of professionals familiar with the specific requirements and industry standard practices for the services in this RFQ.We fully understand the objectives and expectations of the City and are dedicated to exceeding those expectations. IEACConsulting,Inc. 3-1 7 ® MIAMI BEACH pYx A 'r a9�a asaam. .P wa 4 "` ¢ k CONTACT INFO Jenner M.Alfaro,PE 815 NW 57th Avenue,Suite 402 • Miami,Florida 33126 • 305.265.5400 • jalfaro@eacconsult.com .. . .--- w., , ,.. �'�".*:*a «� .sa.�axi � •xi - a.'"`"w,�w< 1'°w,. ,� r 1r� d:,°+dr,w< �"*.;,S+r' ,::dS� *:err;✓i,:3,7.;w. "'y,"* ''''•,-;:-,";-;-,.-„- !La u, —+M - uv ,, Ii - u ni ...,v4i. - @Z � rvk -- A iv AE Consulting, Inc. — eacconsult.com ATTACHMENT D INSURANCE REQUIREMENTS APPENDIX E IP= MIAMI BEA H Insurance Requirements RFQ No. 2017-028-KB PROFESSIONAL CONSTRUCTION ENGINEERING AND INSPECTION (CEI) FIRMS TO PROVIDE VARIOUS CEI SERVICES ON AN "AS NEEDED" BASIS PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 RFQ 2017-028-KB I eA. MIAM BEACH INSURANCE REQUIREMENTS This document sets forth the minimum levels of insurance that the contractor is required to maintain throughout the term of the contract and any renewal periods. XXX 1. Workers' Compensation and Employer's Liability per the Statutory limits of the state of Florida. XXX 2. Comprehensive General Liability (occurrence form), limits of liability $ 1,000,000.00 per occurrence for bodily injury property damage to include Premises/ Operations; Products, Completed Operations and Contractual Liability. Contractual Liability and Contractual Indemnity (Hold harmless endorsement exactly as written in "insurance requirements"of specifications). XXX 3. Automobile Liability-$1,000,000 each occurrence -owned/non-owned/hired automobiles included. 4. Excess Liability-$ .00 per occurrence to follow the primary coverages. XXX 5. The City must be named as and additional insured on the liability policies; and it must be stated on the certificate. 6. Other Insurance as indicated: Builders Risk completed value $ .00 _Liquor Liability $ .00 Fire Legal Liability $ .00 Protection and Indemnity $ .00 Employee Dishonesty Bond $ .00 Other $ .00 XXX 7. Thirty (30) days written cancellation notice required. XXX 8. Best's guide rating B+:VI or better, latest edition. XXX 9. The certificate must state the proposal number and title The City of Miami Beach is self-insured. Any and all claim payments made from self-insurance are subject to the limits and provisions of Florida Statute 768.28, the Florida Constitution, and any other applicable Statutes. R:(1)) 2017-028-KB 37 ^—....41 EACCONS-01 KCOLLINS ACRO CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 12/21/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT . NAME: Ames&Gough PHONE 8300 Greensboro Drive ac,No,Ext):(703)827-2277 FAX (A/C,No):(703)827-2279 Suite 980 ,y,'. :admin@amesgough.com McLean,VA 22102 - INSURE(S)AFFORDING COVERAGE NAIC# _ INSURER A:The Hartford 22357 INSURED INSURER B:Hartford Casualty Insurance Company(XV)A+ 29424 EAC Consulting,Inc. INSURER c:RLI Insurance Company A+,XI 13056 815 NW 57th Avenue,Suite 402 INSURER D:ACE American Insurance Company 22667 Miami,FL 33126 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INS — ADDL�SUBR: - ----- ------- LTR TYPE OF INSURANCE INSD WVD POLICY NUMBER POLICY EFF POLICY EXP (MM/DD/YYYYI IMM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 CLAIMS-MADE I X I OCCUR 42UUNN12075 04/22/2017 04/22/2018 PREM SES(Ea ocNtaurrence) $ 300,000 X Contractual Liab. ' 10,000 MED EXP(Any_oneperson) $ PERSONAL&ADV INJURY $ 1,000,000 GE AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 X POLICY j LOC PRODUCTS-COMP/OP AGO $ 2,000,000 OTHER: A AUTOMOBILE LIABILITY $ COMBINED SINGLE LIMIT 1,000,000 _(Ea accidenIL $ X ANY AUTO 42UUN N 12075 04/22/2017 04/22/2018 BODILY INJURY(Per person) $ OWNED SCHEDULED AUTEO�S ONLY AUTOS BODILY INJURY(Per accident) $ AUTOS ONLY AUTOWN ONLY (PReri ac dent)AMAGE $ $ B X UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 2,000,000 EXCESS LIAB CLAIMS-MADE 42XHUN10417 04/22/2017 04/22/2018 AGGREGATE $ 2,000,000 DED I X I RETENTION$ 10,000 C WORKERS COMPENSATION X STATUTE ERH$ AND EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y/N PSW0003090 04/22/2017 04/22/2018 �FFICER/ME M R EXCLUDED? N N/A E.L.EACH ACCIDENT $ 1,000,000 (Mandatory in NH) -..__l 1,000,000 E.L.DISEASE=EA EMPLOYEE_$ Dyes, IPTI Nunder1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT I$ D Professional Liab. G2554285A 002 04/22/2017 04/22/2018 Per Claim/Aggregate 1,000,000 I DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) RE:EAC Project No.17012.CM01-00—RFQ-2017-028-KB—Professional CEI Services City of Miami Beach is included as additional insured with respects to General Liability,Auto Liability and Umbrella Liability when required by written contract.30-day Notice of Cancellation will be issued in accordance with policy terms and conditions. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE The City of Miami Beach,Florida THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. do Insurance Tracking Services,Inc.(ITS) miamibeach@instracking.com PO Box 20270 AUTHORIZED REPRESENTATIVE Long Beach,CA 90801 (PIA4 4. ACORD 25(2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD