Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Agreement with CES Consultants Inc.
02013-3cS34 AGREEMENT BETWEEN CITY OF MIAMI BEACH AND CES CONSULTANTS INC. FOR PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS PURSUANf TO REQUEST FOR QUALIFICATIONS NO. 2018-141-ND DISCIPLINE: ENGINEERING - CIVIL AND ENGINEERING - STRUCTURAL RESOLUTION NO. 2018-30534 1 c TABLE OF CONTENTS DESCRIPTION PAGE ARTICLE 1. DEFINITIONS 4 ARTICLE 2. BASIC SERVICES 9 ARTICLE 3. THE CITY'S RESPONSIBILITIES 14 ARTICLE 4. RESPONSIBILITY FOR CONSTRUCTION COST 16 ARTICLE 5. ADDITIONAL SERVICES 18 ARTICLE 6. REIMBURSABLE EXPENSES 19 ARTICLE 7. COMPENSATION FOR SERVICES 20 ARTICLE 8. CONSULTANT'S ACCOUNTING AND OTHER RECORDS 21 ARTICLE 9. OWNERSHIP OF PROJECT DOCUMENTS 21 ARTICLE 10. TERMINATION OF AGREEMENT 22 ARTICLE 11. INSURANCE 23 ARTICLE 12. INDEMNIFICATION AND HOLD HARMLESS 24 ARTICLE 13. ERRORS AND OMISSIONS 24 ARTICLE 14. LIMITATION OF LIABILITY 25 ARTICLE 15. NOTICE 25 ARTICLE 16. MISCELLANEOUS PROVISIONS 26 2 . SCHEDULES: SCHEDULE A Consultant Service Order 30 SCHEDULE B Consultant Compensation 31 SCHEDULE C Hourly Billing Rate Schedule 32 SCHEDULE D Approved Subconsultants 33 ATTACHMENTS: ATTACHMENT A Resolution & Commission Memorandum 34 ATTACHMENT B Request for Quailifications &Addendums 35 ATTACHMENT C Consultant's Response to the RFQ 36 3 AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND CES CONSULTANTS INC. FOR PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED-BASIS" This Agreement made and entered into this as day of JQmtravc. , 20 /9 , (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 CES Consultants Inc., a Florida corporation having its principal office at 3150 Southwest 38th Avenue, Suite 450 Miami, FL 33146 (hereinafter referred to as Consultant). WITNESSETH: WHEREAS, on September 17, 2014, the Mayor and City Commission approved the issuance of Request for Qualifications No. 2018-141-ND 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 October 17, 2018, the City Commission approved Resolution No. 2018- 30534, respectively, authorizing the City to enter into negotiations with CES Consultants 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 5 and the Consultant Service Order, which the Consultant shall perform, at the City's option, and which must be duly authorized, in 4 writing, by the Department Head, 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. 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 5 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 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 "D", 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. 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 thelfee 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. 6 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 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, 7 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. The estimated construction value shall be less than the amount established in Category 5, Section 287.017, Florida Statutes (currently $325,000 or'as amended by law) or for a planning or study activity shall not exceed the amount established in Category 2, Section 287.017, Florida Statutes (currently $35,000 or as amended by law). 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: Schedule A— Consultant Service Order. Schedule B Consultant Compensation. Schedule C— Hourly Billing Rate Schedule. Schedule D --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. 8 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 Department Head. 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. 9 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 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 th,at 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 10 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. 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, 11 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 areinconsistent 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 12 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. 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. 13 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 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 14 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 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; 15 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. RESPONSIBILITY FOR CONSTRUCTION COST 4.1 The City shall establish a Construction Cost Budget for the Project, as set forth in the Consultant Service Order. Consultant shall design the Project so that the Construction Cost Budget for the Project is not exceeded. As part of the Basic Services, Consultant shall design and/or re-design the Project to the Construction Cost Budget in accordance with this Article 4, making all revisions necessary to maintain the Construction Cost Budget. Consultant shall attend meetings with the City to review and discuss cost estimates, cost-saving alternatives, and implementation or revision of the Design Documents and Construction Documents to address such items, as necessary to meet the established budget parameters set forth in the City Construction Budget. 4.2. Consultant shall provide and/or update the Statement of Probable Construction Cost at each stage of completion of the Design Documents and at completion of the Construction Documents, unless otherwise specified in the Consultant Service Order or other written directive of the Project Administrator. 4.2.1. At completion of the conceptual design (at such stage of completion of the Design Documents as may be specified by the Project Administrator), Consultant shall provide the City a Statement of Probable Construction Cost, which must include an estimated Construction Cost for the Project within a range'of plus or minus fifteen percent (+/-15%) of the Construction Cost Budget. If at the foregoing stage of design the Consultant's Statement of Probable Construction Cost exceeds the City's Construction Budget by more than fifteen percent (15%), then the Project Administrator shall provide notice thereof to the Consultant. Consultant shall then identify the cause(s) for the difference and recommend in writing for the 16 City's approval any modification in the Design Documents necessary to conform the Consultant's estimated total costs in the Statement of Probable Construction Cost to within fifteen percent (15%) of the City's Construction Budget. Upon obtaining City's approval of any proposed modifications, Consultant shall incorporate such modifications within the Design Documents as part of the Basic Services and at no additional cost to the City. 4.2.2. At the 30% and 60% completion of the Design Documents, Consultant shall update its Statement of Probable Construction Cost, which must include an estimated Construction Cost for the Project within a range of plus or minus ten percent (+/-10%) of the Construction Cost Budget. If at the foregoing stages of design the Consultant's Statement of Probable Construction Cost exceeds the City's Construction Budget by more than ten percent (10%), the Project Administrator shall provide notice thereof to the Consultant. Consultant shall then identify the cause(s)for the difference and recommend in writing for the City's approval any modification in the Design Documents necessary to conform the Consultant's estimated total costs in the Statement of Probable Construction Cost to within ten percent (10%) of the City's Construction Budget. Upon obtaining City's approval of any proposed modifications, Consultant shall incorporate such modifications within the Design Documents as part of the Basic Services and at no additional cost to the City. 4.2.3. At the 90% stage completion of the Design Documents and at completion of the Construction Documents, Consultant shall update its Statement of Probable Construction Cost, which must include an estimated Construction Cost for the Project within a range of plus or minus five percent (+/-5%) of the Construction Cost Budget. If at the foregoing stages of design the Consultant's Statement of Probable Construction Cost exceeds the City's Construction Budget by more than five percent (5%), the Project Administrator shall provide notice thereof to the Consultant. Consultant shall then identify the cause(s) for the difference and recommend in writing for the City's approval any modification in the Design Documents necessary to conform the Consultant's estimated total costs in the Statement of Probable Construction Cost to within five percent (5%) of the City's Construction Budget. Upon obtaining the City's approval, Consultant shall promptly modify the Design Documents or Construction Documents within the time period specified by the Project Administrator (which time period for completion shall not exceed ninety (90) days from the date Consultant is notified to re-design), as part of the Basic Services and at no additional cost to the City. 4.2.4. To ensure that the Construction Cost shall not exceed the City's Construction Budget, each Statement of Probable Construction Cost shall be in sufficient detail to identify the costs of each element and include a breakdown of the fees, general conditions and a reasonable and appropriate construction contingency. 4.3. Consultant shall certify and warrant to the City that the Statement of Probable Construction Cost and any update thereto, represents Consultant's best judgment of the Construction Cost for the Project as an experienced design professional familiar with the construction industry, provided, however, that Consultant cannot (and does not) guarantee that bids or negotiated prices will not vary from any estimates of Construction Cost or other cost evaluation(s) prepared (or otherwise provided) by Consultant. 4.4 If the lowest and best Base Bid exceeds the Consultant's final updated Statement of Probable Cost by more than ten percent (10%), the Project Administrator shall provide notice thereof to the Consultant, and the Consultant shall re-design the Project within the Project Scope, construction schedule, sequence of Work, or such other action, as deemed necessary, to reduce the Statement of Probable Construction Cost, and Consultant shall provide any 17 required revisions to the Contract Documents (including, without limitation, the Construction Documents) within the time period specified by the Project Administrator (which time period for completion shallnot exceed ninety (90) days from the date Consultant is notified to re-design), and shall provide re-bidding services, as many times as may be reasonably requested by the City, as part of the Basic Services and at no additional cost to the City, in order to bring any resulting, responsive and responsible bids within ten percent (10%) of the Consultant's final updated Statement of Probable Cost. 4.5. The Construction Cost Budget shall not be exceeded without fully justifiable, extraordinary, and unforeseen circumstances (such as Force Majeure) which are beyond the control of the parties. Any expenditure above this amount shall be subject to prior City Commission approval which, if granted at all, shall be at the sole and reasonable discretion of the City Commission. The City Commission shall have no obligation to approve an increase in the Construction Cost Budget and, if such Construction Cost Budget is exceeded, the City Commission may, at its sole and absolute discretion, terminate this Agreement (and the remaining Services)without any further liability to the City. 4.6. The City Commission may, at its sole and absolute discretion, and without relieving Consultant of its obligations under this Agreement to design the Project to the Construction Cost Budget as set forth in Sections 4.1 through 4.5 above, separately elect any of the following options: (1) approve an increase to the Construction Cost Budget; (2) reject all bids, and (at its option) authorize rebidding of the Project; (3) abandon the Project and terminate the remaining Services without any`further liability to the City; (4) select as many deductive alternatives as may be necessary to bring the lowest and best bid within the Construction Cost Budget. 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. 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 18' 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). 19 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 beset 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 . 20 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 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. 21 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 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 22 L 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). 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. 1-1.3 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 23 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). 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 24 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 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: CES Consultants Inc. 3150 Southwest 38th Avenue, Suite 450 Miami, FL. 33146 Tel: (305) 827-2220 Fax: N/A Email: fvazquez@cesconsult.com Attn: Fernando Vazquez 25 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. 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. 26 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. 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 27 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. 28 SCHEDULE C HOURLY BILLING RATE SCHEDULE Project Principal $172.50 Project Engineer(Coastal or $116.15 Other) • Project Manager $138.00 Sr. Field Services Professional $116.15 Senior Civil Engineer $138.00 Field Services Professional $ 80.50 Civil Engineer $116.15 Threshold Inspector $138.00 Senior Electrical Engineer $138.00 Structural Special Inspector $109.25 Electrical Engineer $116.15 Technical Editor $ 74.75 Senior Mechanical Engineer $138.00 Senior GIS Specialist $116.15 Mechanical Engineer $116.15 GIS Specialist $ 86.25 Senior Structural Engineer $138.00' Staff Engineer/Geologist/Scientist $ 94.30 Structural Engineer $116.15 Landscape Designer $ 95.45 Senior Environmental Engineer $138.00 Planner $116.15 Environmental Engineer $116.15 Project Principal ( Structural Engineer) $172.50 Environmental Technician $ 74.75 Project Manager(Structural Engineer) $138.00 Environmental Specialist $ 63.25 CAD Technician (Structural) $ 63.25 Environmental Permit Specialist $ 63.25 Traffic Engineers $116.15 Project Scientist $120.75 Cost Estimator $ 74.75 Senior Surveyor $138.00 Specifications Writer $ 63.25 Surveyor $116.15 Construction Administrator/Manager $ 94.30 Surveyor Support Staff $ 69.00 Senior Project Manager $138.00 Senior Architect $138.00 MEP Project Engineer $138.00 Architect $116.15 Horticultural/maintenance Consultant $ 86.25 Senior Designer $138.00 Irrigation Engineer $ 94.30 Designer $ 95.45 Job Captain• $ 92.00 Senior Urban Planner $138.00 Interior Designer $ 95.45 Senior CAD Technician $ 69.00 Principal/Director of Design $138.00 CAD Technician $ 63.25 Senior Landscape Architect $138.00 Landscape Architect $116.15 Clerical $ 40.25 Administrative Assistant $ 40.25 Survey Crew Party of2 $140.68 Survey Crew Party of 2 w/ GPS $168.51 Survey Crew Party of 3 $170.44 Survey Crew Party of 3 w/ GPS $197.01 Survey Crew Party of 4 $211.31 Survey Crew Party of 4 w/ GPS $250.13 _ Sr. Inspector(CEI) $103.50 Inspector(CEI, Field or $ 94.88 Construction) 32 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 MIAM CITY CLERK AYOR Attest CES o N,LTANTS I /6//c7 Signature/Secretary Sig ature/- esident Print Name tea . t Name INCORF ORATED. - m ' �€ APPROVED AS TO 61")", •••:"."""• • "'.)VAj rte" FORM & LANGUAGE / �' • �4h��� 26 ����.�� &FOR EXECUTION ci2j, \ City Attorney Date 29 SCHEDULE A PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND CES Consultants Inc. CONSULTANT SERVICE ORDER Service Order No. _for Consulting Services. - TO: CES.Consultants Inc. 3150 Southwest 38th Avenue, Suite 450 Miami, FL. 33146 PROJECT NAME: Project Name DATE: Pursuant to the agreement between the City of Miami Beach and Consultant for PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED" BASIS (RFQ 2018-141-ND) 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 1 Section 287.055,Florida Statutes,commonly known as the Consultant's Competitive Negotiation Act(CCNA),is applicable to the selection of professional services consultants(architecture,professional engineering,landscape architecture,or registered surveying and mapping)by public agencies for projects valued up to the amount established in Category 5,Section 287.017,Florida Statutes(currently$325,000 or as amended by law)or for a planning or study activity valued up to the amount established in Category 2,Section 287.017,Florida Statutes(currently$35,000 or as amended by law). 30 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. 31 SCHEDULE D APPROVED SUBCONSULTANTS 33 ATTACHMENT A RESOLUTION, COMMISSION ITEM, AND COMMISSION MEMORANDUM 34 RESOLUTION NO. 2018-30534 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER PERTAINING TO THE RANKING OF PROPOSALS PURSUANT TO REQUEST FOR QUALIFICATIONS (RFQ) NO. 2018-141-ND, FOR PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH WILLIAM B. MEDELLIN ARCHITECT P.A., CSA CENTRAL, INC., SCHINDLER ARCHITECTS, INC., TSAO DESIGN GROUP, INCORPORATED, CPH, INC., SOL-ARCH, INC.,WILLIAM LANE ARCHITECT, INC., MOSS ARCHITECTURE AND DESIGN GROUP, INC., ALLEGUEZ ARCHITECTURE, INC., R.J. HEISENBOTTLE ARCHITECTS, AND P.A., VITALINI CORAZZINI, P.A., FOR THE DISCIPLINE OF GENERAL ARCHITECTURE; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH SAVINO & MILLER DESIGN STUDIO, P.A., KEITH AND SCHNARS, P.A., CPH, INC., CURTIS & ROGERS DESIGN STUDIO, INC., CHEN-MOORE ASSOCIATES, AND MILLER, LEGG & ASSOCIATES, INC., FOR THE DISCIPLINE OF LANDSCAPE ARCHITECTURE; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH SCHWEBKE-SHISKIN & ASSOCIATES, INC., CES CONSULTANTS, INC., CHEN-MOORE ASSOCIATES, 305 CONSULTING ENGINEERS, LLC, MILLER, LEGG & ASSOCIATES, INC., AND SRS ENGINEERING, INC., FOR THE DISCIPLINE OF CIVIL ENGINEERING; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH E SCIENCES, INC., TERRACON CONSULTANTS, INC., EBS ENGINEERING, INC., AND CSA CENTRAL, INC., FOR THE DISCIPLINE OF ENVIRONMENTAL SERVICES AND TESTING ENGINEERING; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH CSA CENTRAL, INC., 3FM ENGINEERING, INC., AND UCI ENGINEERING INC., FOR THE DISCIPLINE OF MECHANICAL, ELECTRICAL, AND PLUMBING ENGINEERING; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH 305 CONSULTING ENGINEERS, LLC, EASTERN ENGINEERING GROUP COMPANY, CES CONSULTANTS, INC., MASTER CONSULTING ENGINEERS, INC., UCI ENGINEERING INC., AND DIAZ, CARRENO, SCOTT! & PARTNERS, INC., FOR THE DISCIPLINE OF STRUCTURAL ENGINEERING; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH TSAO DESIGN GROUP, INCORPORATED, AND.MC DESIGNERS, INC., FOR THE DISCIPLINE OF INTERIOR DESIGN / SPACE PLANNING; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH SCHWEBKE-SHISKIN & ASSOCIATES, INC. FOR THE DISCIPLINE OF SURVEYING; AND FURTHER AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH EACH OF THE RECOMMENDED PROPOSERS UPON CONCLUSION " OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION. WHEREAS, on February 14, 2018, the City Commission approved the issuance of Request for Qualifications (RFQ) No. 2018-141-ND for Professional Architectural and Engineering Services for Capital Repair and Replacement Projects; and WHEREAS, Request for Qualifications No. 2018-141-ND (the "RFQ") was released on February 15, 2018; and WHEREAS, a voluntary pre-proposal meeting was held on February 27, 2018; and WHEREAS,on May 7, 2018, the City received thirty-seven (37) proposals; and WHEREAS, on February 26, 2018 the City Manager via Letter to Commission (LTC) No. 105-2018, appointed an Evaluation Committee (the "Committee"), consisting of the following individuals: Lily Alvarez, Construction Manager, Property Management Department, City of Miami Beach; Pilar Caurin, Construction Manager, Office of Capital Improvement Projects, City of Miami Beach; Elizabeth Estevez, Parks and Capital Projects Manager, Parks and Recreation Department, City of Miami Beach; and Francisco Garcia, Construction Manager, Property Management Department, City of Miami Beach;and WHEREAS, the Committee convened on August 6, 2018 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 was instructed to score and rank each proposal pursuant to the evaluation criteria established in the RFQ; and WHEREAS, the Committee's ranking for the discipline of General Architecture was as follows: William B. Medellin Architect;P.A., as the first ranked proposer; CSA Central, Inc., as the second ranked proposer; Schindler Architects, Inc. and TSAO Design Group, Incorporated, tied as the third ranked proposers; CPH, Inc., as the fifth ranked proposer; Sol-ARCH, Inc., as the sixth ranked proposer; William Lane Architect, Inc., as the seventh ranked proposer; Moss Architecture and Design Group, Inc., as the eighth ranked proposer; Alleguez Architecture, Inc., as the ninth ranked proposer; R.J. Heisenbottle Architects, and P.A., as the tenth ranked proposer; Vitalini Corazzini, P.A., as the eleventh ranked proposer; ArcBuilders and Group Incorporated, as the twelfth ranked proposer; Alejandro Pardo Architecture, Inc., as the thirteenth ranked proposer; and UGI Design, Inc., as the fourteenth ranked proposer; and WHEREAS, the Committee's ranking for the discipline of Landscape Architecture was as follows; Savino & Miller Design Studio, P.A., as the first ranked proposer; Keith and Schnars, P.A., as the second ranked proposer; CPH, Inc., as the third ranked proposer; Curtis & Rogers Design Studio, Inc., as the fourth ranked proposer; Chen-Moore.Associates, as the fifth ranked proposer; Miller, Legg & Associates, Inc., as the sixth ranked proposer; Calvin, Giordano & Associates, Inc., as the seventh ranked proposer; and Landscape DE, LLC, as the eighth ranked proposer;and WHEREAS, the Committee's ranking for the discipline of Civil Engineering was as follows; Schwebke-Shiskin & Associates, Inc., as the first ranked proposer; CES Consultants, Inc., as the second ranked proposer; Chen-Moore Associates, as the third ranked proposer, 305 Consulting Engineers, LLC, Miller, Legg & Associates, Inc., and SRS Engineering, Inc., tied as the fourth ranked proposers; CPH, Inc., as the seventh ranked proposer; and T.Y. Lin International, as the eighth ranked proposer; and WHEREAS, the Committee's ranking for the discipline of Environmental Services and Testing Engineering was as follows: E Sciences, Inc., as the first ranked proposer; Terracon Consultants, Inc., as the second ranked proposer; EBS Engineering, Inc., as the third ranked • proposer; CSA Central, Inc., as the fourth ranked proposer; and Florida Technical Consultants, LLC, as the fifth ranked proposer; and WHEREAS, the Committee's ranking for the discipline of Mechanical, Electrical, and Plumbing engineering was as follows: CSA Central, Inc. and Ross & Baruzzini, Inc., tied as the first ranked proposers; 3FM Engineering, Inc., as the third ranked proposer; and UCI Engineering Inc., as the fourth ranked proposer; and WHEREAS, subsequent to the evaluation of proposals, Ross & Baruzzini, Inc. submitted the a letter indicating that without local MEP resources it no longer wished to be considered for award; and WHEREAS, the Committee's ranking for the discipline of Structural Engineering was as follows: 305 Consulting Engineers, LLC and Eastern Engineering Group Company, tied as the first ranked proposers; CES Consultants, Inc., as the third ranked proposer; Master Consulting Engineers, Inc., as the fourth ranked proposer; UCI Engineering Inc., as the fifth ranked proposer; and Diaz, Carreno, Scotti &Partners, Inc., as the sixth ranked proposer; and WHEREAS, the Committee's ranking for the discipline of Interior Design ! Space Planning was as follows: TSAO Design Group, Incorporated, as the first ranked proposer; and MC Designers, Inc., as the second ranked proposer; and WHEREAS, the Committee's ranking for the discipline of Surveying was follows: Schwebke-Shiskin&Associates, Inc., as the first ranked proposer;and WHEREAS, after reviewing all the submissions and the results of the evaluation process, the City Manager recommends that the Administration be authorized to enter into negotiations as follows: William B. Medellin Architect P.A., CSA Central, Inc., Schindler Architects, Inc., TSAO Design Group, Incorporated, CPH, Inc., Sol-ARCH, Inc., William Lane Architect, Inc., Moss Architecture and Design Group, Inc. Alleguez Architecture, Inc., R.J. Heisenbottle Architects, and P.A., Vitalini Corazzini, P.A., for the discipline of General Architecture. Savino & Miller Design Studio, P.A., Keith and Schnars, P.A., CPH, Inc., Curtis& Rogers Design Studio, Inc., Chen-Moore Associates, and Miller, Legg &Associates, Inc., for the discipline of Landscape Architecture. Schwebke-Shiskin & Associates, Inc., CES Consultants, Inc., Chen-Moore Associates, 305 Consulting Engineers, LLC, Miller, Legg & Associates, Inc., and SRS Engineering, Inc., for the discipline of Civil Engineering. E Sciences, Inc., Terracon Consultants, Inc., EBS Engineering, Inc., and CSA Central, Inc., for the discipline of Environmental Services and Testing Engineering. CSA Central, Inc., 3FM Engineering, Inc., and UCI Engineering Inc., for the discipline of Mechanical, Electrical, and Plumbing Engineering. 305 Consulting Engineers, LLC, Eastern Engineering Group Company, CES Consultants, Inc., Master Consulting Engineers, Inc., UCI Engineering Inc., and Diaz, Carreno, Scotti & Partners, Inc., for the discipline of Structural Engineering. TSAO Design Group, Incorporated, and MC Designers, Inc., for the discipline of Interior Design/Space Planning. Schwebke-Shiskin &Associates, Inc.for the discipline of Surveying. _ NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission hereby accept the recommendation of the City Manager pertaining to the ranking of proposals pursuant to Request for Qualifications (RFQ) No. 2018-141-ND for Professional Architectural and Engineering Services for Capital Repair and Replacement Projects; authorizing the administration to enter into negotiations with William B. Medellin Architect P.A., CSA Central, Inc., Schindler Architects, Inc., TSAO Design Group, Incorporated, CPH, Inc., Sol- ARCH, Inc., William Lane Architect, Inc., Moss Architecture and Design Group, Inc., Alleguez Architecture, Inc., R.J. Heisenbottle Architects, and P.A., Vitalini Corazzini, P.A., for the discipline of General Architecture; authorizing the Administration to enter into negotiations with Savino & Miller Design Studio, P.A., Keith and Schnars, P.A., CPH, Inc., Curtis & Rogers Design Studio, Inc., Chen-Moore Associates, and Miller, Legg & Associates, Inc., for the r, discipline of Landscape Architecture; authorizing the Administration to enter into negotiations with Schwebke-Shiskin &Associates, Inc., CES Consultants, Inc., Chen-Moore Associates, 305 Consulting Engineers, LLC, Miller, Legg & Associates, Inc., and;SRS Engineering, Inc., for the discipline of Civil Engineering; authorizing the Administration to enter into negotiations with E Sciences, Inc., Terracon Consultants, Inc., EBS Engineering, Inc., and CSA Central, Inc., for the discipline of Environmental Services And Testing Engineering; authorizing the Administration to enter into negotiations with CSA Central, Inc., 3FM Engineering, Inc., and UCI Engineering Inc., for the discipline of Mechanical, Electrical, And Plumbing Engineering; authorizing the Administration to 'enter into negotiations with 305 Consulting Engineers, LLC, Eastern Engineering Group Company, CES Consultants, Inc.; Master Consulting Engineers, Inc., UCI Engineering Inc., and Diaz, Carreno, Scott' & Partners, Inc., for the discipline of Structural Engineering; authorizing the Administration to enter into negotiations with TSAO Design Group, Incorporated, and MC Designers, Inc., for the discipline of Interior Design / Space Planning; authorizing the Administration to enter into negotiations with Schwebke-Shiskin & Associates, Inc. for the discipline of Surveying; and further authorizing the Mayor and City Clerk to execute an agreement with each of the recommended proposers upon conclusion of successful negotiations by the Administration. PASSED AND ADOPTED this /7 day of riper 2018. ATTEST: 14/341Y °C;4""'"--1..________ RAF EL E. GRANADO, CITY CLEC ., 717 DAN GELBER, MAYOR F:}PURC‘Solicitations1201812018-141-ND �Qv-{t_a�d_t,, r. ,s110-Award\RESO2018-141-ND.doc • /74.1.t..-=•_ .\ /,;_�r•.,'j, APPROVED AS TO �` ..>'.‘r` FORM &LANGUAGE &FOR EXECUTION ',* lh GRP 'ORATED; . ' . ..0,,,7.-.. 417,c7 ....- > /-1 cn4Osii----- ,,f_ A --f G 9C'....'9 6"/ r City Attorney J r�P Date 1 Resolutions-C7 P MIAMIBEACH COMMISSION MEMORANDUM TO: Honorable Mayor and Members of the City Commission FROM: Jimmy L. Morales, City Manager DATE: October 17, 2018 SUBJECT A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER PERTAINING TO THE RANKING OF PROPOSALS PURSUANT TO REQUEST FOR QUALIFICATIONS (RFQ) NO. 2018-141-ND, FOR PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH WILLIAM B. MEDELLIN ARCHITECT P.A., CSA CENTRAL, INC., SCHINDLER ARCHITECTS, INC., TSAO DESIGN GROUP, INCORPORATED, CPH, INC., SOL-ARCH, INC., WILLIAM LANE ARCHITECT, INC., MOSS ARCHITECTURE AND DESIGN GROUP, INC., ALLEGUEZ ARCHITECTURE, INC., R.J. HEISENBOTTLE ARCHITECTS, AND P.A., VITALINI CORAZZINI, P.A., FOR THE DISCIPLINE OF GENERAL ARCHITECTURE; AUTHORIZING THE ADMINISTRATION TO ENTER. INTO NEGOTIATIONS WITH SAVIND & MILLER DESIGN STUDIO, PA, KEITH AND SCHNARS, P.A., CPH, INC.; CURTIS & ROGERS DESIGN STUDIO, INC., CHEN-MOORE ASSOCIATES, AND MILLER, LEGG & ASSOCIATES, INC., FOR THE DISCIPLINE OF LANDSCAPE ARCHITECTURE; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH SCHWEBKE- SHISKIN & ASSOCIATES, INC., CES CONSULTANTS, INC., CHEN-MOORE ASSOCIATES, 305 CONSULTING ENGINEERS, LLC, MILLER, LEGG & ASSOCIATES, INC., AND SRS ENGINEERING, INC., FOR THE DISCIPLINE OF CIVIL ENGINEERING; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH E SCIENCES, INC., TERRACON CONSULTANTS, INC., EBS ENGINEERING, INC., AND CSA CENTRAL, INC., FOR THE DISCIPLINE OF ENVIRONMENTAL SERVICES AND TESTING ENGINEERING; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH CSA CENTRAL, INC., 3FM ENGINEERING, INC., AND UCI ENGINEERING INC., FOR THE DISCIPLINE OF MECHANICAL, ELECTRICAL, AND PLUMBING ENGINEERING; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH 305 CONSULTING ENGINEERS, LLC. EASTERN ENGINEERING GROUP COMPANY, CES CONSULTANTS, INC., MASTER CONSULTING ENGINEERS, INC., UCI ENGINEERING INC., AND DIAZ, CARRENO, SCOTT! & PARTNERS, INC., FOR THE DISCIPLINE OF STRUCTURAL ENGINEERING; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH TSAO DESIGN GROUP, INCORPORATED, AND MC DESIGNERS, INC., FOR THE DISCIPLINE OF INTERIOR DESIGN / SPACE PLANNING; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH SCHWEBKE- SHISKIN & ASSOCIATES, INC. FOR THE DISCIPLINE OF SURVEYING; AND FURTHER AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN Page 436 of 1637 AGREEMENT WITH EACH OF THE RECOMMENDED PROPOSERS UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION. RECOMMENDATION Adopt the Resolution • ANALYSIS On September 28, 2004, through Resolution 2004-24697, the City Commission created the Capital Renewal and Replacement Program (the "CRR Program'). The intent of the CRR Program is to provide funding for proactive renewal and replacement of the City's facilities and the building systems within those facilities (e.g., HVAC, roofs, fire safety systems, etc). The CRR program is also used to execute small repairs, remodels or renovation projects, with total project budgets under $325,000. The average value of the current CRR projects is approximately $158,000, but can be as low as $25,000 or less. In addition to CRR projects, award(s) of this RFQ may also be used for other small projects. Section 287.055, Florida Statutes, commonly known as the Consultant's Competitive Negotiation Act (CCNA), is applicable to the selection of professional consultant services (architecture, professional engineering, landscape architecture, or registered surveying and mapping) by public agencies for projects valued up to the amount established in Category 5, Section 287.017, Florida Statutes (currently $325,000 or as amended by law) or for a planning or study activities valued up to the amount established in Category 2, Section 287.017, Florida Statutes (currently $35,000 or as amended by law). Even for projects below these thresholds,an architect or engineer is often required to develop construction documents for construction and permitting. Award of this RFQ will expedite the selection of architects and,engineers as required for small projects. In order to maximize the cost effectiveness of small projects, through this RFQ the City sought to establish a pool of qualified architectural and engineering consultants interested in providing the City with professional services for small projects. The categories of work are, *as further defined in Appendix C, Architecture — General, Architecture — Landscape Architecture, Engineering — Environmental Services and Testing, and Engineering — Mechanical, Electrical & Plumbing, Engineering—Structural. RFQ PROCESS On February 14, 2018,the City Commission approved to issue the Request for Qualifications (RFQ) No. 2018-141-ND for Professional Architectural and Engineering Services for Capital Repair and Replacement Projects. On February 15, 2018, the RFQ was issued. A voluntary pre-proposal conference to provide information to proposers submitting a response was held on February 27, 2018. Seven addenda were issued. The Procurement Department issued bid notices to 275 companies utilizing www.publicpurchase.com website. 263 prospective bidders accessed the advertised solicitation. RFQ responses were due and received on May 7, 2018. The City received proposals in response to the RFQ from the following 37 firms for a variety of categories as indicated in Attachment A: 305 Consulting Engineers, LLC 3FM Engineering, Inc. Alejandro Pardo Architecture, Inc. AlleguezArchitecture, Inc. ArcBuilders and Group Incorporated Page 437 of 1637 Calvin, Giordano&Associates, Inc. CES Consultants, Inc. Chen-Moore Associates CPH, Inc. CSA Central, Inc. Curtis & Rogers Design Studio, Inc. Diaz, Carreno, Scotti& Partners, Inc. E Sciences, Inc. Eastern Engineering Group Company EBS Engineering, Inc. Florida Technical Consultants, LLC Keith and Schnars, P.A. Landscape DE, LLC Master Consulting Engineers, Inc. MC Designers, Inc. Miller, Legg&Associates, Inc. Moss Architecture and Design Group, Inc. R.J. Heisenbottle Architects, P.A. Ross&Baruzzini, Inc. Savino&Miller Design Studio, P.A. Schindler Architects, Inc. Schwebke-Shiskin&Associates, Inc. Sol-ARCH, Inc. SRS Engineering, Inc. T.Y. Lin International Terracon Consultants, Inc. TSAQ Design Group,_Incorporated UCI Engineering Inc. UCI Engineering, Inc. D/B/A UCI Design, Inc. Vrtalini'Corazzini, P.A. William B. Medellin Architect P.A William Lane Architect, Inc. On February 26, 2018, the City Manager appointed the Evaluation Committee via LTC # 105-2018. The Evaluation Committee convened on August 6, 2018, to consider proposals. received. The Committee was comprised of Lily Alvarez, Construction Manager, Property Management Department, City of Miami Beach; Pilar Caurin, Construction Manager, Office of Capital Improvement Projects, City of Miami Beach; Elizabeth Estevez, Capital Projects Manager, Parks and Recreation Department, City of Miami Beach; and Francisco Garcia, Construction Manager, Property Management Department, 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 ranking of proposers as indicated in Attachment A. Subsequent to the evaluation of proposals, Ross & Baruzzini, Inc. submitted the attached letter indicating that without local MEP resources it no longer wished to be considered for award. Due to the large number of responses, a summary of each top-ranked firm or the firm's proposal is available upon request. Page 438 of 1637 CONCLUSION - After reviewing all the submissions and the results of the evaluation process, I note that the City is fortunate to have received a large number of responses to the RFQ. In determining the number of firms to award in each category,staff has recommended the number of firms believed to be necessary to complete the volume of work available for each category. Awarding too many firms in any given category would not be in the City's best interest as, an insufficient volume of projects may cause, the awarded firms to become disinterested and not provide the necessary level of service to the City. Therefore, I recommend that the Mayor and City Commission approve the Resolution authorizing the Administration to enter into negotiations as follows: William B. Medellin Architect P.A., CSA Central, Inc., Schindler Architects, Inc., TSAO Design Group, Incorporated, CPH, Inc., Sol-ARCH, Inc., William Lane Architect, Inc., Moss Architecture and Design Group, Inc., Aileguez Architecture, Inc., R.J. Heisenbottle Architects, and P.A., Vitalini Coraaini, P.A., for the discipline of General Architecture, Savino & Miller Design Studio, RA., Keith and Schnars, P.A., CPH, Inc:, Curtis & Rogers Design Studio, Inc., Chen-Moore Associates, and Miller, Legg & Associates, Inc., for the discipline of Landscape Architecture. Schwebke-Shiskin & Associates, Inc., CES Consultants, Inc., Chen-Moore Associates, 305 Consulting Engineers, LLC, Miller, Legg & Associates, Inc., and SRS Engineering, Inc., for the discipline of Civil Engineering. E Sciences, Inc., Terracon Consultants, Inc., EBS Engineering, Inc., and CSA Central, Inc., for the discipline of Environmental Services and Testing Engineerina. CSA Central, Inc., 3FM Engineering, Inc., and UCI Engineering Inc.,for the discipline of Mechanical. Electrical,and Pliumbing Engineering. 305 Consulting Engineers, LLC, Eastern Engineering Group Company, CES Consultants, Inc., Master Consulting Engineers, Inc., UCI Engineering Inc., and Diaz, Carreno, Scotti & Partners, Inc., for the discipline of Structural Engineering. TSAO Design Group, Incorporated, and MC Designers, Inc., for the discipline of Interior Design / Space Planning. Schwebke-Shiskin &Associates, Inc.for the discipline of Surveying. and further authorize the Mayor and City Clerk to execute an agreement with each of the recommended proposers upon conclusion of successful negotiations by the Administration. KEY INTENDED OUTCOMES SUPPORTED Build And Maintain Priority Infrastructure With Full Accountability FINANCIAL INFORMATION The cost of the related services, determined upon successful negotiations, are subject to funds availability approved through the City's budgeting process. Legislative Tracking Property Management/Procurement Page 439 of 1637 ATTACHMENTS: Description ❑ Attachment A ❑ Ross and Barazzuni Letter ❑ Resolution Page 440 of 1637 ATTACHM ENT A ARCHITECTURE-GENERAL • RFQ 201F111419PROFESSIONAL �— - •�.— ~_ 0 1 1 o ATiMECTBRN.AND ENCIREERKG to1co Lily Alvarez PilarCaurin Elizabeth Estevez Francisco Garcia c Low e SERVICES F00.CAPITAL RENEWAL AND i s c c Aggregate c REPLACEMEMPRl11ECT3 cc cc __ ¢ �.. .— 2 Totals :� Qualitative Quantitative I Subtotal Qualitative 1 Quantitative 1 Subtotal j Qualitative Quantitative Subtotal I Qualitative Quantitative Subtotal William B.Medellin Architect -- •.. .__ �^..-_.__—,--I P.A. 96 0 96 1 95 0 _ 95 4 t 92 0 92 3 100 0_ 100 11 9 1 CSA Central,Inc. _ 96 0 96 1• 98 0 98 1 •, 91 0 91 4 , 98 0 ___98 5 11 Ei Schindler Architects.Inc. 95 _ 0 95 6 ,_94 0 94 u 5 95 0 95 1 99_ _ 0 99 3 15 3 TSAO Design Group, — Incorporated 95 9 95 6 93 0 93 5 94 _ 0 94 2 100 0 100 1 15 3 CPH,Inc. 96 0 96 1 97 0 97 3 84 0 84 9 99 0 S _99_ 3 16 •Sol-ARCH,Inc. 1 95 0 95 6 98 0 98 _ 1 86 0 86 7 98 0 1 9e 519 _ 6 W%illiam _ Lane Architect.Inc. 96 0 .. 96, t 87 0 87 10 90 0 90 5 93 0 — 93 11.. 27 - 7 oss Architecture and Design I - oup.Inc. 95 0 95 .6 90 0 90 8 86 0 86 7 _ 97_ 0 97 8 29 8 • leguez Architecture,Inc. 96 0 86 _1 89 0 89 9 80 0 80 11 94 0 94 9 30 9 J.Heisenbettle Architects, — - • A. 94 0 - 94 10 91 0 91 7 88 i 0 88 6 94 0 _ _ 94 9 32 10 Vitetini Coranzini,P.A. 94 0 54 •10 82 0 82 12 82 0 B2 10 98 0 98 5 -37 •:11 ArcBuilders and Group _ •— -- - — —• Incorporated 94 0 94 10 84 _•_. 0 •• 84 11 75 0 75 14 84 0 84 12 47 12 Alejandro Pardo Architecture, • Inc. 93 0 j 93 13,--.,•BO 0 ---180 ,13 79 0 79 12 79 0 79 13 51 13 UCI Design.Inc. -_ .__88_ 0 88 14 69 0 I _•• 69__114 78 I '0 76 13 78 0 78 14 55 •14. • Prop., VMra,an.Pyl .?OWeuwQMha - - AlyardroPad0N0N2CAWi,MC a 0 ounanso Anosesmsinn 0 , 0 AI 0.001c am Gem.Ic«Paaa _ 0 GPH.VO. _ 0 0_ CSA Centra be .._ e 0 0 -' Mos NCAaid M , e. —••_0 0 Mwm R1.bee salyemosee.PA 0 0 - eJMdWNNee4I Me 0 0 . 90,ARCr1,Me •. •••- 0 0 MAO Dep.Camp,IK800001N 0 0 r • - Uel E05iwn0.Me 0,81A UGI OMti,Ier. 0 0 e- Nulii[>amni,PA 0 a WB 5leOn CMxt PA Mue50:100.N0 0 .15012011.ani.AM..010 FOR DISPLAY PURPOSES ONLY.FINAL RANKING DOES NOT CONSTITUTE AN AWARD RECOMMENDATION. • Page 441 of 1637 • ATTACHMENT A ARCHITECTURE-LANDSCAPE R902UtL1 PROFEt q@IAL E.r. -- ARCRnEL7URALANOENUIREERINO c r m SERVICES FOR CAPrtALRE2iEWALAND Lily Alvarez x Pilar Caurin :,1 Elizabeth Estevez ! Francisco Garcia `� Low �c ' REPLACEMENT PROJECTS c I I W .1. :c Aggregate ce — _—. _.J 2� Totals g Oualltative Gua1ltlUtlYe Subtotal Oualllative Ouanlitative Subtotal Uualilativa Quantitative Subtotal —� Qualitative Qvantltative 'Sub-iota] 1 Savino&Miller Design Studio. I -"---'-"-' ' "' •- ----- , P A. 97 0 97 1 ' 95 0 95 •4 94 0 94 1 1007 1 Keith and Schnars.P.A. - -96 0 9 3 97 • 0 97 2 92 0 92 2 101) 0 •r--100 7 8 2 CPH,Inc 96 6 96_ 3. 87 --0 97 2 86 0 86 6 100 0 i 100 1 T-j- Curtis&Rogers Design Studio. •-- _ii-_—_ Inc. _ 96_ _ 0 _ 96 3 98 0 98 1 87 0_ 87 •, 5 98 D - 98 6 14 •4 Chen•Moore Associates 97 0 97 1 • 91 0 91 6 90 Q�_ _ _90 4 98 D 1 98 :6 16 i fi Miller.Legg&Associates.Inc. 95 0 95 6 ,88 0 88 7 91 0 91 3 1000 100 :7 i 17 i 6 Calvin.Giordano&Associates. - -- - - - _ _ Inc. 95 0 95_ 6 92 0 92 _5 66' 0 86 6 96 0 96 .7 24 7 Landscape DE.LLC 8. 93 0 97 __• • . 03 ., 0 83 •• 8 80 0 80 8 96 0 96 7-7-31 .8 P•apow agenasPue. Tent .nainW. Conn.Gidav a Anaora.nc - 0 0 . C10,104 ry AtLWaas 00 CM inc. —.__...0.... 0 WIb a neva Dm0a5e4o.lc a 0 atithe.d SCns.PA. a 0 LOCSOWeOE.LIG 0 0 _ ] uv,1ua96.Uaa0aca.0< 0 0 Serine a Wee Saao PA a D FOR DISPLAY PURPOSES ONLY.FINAL RANKING DOES NOT CONSTITUTE AN AWARD RECOMMENDATION. Page 442 of 1637 ATTACHMENT A ENGINEERING-CIVIL r-• ------.. ._ _. - -• ---.._..._....__...... _. - - ---- RFgm16167NDPROFES9ONAL - ._......_.__. _ _ ___._._ rA ARCHiXTURAL AM ENGINEERRiG Lily Alvarez ` Pilar Calton ` Elfzabech Estevez coE I c low c SERVICES FOR CAPITAL RENEWAL An x Y Francisco Garcia RERACEMEN7?MEM c c e Aggregate X C a __. 2 Totals 11 __--- OM O>s9ve Quantitative Subtotal Quaatanve Quantitative Subtotal Qualitative �uantltative Subtotal Qualitative 1Quantitative Subtotal • • Schweb*C Shinkin 8 —. -__..... _—. Assoaales,Inc. 95 0 95 5 97 0 97 3• 95 0 95 1 100 0 100 2 11 1 CES Consultants.Inc. 97 0 97 2 95 0 95 4• 92 0 92 5 100 0 100 2 13 2 Chen-Moore Associates , 97 0 97 2 91 0 91 7, 93 0 93 3 100 0 100 2 14 3 305 Consuhin9 Ennnneers_LLC 95 5 .... _ 100 1 -84 5 89 8 i 87 5 92 5 98 5 _ 103 1 15 4 Miller, 8 Assoc ates.lnc. 95 0 •• • 95 5 94 0 94 5 Legg _----- ...-. .- • --.- --_-• _-. ...93 0 93 3 100 0 100 2 75 4 SRS Engineenng,Inc. 95 0 95 5 98 .0--� 98___ 1 __ 04 0 94 2 98 0 98 .7_ 15 4 _T�—'-_ 100 2 18 7 CPH•Inc. 94 0 94 8 98 0 98 1 91 0 91 7 100 0 T Y.Lin International 97 0 87 -2- •92 _•-0--- -•-'92 - 6 •90 _•0 90 8 98 0 98 7-2-5--,-6 aeeme..f vm.,.n Caen ITold o„wer.. 305 Cant•Sm Cgfaa.LLC 0 I $ 'CESCau4wa Yr 0 I 0 Cn,wMove Ne.... 0 D Cw54< 0 0 4W1.0006Msaa4..uc 0 0 Smhml.Srm4e 6,twemef lee p p SRA G,Oncvng K ' 0 0 TY in ea* 0 0 t FOR DISPLAY PURPOSES ONLY.FINAL RANKING DOES NOT CONSTITUTE AN AWARD RECOMMENDATION. Page 443 of 1637 ATTACHMENT A - ENGINEERING-ENVIRONMENTAL SERVICES AND TESTING _.. —. r 8fQ Z0161N-aD F9OI9S610eAL • ___. ....... ARCHITECTURAL ANDMMG'DEERING c. to - -. - SERYICEBFORCJPRALrIEa�EvtuAxb Lily Alvarez Y' Pilar Caurin Elizabeth Estevez C e , Low e .e 2' Francisco Garcia RtEPWGE81EIIT PROJECTS a Aggregate e C11t a I Totals a Qualitative Quantitative Subtotal Qualitative Quantitative Subtotal Qualitative • Quantitative Subtotal ' Qualitative 0in;tltative Subtotal E Silences.Inc. 96 0 96 I 95 0 95 i 2 96 _ 0•. _ -86 1 100 0 100 1 1 •__._5 -1 Terracon Consultants,Inc 96 0 96 1 95 0 95 ,2 88 0 _• _ _ BB 1 100 0 100 1 •7 •- •2 •- EBS Engineering,Inc. • 95 0 95 4 96 0 98 1 1 92 0 - 92 2 100 0 100 1 8 . •3• I - CSA Central.Inc. 96 0 96 1 89 0 09 1487 0 87 4 100 I) 100 1 10 4 Honda Technical Consultants. -'-' - _ _, - LLC 94 0 94 5 82 0 82 ;5 82 0 _ B2 5 94 0 94 5 20 5 , 1 wow.. wo 1 Pow,TemarAtmun CSA Central.Ira 0 1 0 ERrr s.Irc 0 1 0 FFL4 Fivnening 00 0 1 0 ? 'Tula r.arcddcauWLLE E 0 ! 0 •r.Kcn CavuunIncs 0 I 0 ` FOR DISPLAY PURPOSES ONLY.FINAL RANKING DOES NOT CONSTITUTE AN AWARD RECOMMENDATION. • • • Page 444 of 1637 • • ATTACHMENT A • ENGINEERING-MECHANICAL,ELECTRICAL.AND PLUMBING afg2Stt.iti 4D PRGPESSIONAL or ARENGINEERINGtECTORAt AND ENGINEERe - to Low r SERVICES FOR GAMIC RENd1Al ANO .ie c LllyAivarez FilarCaurin a ElizabethEGtsvez 2 Francisco Garcia c o RRRACELENf PROJECTS _ ,.a ,Fa, c Aggregate __ - s w 2 __ g Totals Q s Qualitative Quantitative Subtotal Qualitative I Quantitative Subtotal Qualitative I Quantitative subtotal qualitative Quantitative ' Subtotal CSA Central.Inc. 95 0 95 1 96 0 r 96 1 89 __ __ 0 89 • 2 ' 100 0 100 1 5 • 1 Ross 8 Baruzzinl.Inc. 95 0 95 1 95 0 95 2 _ 9? _0�_J� 9Z_ 1 _ 100 0 100 1 5 _ l :3F1/1 Engineering.Inc. 90 0 90 3 94 0 94 3 88 08R . 3 90 0 ! 98 4 i 13 _ 3 IUC1 Engineering.Inc. 90 0 90 3 90 0 90 4 86 0 66 4 _ 99 0 _i_ 99 —3 I 14 4 090099, VFYnn'F Paint. Tat gQaMiYFM NMFspnwOO Mc 0 9 CSA CuaaiK. 0 0 Ran ieYutat Pc 0 0 '5'Fu)rrI.T.K 0 0 FOR DISPLAY PURPOSES ONLY.FINAL RANKING DOES NOT CONSTITUTE AN AWARD RECOMMENDATION. • • • • • Page 445 of 1637 ATTACHMENT A ENGINEERING-STRUCTURAL AFO aOIM41.N8 PROFESSIONAL .. --- . m BRCIUIECTURAL AND sERVICESFOR CAPITAL RENNE890I0 Lily Alvarez .E Pilar Caurin ° Elizabeth Estevez e - e Low e �e Francisco Garcia REEPtACENENrpao7Fcis u m c Aggregate S ._..-..__ _--__..... .. - . K _... .. ..� Totals N C QualitaWa puantfuuve SuMotal qualltatNe quantitative Subtotal Qualitative 1 quantitative Subtotal Qualitative Quantitative Subtotal 305 Consulting Engineers,LLC 95 5 100- 1 • 88 0 95 1 79 5 84 5 100 5 105 1 . 8 1 Eastern Engineering Group _.._ Company 95 0 05 3 92 0 82 2 9Q 0 90 1 100 0100 _2 g 1 CES Consultants.Inc. 97 0 97 2 91 0 91 3 87 0 • 87 3 100 0__ 100 2 - 10 3 Master Consulting Engineers. --- —_• ••• -••— - ._.-_ _ Inc. 95 0 95 3 84 0 84 5 89 0 89 2 ; 99 0 98 .4 14 4 UCI Engineering,Inc. 94 _ 0 -__ 94__ 5 _•_ 91 0 91 ' 3. 87 0 87 3 94 0 94 5 i 16 5 1 Diaz.Carreno.Scout 8 . ' --..-- 1 Partners.Inc. 92 0 92 6 81 0 __81 - 6 75 0 75 ! 6 92 F 0 - - 92 6 I 24 '8 1 ..i+ .-taiaailera7VAN:• :'.' Pa,,reaM OMwnn's 043.13 Tagawnnnsa. 705 Co534ry bp+aei.as 5 a I - J CES Cr aon..IM. 4 1 0 1 ew.C...n.$.. a 3m.ow 0 0 earn,e�..s..e r.,u0110.pay C v UM regrows-op Inc -- -'---._ _ ma a.c00v op Loom03 0 0 1 1 FOR DISPLAY PURPOSES ONLY.FINAL RANKING DOES NOT CONSTITUTE AN AWARD RECOMMENDATION. Page 446 of 1637 ATTACHMENT A INTERIOR DESIGN 1 SPACE PLANNING RFO201614f•ND PROFESSIONAL , —.---___... __ I ARCNItECfURALANO EIIGINEPAWC �. ��—.--.—.._.. • to I mLII Alvarez c PitarCaurin ` Elizabeth Esteve: • c Francisco GRrciaff LowSERVICES FOR CASUAL ROIRIAI.AND Y Y 3iREPIAGENENT PROJECFS ` m , Aggregate c:.: '� � C __ . Totals Rualitative Quantitative SvD1eWl ; QualhaCve Cluantilallve I Subtotal i Qua Quantitative . Subtotal , Qualitative i Quantitative Subtotal_ I TSAO Design Group. '�' — — — —— I Incorporated 95 0 95 I 93 0 93 1 93 0 93 1 100 0 100 ^t a t MC Designers,Inc. j93•• I 0 93 2 87 0 07 2- 89 0 89 _. 2 98 0 95 •_ '2,-1 8-- 2 Propow v.m.m.aema TaSG.wadar. MCC .... a 0 TS.Oa pa Gasp Nofpflad 0 0 FOR DISPLAY PURPOSES ONLY.FINAL RANKING DOES NOT CONSTRUTE AN AWARD RECOMMENDATION. • Page 447 of 1637 ATTACHMENT A SURVEYING Rfn lin MONO PROFESSIONAL - - - ARGIITECTURALANO ENGINEERING a•• a Low c EERNCEB FORCAPRAL RENEWAL AND Lily Alvarez z Pilar Cautin YElizabeth Esteveu Francisco Garcia REPLACEMENT PROJECTS CC I e Aggregate _;a Totals "2 I • Qualitative Quantitative Subtotal Qualitathe _QuanUfative Sub[eul Qualitative Quantitative Subtotal Qualitative Quantitative Subtotal Schwebke-Shiskin 8 —— - Associate&_Inc._ _ 95 0 95 1 98 D 98 1 95 0 95 1 100 0 100 1 4 — I.1 1 P:ppw: VMaref.Palm Twl aa.UtMM wrr12.95.c. Aacvna.�c i , e FOR DISPLAY PURPOSES ONLY.FINAL RANKING DOES NOT CONSTITUTE AN AWARD RECOMMENDATION. • • Page 448 of 1637 Ross&aruzzrni 7200 NW 19th Street,Suite 305 • Miami,Florida 33126 305.477.8338 October 2,2018 Ms.Natalia Delgado City of Miami Beach Procurement Department 1755 Meridian Avenue,3'Floor Miami Beach,Florida 33139 RE: RFQ 2018-141-ND,Professional Architectural and Engineering Services for Capital Renewal and Replacement Projects,Engineering-Mechanical,Electrical&Plumbing Dear Ms.Delgado and Members of the Selection Committee, This letter is a follow-up to our submission submitted to the City of Miami Beach on May 7 relative to On-Call Mechanical/Electrical/Plumbing (MEP) Engineering Services. We understand that Ross & Baruzzini is being considered as a candidate for award of the On-Call Contract. We wanted to inform the City of Miami Beach that our local resources have changed since we submitted our Proposal: • Our local office remains strong in the security,communications and technology disciplines and our firm will continue to offer these services form our local office. • We no longer have mechanical,electrical and plumbing(MEP)resources in our local office;but do have these resources within our headquarters in St.Louis. We remain interested in the contract relative to security,communications and technology focused projects;but without local MEP resources it may be in your best interest to consider firms with local MEP resources for projects that are MEP focused. We thought it best to inform the City of Miami Beach of this change in local resources since our submission and understand any ramifications relative to selection of firms for the contract. Respectfully, Michael E.Shea,AIA Senior Vice President,Government Market M:314.378.6082;mshea@rossbar.com Cc:Susan Dimond,Bill Overturf rossbar.com Page 449 of 1637 ATTACHMENT B REQUEST FOR QUALIFICATIONS (RFQ) &ADDENDUMS 35 MI /�/ /� IBEACH Procurement Department / �/ , 1755 Meridian Ave, 3rd Floor,Miami Beach, Florida 33139 www.miamibeachfl.gov ADDENDUM NO,7 REQUEST FOR QUALIFICATIONS NO.2018-141-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACMENT PROJECTS(the RFQ) April 18,/018 This Addendum to the above-referenced RFQ is issued,in response to questions from prospective proposers, or other clarifications and revisions issued by the City.The RFQ is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). 1. RFQ DUE DATE AND TIME. The deadline for receipt of submittals is extended until 3:00 p.m., Monday, May 7,2018,at the following location: City of Miami Beach Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 • Late submittals 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. No further questions will be considered. 2. RESPONSES TO QUESTIONS RECEIVED. Q1: . The answer to Q17 states that the City already has a pool of professional surveyors and the City will not consider adding this category to the list of services. Under the Revised Statement of Work Required —Exhibit B (Revised Exhibit C), Surveying has been listed as a category of work. Please clarify whether surveying is included as a category in this RFQ proposal or not. Al: Please refer to Addendum.No. 5, Exhibit B: Revised Appendix C, Minimum Requirements &Specifications,surveying has been added to the categories of work. 'Any questions regarding this' Addendum .should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.gov Contact: Telephone: Email: Natalia Delgado 305-673-7000 ext.6263 nataliadelgado@miamibeachfi.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Potential prop rs that have elected not to submit a response to the RFQ are requested to complete and return the"Notice to Pr sp c ive Bidders"questionnaire with the reason(s)for not submitting a proposal. SinAM- -ly, lex is Pro -ment Director RFQ No.2018-141-ND Addendum#7 ` 4/18/2018 MI� /� I E /eProcurement Department I V 1 /"'1 1755 Meridian Ave,3rd Floor, Miami Beach, Florida 33139 www.miamibeachfl.gov 1DDENDUM NO.6 - REQUEST FOR QUALIFICATIONS NO,2018-141-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND • • REPLACMENT PROJECTS(the RFQ) April 16,2018 This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFQ is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). 1. RFQ DUE DATE AND TIME. The deadline for receipt of submittals is extended until 3:00 p.m., Monday, April 30, 2018,at the following location: • City of Miami Beach Procurement Department 1755 Meridian Avenue, 3`d Floor Miami Beach, Florida 33139 - Late submittals 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. No further-questions,will be considered, Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.gov Contact: Telephone: Email: • Natalia Delgado 305-673-7000 ext.6263 nataliadelgado@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission: Potential proposers that have elected not to submit a response to the RFQ are requested to complete and return the"Notice to Pros ctive Bidders"questionnaire with the reason(s)for not submitting a proposal. 'n ,eiy, A72- lex D.'. Procurement Director • RFQ No.2018-141-ND Addendum#6 4/16/2018 M I A i'V\I BEACH rProcurement Department 1755 Meridian Ave,3rd Floor, Miami Beach, Florida 33139 www.miamibeachfl.gov . i ADDENDUM NO.5 REQUEST FOR QUALIFICATIONS NO.2018-141-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACMENT PROJECTS (the RFQ) April 13,2018 This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFQ is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). • • 1. REVISION: Delete Section 0300, Submittal Instructions and Format, on page 12—13 of the RFQ, in its entirety and Replace with Revised Section 0300, Submittal Instructions and Format, attached hereto as Exhibit A. • 2. REVISION: Delete Appendix C, Minimum Requirements & Specifications, on page 27—28 of the RFQ, in its • entirety and Replace with Revised Appendix C, Minimum Requirements & Specifications, attached here to as Exhibit B. • 3. ATTACHMENTS. Exhibit A: Revised Section 0300,Submittal Instructions and Format. Exhibit B: Revised Appendix C, Minimum Requirements&Specifications 4. RESPONSES TO QUESTIONS RECEIVED. Q1: Could you please clarify what is needed for the three references? Do we need reference letters or just contact information? Al: As stipulated in Appendix A, Response Certification, Questionnaire & Requirements Affidavit, 3. References & Past Performance, 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. Q2: Do only originals need to be in 3 ring binders or the 10 copies also? A2: As stipulated in Section 0300,Submittal Instructions and Format, 1. Sealed Responses, the City prefers that the original be in a 3-ring. Additionally,that the Proposer submit ten (10) bound copies and one(1)electronic format(CD or USB format). How the copies are bound is up to the proposer. Q3: Pg 13, Section 2.3.1 Audited Financial Statements in lieu of D&B SQR. Will a current (2017-2018) certification letter from FDOT suffice for Audited Financial Statements?or do you require the Audited Financial Statement itself as submitted to FDOT for Certification? A3: Please refer to Exhibit A: Revised Section 0300, Submittal Instructions and Format. Neither is requested at this time. RFQ No.2018-141-ND Addendum#5 4/13/2018 MI A /� I BEACH Procurement Department V 1755 Meridian Ave,3rd Floor, Miami Beach, Florida 33139 www,miam i b e achfl.gov Q4: Are the proposing firms required to submit sub-consultants to address all the service areas identified on p. 28 of Appendix C? A4: Proposers may but are not required to submit proposals for all categories of work • stated within the RFQ. Proposals must be limited to a single category of work. Those Proposers wishing to submit proposals for multiple categories of work must submit a separate proposal for each category. For example, if a Proposer wishes to submit a proposal • for Architecture-General AND for Engineering-Structural, the Proposer must submit a single proposal for Architecture-General and a separate and distinct proposal for Engineering- Structural. • Proposals are not to include sub-consultants at this time.Proposals shall only be submitted • for the areas of work that will be completed by the submitting firm. • Q5: Under "Experience and Qualifications of the Firm", you have asked for an SF330. Then, under • "Experience and Qualifications of the Team", you have asked, "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". The SF330 includes resumes. Are you looking for resumes to be included twice in two separate sections? • A5: Please refer to Exhibit A: Revised Section 0300,Submittal Instructions and Format. Q6: Under"Experience and Qualifications of the Team", you are asking for"Project Experience: For each architect and engineer, include information for three (3) relevant projects, performed in the last five years, for public or private sector clients."Does"architect and engineer" refer to each individual on the team,or rather to the firm as a whole? Projects are included in the SF330.Are you looking for • projects to be included twice in two separate sections? A6: See response to item Q5 above. • Q7: Do we have to submit info for both Tab 2 and Tab 3.or just Tab 2 since we are submitting as a firm and not as a Team? A7: See response to item Q4 above. • Q8: In the RFQ, under the Format section, for Tab 2.2 (Qualifications of Proposing Firm), are we to use SF 330 section F to present this information? AB: See response to item Q5 above. Q9: We are a consulting engineer (Mechanical, Electrical, and Plumbing) firm, do we have to be listed under an architect in the proposal or can we submit our own proposal? A9: See response to item Q4 above. RFQ No.2018-141-ND Addendum#5 • 411312018 it M I AM I B E AC HProcurement Department 1755 Meridian Ave,3rd Floor,Miami Beach, Florida 33139 www.miamibeachfl.gov Q10: Insurance Requirements-Are we required to carry Workers'Comp,General Liability, and Automobile Liability?We do carry the 1 M professional liability being an engineering firm. A10: Yes,the Consultant will need to maintain the minimum levels of insurance indicated in Appendix D, Insurance Requirements. Q11: Could the City please clarify intent?"Teams"with the"Prime"being the discipline under which you • • are submitting or Single-discipline proposals with no sub-consultants included?`or will both types of submittals be allowed in which case..Is it up to the Proposer? All: See response to item Q4 above. Q12: Tab 2 Section 2.2 asks for client references,Tab 3 Section 3.1,1 also asks for client references, and item 3 of the Response Certification, Questionnaire & Requirements Affidavit also asks for references. Can these references be the same? Al2: No, references requested under Appendix A and Tab 3 are for the firm. References requested under Tab 4 are for the Proposer's individual team members (architects and engineers). Q13: Can the proposer include references from City of Miami Beach staff? A13: Yes,the proposer can include references from the City, providing they are specific to a project. Q14: Is there a preponderance of vertical or horizontal tasks anticipated from this contract? • A14: The City anticipates there to be a preponderance of vertical tasks resulting from the award of this solicitation. Q15: While we understand that the industry is generally called Architectural/Engineering Services, Page 27 item C2 lists categories being sought grouped categorically as either "Architecture" or "Engineering". In the case of, for example, "Architecture — Landscape", the fact that it is written where landscape is appended to architecture it could be misunderstood to read_that a landscape architectural firm must be a sub or part of architectural team because of the way it is written. Please • clarify that it is not the intent of the City to force landscape architecture services to be solely provided as a sub to an architectural prime, and instead landscape architectural services can be submitted independently. A15: See response to item Q4 above. Q16: "Engineering —:Structural" is listed twice. Can the City clarify if one of those was intended to be "Engineering—Civil" A16: Please refer to Exhibit B: Revised Appendix C, Minimum Requirements & Specifications. RFQ No.2018-141-ND Addendum#5 4/13/2018 /\t' I B Ci\(H Procurement Department 1755 Meridian , , Miami Beach, Florida 33139 www.miamibeachfl.gov Q17: Does the City already have a pool of Professional Surveyors? If not, will the City consider adding this category to the list of services? A17: The City already has a pool of Professional Surveyors. Hence, the City will not consider adding this category to the list of services. Q18: Mechanical, Electrical and Plumbing services are all grouped together, however there are many highly qualified firms that provide one and not all three of those services. Will the City consider • • breaking each of these out into separate categories? A18: See response to item Q16 above. Q19: If the City will not break-out Mechanical, Electrical and Plumbing services into separate categories, will the City clarify if a firm that does not provide all three services in-house will preclude them from being eligible to submit. A19: 'See response to item Q16 above. Q20: During the Pre-Proposal Conference it was stated that firms could submit individually or as a part of a team. Concerns were brought up by several of the participants and attendees that that structure • would result in disadvantageous situations for the applicants. Seldom are projects, even the small ones,only the product of one sole discipline. Therefore, an applicant may be selected by the City as part of a 'pool', for example for.Landscape Architectural or Civil Engineering Services. If, for example, a project is then given to an Architect for a building renovation or annex that will also require landscape and civil work, and if that Architect's RFQ submittal included a Civil Engineer or Landscape Architect as a part of their 'team', then the contracted firm in the pool of qualified consultants selected by the City will not see the benefits of having submitted to perform any necessary intersecting services required as a part of the scope for that specific building renovation project. We think that the option to submit independently or as a part of a team may result in (a) bulking-up all the RFQ responses that will be received by the City to include both prime and consultant services—which will make the task of an apples-to-apples comparison by the evaluation committee very difficult — or it may (b) dissuade qualified applicants from submitting altogether because they have not formed the established relationships other 'teams' may have in place — ultimately reducing the options for qualified professionals available for the City to choose from and setting the City at a disadvantage. We would respectfully recommend that all responses be made solely for the primary in-house service offered and that the option to also submit as part of a team be eliminated. That way, each applicant will be solely evaluated based on that primary service they are providing. The City could request that each applicant could state what firms they have had past experiences with thatprovide what would be sub-consultant services in a new Tab 2.4 to be included in Page 13. The City could then clarify that as a project becomes available, it would be the City's responsibility to assemble the. project team solely from those within the pool. If a prime has a stated working relationship with another firm that is also in the pool, then the City could favorably select that second firm to be a part of the team, or not. Ultimately,this will be in the City's best interest because(a)it will ensure that all team-members have been properly vetted through the selection process, and (b) it will clarify the process to those of us responding to this RFQ. RFQ No.2018-141-ND Addendum#5 4/13/2018 V I.I AM I B EACHProcurement Department 1755 Meridian Ave,3rd Floor, Miami Beach, Florida 33139 www.miamibeachfl.gov Given the above, please confirm if it is still the intent of the City to allow submittals to be independently submitted as well as a part of a team. A20: See response to item Q4 above. Q21: We understood from the statements made during the Pre-Proposal Conference that, for ease and facility of review, all submittals for each different service category should be submitted as separate packages, independently. Therefore, 1 firm who submits for 3 different service categories will provide 3 separate submittals. We certainly understand the effectiveness of this request;we simply want to confirm if our understanding is correct. A21: The City confirms that for ease and facility of review all submittals for each different service category must be submitted as separate packages,independently. Q22: Appendix A.What tab does the questionnaire affidavit fall under. Should Appendix A be a tab unto itself? A22: See response to item Q5 above. Q23: 2.3 Financial Capacity. Do we request D&B SQR after the bid opening upon notification from the City or do we have D&B send the SQR to the City now? • A23: As stipulated in Section 0300, Submittal Instructions and Format, 4. Financial Capacity, Proposer shall arrange for Dun & Bradstreet to submit a Supplier Qualifier Report (SQR)within three (3)days of request by the City. Q24: The numbering under the Submittal Instructions and Format seems to be off starting on page 12.Will you be updating that? A24: See response to item Q5 above. Q25: Are you looking for teams or individual firms for each'category"? A25: See response to item Q4 above. ?- Q26: Civil engineering is not listed but structural is listed twice. Please clarify. A26: See response to item Q16 above. Q27: Is the City of Miami Beach looking to award individual Agreements for each Discipline or only (1) Agreement with a Prime and Sub-consultants. Also, if it will only be(1)Agreement,who shall be the Prime? A27: Sub-consultants are not being considered at this time. The City of Miami Beach is looking to award individual agreements for each discipline. In the case were a firm is awarded various disciplines, one agreement will be executed and will indicate the various disciplines. • RFQ No.2018-141-ND Addendum#5 4/13/2018 Procurement Department /V\I i\iV\ I QAC 1755 Meridian Ave,3rd Floor, Miami Beach, Florida 33139 www.miamibeachfl.gov Q28: Would the City be able to provide a list of the firms that currently hold contracts and expiration date of those contracts? • A28: The City currently does not have a contract for professional architectural and engineering services for capital renewal and replacement projects. Q29: Is the Architectural and Engineering Services for this RFQ associated with the cost less than $325,000? A29: Yes, this RFQ is for professional architectural and engineering services for capital renewal and replacement projects usually expected to cost less than$325,000.. Q30: Page 27 lists Engineering-Structural as a category two times. Is another category of engineering required? A30: See response to item Q16 above. Q31: Please elaborate on the type of testing &inspection services required under the Master Agreement. A31: No testing or inspection services are required.See response to item Q16 above. Q32: Can a firm submit as a prime consultant&be a subconsultant on other firm's teams? A32: See response to item Q4 above. Q33: ' Under which category(ies)does the following services fall under? - -Lab Testing - • -Soils&Geologic Studies,Foundations -Roofing Assessments, Replacements • -Testing &Inspection Services • i A33: See response to item Q16 above. Soils & Geologic Studies, Foundations falls under the Engineering — Environmental Services and Testing category. Roofing Assessments, Replacements falls under the Architecture—General category. Q34: Please provide information on what type of testing services are required for the Engineering- Environmental Services category. A34: Various, including, but not limited to: surveys for asbestos containing materials (or ACM);lead based materials,Asbestos/Lead Abatement, and indoor air monitoring services, Q35: Please provide clarification as to what lab testing services are required under the Master Agreement. A35: The category for lab testing services was deleted from Appendix C, Minimum Requirements &Specifications. RFQ No.2018-141-ND Addendum#5 4/13/2018 MI/\/\,/\I B E /AProcurement Department/`"1 1755 Meridian Ave,3rd Floor,Miami Beach, Florida 33139 www.miarnibeachfl.gov Q36: Page 12,TAB 2 reads 1.3.Should this be part of TAB 1 or TAB 2? A36: See response to item Q5 above. Q37: Under "SECTION 0300/SUBMITTAL INSTRUCTIONS AND FORMAT", please clarify where APPENDIX A, B, D•&E are to be placed in RFQ Submittal package. A37: See response to item Q22 above. Appendix B is to be submitted if the Proposer has • • elected not to submit a proposal. Hence,,it is not mentioned in Section 0300, Submittal Instructions and Format. Appendix D and E are not to be included in the proposal. • Q38: Section 2.2(Qualifications of Proposing Firm) ask to submit information regarding experience on • non-residential small projects, construction cost below 325,000. Is it possible to include private offices, retail, restaurants, city projects such as certifications, zoning consulting and private historical • like Deering Estate or Woman's Club at Coconut Grove? A38: Yes, when submitting information regarding experience you can include private offices, retail, restaurants, city projects such as certifications, zoning consulting and private historical projects. Q39: For section 3.1.1 it seems to duplicate section 2.2.Are we to provide small projects in both sections? • • and are the projects supposed to be individual experience, firm experience or subconsultant • experience? • A39: Tab 3, Section 3.1 Qualifications of Proposing Firm, requests firm's history and relevant experience and proven track record of providing architecture or engineering • • . services, preferably to public sector agencies, for-non-residential small projects. Tab 4, Section 4.1.1 Project Experience, requests the experience of the firm's individual team members on small projects as defined in Section 3.1. Proposals are not to include sub • - consultants at this time. Q40: Should the DUNS information required in Tab 2.3 be sent to you? A40: Not at this time. As stipulated in Section 0300, Submittal Instructions and Format, 4. Financial Capacity, Proposer shall arrange for Dun&Bradstreet to submit a Supplier Qualifier Report(SQR)within three(3)days of request by the City. The Supplier Qualifier Report(SQR) • shall be sent via email to nataliadelqado ai7,miamibeachfl.gov. Q41: In Section C2. Statement of Work Required (Page 27 of RFQ), could the City please clarify what the scope of items are for the Engineering—Environmental Services and Testing category? A41: See response to item Q34 above. Q42: We would like to know how we should structure the proposal in regards to Tab 2(Page 12 of RFQ). • Would the City like two tabs for#2, one in front of item 1.3 and one in front of item 2.1? • A42: See response to item Q5 above. RFQ No.2018-141-ND Addendum#5 4/13/2018 ,AJ\/ 1 B E ^ C u Procurement Department 1755 Meridian Ave, F , Miami Beach, Florida 33139 www.miamibeachfl.gov Q43: Arelhere any subs which may be excluded from participating on teams, as they may be on existing contracts with the City? A43: See response to item Q36 above. Q44: We understand that "testing," as it relates to geotechnical, laboratory services, and/or building materials testing, is included in the"Environmental—Environmental Services and Testing"category. Is this correct? If no,then what categories do each of the following services fall under? • Lab Testing • Soils&Geologic Studies, Foundations • Roofing Assessments, Replacements • Testing& Inspection Services A44: See response to item Q33 above. Q45: Can a firm submit as a prime consultant&be a subconsultant on other firm's teams? A45: See response to item Q32 above. Q46: Page 27 lists "Engineering —Structural"as a category two times. Is another category of engineering required? A46: See response to item Q16 above. Q47: Who are the incumbents? A47: See response to item Q28 above. Q48: Page 12: Please confirm that the hard copy submittal requires tab label of"0400" or if it can be labeled as outlined in the Proposal format(Tab 1,Tab 2,etc.). A48: It is strongly recommended that the Proposals be organized and tabbed in accordance with Section 0300,Submittal Instructions and Format. Q49: Page 13: Please clarify minimum required small projects of as minimum of three or five. A49: See response to item Q5 above. Q50: Page 13: Section 3.1.1. cites small projects as defined in 2.1. Please clarify that definition of small projects is per Section 2.2. A50: See response to item Q5 above. Q51: Where.should we include Appendix A? A51: See response to item Q5 above. RFQ No.2018-141-ND Addendum#5 4/13/2018 • Mu Procurement Department(�'A/�V } I �-�R+���1 I 1755 Meridian Ave,3rd Floor,Miami Beach,Florida 33139 www.miamibeachfl.gov Q52: Regarding the proposal format, noticed that you have Tab 2 twice. Should the second Tab 2 be changed to Tab 3 and so on.. A52: See response to item Q5 above. Q53: Could you please make clarification in reference to the requested structure of the response. On tab • 2, section 2.1 is requesting the use.of Standard Form 330. On this form, it is a requirement to show 10 projects that show qualification of the firm and the key people involved (which is reflected in the matrix section G of the SF330). A53: See response to item Q5 above. Q54: On the "Submittal Instructions and Format" proposed by Miami Beach, is the information to be included in Tab 2#2.2"Qualifications of Proposing Firm"the Form 330 Section E or Section F from Form 330? Section E lists 5 relevant projects to be entered in that section while we are required to submit three (3) Section F "Example Projects" as per Tab 3 on the "Submittal Instructions and Format"proposed by Miami Beach. A54: Tab 3 Section 3.1 requests the Qualifications of the Proposing Firm. Form 330 Section E and F make reference to the key personnel and team. Q55: Regarding Form 330 Section F, I understand we need to submit three (3) small projectsrelevantto the category of work for this proposal/RFQ (Three (3) small projects are specified in Tab 3 on the "Submittal Instructions and Format" proposed by Miami Beach). Is Section F the same information that is specified to be included in Tab 3 on the "Submittal Instructions and Format" proposed by Miami Beach? If so,do I place a copy of those three(3)Section F example projects together with the Form 330 in Tab 2 and another copy of the Section F three(3)small projects in Tab 3 as well? A55: See response to item Q5 above. • Any questions regarding this Addendum should be submitted in writing to the) Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.gov Contact: Telephone: Email: Natalia Delgado 305-673-7000 ext.6263 nataliadelgado@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Potential proposers that have elected not to submit a response to the RFQ are requested to complete and return the"Notice to Prospective Bidders"questionnaire with the reason(s)for not submitting a proposal, Si ;rely, Al-x D :•curement Director • RFQ No.2018-141-ND • Addendum#5 4/13/2018 /\/\ I �," /\ IBE /� Procurement DepartmentI \/ 1 i"1 1755 Meridian Ave,3rd Floor, Miami Beach, Florida 33139 www.miamibeachfl.gov Exhibit A • Revised Section 0300, Submittal Instructions and Format • RFQ No.2018-141-ND Addendum#5 4/13/2018 MIAMI BEACH SECTION 0300 SUBMITTAL INSTRUCTIONS AND FORMAT 1. SEALED RESPONSES. One original Proposal (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 is 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. TAB 1 Cover Letter&Table of Content 1.1 Cover Letter.The cover letter must be signed by a principal or agent able to the bind the firm and contain the following: (a) Prime Proposer. Include the name and location of the Prime Proposer, Primary Proposer's Representative for the RFQ, Representative's Contact.Joint Ventures are not allowed under this RFQ. (b) Selected Category of Work. Proposer must indicate the category of work for which proposal is submitted, Categories of Work; include: Architecture — General;_Architecture — Landscape; Engineering — Environmental; Engineering—Mechanical,Electrical&Plumbing;Engineering—Structural. Proposers shall submit separate proposals for each category of work for which a proposal is • submitted. Example: a firm which provides general architecture and landscape architecture shall submit one proposal for Architecture—General and a separate and distinct proposal for Architecture—Landscape. 1.2 Response Certification, Questionnaire & Requirements Affidavit (Appendix A). Attach Appendix A fully completed and executed. TAB 2 i Minimum Requirements 2.1 Minimum Qualifications Requirements. Submit verifiable information documenting compliance with the minimum qualifications requirements established in Appendix C Minimum Requirements and Specifications, including a) Architect /. Engineering Firm. Provide copies that the firm is certified by the Florida Department of Business and Professional Regulation to do business in Florida. b) Principle and Account Representatives. For the principle and account representative(s) submitted under Tab 2 below, submit copies that individuals are licensed by the Florida Department of Business and Professional Regulation to do business in Florida. Proposer should also submit copies of architect/engineer license for all licensed firm employees. RFQ 2018-141-ND • • MIAMI BEACH TAB 3 Experience&Qualifications of the Firm 3.1 Qualifications of Proposing Firm. Submit detailed information regarding the firm's history and relevant experience and proven track record of providing architecture or engineering services, preferably to public sector agencies, for non-residential small projects (construction costs below $325,000 and planning/studies below $35,000). Submit at least three (3) small projects relevant to the category of work for which the proposal has been submitted, performed in the last five (5) years as evidence of requested experience, preferably to public sector agencies. For each small project submitted,.the following is required: • project name, • project description (including cost/budget), • agency/client name, • agency/client contact, • contact telephone&email, • • and year(s) and term of engagement. TAB 4 Experience&Qualifications of the Team 4.1 Qualifications of Proposer's Individual Team Members (Architects and Engineers). Provide an organizational chart which indicates, at a minimum,the principles of the firm, account representatives and individual team members to be assigned to any award by the City of Miami Beach pursuant to this RFQ. Include details on 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. THIS SECTION IS NOT DIRECTED AT SUB-CONSULTANTS. SUB-CONSULTANTS ARE NOT TO BE SUBMITTED AT THIS TIME, 4.1.1 Project Experience. For each architect and engineer (Firm's individual team members), include information for three (3) relevant projects, performed in the last five (5) years for public or private sector • clients. Relevant projects shall include those projects similar in scope to thoseservices listed in Appendix C. Submit'at least three (3) small projects (as defined in Section 3.1 above) relevant to the category of work for which the proposal has been submitted, performed in the last five (5) years as evidence of requested experience, preferably to public or private sector agencies. For each small project submitted,the following is required: . • project name • project description, • 'agency/client name, • agency/client contact, • • contact telephone&email, • • and year(s) and term of engagement. TAB 5 Required Forms 5.1 Standard Form 330.The proposing firm shall submit a completed Standard From 330 (attached). No proposal will be considered without this required form. In addition to experience and qualifications considerations,the City may use this information to consider the firm's previous and current workload. • 4. FINANCIAL CAPACITY. Within three (3) business days of request by the City, each Proposer shall arrange for Dun & Bradstreet to submit a Supplier Qualification Report(SQR) directly to the Procurement Contact named herein. 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 res j5onsibility of the Proposer. The Proposer shall request the SQR report RFQ 2018-141-ND MIAMI BEACH from D&B at: https://supplierportal.dnb.com/webapp/wcs/storesfservlet/SupplierPortai?storeld=11696 • Proposers 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. 5. ADDITIONAL INFORMATION OR CLARIFICATION. After proposal submittal, the City reserves the right to require additional information from Proposers (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 2018-141-ND h /� I/1� V 1EACf � I B Procurement Department1 V1755 Meridian Ave,3rd Floor, Miami Beach,Florida 33139 www.miamibeachfl,gov • • • Exhibit B Revised Appendix C, Minimum Requirements & Specifications • • RFQ No.2018-141-ND Addendum#5 4/13/2018 C1. 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. Firms. Firms must be certified by the Florida Department of Business and Professional • Regulation as architecture or engineering business. • 2. ArchitectslEngineers. Architects and engineers must be licensed by the Florida Department of Business and Professional Regulation for their area of work. C2.Statement of Work Required. It is the intent of the City of Miami Beach to select multiple firms within each category that may be contacted on an "as-needed basis" during the term of the contract to submit consulting proposals on small projects whose estimated construction value is less than the amount established in Category 5, Section 287.017, Florida Statutes (currently $325,000 or as amended by law) or for a planning or study activity valued up to the amount established in Category 2, Section 287.017, Florida Statutes(currently$35,000 or as amended by law).. The categories of work shall include: •Architecture—General 'Architecture_Landscape •Engineering—Environmental Services and Testing •Engineering—Mechanical, Electrical&Plumbing •Engineering—Electrical •Engineering—Plumbing • •Engineering-Mechanical •Engineering—Structural •Engineering—Civil • Interior Design I Space Planning •LEED Commissioning •Surveying The Administration will negotiate with a consultant(s)deemed to best qualified for the project based on an hourly rate (see Appendix E) or on a negotiated lump sum basis per project. If agreement is reached with the consultant for a specific project, a Consultant Service Order(CSO) will be issued, along with a Purchase Order(PO). No work is authorized, nor shall the City be liable for payment, until the CSO and PO are issued. The select consultant will be required to perform the architectural and engineering services in accordance with the Master Agreement(Appendix E) and the CSO.The highest professional standards shall be utilized for all work, RFQ 2018-141-ND 27 • The selected consultant will be required to retain and be responsible for all sub-consultants necessary to achieve the assigned scope of work. Sub-consultants shall be included in the CSO. The City may reject the use of any sub-consultant. The services authorized under the resulting Master Agreement, include(but are not limited to): Acoustics,Noise Abatement • Fire Protection • • Air Pollution Control • Heating;Ventilating;Air Conditioning • Auditoriums and Theaters • Interior Design;Space Planning • Automation;Controls;Instrumentation • Irrigation;Drainage • .Boundary Survey • Landscape Architecture • Codes;Standards;Ordinances • Lighting(Interior,Display,Theater,etc.) • Communications Systems;TV;Microwave • Lighting(Exterior,Streets,Memorials,Athletic Fields, • Conceptual Studies etc.) • Construction Administration • Plumbing and Piping Design • Cost Estimating • Recreation Facilities(Parks,Marinas,etc.) • Energy ConservationlEnergy Sources • Rehabilitation, Remodel, Renovate (Buildings, • Electrical Structures,Facilities,etc.) •- General Environmental Services: • Safety Engineering;Accident Studies;OSHA Studies o Environmental Assessments • Security Systems;Intruder&Smoke Detection o Air and Water quality testing and • Soils&Geologic Studies;Foundations monitoring • • Storage Tank Repair and Monitoring . o Environmental sustainability planning Structural Design;Special Structures services • Surveying,Mapping,GIS,and other services: o Environmental support services to • Platting;Mapping;Flood Plain Studies achieve and maintain regulatory • Roofing Assessments,Replacements compliance • Swimming Pools • Contamination Assessment: • Topographical Survey o Environmental Site Assessments • Urban Renewals;Community Development o Oversee and coordinate remedlation • Value Analysis;Life-Cycling Costing project • Any other professional services normally considered o Preparation of sampling and remediation under the disciplines of architecture and engineering. plans and other related documents • Improve Building Performance o Other associated tasks related to • regulatory compliance The selected architectural and/or engineering firms will be responsible for reviewing all existing City of Miami Beach Zoning Ordinances and Building Codes, as well as any other applicable law or regulation. The teams will be responsible for incorporating all the above data into complete construction documents, including final working drawings, specifications, and bid documents • necessary for the bidding and construction of the project, and in some instances, for construction management. The construction documents and drawings must comply with the City of Miami Beach with all applicable local,state and federal regulations. C3.Term of Contract: It is expected that any resulting agreement shall be valid for a term of three (3) years from effective date. The City Manager may approve two (2) additional one (1) year renewal periods based on satisfactory performance. C4.Fee Standards: For determination of project fees the City will use the Design Professional Fee Guidelines for "Basic" Architectural and Engineering Services available at https://fp.state.fl.us/docs/DMSAEFeeGuidedefinition.asp RFQ 2018-141—ND 28 f� /� (A /� I BEACH Procurement Department J 1/ 1 / �/ 1 ( 1755 Meridian Ave,3rd Floor, Miami Beach, Florida 33139 www.miamibeachfl,gov • ADDENDUM NO,4 REQUEST FOR QUALIFICATIONS NO, 2018-141-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACMENT PROJECTS(the RFQ) April 11, 2018 This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City, The RFQ is amended in the following particulars only(deletions • • are shown by strikethrough and additions are underlined). 1, RFQ DUE DATE AND TIME. The deadline for receipt of submittals is extended until 3:00 p.m., Monday, April 23,2018,at the following location: City of Miami Beach Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Late submittals 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 Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.gov Contact: Telephone: Email: Natalia Delgado 305-673-7000 ext,6263 nataliadelgado@miamibeachfl.gov • Proposers are reminded to acknowledge receipt ofthis addendum as part•of your RFQ submission. Potential proposers that have elected not to submit a response to the RFQ are requested to complete and return the"Notice to Pros ective Bidders"questionnaire with the reason(s)for not submitting a proposal. c ly, • AxDes for . rocu ent Director • . • • • RFQ No.2018-141-ND Addendum#3 , 4/11/2018 • MIAn ' I B E /�!� Procurement Department 1 V 1 1755 Meridian Ave,3rd Floor, Miami Beach, Florida 33139 www.miamibeachfl.gov ADDENDUM NO.3 REQUEST FOR QUALIFICATIONS NO.2018-141-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACMENT PROJECTS(the RFQ) March 28,2018 • This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFQ is amended in the following particulars only(deletions are shown by strikethrough and additions are underlined). • 1. RFQ DUE DATE AND TIME. The deadline for receipt of submittals is extended until 3:00 p.m., Monday, April 16,20181 at the following location: • City of Miami Beach • Procurement Department 1755 Meridian Avenue, 3`d Floor Miami Beach, Florida 33139 Late submittals 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. ' I Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfLgov Contact: Telephone: . Email: Natalia Delgado • 305-673-7000 ext. 6263 nataliadelgado@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Potential proposers that have elected not to submit a response to the RFQ are requested to complete and return the"Notice to Prosp- ,.: Bidders"questionnaire with the reason(s)for not submitting a proposal. 1111,/ leimmor is 0‘ o urement Director RFQ No.2018-141-ND Addendum#3 3/28/2018 /t I n /� I B E /, C Procurement Department 1 V 1 ! �/ t /`� 1700 Convention Center Drive, Miami Beach, Florida 33139 www.miamibeachagov ADDENDUM NO.2 REQUEST FOR QUALIFICATIONS NO. 2018-141-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACMENT PROJECTS(the RFQ) March 6,2018 This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City.The RFQ is amended in the following particulars only. • 1. ATTACHMENTS: Exhibit A: Pre-Proposal Meeting Sign-In Sheet • A FORTHCOMING ADDENDUM WILL CONTAIN RESPONSES TO QUESTIONS RECEIVED. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at 1 RafaelGranado@miamibeachfl.gov Contact: Telephone: , Email: Natalia Delgado 305-673-7000 ext.6263 nataliadelgado@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Potential proposers that have elected not to submit a response to the RFQ are requested to complete and return the"Notice to Prospective Bidders"questionnaire with the reason(s)for not submitting a proposal. 1i c-rely, Ale ionis Pr►� ement Director PoK • RFQ No.2018-141-ND Addendum#2 3/6/2018 • r MI .j\ ' ( BEAC H Procurement Department /�J �/ , 1700 Convention Center Drive, Miami Beach, Florida 33139 www.miamibeachfl.gov •Exhibit A • Pre-Proposal Meeting Sign-1n Sheet • • • RFQ No.2018-141-ND Addendum#2 3/6/2018 . IA> IBE CH . CITY OF MIAMI BEACH PRE-SUBMITTAL MEETING SIGN-IN SHEET DATE: February 27,2018 TITLE: RFQ-2018-141-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS n 'ci 1��p$i�X-;- 6.3 p,,. �},� � a044•075&145111143144714141 u+{rnt�rr+r�r;v s c+ pi�r qq p� iab* i , *s"�.._:C"C t�, 1 ',.! 4•f R" 4 ! )y 314 414 ff:14N.Qt• 3L t,. f r , 4k..iixig �" � },e� t 'laa t � `�,5,1�f�i1. 'f " A.01 tvn tl�Y(, l ,til.r. . 14kir3 'g'".;.. ' ".: I:i.hi [.x:' a �i D 2 s t. C ° `4 i ;7..,:7,rtk �,',y Ms �.,,t.�1,��:.xas.�.ui:�.43��k.3..a,au3i s.<�i �t;�;?6"il'ssrl�lrtw3� ?.�. Natalia Delgado Procurement-CMB 305-673-7000 nataliadelgado@miamibeachfl.gov Ext.6263 p,r�Pz-;Zr-r 3 o S-67 3 '7oov t'^'7.-1-44.- •T i.iz..E S MR.4:{.>.-6rvas d n.:aw..L..(L.fl. you' X Z9I� Vail;04- VPe epti10314.WeS1042A6'102 gEd fi ' n 1 / f ( l 3°3--y6, ery �Oye� J-/o�lns (f/oad /¢5.SC7C. I�'rnc�uro l� ..„4:5-------7— {(.t,oy_ex- e d u4>e.swocX•1::2'2 3yso x+ 3oa ; m3os-ZOD- -Pd.@bkamg . corvL,-fa-ra..1y b011(9011-, 52-S1 E-X-I. !0 5 R'Jt6(t 4g e al- 3t!1O = • e'titr,- N au a C eANLs. 3°5 _ 95F W--7 f,, vu (g ) ,90— -ci-jr-- °`- a(�h,4it�,_ 'TCo c„scaC,a�cic hu"a..�.L�a{,�'l, Zry c &;i/ /4nr•da' 7 y 4/T • cav 30s fir,,e We rhea.An/10 LD!%Li-ii..Corr, ¢.rO OP34 e aS4ev't\ s1 Y11(le(-Zi S vmetly TbVeao .s.uv\12.11 n, ectsmercNe .c.4ThcNo 3DC -4i . 50-Z55 1 M1AMIBEACH CITY OF MIAMI BEACH PRE-SUBMITTAL MEETING SIGN-IN SHEET DATE: February 27,2018 TITLE: RFQ-2018-141-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR. CAPITAL RENEWAL AND REPLACEMENT PROJECTS ui' tlt4.11411tri,etfr i ''Y4 ru r4:* k, r, , E t i5r d� � /r4..:� 'I,1 N7 �; 1 4 {q 144 " �' kI t. tiT Rte: a �7r1:. ' L, : 'r° r G l,' ' f k" G #4j'G 4`t 'T��,,2,7,y.t EN K'h r sA?*, d s"` 1..4.: 7m,�' t MZEBINA Dg$ SWG-INSEICS AND treClllrEas - St t gnnta stDDIcQvF 55 i D ItZc O:Ds-ENa.csn4 7 8 6-441-ct 2—D b$b t%►tclf oohs aedt A¢c ldee s. }�¢.i f Prni7e4- �14rvfl o�vtDB-E,vU.eom '3-441-540 6- t7 '( p.41.0-6,2.. C nt Inool _ Pr/Jocla�cl 5e-s--5-42.,4181 _ e,MNA�2 a Ctte,bnooftz.cam tucr a_c-au�cJt tiNc B7,4. 7'LS z_1(1-7�,s, . ka ,- 2- MDSE e.McGm6lnt-t r .cc \ Oc \I cab`aneitazib0,i11 011-nu;�'y•co,•n 2os-- 1 Ci . (AVA ^V 1 az- `Uini�P l 116 e_r.,?i�/ Arm c 9es. �� �Lg 1 r�.�T ikr\agtha N lh 4g1µ► C rrut}-e4-}FL.eor , (1,5-4-)490?97S 1-- L. ,-te.r V01.4--A-,''v- Mezrosi s.tie. . 3\ rcE (1MENE'Z , TSe\O 9651011 cetuP 305-57i,9Yiz SBE-DBE TSA,3 DE5k 6" Esc-ai ) 6ecuP ,�j,rna 2_ 0TSkosstt&v. DM. num 44,1•41)s Sot--AUGµ , 1NG SOlrPILGt-I, SNL- 3oS140 0723 SOS.74001 18 p 8 b sot_-v.R-ci-.c.,0 PA Plc-he l !y� }-3 Vi-z35? Jea-bo,-co(00R ozca,01. .e...,.. 1' ✓ 109-661 b rIl. 3Pv..6a-`ay--T, Qc I-1-c? 1 ,9 i. t4.01" d 4 S ..o e0 ,Jl 24 L1 is •3y�.3?99-1,-(...c6.-t.:6?.. ' [ 10t-ashmo-e-adbacity(• 2 eokv. MIAMIBEACH CITY OF MIAMI BEACH PRE-SUBMITTAL MEETING SIGN-IN SHEET DATE: February 27,2018 TITLE: RFQ-2018-141-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS 1, ,f, „ al3 4 1 tt� �y,qq yi 11[^yy74R'y� 41, ,.Fy 'ZY^� ((,,.. l j' i i l' lC\S:J.c,cv 0, vo,Yt�Maa 0(pmc.,c1e.,- 3o5-5e6377`y De(1 las 1hdw1r i Lancl5Ccire IJP ! �l 1 otr 1KS�I dsla{oeDE: caw. 30S-21S-9'?3 k ; 11 _g, & •I): oty, 1 7 � 3k � 5•vm . al lam ee,cit;1 ravklavl2, 4)14/1 1.-r. Al VQYO Cyok- A ✓ 3c CO S' Oac f LLG 1-4, r AAr6 kc) rtsa 01'.can\ CA-7S' OdiEK Scri' Ji s:' 1K 1)11 ----R dccl- 5 NS 10 X323 3,45 eszl-r39L r u+s t€ i—s,tzw. ILKeR uzuN GFi IOZUiNec.pilco11.WPA 3032744005 305 2.11175,97 Luc_IP15 -rgg..e A L..oki Ogg) SAizs-r7o5a-61rcF1g9-I`7g-1`7-x/363 L-UGA 5.'2,A d en Srci--16 4 f *J,(ea,, Ave4x,Jy CaIZILe1Jp/P1? OM 3 CAa-ae- )5co-1-41..; Yor-Ekerc S°c 2.c, aaZ-rvene, Vcsr-ae.Cm41qt,7/ c 1 cAm.at'c. a,=/k �n 0. 8"6!-60/ (40})84 6- fi(annccJe2 rotime-1a-cc,1 IS3,5 i8Z2 cwia6ri'ctve4 env;fOil i,enlii.u0h, (10 g1.5cd7Go8, Cr- N1f Lc,,>r,k r+cfwre P-ih,- 0;ketA4 3230 • MIAMIBEACH CITY OF MIAMI BEACH PRE-SUBMITTAL MEETING SIGN-IN SHEET DATE: February 27,2018 TITLE: RFQ-2018-141-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CA_PITAL RENEWA L AND.:REPLACEMENT PROJECTS A 1 Pa3l8 riltt kr tf• 4-4rfc* e d� tAi#A'Pplifik '14*,,, R 5 UW'A'i£.xA tO, ri iaa hi CO fiA ICX-Zegfe5/ VC, * @ GecU4OrO,Ct5M 4000 Atcoo4ItS )Ds– o(-- JmQ U—vb sbro ocSK-eAk-ekgoc. sic h C4-3 `I ta4e. Tti'5 -5 5-^ Dc�viS {c�lrZern1/4u�o,J�Q ,It�zlvw� 155 Lt Katt Qaav -P,vAv 1 irIvi wkaAk t�►�n 99 -2q5-IS6?4` 5 57'(9 r3eg Ic 1• cry Le..., ; Ed \ / AE e1;�rC�ore• 50g_0,3 - rNz mos T1s-}1=o nq YI C�; I 30r-4i5-•ri5o ecYnav6 GQ.4e.1iQV'.Com T✓'tVA .4T,'TE(e-49 AKS tEnginancs,A.S+.{ac c�f-�a.dSv I "`1 ge5 .6q8.8�j llo tJoTERo @ HA Ks_nl 67 7 Sto•22q•2o(a • 4-'v1.`4 Kc&ni bJ �aV NP Ca-45(-4-tfan,S - "\' ) ' cov1stan.„tst-`tixoet P.tt ,;d8- SLG-1$ST P - g RCard? t cL(1 'r✓iSt(ioP 011*,4 'rnil) 305-3/8-!128 Mt Glow-7 nets pC.c L oN 60,1 TJottroto GQs1-t -pA- !! bps-4 JOS(', SARN1tiN fL7 l 51LP‘t11Ct"r° vovt_oo11sejH•WH x 10-b f,-; 4. Pv3�L/1 3 Q f> >-sc rye nt6l�i ale, �erl 3 S.2°9-1 rd 4111/4 1344-€11-.. 1140,5_5 bre-I}emoss-cAtch,(Dm 305-74t-6677-- G-ry so. 1�t C .Aq�.c t-11 —'tG �jtO t 3�i.1$31 U — WW-N CASA luuac aodl�occhr eus:l,ar► 4 MIA IBEACH CITY OF MIAMI BEACH PRE-SUBMITTAL MEETING SIGN-IN SHEET DATE: February 27,2018 TITLE: RFQ-2018-141-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS 7:1„,.., 1 C „if:4,t,01„,,.� } L,i 5, ( !'„.A t^,'! x,, t+ ,wt t 31 y P 0 '�i I ti '�,Td -,,, f1 �I, �PtLl41I3aPlt[hl� S§aq pP1 + is 't, t �5 ' '` if, &s,04,r. i is .{t,. .- { h �^ ,114,%; t. ' 30010 4A v7 t1er� , ain \ (J(�,��� �ill I Qrn ibliA9 �I n 411Iti:1lam `-62ACIf\ A2.l� ►,--ZQ3-- P.k - 1 i --rLv___-_ /Ncy , i Voli 2 .. .e,,,,, 4)(ivny) .e.\.lei .tom -us.. Nrch t ve.,c -s, P.A . 1\1 0‘10 '�-QYn S j I-ij, V .......,. . y � I�tick{- ,...,, (, 1”wSa s ---- 44. (7.--) GI r"'• 268210Vcr? -1q --& S ,IV-On I teo-S, CV-r 2 • 1 1A 1b A. . CITY OF MIAMI BEACH PRE-SUBMITTAL MEETING • SIGN-IN SHEET DATE: February 27,2018 TITLE: RFQ-2018-141-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS �jLwsi I I T'� ; t iir '' y At' diti ------ is L+ � � .} �?;�s �. n�£pay�;4,,,' � �F a :� 6, ; ,� �; �' I I«•n� AA,, ¢¢,,,,,t,,,:,1 ik 1 . Ii�y���y�Cii )II�TLS�S`{{ 5 ri '4({( p ky. } ., 55"X.Sf,A,' �R v . .r ' ,g61:4,,k, f5 F . .�fdl1.. ,t u i{,..� ' i, 'ffi L� ,. •'CX&a n G'5 : cA a-fie-.S. l� ' G t s eg - 0_, . 1s ccf, ,.>►-k--ctr>t-.s. i ! 'E_-dv,lagrA ed J. ,►•s • 1 1-Q..to. • +V-0_11,4-ae5k--s. . 2 0.2.4ncuo0 avii_e.0 1 .(2.0_) 2_0 Ap_p___Nt4R..- c4___ -±r) . . . rl 4J.= -ks .e s-f-G2t--i-S C) t-4e.p_na n€e€z C ,e.t.3p i,,,_i' ‘c_Jr%st . 0- 1 IA-et boar\ MCt. - 0___I G-te...S.. eel; . i 3 n /� I /� J� /� I B Ei\ 2 H Procurement Department 1 V 1 /�I V 1 1700 Convention Center Drive, Miami Beach, Florida 33139 www.miamibeachfl.gov • ADDENDUM Nal REQUEST FOR QUALIFICATIONS NO.2018-141-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACMENT PROJECTS(the RFQ) February 26,2018 This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City.The REQ is amended in the following particulars only. • 1. REVISION: Section 0200— Instructions to Respondents & General Conditions, 5. Pre-Proposal Meeting or Site Visit(s) on page 4 of the RFQ, is hereby 'amended as follows. (deletions are shown by strikethrough and _ _. additions_are_underlined).:__._._ _ . . 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: 11112614 9415468 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. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office •at • RafaelGranado@miamibeachfl.gov Contact: Telephone: Email: Natalia Delgado 305-673-7000 ext.6263 .nataliadelgado@miamibeachfl.gov • _ Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Potential proposers that have elected not to submit a response to the RFQ are requested to complete and return the"Notice to Prospective Bidders"questionnaire with the reason(s).for not submitting a proposal. • ' IY, ex Dei rocur- ent Director RFQ No.2018-141-ND Addendum#1 2/26/2018 - I REQUEST FOR QUALIFICATIONS ( RFQ ) PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS RFQ 201.8-141-ND RFQ ISSUANCE DATE: FEBRUARY 15, 2018 RESPONSES DUE: APRIL 2, 2018 @ 3:00 PM ISSUED BY: NATALIA DELGADO MIAMIBEACH . PROCUREMENT DEPARTMENT 1755 Meridian. Avenue, 3RD Floor, Miami Beach,. FL, 33139 305.673.74901 www miamibeachfl.gov MIAMI BEACH 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 15 APPENDICES: PAGE APPENDIX A RESPONSE CERTIFICATON,QUESTIONNAIRE AND AFFIDAVITS 17 APPENDIX B "NO BID" FORM 24 APPENDIX C MINIMUM REQUIREMENTS &SPECIFICATIONS 26 APPENDIX D INSURANCE REQUIREMENTS 29 APPENDIX E SAMPLE CONTRACT 31 APPENDIX F STANDARD FORM 330 62 RFQ 2018-141-ND 2 • MIAMI 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 Proposals (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.oublicourchase.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 indisqualification of proposal submitted. 2. PURPOSE. On September 28, 2004, through Resolution 2004-24697, the City/Commission created the Capital Renewal and Replacement Program (the "CRR Program"). The intent of the CRR Program is to provide funding a proactive renewal and replacement of the City's facilities and the systems within those facilities (e.g., HVAC, roofs, fire safety systems, etc). The CRR is also used for approved for small repair, remodel or renovation projects,usually expected to cost less than$325,000. The average value of the current CRR Projects is approximately$158,000, but can be as low as$25,000 or less. In addition to CRR projects, award(s)of this RFQ may also be used for other small projects. Section 287.055, Florida Statutes, commonly known as the Consultant's Competitive Negotiation Act (CCNA), is applicable to the selection of professional services consultants (architecture, professional engineering, landscape , architecture, or registered surveying and mapping) by public agencies for projects valued up to the amount established in Category 5, Section 287.017, Florida Statutes (currently$325,000 or as amended by law).or for a planning or study activity valued up to the amount established in Category 2, Section 287.017, Florida Statutes (currently$35,000 or as amended by law).THEREFORE, CCNA IS NOT APPLICABLE TO THIS RFQ. In order to maximize the cost effectiveness of small projects, through this RFQ the City seeks to establish a pool of qualified architectural and engineering consultants for those projects whose value is below the thresholds stipulated in CCNA. The categories of work are, as further defined in Appendix C, Architecture — General, Architecture — Landscape, Engineering— Environmental Services and Testing, Engineering — Mechanical, Electrical & Plumbing, Engineering—Structural. Because of the nature and size of the small projects being considered under this RFQ, the City desires to engage firms with sufficient experience in small projects. 3.SOLICITATION TIMETABLE.The tentative schedule for this solicitation is as follows: Solicitation Issued FEBRUARY 15,20.18 Pre-Submittal Meeting FEBRUARY 27, 2018 @ 10:00AM EST Deadline for Receipt of Questions MARCH 23,2018 @ 5:00 PM EST Responses Due APRIL 2,2018 @ 3:00 PM EST Evaluation Committee Review TBD RFQ 2018-141--ND 3 MIAMI BEACH Proposer Presentations(if deemed necessary) TBD Tentative Commission Approval TBD 4. PROCUREMENT CONTACT.Any questions or clarifications concerning thissolicitation shall be submitted to the Procurement Contact named herein, in writing,with a copy to the City Clerk's Office, Rafael E. Granado via e-mail: RafaelGranadona.miamibeachfl.aov ; or 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 Proposer in the form of an addendum. Procurement Contact: Telephone: Email: NATALIA DELGADO 305.673.7000 Ext.6263 NATALIADELGADO@MIAMIBEACHFL.GOV 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: 1142644 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 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 RFQ 2018-141-ND 4 . 1 MIAMI BEACH 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://www.miamibeachfl.qov/city-hall/procurement/procurement-related-ordinance-and-Oroceduresl • 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 CITY CODE SECTION 2-373 DOMESTIC PARTNERS • LIVING WAGE REQUIREMENT CITY CODE SECTIONS 2-407 THROUGH 2-410 • PREFERENCE FOR FLORIDA SMALL BUSINESSES OWNED AND CONTROLLED BY CITY CODE SECTION 2-374 VETERANS AND TO STATE-CERTIFIED SERVICE-DISABLED VETERAN BUSINESS ENTERPRISES • FALSE CLAIMS ORDINANCE CITY CODE SECTION 70-300 • ACCEPTANCE OF GIFTS,FAVORS& CITY CODE SECTION 2-449 SERVICES 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. COMPLIANCE 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 Department 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. 14. AMERICAN WITH DISABILITIES ACT(ADA). Call 305-673-7490 to request material in accessible format; sign RFQ 2018-141-ND 5 MIAMI BEACH 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. JOINT VENTURES. Joint Ventures are not allowed. Proposals shall be submitted only by the prime contractor who will serve as the CMR. The City will only contract with the prime contractor who will serve as the CMR. Proposals may, however, identify other sub-contractors or sub-consultants to the prime Proposer who may serve as team members. 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 Managers 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. 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, contractor 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. RFQ 2018-141-ND 6 MIA1V4IBEAC 1 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 maybe 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. 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. RFQ 2018-141-ND 7 MIAMI BEACH 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. 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. RFQ 2018-141-ND 8 1 i MIAMI BEACH 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 tobe 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 theCity. 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 spotmarket 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 tothe solicitation. • 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 itsofficers, 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 RFQ 2018-141-ND 9 MIAMIBEACH 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 anintended 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 therecords 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 thescope 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. 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 RFQ 2018-141-ND 10 MIAMI BEACH 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 thedischarge 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 - I RFQ 2018-141-ND 11 MIAMIBEACH SECTION 0300 SUBMITTAL INSTRUCTIONS AND FORMAT 1. SEALED RESPONSES. One original Proposal (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. Proposals received electronically, either through email or facsimile,are not acceptable and will be rejected. 2. LATE PROPOSALS. Proposals are to be received onor before the due date established herein for the receipt of proposals. Any proposal received after the deadline established for receipt of Proposals 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. PROPOSAL FORMAT. In order to maintain comparability, facilitate the review process and assist the Evaluation Committee in review of Proposals, it is strongly recommended that Proposals be organized and tabbed in accordance with the sections and manner specified below.Hard copy submittal should be tabbed0400 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. Proposals that do not include the required information will be deemed non-responsive and will not be considered. TABa1".";;; Cover Letter&Table of Content 1.1 Cover Letter.The cover letter must be signed by a principal or agent able to the bind the firm and contain the following: (a) Prime Proposer. Include the name and location of the Prime Proposer, Primary Proposer's Representative for the RFQ, Representative's.Contact,Joint Ventures are not allowed under this RFQ. (b) Selected Category of Work. Proposer must indicate the category of work for which proposal is submitted. Categories of Work, include:. Architecture — General; Architecture — Landscape; Engineering — Environmental; Engineering—Mechanical, Electrical&Plumbing; Engineering—Structural. Proposers shall submit separate proposals for each category of work for which a proposal is submitted. Example: a firm which provides general architecture and landscape architecture shall submit one proposal for Architecture—General and a separate and distinct proposal for Architecture—Landscape. %TAB_2•,`;;` , Minimum Requirements 1.3 Minimum Qualifications Requirements. Submit verifiable information documenting compliance with the minimum qualifications requirements established in Appendix C Minimum Requirements and Specifications,including a) Architect 1 Engineering Firm. Provide copies of that the firm is certified by the Florida Department of Business and Professional Regulation to do business in Florida. b) Principle and Account Representatives. For the principle and account representative(s) submitted under Tab 2 below, submit copies that individuals are licensed by the Florida Department of Business and Professional Regulation to do business in Florida.Proposer should also submit copies of architect/engineer license for all licensed firm employees. TAB 2 Experience&Qualifications of the Firm 2.1 Standard Form 330.The proposing firm shall submit a completed Standard From 330 (attached). No proposal will be considered without this required form. In addition to experienceand qualifications considerations, the City may use RFQ 2018-141-ND • 12 MIAMI BEACH this information to consider the firm's previous and current workload. 2.2 Qualifications of Proposing Firm.Submit detailed information regarding the firm's history and relevant experience and proven track record of providing architecture or engineering services, preferably to public sector agencies,for non- residential small projects (construction costs below$325,000 and p(anning/studies below$35,000). Submit at least five (5) small projects relevant to the category of work for which the proposal has been submitted, performed in the last five (5) years as evidence of requested experience, preferably to public sector agencies. For each small project submitted, the following is required: • project name, • project description, • agency/client name, • agency/client contact, • contact telephone&email, • and yeer(s)and term of engagement. 2.3 Financial Capacity..Following the bid opening and at the request of the City proposer shall arrange for Dun & Bradstreet to submit a Supplier Qualifier Report(SQR) directly to the Procurement Contact named herein. 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: httos://supolierportal.dnb.com/webapo/wcs/stores/servlet/SuDolierPortal?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. 2.3.1.Audited Financial Statements. In lieu of a D & B SQR, the Proposer may submit its latest audited financial statements which must be dated December 31,2014 or later. Experience&Qualifications of the Team 3.1 Qualifications of Proposer Team (Architects and Engineers). Provide an organizational chart which indicates,at a minimum, the principles of the firm and the account representatives assigned to award by the City of Miami Beach pursuant to this RFQ. Include details on 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. 3.1.1 Project Experience. For each architect and engineer, include information for three (3) relevant projects, performed in the last five (5) years for public or private sector clients. Relevant projects shall include those projects similar inscope to those services listed in Appendix C. Submit at least three (3) small projects (as defined in Section 2.1 above) relevant to the category of work for which the proposals has been submitted, performed in the last five (5) years as evidence of requested experience, preferably to public or private sector agencies.For each small project submitted,the following is required: • project name . • project description, • agency/client name, • agency/client contact, • contact telephone&email, • and year(s)and term of engagement. RFQ 2018-141-ND 13 MIAMI BEACH 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). _ f _ I RFQ 2018-141--ND 14 MIAMI BEACH SECTION 0400 PROPOSALS 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 Experience of the Proposing Firm 50 Experience of the Team 50 TOTAL AVAILABLE STEP I 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 Procurement Department to those points earned in Step 1, as follows. Step 2'-Quantitative Criteria ; .. . Maximum Points Veterans Preference 5 z.TOTAL•AVAILABLESTEP 2.POINTS:`,' ' "5 RFQ 2018-141—ND 15 MIAMI BEACH 4. 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 Ste. 1 Points 82 76 80 Committee.' Ste.2 Points 22 15 12 Member1 Total 104 91 92 Ste. 1 Points 79 85 72 ; APPENDIX A AAIAIv\ 1 Response Certification , Questionnaire & Requirements Affidavit RFQ No. 2018- 141 -ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR SMALL PROJECTS PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 , RFQ 2018-141-ND 17 • 1 _ r � Solicitation No: Solicitation Title: RFQ 2018-141-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS Procurement Contact: Tel: Email: NATALIA DELGADO 305.673.7000, Ext.6263 NATALIADELGADOvn,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: NO:OF EMPLOYEES: 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 2018-141—ND ! 18 1 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-performance b an public 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 financialinterest 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 withits 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 htto:Nwww.miamibeachfl.aov/citv-hall/procurement% RFQ 2018-141—ND 19 eencfltc 3. Effective January 1, 2020,covered-employees muct be paid a living wage rate of no iesc than$11.78 per hour with benefits. 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 littDalwww.niiamibeachfl.gov/cit-hall/Drocurement%procurement-related-ordinance-and- procedures/ _ ' RFQ 2018-141—ND 20 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 notbe 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.Pursuant to Section 2-376 of the City Code,the City shall not enter into any contract resulting from a competitive solicitation, unless the proposer 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 the City Code ("Fair Chance Ordinance"), and which, among other things, (i) prohibits City contractors, as an employer, from inquiring about an applicant's criminal history until the applicantis given a conditional offer of employment; (ii) prohibits advertising of employment positions with,a statement that an individual with a criminal record may not apply for the position,and(iii)prohibits placing a statement on an employment application that a person with a criminal record may not apply for the position. SUBMITTAL REQUIREMENT: No additional submittal is required at this time. By virtue of executing this affidavit, Proposer certifies that it has adopted policies,practices and standards consistent with the City's Fair Chance Ordinance. Proposer agrees to provide the City with supporting documentation evidencing its compliance upon request. Proposer further agrees that any breach of the representations made herein shall constitute a material breach of contract, and shall entitle the City to the immediate termination for cause of the agreement,in addition to any damages that may be available at law and in equity. 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 addenda 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 2018-141—ND 21 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 deviates 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 allor 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 2018-141—ND 22 PROPOSER CERTIFICATION I hereby certify that: I, as an authorized agent of the Proposer , am submitting the. following information asmy 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 2018-141.-ND • 23 { .. i APPENDIX B miAAAIIEAcH " No Bid " Form R.FQ No. 2018- 141 -ND - PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR SMALL PROJECTS PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach,-Florida 33139 mat its i ipo to >; fo fh seg ve tdors vhc have:receivrec notification Of t soli ado ,b ,f 404 44 noot'to respond',to comnpiete and submit tie rttach d-,"S ate rle f Qf NO Bid."`The 'Staterxler t� of No Bid," provide fle Cid infort anon on how to im rove' fhb solicitation .processa°1 j Failure "to sub r it a `"Sfafetrpent oft i�io bid'";may result in ,no,t'b.eing,notif"red I I of' re=soitatrQnsfhe>City, • RFQ 2018-141-ND • 24 • Statement of No Bid WE HAVE ELECTED NOT TO SUBMIT A PROPOSAL 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: NATALIA DELGADO PROPOSALS#2018-141-ND 1755 Meridian Avenue, 3rd Floor MIAMI BEACH,FL 33139 RFQ 2018-141-ND 25 APPENDIX C MIA/\AIBEACH equ e e Minimum R irm ants & Specifications RFQ No. 2018- 141 -ND PROFESSIONAL ARCHITECTURAL AND • ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 RFQ 2018-141-ND 26 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. Firms. Firms must be certified by the Florida Department of Business and Professional Regulation as architecture or engineering business. 2. Architects/Engineers. Architects and engineers must be licensed by the Florida Department of Business and Professional Regulation for their area of work. C2. Statement of Work Required. It is the intent of the City of Miami Beach to select multiple firms within each category that may be contacted on an "as-needed basis" during the term of the contract to submit consulting proposals on,small projects whose estimated construction value is less than the amount established in Category 5, Section 287.017, Florida Statutes (currently $325,000 or as amended by law) or for a planning or study activity valued up to the amount established in Category 2, Section 287.017, Florida Statutes(currently$35,000 or as amended by law).. The categories of work shall include: •Architecture—General •Architecture—Landscape •Engineering—Environmental Services and Testing •Engineering—Mechanical,Electrical&Plumbing •Engineering Structural •Engineering-Structural •Interior Design I Space Planning •LEED Commissioning The Administration will negotiate with a consultant(s)deemed to best qualified for the project based on an hourly rate (see Appendix E) or on a negotiated lump sum basis per project. If agreement is reached with the consultant for a specific project, a Consultant Service Order(CSO)will be issued, along with a Purchase Order(PO). No work is authorized, nor shall the City be liable for payment, until the CSO and PO are issued. The select consultant will be required to perform the architectural and engineering services in accordance with the Master Agreement(Appendix E)and the CSO.The highest professional standards shall be utilized for all work. 1 RFQ 2018-141-ND • 27 The selected consultant will be required to retain and be responsible for all sub-consultants necessary to achieve the assigned scope of work. Sub-consultants shall be included in the CSO. The City may reject the use of any sub-consultant. The services authorized under the resulting Master Agreement,include(but are not limited to): • Acoustics,Noise Abatement • Fire Protection • Air Pollution Control • Heating;Ventilating;Air Conditioning • Auditoriums and Theaters • Interior Design;Space Planning • Automation;Controls;Instrumentation • Irrigation;Drainage • Boundary Survey • Lab Testing Services 1 • Codes;Standards;Ordinances • Landscape Architecture • Communications Systems;TV;Microwave • Lighting(Interior,Display,Theater,etc.) • Conceptual Studies • Lighting(Exterior,Streets,Memorials,Athletic Fields, • Construction Administration etc.) • Cost Estimating • Plumbing and Piping Design • Energy Conservation/Energy Sources • Recreation Facilities(Parks,Marinas,etc.) • Electrical • Rehabilitation, Remodel, Renovate (Buildings, • General Environmental Services: Structures,Facilities,etc.) o Environmental Assessments • Safety Engineering;Accident Studies;OSHA Studies o Air and •Water quality testing and • Security Systems;Intruder&Smoke Detection monitoring • Soils&Geologic Studies;Foundations o Environmental sustainability planning • Storage Tank Repair and Monitoring services • Structural Design;Special Structures o Environmental support services to • Surveying,Mapping,GIS,and other services: achieve and maintain regulatory • Platting;Mapping;Flood Plain Studies compliance • Roofing Assessments,Replacements • Contamination Assessment: • Swimming Pools o Environmental Site Assessments • Testing&Inspection Services o Overseeand coordinate remediation • Topographical Survey project, • Urban Renewals;Community Development o Preparation of sampling and remediation • Value Analysis;Life-Cycling Costing plans and other related documents • Any other professional services normally considered o Other associated tasks related to under the disciplines of architectureand engineering. regulatory compliance The selected architectural and/or engineering firms will be responsible for reviewing all existing City of Miami. Beach Zoning Ordinances and Building Codes, as well as any other applicable law or regulation. The teams will be responsible for incorporating all the above data into complete construction documents, including final working drawings, specifications, and bid documents necessary for the bidding and construction of the project, and in some instances, for construction management. The construction documents and drawings must comply with the City of Miami Beach with all applicable local,state and federal regulations. C3.Term of Contract_It is expected that any resulting agreement shall be valid for a term of three (3) years from effective date. The City Manager may approve two (2) additional one (1) year renewal periods based on satisfactory performance. C4. Fee Standards: For determination of project fees the City will use the Design Professional Fee Guidelines for `Basic" Architectural and Engineering Services available at httos:/lfb.state.fl.us/docs/DMSAEFeeGuidedefinition.asD RFQ 2018-141—ND 28 APPENDIX D MIAMI ; EACH Insurance Requirements RFQ No. 2018- 141.-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 RFQ 2018-141-ND 29 1 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$500,000.00 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 - $100,000 each occurrence - owned/non-owned/hired automobiles included. 4. Excess Liability-$ .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. XXX 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 XXX Other: Professional Liability $1,000,000.00 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 2018-141-ND 30 APPENDIX E MIAMI : EACH SAMPLE CONTRACT RFQ No. 2018-141 -ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 RFQ 2018-141-ND 31 AGREEMENT BETWEEN CITY OF MIAMI BEACH AND XXXXXXXXXXXXXXXXXXXXXXXX FOR PROFESSIONAL ARCHITECTURE AND ENGINEERING SERVICES FOR THE XXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXX Resolution No. RFQ 2018-141-ND 32 • • AGREEMENT BETWEEN a ' CITY OF MIAMI BEACH AND FOR • PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED-BASIS" PURSUANT TO-REQUEST FOR QUALIFICATIONS NO. DISCIPLINE: RESOLUTION NO. • • • • RFQ 2018-141—ND 33 • j TABLE OF CONTENTS DESCRIPTION PAGE ARTICLE 1. DEFINITIONS 36 ARTICLE 2. BASIC SERVICES 40 ARTICLE 3.THE CITY'S RESPONSIBILITIES 45 ARTICLE 4. RESPONSIBILITY FOR CONSTRUCTION COST 46 ARTICLE 5. ADDITIONAL SERVICES 48 ARTICLE 6. REIMBURSABLE EXPENSES 49 ARTICLE 7. COMPENSATION FOR SERVICES 49 ARTICLE 8. CONSULTANT'S ACCOUNTING AND OTHER RECORDS 50 ARTICLE 9. OWNERSHIP OF PROJECT DOCUMENTS 50 ARTICLE 10. TERMINATION OF AGREEMENT 51 ARTICLE 11. INSURANCE 52 ARTICLE 12. INDEMNIFICATION AND HOLD HARMLESS 53 ARTICLE 13. ERRORS AND OMISSIONS 53 ARTICLE 14. LIMITATION OF LIABILITY - 54 ARTICLE 15. NOTICE 54 ARTICLE 16. MISCELLANEOUS PROVISIONS 54 RFQ 2018-141-ND 34 C SCHEDULES: SCHEDULE A S 58 •SCHEDULE B 59 SCHEDULE C 61 ATTACHMENTS: ATTACHMENT A Error! Bookmark not defined. ATTACHMENT B Error! Bookmark not defined. • ATTACHMENT C Error! Bookmark not defined. RFQ 2018-141-ND 35 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 , 2016 , (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 Florida corporation having its principal office at (hereinafter referred to as Consultant). WITNESSETH: WHEREAS, ; 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 designee(s), or his authorized designee; prior to commencement of same. APPLICABLE LAWS: "Applicable Laws" meansall 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. RFQ 2018-141-ND 36 • ` I 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, or designee(s)," shall mean the chief administrative officer of the City. The City Manager, or designee(s), shall also be construed to include any duly authorized representatives designated by the City Manager, or designee(s), 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 Workforthe 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 jurisdictionin 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 meanthe 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 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 designprofessional 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, RFQ 2018-141-ND 37 or designee(s), 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 the RFQ. 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 Manager, or designee(s), 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 9 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. 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. RFQ 2018-141-ND 38 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. Prosect 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, toaccommodate 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, or designee(s), 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 designee(s), 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 RFQ 2018-141-ND 39 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 designee(s), 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, RFQ 2018-141-ND 40 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 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, or designee(s), (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 RFQ 2018-141-ND 41 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. 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 RFQ 2018-141-ND 42 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 designee(s), 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 designee(s), 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 designee(s), 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 Consultantfor 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 designee(s), 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 RFQ 2018-141-ND 43 1 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. 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 shallnot retain, add, or replace any Subconsultant without the prior written'approval of the City Manager, or designee(s)„ 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. RFQ 2018-141-ND 44 � I ARTICLE 3.THE CITY'S RESPONSIBILITIES 3.1 The City Manager„ or designee(s), 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, or designee(s), 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 Except where otherwise expressly noted in this Agreement, the City Manager, or designee(s), 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, or designee(s), 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. 3.6.1 The City Manager, or designee(s), shall have prior review and approval of the Project Manager (and any replacements) and of any Subconsultants (and any replacements). 3.6.2 The City Manager, or designee(s), 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, or designee(s), may also consult with the City Commission on such matters. RFQ 2018-141-ND 45 3.6.3 At the request of Consultant, the City Manager, or designee(s), 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. 3.6.4 The City Manager, or designee(s), may approve Contract Amendments. 3.6.5 The City Manager, or designee(s), 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. 3.6.6 The City Manager, or designee(s), 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). 3.7 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. RESPONSIBILITY FOR CONSTRUCTION COST 4.1 The City shall establish a Construction Cost Budget for the Project, as set forth in the Consultant Service Order. Consultant shall design the Project so that the Construction Cost Budget for the Project is not exceeded. As part of the Basic Services, Consultant :shall design and/or re-design the Project to the Construction Cost Budget in accordance with this Article 4, making all revisions necessary to maintain the Construction Cost Budget. Consultant shall attend meetings with the City to review and discuss cost estimates, cost-saving alternatives, and implementation or revision of the Design Documents and Construction Documents to address such items, as necessary to meet the established budget parameters set forth in the City Construction Budget. 4.2. Consultant shall provide and/or update the Statement of Probable Construction Cost at each stage of completion of the Design Documents and at completion of the Construction Documents, unless otherwise specified in the Consultant Service Order or other written directive of the Project Administrator. 4.2.1. At completion of the conceptual design (at such stage of completion of the Design Documents as may be specified by the Project Administrator), Consultant shall provide the City a Statement of Probable Construction Cost, which must include an estimated Construction Cost for the Project within a range of plus or minus fifteen percent (+1-15%) of the Construction Cost Budget. If at the foregoing stage of design the Consultant's Statement of Probable Construction Cost exceeds the City's Construction Budget by more than fifteen percent(15%), then the Project Administrator shall provide notice thereof to the Consultant. Consultant shall then identify the cause(s) for the difference and recommend in writing for the City's approval any modification in the Design Documents necessary to conform the Consultant's estimated total costs in the Statement of Probable Construction Cost to within fifteen percent (15%) of the City's Construction Budget. Upon obtaining City's approval of any proposed modifications, Consultant shall incorporate such modifications within the Design Documents as part of the Basic Services and at no additional cost to the City. 4.2.2. At the 30% and 60% completion of the Design Documents, Consultant shall update its RFQ 2018-141-ND 46 Statement of Probable Construction Cost, which must include an estimated Construction Cost for the Project within a range of plus or minus ten percent (+/-10%) of the Construction Cost Budget. If at the foregoing stages of design the Consultant's Statement of Probable Construction Cost exceeds the City's Construction Budget by more than ten percent (10%), the Project Administrator shall provide notice thereof to the Consultant. Consultant shall then identify the cause(s) for the difference and recommend in writing for the City's approval any modification in the Design Documents necessary to conform the Consultant's estimated total costs in the Statement of Probable Construction Cost to within ten percent (10%) of the, City's Construction Budget. Upon obtaining City's approval of any proposed modifications, Consultant shall incorporate such modifications within the Design Documents as part of the Basic Services and at no additional cost to the City. 4.2.3. At the 90% stage completion of the Design Documents and at completion of the Construction Documents, Consultant shall update its Statement of Probable Construction Cost, which must include an estimated Construction Cost for the Project within a range of plus or minus five percent (+/-5%) of the Construction Cost Budget. If at the foregoing stages of design the Consultant's Statement of Probable Construction Cost exceeds the City's Construction Budget by more than five percent (5%),, the Project Administrator shall provide notice thereof to the Consultant. Consultant shall then identify the cause(s)for the difference and recommend in writing for the City's approval any modification in the Design. Documents necessary to conform the Consultant's estimated total costs in the Statement of Probable Construction Cost to within five percent (5%) of the City's Construction Budget. Upon obtaining the City's approval, Consultant shall promptly modify the Design Documents or Construction Documents within the time period specified by the Project Administrator (which time period for completion shall not exceed ninety (90) days from the date Consultant is notified to re-design), as part of the Basic Services and at no additional cost to the City. 4.2.4. To ensure that the Construction Cost shall not exceed the City's Construction Budget, each Statement of Probable Construction Cost shall be in sufficient detail to identify the costs of each element and include a breakdown of the fees, general conditions and a, reasonable and appropriate construction contingency. .4.3: Consultant shall certify and warrant to the City.that the Statement of Probable Construction Cost and any update thereto, represents Consultant's best judgment of the Construction Cost for the Project as an experienced design professional familiar with the construction industry, provided, however, that Consultant cannot (and does not) guarantee that bids or negotiated prices will not vary from any estimates of Construction Cost or other cost evaluation(s) prepared (or otherwise provided) by Consultant. 4.4 If the lowest and best Base Bid exceeds the Consultant's final updated Statement of Probable Cost by more than ten percent (10%), the Project Administrator shall provide noticethereof to the Consultant, and the Consultant shall re-design the Project within the Project Scope, construction schedule, sequence of Work, or such other action, as deemed necessary, to reduce the Statement of Probable Construction Cost, and Consultant shall provide any required revisions to the Contract Documents (including, without limitation, the Construction Documents).within the time period specified by the Project Administrator (which time period for completion shall not exceed ninety (90) days from the date Consultant is notified to re-design), and shall provide re-bidding services, as many times as may be reasonably requested by the City, as part of the Basic Services and at no additional cost to the City, in order to bring any resulting, responsive and responsible bids within ten percent(10%) of the Consultant's final updated Statement of Probable Cost. 4.5. The Construction Cost Budget shall not be exceeded without fully justifiable, ,extraordinary, and unforeseen circumstances (such as Force Majeure) which are beyond the control of the parties. Any expenditure above this amount shall besubject to prior City Commission approval which, if granted at all, shall be at the sole and reasonable discretion of the City Commission. The City Commission shall have no obligation to approve an increase in the Construction Cost Budget and, if such Construction Cost Budget is exceeded, the City Commission may, at its sole and absolute discretion, terminate this Agreement (and the remaining Services)without any further liability to the City. RFQ 2018-141-ND 47 4.6. The City Commission may,.at its sole and absolute discretion, and without relieving Consultant of its obligations under this Agreement to design the Project to the Construction Cost Budget as set forth in Sections 4.1 through 4.5 above, separately elect any of the following options: (1) approve an increase to the Construction Cost Budget; (2) reject all bids, and (at its option) authorize rebidding of the Project; (3),abandon the Project and terminate the remaining Services without any further liability to the City; (4) select as many deductive alternatives as may be necessary to bring the lowest and best bid within the Construction Cost Budget. 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. 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 professionalperspectives, 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 theprovision of Basic Services. RFQ 2018-141-ND 48 { 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). 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). RFQ 2018-141-ND 49 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 approvalof 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 any other records or documents related to the Services and/or Project will be available for examination and audit by the City Manager, or designee(s)„ 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, or designee(s), in RFQ. 2018-141-ND 50 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, or designee(s),. 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, or designee(s),. 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, or designee(s)„ 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 RFQ 2018-141-ND 51 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, or designee(s)„ 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 causeor 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 $500,000 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 $100,000 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. RFQ 2018-141-ND 52 • 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). 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, or designee(s),. 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, or designee(s),. The Project Administrator and the Consultant shall abide by the decision of the City Manager, or designee(s),. 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. RFQ 2018-141-ND 53 • I 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, or designee(s),'s Office City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 Attn: Jimmy L. Morales, City Manager, or designee(s),. With a.copy to: City Manager, or designee(s),'s Office City of.Miami Beach • 1700 Convention Center Drive Miami Beach, Florida 33139 Attn: Eric T. Carpenter, Assistant City Manager, or designee(s), All written notices given to the Consultant from the City shall be addressed to: 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 RFQ 2018-141-ND 54 • I 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 areemployed 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.. .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 11.9.07(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, or designee(s)„ may be disclosed to another entity to perform its duties and responsibilities; to a licensed architect, engineer, or contractor who is performing workon 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 RFQ 2018-141=ND . 55 • unless authorized by the City Manager, or designee(s)„ 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. 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, or designee(s),. 16.8 SUCCESSORS AND ASSIGNS: The Consultant and the City each binds himself/herself, his/her partners, successors, legal representatives andassigns 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-ether 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 itdoes 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 RFQ 2018-141-ND 56 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 hereinabove written. Attest CITY OF MIAMI BEACH: CITY CLERK MAYOR Attest xxxxxxxxxxxxxxx Signature/Secretary Signature/President Print Name Print Name • RFQ 2018-141-ND 57 SCHEDULE A 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 ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED" BASIS (RFQ XXXXXXXX) 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 2018-141-ND 58 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 theduration 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 2018-141-ND 59 HOURLY BILLING RATE SCHEDULE Project Principal $172.50 Project Engineer(Coastal or $116.15 Other) Project Manager $138.00 Sr. Field Services Professional $116.15 Senior Civil Engineer $138.00 Field Services Professional $ 80.50 Civil Engineer $116.15 Threshold Inspector $138.00 Senior Electrical Engineer $138.00 Structural Special Inspector $109.25 Electrical Engineer $116.15 Technical Editor $ 74.75 Senior Mechanical Engineer $138.00 Senior GIS.Specialist $116.15 Mechanical Engineer $116.15 GIS_Specialist. _$ 86.25_ Senior Structural Engineer $138.00 Staff Engineer/Geologist/Scientist $ 94.30 Structural Engineer $116.15 Landscape Designer $ 95.45 Senior Environmental Engineer $138.00 Planner $116.15 Environmental Engineer $116.15 Project Principal ( Structural Engineer) $172.50 Environmental Technician $ 74.75 Project Manager(Structural Engineer) $138.00 Environmental Specialist $ 63.25 CAD Technician (Structural) $ 63.25 Environmental Permit Specialist $ 63.25 Traffic Engineers $116.15 Project Scientist $120.75 Cost Estimator $ 74.75 Senior Surveyor $138.00 Specifications Writer $ 63.25 Surveyor $116.15 Construction Administrator/Manager $ 94.30 Surveyor Support Staff $ 69.00 Senior Project Manager $138.00 Senior Architect $138.00 MEP Project Engineer $138.00 Architect $1.16.15' Horticultural/maintenance Consultant $ 86.25 Senior Designer ,$138.00 Irrigation Engineer $ 94.30 Designer $ 95.45 Job Captain $ 92.00 Senior Urban Planner . . $138.00 Interior Designer . $ 95.45 Senior CAD Technician $ 69.00 Principal/Director of Design $138.00 CAD Technician $ 63.25 Senior Landscape Architect $138.00 Landscape Architect $116.15 Clerical .$ 40.25 Administrative Assistant $ 40.25 Survey Crew Party of2 $140.68 Survey Crew Party of 2'w/GPS $168.51 Survey Crew Party of 3 $170.44 Survey Crew Party of 3 w/GPS $197.01 Survey Crew Party of 4 $211.31 Survey Crew Party of 4 w/GPS $250.13 Sr. Inspector(CEI) $103.50 Inspector(CEI, Field or $ 94 88 Construction) • RFQ 2018-141-ND 60 1 . � I SCHEDULE.0 APPROVED SUBCONSULTANTS • RFQ 2018-141-ND 61 �- i APPENDIX F MIAMIBEACH STANDARD FORM 330 - • . RFC) No. 2018-•141 -ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 RFQ 2018-141-ND 62 II 1 ARCHITECT-ENGINEER QUALIFICATIONS OMB Control Number: 9000-0157 Expiration Date: 11/30/2017 Paperwork Reduction Act Statement-Thls Information collection meets the requirements of 44 USC§3507,as amended by section 2 of the Paperwork Reduction Act of 1995. You do not need to answer these questions unless we display a valid Office of Management and Budget(OMB)control number, The OMB control number for this collection Is 9000-0157. We estimate that it will take 29 hours(25 hours for part 1 and 4 hours for Part 2)to read the Instructions,gather the facts,and answer the questions. Send only comments relating to our time estimate,Including suggestions for reducing this burden,or any other aspects of this collection of information to: General Services Administration,Regulatory Secretariat Division(M1V108),1800 F Street,NW,Washington,DC 20405. PURPOSE DEFINITIONS Federal agencies use this form to obtain information from Architect-Engineer Services: Defined in FAR 2.101. architect-engineer(A-E)firms about their professional qualifications. Federal agencies select firms for A-E contracts on the basis of professional qualifications as required by 40 U.S.C. Branch Office: A geographically distinct place of business or chapter 11, Selection of Architects Engineers,and Part 36 of the subsidiary office of a firm that has a key role on the team. Federal Acquisition Regulation(FAR). Discipline: Primary technical capabilities of key personnel,as • The Selection of Architects and Engineers statute requires the evidenced by academic degree, professional registration, public announcement of requirements for A-E services(with certification,and/or extensive experience. some exceptions provided by other statutes),and the selection of at least three of the most highly qualified firms based on Firm: Defined In FAR 36.102. demonstrated competence and professional qualifications • according to specific criteria published in the announcement. Key Personnel: Individuals who will have major contract• The Act then requires the negotiation of a contract at a fair and responsibilities and/or provide unusual or unique expertise. reasonable price starting first with the most highly qualified firm. The information used to evaluate firms is from this form and other SPECIFIC INSTRUCTIONS sources, including performance evaluations,any additional data • requested by the agency,and interviews with the most highly Part I-Contract-Specific Qualifications qualified firms and their references. Section A.Contract Information. • GENERAL INSTRUCTIONS 1. Title and Location. Enter the title and location of the • • contract for which this form is being submitted,exactly as shown • . Part I presents the qualifications for a specific contract in the public•announcement or agency request. Part II presents the general qualifications of a firm or a specific 2. Public Notice Date. Enter the posted date of the agency's branch office of a firm. Part II has two uses: notice on the Federal Business Opportunity website (FedBizOpps), other form of public announcement or agency request for this contract. • 1. An A-E firm may submit Part Ii to the appropriate central, regional or local office of each Federal agency to be kept on file. 1 Solicitation or Project Number. Enter the agency's A public announcement is not required for certain contracts,and solicitation number and/or project number, if applicable, agencies may use Part II as a basis for selecting at least three of exactly as shown in the public announcement or agency request the most highly qualified firms for discussions prior to requesting 1for this contract. submission of Part I, Firms are encouraged to update Part II on file with agency offices,as appropriate,according to FAR Part Section B. Architect-Engineer Point of Contact.. 36. If a firm has branch offices,submit a separate Part II for each branch office seeking work. 4-8. Name, Title, Name of Firm, Telephone Number, Fax (Facsimile) Number and E-mail (Electronic Mail) Address. 2. Prepare a separate Part II for each firm that will be part of Provide Information for a representative of the prime contractor the team proposgdjoLa_specificcontract.and..submittedwith-Part.- -----or--joint--venture--that'-the—agency—can-contact for-edditioiral- I. If a firm has'branch offices,submit a separate Part II for each information. branch office that has a key role on the team, • - INDIVIDUAL AGENCY INSTRUCTIONS • Individual agencies may supplement these instructions. For example,they may limit the number of projects or number of pages submitted in Part I in response to•a public announcement for a particular project. Carefully comply with any agency instructions when preparing and submitting this form. Be as concise as possible and provide only the information requested by the agency. AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330(REV.8/2016)PAGE 1 OF INSTRUCTIONS • Prescribed by GSA-FAR(48 CFR)53.236-2(b) • Section C. Proposed Team. 19. Relevant Projects. Provide information on up to five projects in which the person had a significant role that 9-11. Firm Name,Address,and Role in This Contract demonstrates the person's capability relevant to her/his proposed Provide the contractual relationship, name,full mailing address, role in this contract. These projects do not necessarily have to and a brief description of the role of each firm that will be be any of the projects presented in Section F for the project team involved in performance of this contract. List the prime if the person was not involved in any of those projects or the . contractor or Joint venture partners first. If a firm has branch person worked on other projects that were more relevant than offices,indicate each individual branch office that will have a key the team projects in Section F. Use the check box provided to role•on the team. The named subcontractors and outside indicate if the project was performed with any office of the current associates or consultants must be used,and any change must firm. If any of the professional services or construction projects be approved by the contracting officer.(See FAR Part 52 Clause are not complete,leave Year Completed blank and indicate the "Subcontractors and Outside Associates and Consultants status In Brief Description and Specific Role(block(3)). (Architect-Engineer Services)"). Attach an additional sheet in the same format as Section C if needed. Section F. Example Projects Which Best Illustrate Proposed Team's Qualifications for this Contract. Section D. Organizational Chart of Proposed Team. • Select projects where multiple team members worked As an attachment after Section C,present an organizational • together, if possible,that demonstrate the team's capability to • chart of the proposed team showing the names and roles of all perform work similar to that required for this contract. Complete • key personnel listed in Section E and the firm they are one Section F for each project Present ten projects,unless associated with as listed in Section C. otherwise specified by the agency. Complete the following • blocks for each project: Section E. Resumes of Key Personnel Proposed for this , Contract. 20. Example Project Key Number. Start with"1"for the first - project and number consecutively. ' Complete this section for each key person who will I participate in this contract. Group by firm,with personnel of the 21. Title and Location. Title and location of project or prime contractor or joint venture partner firms first. The following contract. For an indefinite delivery contract,the location is the blocks must be completed for each resume: geographic scope of the contract. • 12. Name. Self-explanatory. • 22. Year Completed. Enter the year completed of the professional services(such as planning,engineering study, 13. Role in this contract. Self-explanatory. design,or surveying),and/or the year completed of construction, if applicable. If any of the professional services or the construction projects are not complete,leave Year Completed • 14. Years Experience. Total years of relevant experienceblank and indicate the status in Brief Description of Project and • (block 14a),and years of relevant experience with current firm, Relevance to this Contract(block 24). but not necessarily the same branch office(block 14b). • 23a. Project Owner. Project owner or user,such as a 15. Firm Name,and Location. Name,city and state of the I government agency or installation,an institution,a corporation or • firm where the person currently works,which must correspond • private individual. ` with one of the firms(or branch office of a firm,if appropriate) • , listed in Section C. 23b. Point of Contact Name. Provide name of a person associated with the project owner or the organization which 16. Education. Provide information on the highest relevant contracted for the professional services,who is very familiar with academic degree(s)received. Indicate the area(s)of the project and the firm's(or firms')performance. specialization for each degree. 23c. Point of Contact Telephone Number. Self-explanatory. 17. Current Professional Registration. Provide information • an current relevant professional registration(s)in a State or 24. Brief Description of Project and Relevance to this possession Columbia c the United States,Puerto Rico,or the District of Contract. Indicate scope,size,cost,principal elements and Columbia according to FAR Part 36. special features of the project. Discuss the relevance of the example project to this contract. Enter any other Information 18. Other Professional Qualifications. Provide information requested by the agency for each example project on any other professional qualifications relating to this contract, such as education,professional registration,publications, organizational memberships,certifications,training, awards,and foreign language capabilities. STANDARD FORM 330(REV.812016) PAGE 2 OF INSTRUCTIONS 25. Firms from Section C Involved with this Project. Indicate 29. Example Projects Key. List the key numbers and titles of which firms(or branch offices,if appropriate)on the project team the example projects in the same order as they appear in Section were involved in the example project,and their roles. List in the F, same order as Section C. • Section H. Additional Information. Section G. Key Personnel Participation in Example Projects. 30. Use this section to provide additional information This matrix is intended to graphically depict which key specifically requested by the agency or to address selection personnel identified in Section E worked on the example projects criteria that are not covered by the information provided in listed in Section F. Complete the following blocks(see example Sections A-G. below). Section I. Authorized Representative. • 26.and 27. Names of Key Personnel and Role in this Contract. List the names of the key personnel and their 31,and 32.' Signature of Authorized Representative and proposed roles in this contract in the same order as they appear Date. An authorized representative of a joint venture or the in Section E. prime contractor must sign and date the completed form. Signing attests that the information provided is current and 28. Example Projects Listed in Section F. In the column factual,and that all firms on the proposed team agree to work on under each project key number(see block 29)and for each key the project. Joint ventures selected for negotiations must make person, place an"X"under the project key number for available a statement of participation by a principal of each participation in the same or similar role. member of the joint venture. • 33. Name and Title. Self-explanatory. • SAMPLE ENTRIES FOR SECTION G (MATRIX) • 26. NAMES OF KEY 27, ROLE IN THIS 28. EXAMPLE PROJECTS LISTED IN SECTION F PERSONNEL CONTRACT (Fill in "Example Projects Key"section below first,before (From Section E, (From Section E, completing table. Place'X"under project key number for Block 12) Block 13) ' participation in same or similar role.) 1 2 3 4 5 6 ' 7 8 9 10 Jane A. Smith Chief Architect X X Joseph B. Williams Chief Mechanical Engineer X X X X • Tara C. Donovan Chief Electricial Engineer X X X • 29. EXAMPLE PROJECTS KEY NUMBER TITLE OF EXAMPLE PROJECT(From Section F) - NUMBER TITLE OF EXAMPLE PROJECT(From Section F) 1 Federal Courthouse, Denver, CO 6 XYZ Corporation Headquarters, Boston, MA 2 Justin J. Wilson Federal Building, 7 Founder's Museum, Newport, RI Baton Rouge, LA STANDARD FORM 330(REV.8/2016) PAGE 3 OF INSTRUCTIONS 1 Part II-General Qualifications See the"General Instructions"on page 1 for firms with branch 9. Employees by Discipline. Use the relevant disciplines and , Offices. Prepare Part II for the specific branch office seeking associated function codes shown at the end of these instructions work if the firm has branch offices. and list in the same numerical order. After the listed disciplines, write in any additional disciplines and leave the function code • 1. Solicitation Number. If Part II is submitted for a specific blank. List no more than 20 disciplines. Group remaining contract,'insert the agency's solicitation number and/or project employees under"Other Employees"in column b, Each person number,if applicable,exactly as shown in the public can be counted only once according to his/her primary function. announcement or agency request. If Part II is prepared for a firm(including all branch offices),enter the number of employees by disciplines in column c(1). If Part ll • 2a-2e. Firm(or Branch Office)Name and Address. Self- ^ is prepared for a branch office,enter the number of employees i explanatory. by discipline in column c(2)and for the firm in column c(1). I • 3. Year Established. Enter the year the firm(or branch 10. Profile of Firm's Experience and Annual Average ' office,if appropriate)was established under the current name. Revenue for Last 5 Years. Complete this block for the firm or • branch office for which this Part II is prepared. Enter the 1 •• 4. Unique Entity Identifier. Insert the unique entity Identifierexperience categories which most accurately reflect the firm's i issued by the entity designated at SAM. See FAR part 4.6. technical capabilities and project experience. Use the relevant experience categories and associated profile codes shown at the 5. Ownership. end of these instructions,and list in the same numerical order. After the listed experience categories,write in any unlisted a.Type, Enter the type of ownership or legal structure of the relevant project experience categories and leave the profile • firm(sole proprietor,partnership,corporation,joint venture,etc.). . codes blank. For each type of experience,enter the appropriate revenue index number to reflect the professional services b.Small Business Status. Refer to the North American revenues received annually(averaged over the last 5 years)by 1 Industry Classification System(NAICS)code in the public the firm or branch office for performing that type of work. A 1 announcement, and indicate if the firm is a small business particular project may be identified with one experience category according to the current size standard for that NAICS code(for or it may be broken into components,as best reflects the example,Engineering Services(part of NAICS 541330), capabilities and types of work performed by the firm. However, Architectural Services(NAICS 541310),Surveying and Mapping do not double count the revenues received on a particular Services(NAICS 541370)). The email business categories and project i the.internet website for the NAICS codes appear in FAR part 19. Contact the requesting agency for any questions. Contact your 11. Annual Average Professional Services Revenues of Firm ; local U.S.Small Business Administration office for any questions for Last 3 Years. Complete this block for the firm or branch office regarding Business Status, for which this Part(1 is prepared, Enter the appropriate.revenue i index numbers to reflect the professional services revenues 6a-6c. Point of Contact. Provide this information for a received annually(averaged over the last 3 years)by the firm or • representative of the firm that the agency can contact for branch office. Indicate Federal work(performed directly for the additional information. The representative must be empowered Federal Govemment,either as the prime contractor or j subcontractor),non-Federal work(all other domestic and foreign 1to speak on contractual and policy matters. ) work,including Federally-assisted projects),arid the total. If the 7. Name of Firm. Enter the name of the firm if Part 11 Is firm has been in existence for less than 3 years,see the prepared for a branch office. definition for"Annual Receipts"under FAR 19.101. i 8a-8c. Former Firm Names. Indicate any other previous 12. Authorized Representative. An authorized names for the firm(or branch office)during the last six years. representative of the firm or branch office must sign and date the Insert the year that this corporate name change was effective completed form. Signing attests that the information provided is 1 and the associated unique entity identifier. This information is current and factual. Provide the name and title of the authorized used to review past performance on Federal contracts. representative who signed the form. i . i . i i STANDARD FORM 330(REV.812016) PAGE 4 OF INSTRUCTIONS is , • List of Disciplines (Function.Codes) Code Description Code Description 01 Acoustical Engineer 32 Hydraulic Engineer 02 Administrative 33 Hydrographic Surveyor• 03 Aerial Photographer - 34 Hydrologist 04 Aeronautical Engineer 35 Industrial Engineer • - 05 Archeologist 36 Industrial Hygienist 06 Architect 37 Interior Designer 07 Biologist . 38 Land Surveyor 08 CADD Technician 39 Landscape Architect • 09 Cartographer 40 Materials Engineer 10 Chemical Engineer 41 Materials•Handling Engineer I 11 Chemist 42 Mechanical Engineer • 12 Civil Engineer 43 Mining Engineer •• 13 Communications Engineer 44 Oceanographer 14 Computer Programmer - 45 Photo Interpreter 15 Construction Inspector 46 Photogrammetrist 16 Construction Manager . 47 Planner: Urban/Reglonal - l 17 Corrosion Engineer . 48 Project Manager 18 Cost Engineer/Estimator 49 Remote Sensing Specialist i . 19 Ecologist 50 Risk Assessor 1 20 Economist 51 Safety/Occupational Health Engineer 21 Electrical Engineer 52 Sanitary Engineer 22 Electronics Ergineer 53 Scheduler 23 Environmental Engineer 54 Security Specialist 24 . Environmental Scientist 55 Soils Engineer 25 Fire Protection Engineer 56 Specifications Writer i 26 Forensic Engineer 57 Structural Engineer ' 27 Foundation/Geotechnical Engineer 58 Technician/Analyst •• 28 Geodetic Surveyor 59 Toxicologist • 29 Geographic Information System Specialist 60 Transportation Engineer 30 Geologist 61 Value Engineer i 31 Health Facility Planner 62 Water Resources Engineer . 1 . j ,� • i • - • 1 • • STANDARD FORM 330(REV.8/2016) PAGE 5 OF INSTRUCTIONS I . i i List of Experience Categories (Profile Codes) Code Description Code Description A01 Acoustics,Noise Abatement E01 Ecological&Archeological Investigations . A02 Aerial Photography;Airborne Data and Imagery E02 Educational Facilities;Classrooms Collection and Analysis E03 Electrical Studies and Design A03 Agricultural Development;Grain Storage;Farm Mechanization E04 Electronics A04 Air Pollution Control E05 Elevators;Escalators;People-Movers E06 Embassies and Chanceries A05 Airports; Navaids;Airport Lighting;Aircraft Fueling E07 Energy Conservation;New Energy Sources A06 Airports;Terminals and Hangars; Freight Handling E08 Engineering Economics A07 Arctic Facilities E09 Environmental Impact Studies, A08 Animal Facilities Assessments or Statements A09 - Anti-Terrorism/Force Protection E10 Environmental and Natural Resource Al0 Asbestos Abatement Mapping All Auditoriums&Theaters Eli Environmental Planning E12 Environmental Remediation • Al2 Automation;Controls;instrumentation E13 Environmental Testing and Analysis • B01 Barracks;Dormitories B02 Bridges • F01 Fallout Shelters;Blast-Resistant Design F02 Field Houses;Gyms;Stadiums CO1 Cartography . F03 Fire Protection F04 Fisheries;Fish ladders i CO2 Cemeteries(Planning&Relocation) F05 Forensic Engineering CO3 Charting: Nautical and Aeronautical F06 Forestry&Forest products C04 Chemical Processing&Storage C05 Child Care/Development Facilities 001 Garages;Vehicle Maintenance Facilities; C06 . Churches;ChapelsParking Decks • C07 Coastal Engineering G02 Gas Systems(Propane;Natural,Etc.) CO8 Codes;Standards;Ordinances G03 Geodetic Surveying:Ground and Air-borne •• C09 '.Cold Storage; Refrigeration and Fast Freeze • • 004 Geographic,lnformation System Services: 010 Commercial Building(low rise);Shopping Centers Development,Analysis,and Data Collection C11 Community FacilitiesG05 Geospatial Data Conversion:Scanning, C12 Communications Systems;TV;Microwave • Digitizing,Compilation,Attributing,Scribing, C13 Computer Facilities;Computer Service Drafting C14 Conservation and Resource Management G06 Graphic Design • C15 Construction Management , H01 Harbors;Jetties;Piers,Ship Terminal C16 Construction SurveyingFacilities C17 Corrosion Control;Cathodic Protection;ElectrolysisH02 Hazardous Materials Handling and Storage , 018 Cost Estimating;Cost Engineering and H03 Hazardous,Toxic,Radioactive Waste j Analysis;Parametric Costing;Forecasting Remediation C19 Cryogenic Facilities H04 Heating;Ventilating;Air Conditioning 1 1-105 Health Systems Planning DO1 Dams(Concrete;Arch) HOS Highrise;Air-Rights-Type Buildings J i D02 Darns(Earth;Rock);Dikes; Levees H07 Highways; Streets;Airfield Paving; Parking j Lots • D03 Desalinization(Process&Facilities) HO8 Historical Preservation D04 Design-Build-Preparation of Requests for Proposals H09 Hospital&Medical Facilities D05 Digital Elevation and Terrain Model Development H10 Hotels;Motels D06 Digital Orthophotography H11 Housing (Residential, Multi-Family,' D07 Dining Halls;Clubs; Restaurants Apartments;Condominiums) D08 Dredging Studies and Design H12 Hydraulics&Pneumatics H13 Hydrographic Surveying STANDARD FORM 330(REV.8/2016) PAGE 6 OF INSTRUCTIONS • f • \ 1 • ' 1 List of Experience Categories (Profile Codes continued) • Code Description Code Description 101 Industrial Buildings;Manufacturing Plants P09 Product Machine Equipment Design 102 Industrial Processes;Quality Control P10 Pneumatic Structures,Air-Support Buildings 103 Industrial Waste Treatment P11 Postal Facilities 104 . Intelligent Transportation Systems P12 Power Generation,Transmission,Distribution 105 Interior Design;Space Planning P13 Public Safety Facilities 106, Irrigation;Drainage R01 Radar;Sonar; Radio&Radar Telescopes J01 Judicial and Courtroom Facilities R02 Radio Frequency Systems&Shieldings LO1 Laboratories;Medical Research Facilities R03 Railroad;Rapid Transit L02 Land Surveying R04 Recreation Facilities(Parks,Marinas,Etc.) L03 Landscape Architecture R05 Refrigeration Plants/Systems L04 Libraries;Museums; Galleries R06 Rehabilitation(Buildings;Structures;Facilities) L05 Lighting(Interior; Display;Theater, Etc.) R07 Remote Sensing LO6 Lighting(Exteriors;Streets; Memorials; RO8 Research Facilities Athletic Fields, Etc.) R09 Resources Recovery;Recycling MO1 Mapping Location/Addressing Systems RIO Risk Analysis M02 Materials Handling Systems; Conveyors; Sorters R11 Rivers;Canals;Waterways;Flood Control M03 Metallurgy R12 Roofing M04 Microclimatology;Tropical Engineering S01 Safety Engineering;Accident Studies;OSHA M05 Military Design Standards Studies .• M06 Mining&Mineralogy SO2 Security Systems; Intruder&Smoke Detection • MO7 Missile Facilities(Silos;Fuels;Transport) SO3 Seismic Designs&Studies • M08 Modular Systems Design; Pre-Fabricated Structures or , SO4 Sewage Collection,Treatment and Disposal Components i S05 Solis&Geologic Studies;Foundations S06 Solar Energy Utilization NO1 .Naval Architecture;Off-Shore Platforms SO7 Solid Wastes;Incineration; Landfill NO2 Navigation Structures; Locks • SO8 Special Environments;Clean Rooms,Etc. NO3 Nuclear Facilities; Nuclear Shielding • S09 Structural Design;Special Structures • 001 Office Buildings;Industrial Parks S10 Surveying; Platting;Mapping; Flood 002 Oceanographic Engineering Plain Studies 003 Ordnance; Munitions;Special Weapons S11 Sustainable Design S12 •Swimming Pools P01 Petroleum Exploration; Refining. . S13. Storm Water Handling&Facilities P02 Petroleum and Fuel(Storage and Distribution) TO1 Telephone Systems(Rural;Mobile;Intercom, P03 Photogrammetry Etc.) PO4 Pipelines(Cross-Country-Liquid&Gas) T02 Testing&Inspection Services' P05 Planning(Community, Regional,Areawide and State) T03 -Traffic&Transportation Engineering P06 Planning(Site, Installation,and Project) T04 Topographic Surveying and Mapping TOG Towers(Self-Supporting&Guyed Systems) P07 Plumbing&Piping Design T06 Tunnels&Subways P08 Prisons&Correctional Facilities • • STANDARD FORM 330(REV.812016) PAGE 7 OF INSTRUCTIONS List of Experience Categories (Profile Codes continued) Code, Description • U01 Unexploded Ordnance Remediation UO2 Urban Renewals;Community Development UO3 Utilities(Gas and Steam) Vol Value Analysis; Life-Cycle Costing W01 Warehouses.&Depots W02 Water Resources;Hydrology; Ground Water W03 Water Supply;Treatment and Distribution W04 Wind Tunnels; Research/Testing Facilities Design Z01 Zoning; Land Use Studies • • • I • II . STANDARD FORM 330(REV.812016) PAGE 8 OF INSTRUCTIONS ARCHITECT - ENGINEER.QUALIFICATIONS PART I -CONTRACT-SPECIFIC QUALIFICATIONS A. CONTRACT INFORMATION 1. TITLE AND LOCATION (Oily and Slate) 2. PUBLIC NOTICE DATE 3. SOLICITATION OR PROJECT NUMBER B. ARCHITECT-ENGINEER POINT OF CONTACT 4. NAME AND TITLE 5. NAME OF FIRM • 6. TELEPHONE NUMBER 7. FAX NUMBER S. E-MAIL ADDRESS C. PROPOSED TEAM (Complete this section for the prime contractor and all key subcontractors.) (Check) Wz0 ) 'zm° 9. FIRM NAME 10. ADDRESS 11. ROLE IN THIS CONTRACT ¢ 10- CL D. I- a. ❑CHECK IF BRANCH OFFICE b. ❑CHECK IF BRANCH OFFICE C. ❑CHECK IF BRANCH OFFICE d. ❑CHECK IF BRANCH OFFICE I — • e. ❑CHECK IF BRANCH OFFICE _ 111 f. • 0 CHECK IF BRANCH OFFICE D. ORGANIZATIONAL CHART OF PROPOSED TEAM ❑ (Attached) AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330(REV.8/2016) E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT • (Complete one Section E for each key person.) 12. NAME 13. ROLE IN THIS CONTRACT 14. YEARS EXPERIENCE a.TOTAL Ib.WITH CURRENT FIRM 15. FIRM NAME AND LOCATION (City and State) • 16, EDUCATION(Degree and Specialization) 17. CURRENT PROFESSIONAL REGISTRATION(State and Discipline) • • 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) • 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(If applicable) (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE Check if project performed with current firm • • • a. (1)11TLE AND LOCATION(City and State) (2)YEAR COMPLETED . PROFESSIONAL SERVICES CONSTRUCTION Of applicable) b (3)BRIEF DESCRIPTION(Brief scope,size,cost etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm • (1)TITLE AND LOCATION(City and State) • (2)YEAR COMPLETED, PROFESSIONAL SERVICES CONSTRUCTION(If applicable) (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE U Check If project performed with current firm • C. • (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(If applicable) d.(3)BRIEF DESCRIPTION(Brief scope,size,cost etc.)AND SPECIFIC ROLE Check if project performed with current firm• (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(If applicable) II (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE Li Check if project performed with current firm e. STANDARD FORM 330(REV.8/2016).PAGE 2 • F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20. EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency, or 10 projects,if not specified. Complete one Section F for each project.) 21. TITLE AND LOCATION(City and Stale) 22, YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(If applicable) • 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER 24.•BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope,size,and cost) • • • I • i 25, FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE . a. _ 1 (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE b. (1)FIRM NAME (2)FIRM LOCATION(City and Stater- (3)ROLE • • C. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE d. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE e. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE • f. STANDARD FORM 330(REV.8/2016)PAGE 3 G. KEY PERSONNEL PARTICIPATION IN EXAMPLE PROJECTS • 26. NAMES OF KEY 27. ROLE IN THIS 28. EXAMPLE PROJECTS LISTED IN SECTION F _ PERSONNEL CONTRACT (Fill in"Example Projects Key"section below before completing table. (From Section E,Block 12) (From Section E,Block 13) Place`7C"under project key number forparticipallon in same or similar role.) 1 2 3 4 5 6 7 8 9 10 i . i •• I • ) • . • l . • • 1 I • i i • i I . 1 I 29. EXAMPLE PROJECTS KEY I NUMBER TITLE OF EXAMPLE PROJECT(From Section F) NUMBER TITLE OF EXAMPLE PROJECT(From Section F) 1 6 i 2 • 7 3 8 4 9 5 10 STANDARD FORM 330(REV. 8/2016)PAGE 4 • • 1 H. ADDITIONAL INFORMATION 30, PROVIDE ANY ADDITIONAL INFORMATION REQUESTED BY THE AGENCY. ATTACH ADDITIONAL SHEETS AS NEEDED. • • • • l • • • • • • I. AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. 31. SIGNATURE 32. DATE 33. NAME AND TITLE STANDARD FORM 330(REV.812016)PAGE 5 • 1. SOLICITATION NUMBER(If any) ' ARCHITECT-ENGINEER QUALIFICATIONS PART Il -GENERAL QUALIFICATIONS (If a firm has branch offices, complete for each specific branch office seeking work.) 2a. FIRM(or Branch Office)NAME 3.YEAR ESTABLISHED 4. UNIQUE ENTITY IDENTIFIER 2b. STREET 5. OWNERSHIP a.TYPE 2c. CITY 2d. STATE 2e. ZIP CODE b.SMALL BUSINESS STATUS 6a. POINT OF CONTACT NAME AND TITLE 7. NAME OF FIRM(If Block 2a is a Branch Office) 6b. TELEPHONE NUMBER 6c. E-MAIL ADDRESS 8a. FORMER FIRM NAME(S)(If any) 8b. YEAR ESTABLISHED 8c. UNIQUE ENTITY IDENTIFIER fi 9. EMPLOYEES BY DISCIPLINE 10. PROFILE OF FIRM'S EXPERIENCE • AND ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS • c.Number of Employees a.Profile c.Revenue Index b.Discipline b.Exper a.Function ience Number Code (1)FIRM (2)BRANCH Code (see below) •• • • . I • Other Employees Total 11. ANNUAL AVERAGE PROFESSIONAL PROFESSIONAL SERVICES REVENUE INDEX NUMBER SERVICES REVENUES OF FIRM FOR LAST 3 YEARS 1. Less than$100,000 6. $2 million to less than$5 million (Insert revenue index number shown at right) 2. $100,000 tc less than$250,000 7. $5 million to less than$10 million a.Federal Work 3. $250,000 to less than$500,000 8. $10 million to less than$25 million 4. $500,000 to less than$1 million 9. $25 million to less than$50 million b.Non-Federal Work 5. $1 million to less than$2 million 10. $50 million or greater c.Total Work 12. AUTHORIZED REPRESENTATIVE• The foregoing is a statement of facts. a.SIGNATURE b.DATE c.NAME AND TITLE • STANDARD FORM 330(REV.8/2016)PAGE 6 ATTACHMENT C CONSULTANT'S RESPONSE TO THE RFQ 36 Detail by FEI/EIN Number Page 1 of 3 Florida Department of State DIVISION OF CORPORATIONS DFIE110.11(if At.0 rg f.LP 1014.2 rift tt:i u/Suite ofFlorichi sri115U. Department of State / Division of Corporations / Search Records / Detail By Document Number/ Detail by FEI/EIN Number Florida Profit Corporation' CES CONSULTANTS, INC. Filing Information Document Number P97000085972 FEI/EIN Number 65-0792884 Date Filed 10/06/1997 State FL Status ACTIVE Last Event REINSTATEMENT Event Date Filed 02/23/2001 Principal Address • 3150 SW 38TH AVENUE MIAMI, FL 33146 Changed: 07/20/2018 Mailing Address 3150 SW 38TH AVENUE • MIAMI, FL 33146 Changed:'07/20/2018 • Registered Agent Name&Address ORTIZ, RUDY MPVS • 14361 Commerce Way Suite 103 Miami Lakes, FL 33016 Name Changed: 10/31/2011 Address Changed:02/08/2016 Officer/Director Detail Name&Address Title CEO ORTIZ, RUDY MPVS • http://search.sunbiz.org/Inquiry/C orporationS earch/S earchResultDetail?inq... 12/20/2018 Detail by FEI/EIN Number Page 2 of 3 14361 Commerce Way Suite 103 Miami Lakes, FL 33016 Title VP Vazquez, Fernando 14361 Commerce Way Suite 103 Miami Lakes, FL 33016 Title VP • Goblisch,Walter Bud 14361 Commerce Way Suite 103 Miami Lakes, FL 33016 Title VP Fouch, Ranthus 14361 Commerce Way Suite 103 Miami Lakes, FL 33016 Title VP Perera, Luciano • 14361 Commerce Way Suite 103 Miami Lakes, FL 33016 Title VP Said, Morsy 14361 Commerce Way Suite 103 Miami Lakes, FL 33016 Title VP Hoot, David 14361 Commerce Way Suite 103 Miami Lakes, FL 33016 Title President Guillory, Blake 14361 Commerce Way Suite 103 Miami Lakes, FL 33016 • http://s earch.sunbiz.org/Inquiry/Corp oration Search/SearchResultDetail?inq... 12/20/2018 • Detail by FEI/EIN Number Page 3 of 3 Annual Reports Report Year Filed Date • 2017 01/04/2017 2017 02/15/2017 2018 01/02/2018 Document Images • 01/02/2018—ANNUAL REPORT View image in PDF format 09/15/2017—AMENDED ANNUAL REPORT View image in PDF format 06/16/201i—AMENDED ANNUAL REPORT View image in PDF format 02/15/2017—AMENDED ANNUAL REPORT View image in PDF format 01/04/2017—ANNUAL REPORT View image in PDF format j 02/08/2016—AMENDED ANNUAL REPORT View image in PDF format 01/04/2016—ANNUAL REPORT View image in PDF format 04/06/2015—AMENDED ANNUAL REPORT View image in PDF format 01/02/2015—ANNUAL REPORT View image in PDF format 01/03/2014—ANNUAL REPORT View image in PDF format 01/08/2013—ANNUAL REPORT View image in PDF format 01/10/2012—ANNUAL REPORT View image in PDF format 10/31/2011—ANNUAL REPORT View image in PDF format 01/03/2011—ANNUAL REPORT View image in PDF format 01/08/2010—ANNUAL REPORT View image in PDF format 02/12/2009—ANNUAL REPORT View image in PDF format 03/26/2008—ANNUAL REPORT View image in PDF format 01/10/2007—ANNUAL REPORT View image in PDF format 01/13/2006—ANNUAL REPORT View image in PDF format 01/04/2005—ANNUAL REPORT View image in PDF format 01/06/2004—ANNUAL REPORT View image in PDF format 01/13/2003—ANNUAL REPORT View image in PDF format 02/26/2002—ANNUAL REPORT View image in PDF format 02/23/2001—REINSTATEMENT View image in PDF format 10/06/1997—Domestic Profit Articles View image in PDF format • Florida Department of State,Division of Corporations http://search.sunbiz.org/Inquiry/CorporationSearch/S earchResultDetail?inq... 12/20/2018 it, . ,.'"- :. ''- SUBMITTED BY RFQ NO. 2018-141-ND C-09 „. 0... , STRUCTURAL ENGINEERING CONSULTANTS i ..... 1 r , ...: 1110 . -II-:- ' ' •- .., - ,' P 1 . k , 41'2 ..„ ,... , ....i. ,.,... ,r",",:iiil...-_—•.._ rzzg,,--- , •WIL..1.0.=1,,,IN ..3' , '' . oRRIMPR"..:"....1,r0iZI• , IMO** ........... ,... •••••••••,;;, I ••,..„-.4.,,,, .2' ._ •lz,,„,. lE rat. 'I'""' ,. •••••...........7:4. 3I , , ..i:, -:Lz-. t“,•. "m`-'"' ."`s ----"'--"--'-.---- ,....- z= •••••••'•••• --i.., .....;:r ::F.:•-...„--',...71. --, 7. 7.„. •••••,,„ .. • • ;,---.- -...,---.$7: 1" ':. IHRIONOL14%. 1.: : , a 4.^-•,4,':'• ,., .., '—'''—'"'"-- -",••••r.rt F. " ,...-4,, :, .... '4 -, • li t : E ___ .,.. , i H NI...ft ... .. •, t- ,- . - ,-,• -, ,• , - • -...:A. • - • •'• • • - . .., ,,^P-•-•• --------- -- .,...,,.-- . ...r.--.,.....-7-- ,;1,1; - • „.•.:.•:!••••:',1-4.- -,-., .'"'' ''-- -- -• 7 T': "--:— - * SUBMITTED [0 CITY OF MIAMI BEACH ,_ _...:„.............. ..... „ ___ ...„....„.....„.„....._, , .----..7.:„..-,•.„.....„„ ...... _ , . _ PROFESSIONAL ARCHITECTURAL & ENGINEERING SERVICES FOR CAPITAL RENEWAL ....,„ „...._......_ , - ,..,;,..142.. ...,,. :::....„.i: ,.. _ • ..,......._„......... .... REPLACEMENT PROJECTSi-A-J-f-- . . .. - • 1.tiV't 11';'. - -.. ,.. 1 Ir fi:t; 11,11 ;1 P'' . . • kik, `-'500.PIA-,,'S k+ =`'� 8 , L 7h' . L "684) ,. } } % 7,'..".„ - 141;•: li•to 21 ::j 1 d 5 ' _� 7 +ynnf �.... .. .,sr 74� 1wr' �^.���ii 1111i �. ew_""..t, ,1 _--_ i 'tet w. 'r"""' < r s r � r 1, c}+�* .eat aY .,. ._,,,...,... �-?gin,.— TAB 1 _ ___,,,_,,,.....„.....,:._......„_ ..,...--_-. _____.: N _...3„,„„.., . _ _ __. 4,,,,,.. _,_...,....._„ ,.. , .;_,..___.,. _ — ,,, ,--,-„----,. ""�"'�- ,tom-- _ .„ ..,„-.-.„ . . . ,.7' ..- Ili-A : -----1.- -"""iiiimi Cover Letter & ...,„,., ..,....z„, ., . _ . ._.......,.... Table of Contents • , .„.:4 } fir.-. . - __........ ,-....-:,...,,, ,,,-.1,,,..„..:;,;...., kr44.1.,, . . fit,. TABLE OF CONTENTS COVER LETTER Ft TABLE OF CONTENTS »Table of Contents 1 1.1 Cover Letter 2 »1.2 Response Certification, Questionnaire & Requirements Affidavit 3 MINIMUM REQUIREMENTS 2.1 Minimum Qualifications Requirements 11 EXPERIENCE B QUALIFICATIONS OF THE FIRM »3.1 Qualifications of Proposing Firm 13 EXPERIENCE Ft QUALIFICATIONS OF THE TEAM »4.1 Qualifications of Proposer's Individual Team Members 17 »4.1.1 Project Experience/Resumes 19 REQUIRED FORMS »5.1 Standard Form 330 46 CES Consultants•City of Miami Beach RFQ 2018-141-ND I 1 C-09 Natalia Delgado City of Miami Beach Procurement Department 1755 Meridian Avenue 3rd Floor Miami Beach,FL 33139 CONSULTANTS Re:City of Miami Beach RFQ 2018-141-ND//Professional architectural and engineering Services for Capital Renewal and Replacement Projects PROJECT NAME Dear Selection Committee Members, Professional Architectural CES Consultants,Inc.(CES)is pleased to present this Statement of Qualifications(SOQ)for the &Engineering Services subject Project.As you will see from our SOQ,we offer experienced and qualified personnel to for Capital Renewal& provide the City of Miami Beach the requested professional Structural Engineering services for Replacement Projects various capital renewal and replacement projects throughout the City. RFQ NUMBER CES is a local minority owned company with a track record of providing quality services in the 2018-141-ND professional engineering field for the City and throughout south Florida.As a Miami-Dade based CATEGORY OF WORK engineering firm,CES brings a strong portfolio of multi-faceted structural project experience,and Structural Engineering with similar structural engineering projects requiring planning,condition assessments,engineering, design,permitting,and construction administration within the local municipal and South PRIME PROPOSER Florida markets.We also have the proven ability,as demonstrated in the recent Stranahan High CES Consultants, Inc. School Pool project,to engage supporting survey,architectural,landscaping,civil,geotechnical, 14361 Commerce Way mechanical,and plumbing disciplines when needed for projects. Suite 103 Miami Lakes,FL 33016 The CES team capability is exemplified based upon experience with similar projects: 305-827-2220 » Successfully completed numerous,similar south Florida structural engineering projects » Successfully completed design and construction drawings for similar work CES REPRESENTATIVE » Successfully completed regulatory permitting Fernando Vazquez,PE Senior Vice President » Successfully completed preparation of construction cost estimates fvazquez@cesconsult.com » Successfully completed engineering and inspection services during construction 305-827-2220 In accordance with the scope of service requirements of the City's Request for Proposals,CES has prepared detailed responses regarding our experience and qualifications.This information is an affirmation that CES is committed and ready to provide the necessary services to the City. CES appreciates the opportunity to have provided professional engineering services to the City, and we look forward to this new project.Should you have any questions or need any additional information concerning this proposal, please do not hesitate to contact me. Sincerely, CES CONSULTANTS,INC. udy M.0 iz,PE,CGC CEO CES Consultants•City of Miami Beach RFQ 2018-141-ND 2 Solicitation No: Solicitation Title: RFQ 2018-141-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS Procurement Contact: Tel: Email: NATALIA DELGADO 305.673.7000, Ext.6263 NATALIADELGADOa(�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: CES Consultants NO.OF YEARS IN BUSINESS: 17 NO.OF YEARS IN BUSINESS LOCALLY: NO.OF EMPLOYEES: 17 95 OTHER NAME(S)PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: N/A FIRM PRIMARY ADDRESS(HEADQUARTERS): 14361 Commerce Way,Suite 103 CITY: Miami Lakes STATE: FL ZIP CODE: 33016 TELEPHONE NO.: 305-827-2220 TOLL FREE NO.: N/A FAX NO.: N/A FIRM LOCAL ADDRESS: 14361 Commerce Way,Suite 103 CITY: Miami Lakes STATE: FL ZIP CODE: 33016 PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: Fernando Vazquez,PE ACCOUNT REP TELEPHONE NO.: 305-827-2220 11 ACCOUNT REP TOLL FREE NO.: N/A ACCOUNT REP EMAIL: fvazquez@cesconsult.com FEDERAL TAX IDENTIFICATION NO.: 65-0792884 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. CES Consultants•City of Miami Beach RFQ 2018-141-ND I 3 7. == _ 1. Effective January 1, 2018, covered employees must be paid a living wage rate of no less than$11.62 per hour with health care benefits of at least$2.26 per hour,or a living wage rate of no ley,than$13.88 per hour without health care benefits. 2. Effective January 1, 2019, covered employees must be paid a living wage rate of no less than $11.70 per hour with health care benefits of at least$2.74 per hour,or a living wage rate of no loss than$14.41 per hour without hoalth caro benefits. 3. Effective January 1, 2020, covered employees must be paid a living wage rate of no less than$11.78 per hour with health care benefits of at least$3.22 per hour,or a living wage rate of no leaf than$15.00 per hour without health care 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 Proposers'failure to comply with this provision shall be deemed a material breach under this proposal,under which the City may, and fines,as provided in the City's Living Wage Ordinance,as amended. Further information on the Living Wage requirement is 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 X Family Medical Leave X X Bereavement Leave X X 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 http://www.miamibeachfl.00v/city-hall/orocurement/orocurement-related-ordinance-and- procedures/ CES Consultants•City of Miami Beach RFQ 2018-141-ND I 4 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 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-performance b an public 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. 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 htto://www.miamibeachfl.qov/city-hall/orocurement/ CES Consultants•City of Miami Beach RFQ 2018-141-ND I 5 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. Pursuant to Section 2-376 of the City Code,the City shall not enter into any contract resulting from a competitive solicitation, unless the proposer 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 the City Code ("Fair Chance Ordinance"), and which, among other things, (i) prohibits City contractors, as an employer, from inquiring about an applicant's criminal history until the applicant is given a conditional offer of employment; (ii) prohibits advertising of employment positions with a statement that an individual with a criminal record may not apply for the position,and (iii)prohibits placing a statement on an employment application that a person with a criminal record may not apply for the position. SUBMITTAL REQUIREMENT: No additional submittal is required at this time. By virtue of executing this affidavit, Proposer certifies that it has adopted policies,practices and standards consistent with the City's Fair Chance Ordinance. Proposer agrees to provide the City with supporting documentation evidencing its compliance upon request. Proposer further agrees that any breach of the representations made herein shall constitute a material breach of contract, and shall entitle the City to the immediate termination for cause of the agreement,in addition to any damages that may be available at law and in equity. 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 addenda may result in proposal disqualification. Initial to Confirm Initial to Confirm Initial to Confirm Receipt Receipt Receipt RMO Addendum 1 RMO Addendum 6 Addendum 11 RMO Addendum 2 RMO Addendum 7 Addendum 12 RMO _ Addendum 3 Addendum 8 Addendum 13 RMO Addendum 4 Addendum 9 Addendum 14 RMO Addendum 5 Addendum 10 Addendum 15 If additional confirmation of addendum is required,submit under separate cover. CES Consultants•City of Miami Beach RFQ 2018-141-ND I 6 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 deviates 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. CES Consultants•City of Miami Beach RFQ 2018-141-ND I 7 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: Rudy M.Ortiz,PE,CGC CEO Sign re of Proposer's Authoriz epre tative: Date: 05/02/2018 State of FLORIDA ) On this 3 day of May ,202.$,personally appeared before me Rudy M.Ortiz who County of Miami-Dade ) stated that (s)he is the CFO of CES Consultants , 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: 2/19/2022 CES Consultants•City of Miami Beach RFQ 2018-141-ND I 8 ATTACHMENT TO APPENDIX A - PROPOSAL CERTIFICATION, QUESTIONNAIRE & REQUIREMENTS AFFIDAVIT APPENDIX A, ITEM 2 // CONFLICT OF INTEREST No such relationships exist. APPENDIX A, ITEM 3 // REFERENCES AND PAST PERFORMANCE FIRM/MUNICIPALITY NAME CONTACT PERSON DESCRIPTION OF WORK PROVIDED West Broward High School Football Bleacher Shelly N.Meloni,RA,NCARB,LEED West Broward High School//Bleacher seating and Certification 754-321-1515 framing certification for building code permit smeloni@browardschools.com 2012/2015 Biennial School Bleacher Divine Amoah,RA Inspections and 2015 Fire Escape and 754-321-1546 SBBC 2015 Code Inspections//Bleachers Bienni Enhanced Hurricane Protection area divine.amoah@browardschools. al,EHPA,and Fire Escape Inspections for over 60 Inspections corn facilities Albert Perez North District Waste Water Treatment Plant, 135 San Lorenzo Avenue,Suite 630, North District WWTP//Wastewater Pump Brown and Caldwell Coral Gables,FL Station Evaluations,and structural engineering for 954-554-7176 Miami-Dade Water and Sewer Department alperez@brwncald.com Gregory T.Boardman Stranahan High School Pool Deck 754-321-1522 Stranahan High School//Pool renovations and Renovations gregory.boardman drainage system @browardschools.com Martin Gross,PE Slavin Maintenance Building Column Repair// Slavin Maintenance Building Column Repair 954-370-3810 Condition assessment and design of repairs for Broward County Parks Planning and Design the Slavin Maintenance Building where one of the mgross@broward.org columns was significantly damaged. APPENDIX A, ITEM 5 // VENDOR CAMPAIGN CONTRIBUTIONS No campaign contributions have been made for candidates elected to the office of Mayor or City Commissioner for the City of Miami Beach. APPENDIX A, ITEM 6 // CODE OF BUSINESS ETHICS See attached for statement indicating adoption of City of Miami Beach Code of Ethics. CES Consultants •City of Miami Beach RFQ 2018-141-ND I 9 c-es CONSULTANTS May 3,2018 City of Miami Beach Procurement Division 1700 Convention Center Drive Miami Beach, FL 33139 RE:Appendix A, Proposal Certification&Requirements Affidavit,Item No.6:Code of Business Ethics To Whom It May Concern: Prior to the execution of any contract or performance of any work,CES Consultants,Inc.will adopt a Code of Business Ethics and submit that Code to the Procurement Management Department.CES Consultants, Inc.adoption of this Code of Business Ethics will be pursuant to the City's Resolution No.2000-23879 of the City of Miami Beach Code of Ethics. Very Truly Yours, CES Consultants, Inc. udy M.0 tiz,PE,CGC CEO CES Consultants•City of Miami Beach RFQ 2018-141-ND I 10 6.. _— .... A I . • • Pr' e .... „.. .t.... iir.,_,............, ....it.... . , . . 4 •"*.mois . :=711 4.mottimse ZILIM,60 4.4mir_vi IRE -NM :=4 '"""."":"....„........ mm4,11 ...m. .......; .,4,"..4s ''. . 1:,.,....7.7,41 WM!. mftipilift : ji i:11: N ....li I ':::E1= E--, •z.7.., i, 4 1=124.1 "....".".""Z:.', ' me ft• ...1•ft ft•',ft' v TRRPRRftfts‘ NM',•,.7.. = ...,4• : 'MIMI .....ff,ftft•• Ft..;::::: , - . ,nml oftftumwrft•-lt ..111.14P1 vommftft•T•7.....1, ;:::Z::::::: 7,47.4. ftftftoftwft-ftft,i, =41:77: 1,1:i iZ: : 7g... " .-..-Zi.,;,..„ :.:•••14•141 WIR•49•,..... WT..:::ii.: --- — ........--".------' ' • :- . .7,....-.7z-....7,..., .:-...= saumnr........ ..•ri •o • ....• _:=1•.--. -••• . .7..”-.t t!I:.;I: --------- . -,-.^.'" "- -.-,-,- i --`•.........1.4:: .,..,- :MOM ••••.......b., . =1;I.1.siiiti —....-..--....-...........„_ - .-- . .4.,,,,..it, _....,---....„ ,........._____ _ — - - .. ......., a _________.......„ , ,__,,.;...rt, i -M•••••••... -."-"-:-""-" I ....- '-`1• ----'• ••••.1, t. r":.::71 ...-, s a . ..i.. -. -.. . -,.. s '7:7 ,11 ...4' ICI' ', ": - '. - 7.. - 4 „ . A . i- r .. .4. . ' AKA; — ''' NI, +. -,_ - All02111V*11.10-.-* °• -480114i.. _ __- :4 _ - T.AB 2 .._ ,, . ._ __ _ ,. _ ____ ________ _ • .....______ _ ......._ _ .... . . _____ ... .4 ......_ ... _ • .., _ Mini mum Requirements ,,,.. ...,....„.___„........... .,.......... ...„....-,,,..„... ____ --__,-........-...._;.„-;..-:.,...,. _ ....._ .... ,:e MINIMUM REQUIREMENTS As evidenced low,CES is in compliance with all the minimum qualifications requirements established in Appendix C Minimum Requirements and Specifications. State of Florida State of Florida Board'M Professional Engineers Board of Professional Engineers ...P Attests that Attests that CES Consultants,Inc. 4 F BPE Fernando A.Vazquez,P.E. 4F BPF te atnhodaed ander the provisions of Semon 471,421.Pladde stances,to otter engineering.mlees to the public through a Professional Hngtoeer,duly ttces.ed aodafChaptet 471,Florida Statutes. Is licensed as a Professional Engineer under Chapter 471,Florida Statutes Expiration: 2/28/2019 CA Le.No: Expiration:2128/2019 P.H.Lie.No: Audit No: 22,201903966 R 4911 Audit No: 228201924599 R 60517 1 State of Florida State of Florida Board of Professional Engineers Board of Professional Engineers Attests that Attests that Nestor Antonio Cueto,P.E. Rudy Manuel Ortiz,P.E. , `-2* it i ii'l Is licensed as a Professional Engineer under Chapter 471,Florida Statutes Is licensed as a Professional Engineer under Chapter 471,Florida Statutes Expiration:21.'.8.'8:2: P.H.Lk.N« Expiredon:2/28/2019 P.E.La.No: Audit No: 2292019L1s2 71988 Audit No: 22823192163 R 52515 State of Florida State of Florida Board of Professional Engineers Board of Professional Engineers Attests that - Attests that Ranthus B.Fouch III,P.E. kt yt Jafet Torres,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,z/28 2019 P.E.Lk.Not Expiration:2/28/2019 P.H.Lie.No: Aadh No: 228201526373 1 73422 Audit No: 228201905952 N State of Florida State of Florida Board of Professional Engineers Board of Professional Engineers Attests that Attests that David Arthur Hoot,P.E. Simon R.Sainsbury,P.E. Is licensed as a Professional Engineer under Chapter 471,Florida Statutes Is licensed as a Professional Engineer under Chapter 471,Florida Statutes Expieotioo:2/28/2019 P.E.Lie.No: Expiration:1/29/2910 P.E.Lc.No: Audit No: 228201904639 n 35970 Audit No: 22:201:2268o 9 41185 State of Florida State of Florida Board of Professional Engineers Board of Professional Engineers Attests that Attests that Luis A.Cruz-Miranda,P.E. i Jose A.Caraballo,P.E. ,i Is licensed as a Professional Engineer under Chapter 471,Florida Statutes Is licensed as a Professional Engineer under Chapter 471,Florida Statutes P.H.Lie.Na Expiration:2/28/2819 P.E.Lk.No: Expiration:2/n/2019 Audit No: 228201910101 9 69995 Audit No: ,201926324 R 7330606 4 22 CES Consultants•City of Miami Beach RFQ 2018-141-ND I 11 Client#: 1053638 CESCON ACORD,. CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD1YYYY)12/0e/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:H the certificate holder is an ADDITIONAL INSURED,the policy(les)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 any rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: USI Insurance Services,LLC PHONE 813321-7500 -FAX 1715 N.Westshore Blvd.Suite 700 E-MAIL' ) (AJC,No): ADDRESS: Tampa,FL 33607 INSURER(S)AFFORDING COVERAGE MAIC• 813 321-7500 INSURER A:Travelers elndemniyOCT Company 25682 INSURED INSURER B:TQM Indemnity Company 25658 CES Consultants,Inc. INSURER C:Admiral entrance Comwry 24856 880 Southwest 145th Avenue,Suite 106 INSURER D:ChMwFlm.Imerrmcelanu,ry 25615 Pembroke Pines,FL 33027 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. POUCY EXP LTR TYPE OF INSURANCE IDDRL Sy yEp POLICY NUMBER WD NYTY) Y) UNITS A X COMMERcIALGENERAL LIABILITY X X 6609D349718 12/06/2017 12/06/2018 EACH OCCURRENCE $1,000,000 CLAIMS-MADE X OCCUR EAMRECpocrene) 81,000,000 MED EXP(Any on.person) $10,000 PERSONAL a ADV INJURY $1,000,000 GEN'L AGGREGATE UNIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY X ESC LOC PRODUCTS-COMP/OPAGG $2,000,000 OTHER $ D AUTOMOBILE LuuNUTY X X BA7480X896 05/15/2017 05/15/2018 E°aBILNE0ADt'INGLE LIMIT 31,000,000 X ANY AUTO BODILY INJURY(Per person) $ OWNED ^SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE X AUTOS ONLY X AUTOS ONLY (Per acddent) B X UMBRELLA LIAR X OCCUR X X CUP4K364717 12/06/2017 12/06/201EACH OCCURRENCE $5,000,000 EXCESS UAB CLAIMS-MADE I AGGREGATE $5,000,000 DED X RETENTION$10,000 A WORIOERS COMPENSATOR X UB3756T448 07/08/2017 07/08/2018 X sPrflimrrE OTH- ER AND EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y I/N E.L.EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? ] N/A (Mandatory In NH) I E.L DISEASE-EA EMPLOYEE$1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 C Professional E000004118701 12/06/2017 12/06/20181 $5,000,000 per claim Liability $5,000,000 annl aggr. DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached if more space Is required) Professional Liability coverage is written on a claims-made basis. CERTIFICATE HOLDER CANCELLATION For Pro osal Pur OSeS SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE P p THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ©1988-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016/03) 1 of 1 The ACORD name and logo are registered marks of ACORD #522038942/M22038912 MRLEW CES Consultants• City of Miami Beach RFQ 2018-141-ND I 12 111111,11111 I ,', f 47 • F 115'm ' \_ ti ?r -. mq 3) 11 S _++.r-��..-- w...• -+rim- _R1� '!'�. rw-ra. -Jr I. ---.:-..,:m.....- 1 • t' ! 'I^. J �...'c„ "°:.2*, - - a tt:• , .a • ^.. , .. ' y-1_-, c ,--s-s,.•-• ... T+. - __.2;41.. � -- .:, -, -7: 4,7.--_;‘,,,,.',7-....,:5,,,,,,,,, _ _......______. TAB 3 .,, , . , . ..., _...„..„ .,_ ; . --_ _ Experience Qualifications ,,..- .M;= of the Firm kJ'� •� - • ,.,....„. ..........„.. . , „ •. _ •., A' .._,..,-:_, •„4„; •t, ,.... . T....., ,, `sr ,., .. ..•. . • „ ...... ... . . .. . < , ..„, ., + .y. EXPERIENCE & QUALIFICATIONS QUALIFICATIONS OF THE FIRM OAKRIDGE ELEMENTARY SCHOOL LOGGIA REPAIR system that will support the new air conditioning units,and School Board of Broward County provide recommendations for repair. CES Consultants(CES), under our Structural Engineering Pasadena Lakes Building No.1 is a single-story building with Services contract with the School Board of Broward County an area of 48,000 sf. It is utilized as the main school building (SBBC), provided structural engineering services for interim housing classrooms,cafeteria, kitchen,and an administration repairs to a wood frame loggia for one of the school buildings, area.The exterior walls of the building are concrete masonry These services included site inspection of the failing structural units(CMU), meanwhile, interior space divisions are comprised elements of the loggia, preparation of a Basis of Design Report, of gypsum wall board. For the structural roof system,Building development of drawings for a construction contractor,and No.1 has a metal deck slab comprised of a 6-inch reinforced permitting through the SBBC Building Department. concrete slab supported by steel joists that transfer loads to beams and columns.The RTUs are located at various locations The existing loggia is a wood frame canopy that was failing due on the roof,and were observed to be in poor condition to rotten wood joist framing and plywood facing,and posed a most likely due to the water sprinkler systems installed as a hazard to students and pedestrians.Temporary column supports temporary cooling system. for the canopy were installed by the school.The corrective design provided new structural wood joists and perimeter wood The SBBC replaced RTU Nos.1 through 5 at Building 1, Pasadena beam connection to existing concrete beams and steel columns. Lakes Elementary School.CES conducted an initial non-intrusive Following completion of the design,CES obtained construction visual inspection and prepared a report including a description permits from the SBBC Building Department. of the existing site conditions, review of existing design/as- built documents,and calculations developed for roof structural Dates: 2016 capacity evaluation and roof safety for the roof areas adjacent Fees:$8,957.55 to the RTUs.CES also conducted site visits during installation of Client Contact: Divine Amoah,754-321-1546,divine.amoah@ the new RTUs to observe the existing condition of the exposed browardschools.com structural elements,and provide on-site recommendations for repairs. STRUCTURAL EVALUATION FOR REPLACEMENT 2016 Fees: Dates:OF ROOF TOP UNITS AT PASADENA LAKES DatDat169.24 ELEMENTARY SCHOOL Client Contact: Divine Amoah,754-321-1546,divine.amoah@ School Board of Broward County browardschools.com The Pasadena Lakes Elementary School, located in Pembroke Pines, Florida replaced roof top air conditioner units(RTU)and STRANAHAN HIGH POOL DECK conducted associated roof structure improvements due to the poor condition of the existing air conditioner units and observed School Board of Broward County corroded steel roof joists below the existing air conditioners. CES was retained by the SBBC to provide engineering services CES was retained to assess the condition of the existing roof concerning demolition and replacement of the existing 14,500 square foot pool deck,consistent with the Building Code, 4 d" *,. SBBC requirements,and regulatory permitting,a built-in pool _ deck bench approximately 75 linear feet, replacement of pool filtration piping,and new stormwater disposal drain system for ` '" the deck. E '" ` �--► "" The original project scope of work included demolition and M `�,. replacement of the existing pool deck, built-in pool deck F —°— bench,control and expansion joints,and sleeves and inserts for pool-related mounted equipment.Subsequent to submittal of the project design documents,and review by SBBC staff, further improvements were requested by the SBBC that required CES Consultants•City of Miami Beach RFQ 2018-141-ND I 13 additional civil,structural,and aquatic j. " '' ' engineering specialist services.The additional project work included: • Replacement of pool deck drain piping,drains inlets and covers,and " - cleanoutsv.- • New drainage system for the pool ' . ,• deck stormwater management ; '` » Replacement of pool drain covers .j `: 0.•,_ -- with VGBA compliant covers -- » Removal of existing underwater w `r.. . lights and cans,and closure of • x --v ; openings , • Replacement of pool suction/ fi,4° , '- 'r return piping to connection points :' -;. . for mechanical systems wY. r - " ' T'3 ter. { K...•: » Site survey and conducting soil percolations tests Consultants provided structural engineering for preparation » Summary of Project Scope and Construction Delivery of Basis of Design Reports, Design,and Construction Services Method for various NDWWTP facility improvements,the following are several of the projects undertaken. CES is providing design services,and limited services Grit Removal -This facility were taken out of service several during construction.The SBBC will engage and administer a years ago due to poor performance.The WWTP continues to construction contractor for the project. operate without a discrete grit removal process,and presently removes grit in the primary clarifiers with the primary sludge. Dates:2016-Ongoing Improvements include rehabilitation of the roof,stairs,doors, Fees:$50,692.79 and ventilation system,and replacement of equipment. Client Contact: Gregory T. Boardman,754-321-1522,gregory. boardman@browardschools.com Primary Clarifiers-The mechanical equipment for the six(6) has reached its service life requiring operational modifications and replacement. Due to the corrosive environment within the %z dome enclosure, replacement of the dome with a flat roof is i _ _ _ planned, reducing the volume of the enclosure and improving safety for operators. ■ )'�c ' "'--` Secondary Clarifiers-Similar to the Primary Clarifiers,the �+ . _ • -- °•-• - mechanical equipment for the twelve(12) has reached its . <. - • --:- service life requiring operational modifications and replacement. '* ,,- ,- Due to the corrosive environment within the dome enclosure, "7- - _ "- ' '" x,. rehabilitation of the dome and recoating of corroded concrete - " '' +, .� ..,:-.t. • , , ° ,; surfaces is required. . 4 404i w ' *' , '; $y"f 4 4 _1 Deep Injection Wells- For compliance with the Ocean Outfall ,21e',..'4, O ,„?. Legislation,an increase of the injection capacity of the ”; - ,<'1. """m"'" existing deep injection used for effluent disposal is required. Modification and expansion of the existing pump station NORTH DISTRICT WWTP RENEWAL a achieves the required goal. REPLACEMENT Dates:2008-Ongoing Miami-Dade Water and Sewer Department Total fees paid on continuing contract:$784,350 A number of the key operational components of the WWTP Individual Projects range from$19,750-$126,00 were identified for major rehabilitation or replacement to bring Client Contact:Albert Perez,305-418-4090,alprerez@brwncald. the facility up to current regulatory and safety standards.CES corn CES Consultants•City of Miami Beach RFQ 2018-141-ND I 14 2015 SBBC INSPECTIONS School Board of Broward County1r / IP 19, In 2002, CES participated in the first phase of a multi-year E I j " nanofiltration study for CES was retained by the SBBC, in 2012 1141' 11 gi # 11 �"and 2015 to conduct biennial ins ections of bleachers at over ``, . IIiiit".iuu; ;rr - sixty(60) Broward County Elementary, Middle and High Schools ""' ,, in accordance with the State Requirements for Educational ' Facilities(SREF). The purpose of the biennial bleacher inspection is to inspect 11104.— and certify by a Florida registered professional structural engineer, in accordance with the SREF,that the bleachers are free from hazards.The inspection criteria is for hazards such as cracked welds; rusting, loose fastenings; missing parts; missing The fire escape inspections were conducted in accordance or damaged wheels; row locks;concrete spalling;exposed reinforcing steel;wood rot;chipped or splintered wood;or with NFPA 1,Articles 10.4.4 and 10.4.5.Under NFPA 1,Article evidence of wood-destroying insects that would deem the 10.4.4,any device,equipment,system,condition,arrangement, structure unsafe,and that the existing bleachers are structurally level of protection,fire resistive construction,or any other sound for their intended use. feature requiring periodic testing inspection,or operation to ensure maintenance must be tested, inspected,or operated CES was also retained in 2015 by the SBBC for 5-year renewal as required by applicable NFPA standards,or as directed by inspection and recertification of the Enhanced Hurricane AHJ [101:4.6.12.4]. Under NFPA 1,Article 10.4.5, maintenance, Protection Areas(EHPA)and Fire Escapes at several Broward inspection,and testing must be performed under the County schools.These inspections were conducted by a Florida supervision of a responsible person to ensure that testing, registered professional engineer as required by the Florida inspection,and maintenance are conducted at specified intervals Building Code.The inspection and report effort included review in accordance with applicable NFPA standards or as directed by of the existing condition of the structural components of the AHJ [101:4.6.12.5] EHPA building, rated capacity of the element as indicated in the label, Florida Approval Number Notice of Acceptance The inspections were conducted by visual observations to (NOA),and as-built drawings.The facilities equipment data was evaluate the operational condition of the structural members of compared to the existing condition of the facility equipment, the fire escapes.Typical observations and comments developed and prevailing requirements set forth in the School Board of for each of the facility fire escapes include: Broward County structural design Criteria (SBBC)and Florida » Northwest and southeast fire escapes are composed of Building Code for each item. steel stairs with concrete stairs treads with closed risers Dates:2012-2015 » All metal components are in good condition,steel is Fees:$119,823.71 painted with no sign of corrosion observed Client Contact: Divine Amoah,754-321-1546,divine.amoah@ browardschools.com » Guard openings exceed 4-inches limit between pickets in both stairs, in violation of the Florida Building Code 2015 FIRE ESCAPE AND ENHANCED HURRICANE 2014 Section 1013.4 PROTECTION AREA INSPECTION » Southeast handrail does not meet the minimum 34-inch School Board of Broward County height specified in Section 1012.2 of Florida Building code CES Consultants(CES)was retained by the SBBC to conduct on- 2014 site visual inspections,and provide certification of fire escapes located at Broward County Parking Garage Buildings.These » Fire escape is a steel staircase with handrails that facilities include: extends from the School second floor roof to the clock tower on the fourth floor,according to the Head » Public School Parking Garage,600 SE 3rd Avenue, Ft. Custodian, the fire escape is condemned and not in use Lauderdale » All stair treads and landings are completely corroded, » South Broward High School,1901 North Federal steps and landings are made of corrugated metal steel Highway,Hollywood Dates:2015-2016 • Broward County Parking Garage,3801 NW 10th Avenue, Fees:Fire Escape:$4,295 Hurricane:$52765 Oakland Park Client Contact: Divine Amoah,754-321-1546,divine.amoah@ browardschools.com CES Consultants•City of Miami Beach RFQ 2018-141-ND I 15 TSSC ANNEX curtain walls and concrete masonry units(CMU), meanwhile, interior space divisions are comprised of gypsum wall board. School Board of Broward County For the structural roof system,the TSSC Annex has a deck slab The TSSC Annex, located along Oakland Park Boulevard comprised of reinforced concrete supported by steel joists that in Sunrise, Florida, required the replacement of a roof top transfer loads to beams and columns.The RTU located on the air conditioner unit(RTU)and associated roof structure roof,serves the building. improvements due to the poor condition of the existing air conditioner unit,observed roof structure corrosion,and CES conducted an initial non-intrusive visual inspection, installation of a heavier air conditioner unit.CES was retained to reviewed existing design/as-built documents,and developed assess the condition of the existing roof system that will support calculations for roof structural capacity evaluation and roof the new air conditioning unit,and provide recommendations for safety for the roof area adjacent to the RTU. structural improvements and repair. Dates:2016 The TSSC Annex is a multi-unit building utilized as supplemental Fees:$5,295 office space for the School Board staff and facilities.The Client Contact: Divine Amoah,754-321-1546,divine.amoah@ building houses meeting rooms,offices,and administration browardschools.com area.The exterior walls of the building are a mixture of glass ,a : Y4✓s ,r WY � Y�\• ��g J.t rid.. .: • • r,. "'. r C. Lif 0yyiAi, ,ems r *� VII. -'�� i ` •�' 17")t.,1 I v ..: 1=14 ri it CES Consultants•City of Miami Beach RFQ 2018-141-ND I 16 . . . * * ,*1411.1*°' •- i ki'',.. i . , Ilktrc' 411144 - r a' —- ----.-a-‘ i , pr CI '' ..-..- . '.. - 4 NA , *s,isiNel : v .*P•-"nroNA.,, := --.......z.,.....„..0 ,offon. 9.4 .4.91MIM _ .......... , PH$41114 ...........ov !I ;a .,*7. niEj ' ;' LOOM ......"...... . ''.".""r.` ',•••• 1'.:0-:'•:^ MINIM ........-.•40 n: Zit 'pup. prionenr,..44, .1: 7.4.111110111 11114144....._ tr. 4141 "IMMO 1M1141-4..•:2 I." irviiiil ---7 1143'4 . 7_7-----"" '".'" i i••-r•.:,./ ,.' ., " ... .v.'''. •, ,-.... . . _ man 4 %' .-•,• ' : "`• ..''''-1 , ' • ' '`'' I•• - •."4 1:'• •••. ••••;,m .. --1 . 'Y - 1 °*"-X.•""1- ' --. 4". —11.--- ,.— _m_. ... -- _ — — " ,_ .4.** -, - ...,—...---- - ' -- „- i''‘.4.."*-. •..,' _.* -7"s.-:*.-*.*.."iS' 11.....,..-4...,,,,,t,„---_ is... 'I ...” . --..-........ .:4,...;Tii."4,"f -t... 'L'-'''''.*CLZ:'.*..•.44:1 ' ^z_7„,,..14. -_-"'"-...e,....„...„,_,............ ` garti\ , .. Experience Qualifications of the Team ,.. ' ..., 1....., 1,1 •-ird 4." EXPERIENCE & QUALIFICATIONS QUALIFICATIONS OF THE TEAM CES has assembled an experienced team of qualified staff,assigned for project management and QA/QC,and for professionals,a team strong in talent and technical expertise direction of technical design, permitting,condition assessments, specifically focused for the structural engineering requirements and construction.Each of our key personnel professionals are for the various renewal and rehabilitation projects anticipated assigned to key functional areas based on their expertise,and in under this contract.This is a collaborative team approach,a anticipation of probable projects. tried and proven methodology that CES brings to the City,and a team that has a "deep bench"of professionals with the right CES also considered the need for multiple professional experience,effectively eliminating the"learning curve".The individuals for each of the technical disciplines, in order to Table of Organization, included in this section, provides the assure the City of the availability of design staff and ability for organizational layout of the CES Team's design professionals, prompt response to requested services. The resumes provide a the functional areas of engineering,and the specific CES Team clear synopsis of relevant professional experience and capability. staff assigned within their area of expertise. The CES Team,as you will see throughout our Statement of CES has the in-house capability, and professional staff,to Qualifications,offers qualified professional CES personnel provide the requested primary services in the comprehensive locally located.This is a comprehensive team that, has planned, area of structural engineering for the City. designed, permitted,and monitored construction for municipal facilities throughout south Florida.With this experience,our CES PROJECT MANAGEMENT TEAM Team well understands the tasks for the probable City projects, The experience and depth of the professionals of the CES the necessary multiple discipline coordination,the specific Project Management Team is represented by the Florida requirements of the City and Building permitting,and in many licensed professional engineers,and supporting technical cases,the urgency of a project's completion. wi ._,. ......._ _____ I ,g,l` ',...001M \ , 1,0000000004010 1)-1 CES Consultants•City of Miami Beach RFQ 2018-141-ND I 17 ORGANIZATIONAL CHART CITY OF MIAMI BEACH QA/QC Rudy M. Ortiz, PE, CGC 0 PRINCIPAL IN CHARGE Fernando Vazquez, PE PROJECT MANAGER 0 Nestor Cueto, PE BUILDING CODE COMPLIANCE STRUCTURAL DESIGN STRUCTURAL INSPECTIONS& &PLAN REVIEW Nestor Cueto,PE CONDITION ASSESSMENT David Hoot,PE Ashraf lqbal,El Nestor Cueto,PE Jafet Torres,PE Erik Alcantara El Luis Miranda,PE Ashraf lqbal,El ELECTRICAL DESIGN Erik Alcantara El Simon Sainsbury,PE CONSTRUCTION MANAGEMENT & INSPECTION COST ESTIMATING CAD Jose Caraballo,PE Jose Caraballo,PE Gustavo Silva,EI Ranthus B.Fouch,PE Mireya Rey Ashraf Iqbal El Nada Reinbold CES Consultants.City of Miami Beach RFQ 2018-141-ND I 18 NESTOR CUETO, PE Project Manager Mr. Cueto is a licensed Professional Engineer in the State of Florida with progressive responsible engineering experience in residential, commercial, municipal, and industrial projects. His experience and expertise includes structural engineering design and analysis, drafting and modeling, construction inspections, forensic investigations, code compliance evaluations, project coordination, and peer reviews. In addition, Mr. Cueto is available to provide Independent and impartial expert testimony by virtue of education, training, skill, and experience relating to engineering practice. As principal of Cueto Engineering, Mr. Cueto is dedicated to providing quality professional engineering services that incorporate an equitable balance of scope, budget, and schedule. RELEVANT PROJECTS EDUCATION JMH 40-yr Recertification PH I\ Jackson Memorial Hospital is an existing medical facility located B.S.C.E.Civil Engineering which have been in existence for forty(40)years or longer and is required under Section 8-11(f) of Florida State University the Miami-Dade County Code to be inspected for the purpose of evaluating the general structural Tallahassee, FL and electrical condition to determine if the buildings are safe for continued use under the present occupancy.Services for this project include performing visual, non-destructive inspections of all accessible areas of the buildings for the purpose of determining the general structural and REGISTRATIONS electrical condition.2018. Reference:Miami Dade County ISD/Jackson Health Systems, Mr. Richard Professional Engineer, Florida Gamble,410-858-3466, Richard.Gamble-con@jhsmiami.org Ryder Systems,Inc.—Wash Bay\The roof structure of the existing commercial building was damaged by corrosion and is in need of structural repairs including removal and replacement of the bar joists,corrugated decking,and roofing systems.Services for this project include determining loading conditions, performing structural analysis calculations, preparing construction documents for submittal to the local authorities having jurisdiction,and construction administration.2017- 2018.Reference: Ryder System, Inc., Mr.Andres A. Carvallo,305-500-5645,andres_a_caravallo@ ryder.com Crandon Park Restroom Facility No.3\ A new restroom facility located at Crandon Park in Key Biscayne,FL is to be constructed as directed by Miami-Dade Parks, Recreation,&Open Spaces (PROS).Services for this project include determining loading conditions, performing structural analysis calculations,preparing construction documents for submittal to the local authorities having jurisdiction,and construction administration.2015-2018. Reference: Miami-Dade County ISD /Arlotta Bazzo&Associates, Inc., Ms.Arlotta Bazzo, (305) 512-4042,arlottadesign@aol.com Turkey Point Nuclear Power Plant,Homestead,FL Senior Engineer I/Resident Engineering Group Supervisor-Plant Design » Manage daily personnel activities and provide technical direction to engineers and designers in order to efficiently complete work with changing priorities. » Delegate responsibilities to members of the team based on abilities and experience. » Communicate project expectations with the Plant Design team to ensure consistent designs are produced in order to maintain dedication to our quality and safety values. » Actively interface with construction,other engineering disciplines and the client in order to produce expected deliverables. » Devise on-the-spot solutions for construction related problems in order to keep the project off critical path schedule. CES Consultants•City of Miami Beach RFQ 2018-141-ND I 19 » Review construction work packages to ensure engineering design intent is well sequenced and fully incorporated. » Originated and reviewed calculations and drawings using vendor information,client procedures,specs,and processes for various structures,systems and components. » Developed Engineering Change packages while facilitating clear communication between disciplines regarding client expectations and project scope. » Created demolition and installation drawings for construction and engineering documents by utilizing AutoCAD. » Participated in field inspections to ensure conformance with design documents. » Defined design error precursors,anticipated construction issues,and incorporated Operational Experience(OE) into the design of a new plant system. » Designed a pipe shield to protect surrounding sensitive equipment for a postulated pipe rupture.This involved creating a finite element model with temperature and pressure effects using GTStrudl and SAP2000. » Formulated wind load analyses for various structures. Waste Treatment Plant,Oakland,CA C/S/A Structural Engineer II/Quality Engineer » Analyzed and designed concrete structures in a high-level waste nuclear facility to include the effects of revised ground motion spectra using SAP 2000 and MS Excel Visual Basic macros. » Originated and reviewed calculations and drawings for steel and concrete structures including for seismic analysis. » Organized group presentations relating to safety and quality performance values. » Designed several temporary work platforms for use in construction activities while utilizing available materials. » Formulated calculations for the design of embedment plates using ME035 software and MS Excel w/VBA macros. » Participated in a structural project review for the Los Alamos Nat'l. Lab(LANL)and presented findings to the National Nuclear Securities Administration(NNSA). » Designed CMU walls and foundations or the Pueblo Chemical Agent Processing Plant (PCAPP) DOD project. CES Consultants•City of Miami Beach RFQ 2018-141-ND I 20 RUDY M. ORTIZ, PE, CGC QA/QC Mr. Ortiz has over 30 years of design and management experience in a variety of civil engineering areas, specializing in the design and construction management of neighborhood improvement projects and water/wastewater facilities. Mr. Ortiz's experience also includes Program Management of fast-track and complex water and wastewater projects, including Consent Decree programs for Miami- Dade County and Puerto Rico. RELEVANT PROJECTS EDUCATION NW 12th Avenue Force Main Replacement,City of North Miami,FL \ Principal for design, B.S.,Civil Engineering,City permitting,and construction of 10,500 feet of 12/10-inch replacement force main in NW 12th College of New York 1983 Avenue extending from NW 95th Street to NW 125th Street.The project, located in Miami-Dade County and within the City, replaces aging asbestos-cement and cast iron force mains with REGISTRATIONS corrosion resistant PVC pipe.This project also included a number of private force main connections Professional Engineer, Florida, required relocation and re-connection to the new force main as well as planning for uninterrupted New York service during construction.2013-2015. Reference: North Miami,Wisler Pierre-Louis,305-895- Certified General Contractor, 9830, pwisler@northmiamifl.gov CGC Pump Station Improvement Program,Miami-Dade County WASD,FL \Program Manager for the planning,designing,and engineering group of Miami-Dade County's$250 million Pump Station Improvement Program as part of the County's$1 billion Program Management Team,and was responsible for directing the activities of project managers and senior&junior engineers in the planning, designing,and permitting for more than 200 pump stations and force mains. He performed design reviews,prepared construction bid documents,and coordinated with private developers as well as city,county,and state agencies. Ongoing Reference:MDWASD Pump Station .Improvement Program, Kevin Keane, PE, kkeane@miamidade-psip.com,786-236-3503. Peak Flow Study Program,Miami-Dade County WASD,FL ,.Mr. Ortiz worked on the miscellaneous project management,contract administration,and construction engineering and inspection services for a Miami-Dade County Public Works Department project under a$4 million master consulting contract. Under this master service agreement,CES staff performed a wide range of construction management and inspection services.2009.Reference:WASD,Jayson Page, 954-734-0875,jpage@hazenandsawyer.com Doral 48-inch Force Main Improvements Miami-Dade County WASD,FL ..Principal for the design of 48-inch diameter DIP pipeline improvements to increase wastewater transmission capacity within the Doral basin of the County's wastewater collection and transmission system.The project, located in NW 54th Street, includes approximately 4,200 feet of pipe,a micro-tunneling segment under a major highway, is located within a high-density traffic roadway,and intersects numerous utilities. WTP and NW Wellfields,Miami-Dade County WASD,FL \ Principal for design over 4 miles of large piping, including 2,900 LF of 96-inch steel raw water main.This design was part of preparation of a conceptual and preliminary design identifying the scope and extent of the improvements necessary to fully segregate the NWWF flows from flows of the other WASD source waters that are conveyed to the existing Hialeah and Preston Water Treatment Plants. 72-Inch Raw Water Main Basis of Design Report(BODR),Miami-Dade County WASD,FL Principal for the development of a BODR for 8,800 LF of 72-inch steel raw water main.This project was 1 of 3 segments that WASD was developing to convey raw water from the Northwest Wellfield to Hialeah-Preston Water Treatment Plants. CES Consultants•City of Miami Beach RFQ 2018-141-ND I 21 Jacksonville Energy Authority NW Regional Water Treatment Plant,Jacksonville,FL Principal for the design of approximately 2,200 LF of 24-inch and 36-inch Ductile Iron water main for the site design of the WTP.The water main design included a large portion of off-site pipeline to connect the new plant to the existing water distribution system. CDWWTP Water Reclamation Facility,Miami-Dade County WASD,FL \Principal for the development of the drainage,yard piping,and utility relocation for a new water reclamation facility. Key elements for this project were the updating the inadequate drainage system and yard piping for over 3,500 LF of 12-inch DI and PVC reclaimed water main.Additionally,this project had a large amount of utility relocation to accommodate the new piping. JEA West Nassau Regional Water Treatment Plant,Nassau County,FL \Principal for the design of approximately 2,600 LF of 16-inch PVC water main for the site design of the WTP.The water main design included 300 LF of 20-inch DI raw water. East Miramar Redevelopment Transmission&Distribution Water Main Improvements, Phase 3,City of Miramar,FL \Principal for the design of this very important neighborhood improvement project,where he provided technical advice for services performed for the upgrade of approximately 72,000 L.F.of water main.The project consisted of upgrading existing 2-inch and 4-inch residential water main to a 6,8,and 12-inch water main.This effort dramatically improved pressure and provided much-needed fire protection within the area.Towards the middle of the design,the City requested to reevaluate the design to create 3 to 4 smaller packages for bidding. CES staff worked closely with City staff to redesign the project and created 3 smaller bid packages that could be independently functional from the other bid packages. Bid package 2 had a total of 25,090 L.F.,including a directionally drilled 8-inch Ductile Iron Pipe section of 120 L.F. main.The team creation of smaller bid packages provided the client with a phasing that fulfilled their needs while reducing the initial capital cost required by the entire 72,000 LF project. Infiltration/Ex-filtration/Inflow Program,Miami-Dade County WASD,FL \ Program Manager responsible for leading a staff of engineers,construction managers, inspectors,consultants, and other professionals in meeting Miami-Dade Water and Sewer Department's Consent Decree Settlement Agreement requirements on the Infiltration/Ex-filtration/Inflow(IEI) program. One of the largest IEI programs in the United States, it utilized conventional and cutting-edge trenchless technologies to remove over 85 MGD of wastewater flow from the system. Mr. Ortiz's duties also included coordinating all activities for the acquisition of a National Sanitary Sewer Overflow grant to perform demonstration pilot studies,and sharing the Department's experience on the IEI Program with other municipalities across the country. Pumping Station Design and Hardening,South Florida Water Management District,West Palm Beach,FL .. Mr. Ortiz was responsible for the design of a 110 CFS pump station for Cl Canal as part of Section 24 of an Everglades reconstruction project.Services provided included preparation of basis of design reports and 30%, 60%,&100%design drawings. Mr.Ortiz also reviewed structural calculations and the mechanical and electrical design performed by others as part of the overall design. CES Consultants•City of Miami Beach RFQ 2018-141-ND I 22 FERNANDO VAZQUEZ, PE Principal in Charge Mr. Vazquez has 30 years of experience leading the planning, design, construction of water resources solutions for urbanized and populated coastal agencies including small and large diameter water and sewer transmission and distribution systems. 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 public infrastructure solutions with regional and local stakeholders. EDUCATION RELEVANT PROJECTS BS Ocean Engineering,Water Brickell Sewer Interceptors for Master Pump Station No.3.Design-Build • Miami-Dade Water Resources and Sewer Department,FL\Project Manager for fast-track Design Built Project to increase sewer capacity in highly congested downtown Miami. Managed the successful design of approximately REGISTRATIONS 5,000 ft of 48"gravity sewer constructed by micro tunneling (MTBM) methods. Design of secant Professional Engineer, Florida pile shaft 33 feet deep,and four CMP(corrugated metal pipe)shafts ranging from 21 to 34-ft in depth. Project also included the design and construction of two large sewer diversion structures and connection to future Pump Station No.3. FDOT for scheduled milling and resurfacing work. Driveway harmonization to improve positive drainage along adjacent properties. 2014-2015. Reference: Miami Dade Water&Sewer, Eduardo Vega Director of Engineering, 786-256-2629, vegae@miamidade.gov. City of Miami Beach Stormwater Master Plan ..Comprehensive Citywide Stormwater Master plan considering Sea Level Rise.2010-2013. Reference:City of Miami Beach, Mike Alvarez, Director of Utilities Operations, (786)367-6109,Alvarez-mike3151@live.com. West Ave Neighborhood Improvements Project. Design and reconstruction of West Avenue north and south. 2017-Ongoing.Reference:City of Miami Beach, David Martinez, Director of Capital Improvements,786-295-8050,davidmartinez@miamibeachfl.gov. Citywide Sanitary Sewer System Improvement Projects City of Miami Beach,FL.As a follow up to the original Consent Decree Order for the City of Miami Beach,and in order to meet on-going regulatory compliance efforts,the City of Miami beach engaged in a Comprehensive Citywide Sanitary Sewer System Improvement Project,which included a comprehensive Sanitary Sewer Evaluation Survey(SSES) Phase II Monitoring and a Post Rehabilitation Report. Following the completion of the SSES Phase II report in July,2007,the City entered into a Consent Agreement with Miami Dade DERM (RER)to incorporate the warranted improvements.As City Engineer, Mr. Vazquez was responsible for the Program Management and implementation of the program,which new sewer collection system rehabilitation and reconstruction,construction management services, post rehabilitation flow monitoring and updating of SSES III Rehabilitation Report.As part of the SSES Phase III Report,the City was also required to complete Peak Flow Management Studies in accordance with Miami Dade County Section 24-42-2(1)(c)which included dynamic hydrologic and hydraulic modeling of the City's 23 Sanitary Sewer Basins and as such evaluate the sewer systems performance under peak weather flow conditions. Metro West Water Supply Tunnel-Massachusetts Water Resources Authority(MWRA) Project Manager responsible for coordination with all disciplines(Tunneling,Structural, Mechanical and Electrical,and Environmental). Project Manager responsible for the multidiscipline coordination(Tunneling,Civil,Structural Mechanical, Operations,Environmental,etc.)of the design of the Metrowest Water Supply Tunnel (MWWST) Project,a 14 ft.diameter tunnel aqueduct extending for about 17.6 miles at approximately 200 to 500 ft. below the communities of Southborough, Marlborough,Framingham,Wayland and Weston,conveying approximately 500 MGD. MWWST was designed to improve water transmission reliability and redundancy to Metropolitan Boston. In addition to meeting the fundamental hydraulic requirements of CES Consultants•City of Miami Beach RFQ 2018-141-ND I23 operation,such as flow capacities and operating hydraulic characteristics,additional important 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. Design included also 120 inch welded steel pipes connecting from two(2)300 foot vertical shaft to valve chambers connecting to the main Weston aqueducts which were approximately 100 years old. 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. City of Fort Lauderdale,RDII Implementation Program,Fort Lauderdale,FL \Engineering Design Manager for the implementation of the citywide wastewater conveyance system long- term remediation program to address peak wet weather hydraulic loads at George Lohemeyer Wastewater Treatment Facility.Once finalized,the implementation of this program will have reduced Induced Infiltration and Inflow in identified problem areas throughout the City.The goals of the program are to 1) Implement non-structural lining solutions in identified areas with the largest amount of RDII,2) Quantify inflow and infiltration(I/I)following lining and compare results with original flow monitoring results.3) Identify existing capacities along main lines following repair and provide infrastructure solutions if needed. Wampanoag Transmission Main,East Providence,RI Senior Project Manager for the design of 10,000 LF of 16"ductile iron domestic water main pipe for the City of East Providence, RI. Design included hydraulic modeling, layout and bedding design taking into account present contaminated soils and groundwater from adjacent decommissioned Mobil Plant. Prepared plans and specifications,and headed construction administration process. Sewer Rehabilitation Project,Barcelona,Venezuela\Project Manager for the design, rehabilitation and procurement for water and sewerage systems in Barcelona,Venezuela. Development of Master Plan for Sewerage and Water. Intake design repairs for Reservoirs,water treatment retrofit works including upgrades in primary treatment facilities(settlement and flocculation) large raw water main repairs. Development of regional water supply master plan, installation of sewer collection systems and sewer treatment works for communities under septic conditions. Project Management responsibilities included supervision of entire master plan, local design operation costs,oversight of technical staff,subcontracting services, maintenance and operations,and client relationships. Emergency installation of 60"Pre-Stressed Concrete Cylinder Force Main(PCCP-FM)—Miami Beach Miami Dade County WASD..Department Director responsible for the City's oversight of the emergency installation of 1023 LF of 60" PCCP in the roadway with an average invert depth of 17'below grade for the new sanitary sewer force main.This project is located in a highly urbanized residential area in Miami Beach along Commerce Street and Washington Ave.Work included dewatering,installing a 48" plug valve,automatic air release valves and required sheeting and shoring.Surface restoration included sub-base, base,asphalt paving, pavement markings,flatwork including sidewalk and curbing.Work also included substantial coordination with residents and business in the South Pointe Neighborhood and businesses as well as coordination with ongoing neighborhood improvements projects,traffic flow and access to landmark South Pointe Park. CES Consultants•City of Miami Beach RFQ 2018-141-ND I 24 DAVID HOOT, PE Building Code Compliance & Plan Review Mr. Hoot is responsible for the provision of engineering management, project planning and development, client-consultant liaison, and construction-related services for infrastructure related projects. He has 40 years of experience in project and program management, and civil/environmental engineering design and plan preparation, involving site development and pre-development services; environmental impact studies and assessments; utilities and infrastructure improvements; water and wastewater transmission and treatment systems; environmental permitting and stormwater management; and roadway and transportation-related FIRM design. As both an area manager and a senior project manager, he CES Consultants has held P&L and various operational responsibilities, developed and monitored office and project budgets and schedules, allocated manpower, and maintained client contact/coordination. EDUCATION B.S. Civil Engineering - En- RELEVANT PROJECTS vironmental Engineering& Water Resources; Michigan Orange County Solid Waste System Evaluation\ Client/Program Manager for the comprehensive Technological University,1976 review and study of the solid waste system and facilities for Orange County, FL. Provided client coordination, project management and technical support for landfill analysis/operations during REGISTRATIONS the evaluation of the solid waste collection,transfer,disposal and operational components Florida: PE#35970; Civil throughout the County. This analysis also included Market Analysis,Organizational Review, Engineering Georgia: Waste Flow Analysis and Financial Review. Participated in numerous meetings with City Mayors, PE#13518; Civil Engineering County staff and various Stake holders. Prepared and reviewed interim Technical Memorandums and a Final Report,and presented findings and results to the BOCC. Budgetary and operational recommendations yielded potential savings of$16 Million.2013-2014 Reference:Orange County Utilities, Ms.Teresa Remudo-Fries,407-254-9801,Teresa.Remudo-Fries@ocfl.net Various Telecommunications and Utility Relocation \Reviewed,coordinated and managed telecommunications(primarily buried telephone and fiber optic cable)and utility relocation and removal associated with system upgrades and transportation improvements for Terra Technologies and CenturyLink. Projects and professional services included utility identification, location and SUE survey;conflict identification and mitigation,and development of relevant plans;and development and design of removal, relocation and new facility plans for internal and agency review, permitting and future construction. Extensive research,coordination and interaction with Client,consulting engineers and city/state agencies(including FDOT)was required to expeditiously accomplish underground facility location of over 30 projects around Florida and SE US.2016-2017. Reference: Terra Technologies, LLC;CenturyLink, Mr. Danny McKeon, P.E.,630-267-6711 dmckeon@terratechllc. net West Ave Neighborhood Improvement.. Project manager for the storm drainage design of the West Avenue Neighborhood Improvements-South of 14th Street project.The storm drainage for this design-build project consists of 1,300 LF of 24"RCP drainage, 220 LF of 30" RCP drainage, and 2,500 LF of 48"RCP drainage.As contracted with Ric-Man Construction Florida,CES's scope of work included complete replacement and rehabilitation of all public underground water,sanitary sewer,and storm sewer utilities,within the project's limits. In addition,as the lead civil designer, CES was responsible for the complete street redesign which included raising the existing grade of the roadway by approximately 2 feet,a revised typical section to incorporate a pedestrian/bicyclist friendly corridor, public/private property harmonization, new traffic signals,street lighting, and landscaping.2017-Ongoing Reference:Michael Fischer,Ric-Man Construction Florida, MFischer@ ric-man.com,(954) 831-0791 CES Consultants•City of Miami Beach RFQ 2018-141-ND I25 Program Oversight/Project Manager,Infiltration/Exfiltration/Inflow Improvement Program Management Services,Dade County WASD,Miami-Dade County,Florida k Acted as a Project Manager and Technical Support Manager for key program management objectives and components required to meet or exceed the FDEP Settlement Agreement and US EPA 1st&2nd Consent Decrees related to the reduction in extraneous flows to the wastewater collection and treatment system throughout the entire county. Evaluation of the sanitary sewer system consisted of approximately 2500 miles of gravity sewer pipeline,56,000 manholes,and 750+ pump stations;with program management services/tasks which included consultant/contractor oversight, issuing work orders for inspection,review of closed circuit television tapes of piping/manholes,detecting leaks, determining, recommending and scheduling of cost-effective or appropriate repairs,and providing construction management for repairs and pipe system rehabilitation. QA/QC Engineer/Manager,South County Regional Wastewater Treatment Facility,Collier County Utilities,Collier County,Florida\Provided QA/QC for the design of an 8.0 MGD regional wastewater treatment facility, including piping, pump stations, hydraulic structures and sludge dewatering. Construction management overview of evaluation and coordination of contractor schedules, review and processing of pay estimates, preparation of change orders,coordination of testing laboratories, review of equipment drawings and detailed inspection of all facility components. Engineering services included design, preparations of plans and specifications, construction observation, 0&M Manual development,and system start-up. QA/QC Engineer/Manager,North County Regional Wastewater Treatment Facility,Collier County Utilities,Collier County,Florida\Provided QA/QC of the sludge holding/thickening tank, piping and equipment. Acted as client liaison for the multifaceted project that included design and construction observation of three effluent pump stations and piping,filtration/treatment and chlorination facilities,and 18 and 24-inch effluent disposal force mains,will all appurtenances to spray fields and golf courses to increase treatment and disposal capacity from 2.5 MGD to 4.5 MGD. Engineering services included design, preparations of plans and specifications,construction observation,O&M Manual development,and system start-up. Project Manager/Project Engineer,Wastewater Treatment System Expansion,Temple-Eastex Inc.,Silsbee,Texas\ Managed and designed the expansion of and modifications to the wastewater treatment system, piping and black,green and white liqueur lagoons for a large paper/ pulp mill. Responsible for design and layout of earth dikes,weirs,concrete hydraulic channel structures,waste water pump stations and piping,and primary and secondary clarifiers. Field engineering,resident engineer and construction of waste treatment distribution piping and hydraulic structures,two 40-acre aeration ponds,and a 150-acre oxidation pond. Performed environmental evaluation and permitting for system expansion and outfall discharge. Project Engineer,Wastewater System Modifications,Hammermill Paper Company,Selma, Alabama,. Lead design for modifications to the wastewater treatment and collection system, including acid sewers and waste liqueur tanks and lagoons. Performed design of water storage tank, raw water clarifiers and intake piping,pump house addition,filters,splitter box,and modified master plans for wastewater and stormwater systems. Project Engineer,Effluent System Improvements,Continental Forest Industries,Augusta, Georgia\ Design Engineer for modifications to the mill effluent and wastewater collection and treatment system, including pressure and discharge piping and manholes,effluent weirs and wet wells, earthen dikes,and oxidation/aeration ponds. Design of gravity acid and sanitary sewers, pumping stations and equipment, hydraulic/diversion structures,and primary clarifier and pressure piping. Resident Engineer for the construction engineering and observation of all components of the wastewater, mill effluent and stormwater system improvements. CES Consultants•City of Miami Beach RFQ 2018-141-ND I 26 JAFET TORRES, PE Building Code Compliance & Plan Review Jafet Torres is an outstanding professional civil engineer with more than 13 years of experience in design, construction inspection, supervision and construction management. Achieving goals, working as team member or self-empowered, Jafet has demonstrated the honor of been the most valuable student of his class. Jafet has developed the ability to analyse and apply engineering fundamentals and principles to solve a variety of situations and client's necessities. Always in search of new challenges and precision. EDUCATION RELEVANT PROJECTS 1992-University of Puerto Optimization and Water Loss Recovery Program\ Hydraulic Engineer and Modeler- Evaluation Rico, Mayaguez, PR and optimization of various operational issues on potable water pumping systems around the Bachelor of Science in Civil North Region of Puerto Rico,to reduce:service intermittency,system pressure inadequacy, repairs Engineering(BSCE) on pump station equipment and mains, power consumption,etc. Hydraulic modeling and balance Magna Cum Laude of water distribution systems to reduce water and energy losses(e.g. Modeling of a complete service area in the north region of Puerto Rico, including 10 pump stations,tanks,and several 1998- University of Puerto water mains and hydraulic control devices up to 16"). As a result,several pump stations have Rico, Mayaguez, PR shut-down or reduced capacity,reducing energy utilization,water production,and maintenance Master of Science in Civil of infrastructure. Perform engineering analyses to modify(expand or reduce)water distribution Engineering(MSCE)-Water systems and/or eliminate water filtration plants and deep wells.Sep.2011 to Jan.2015 Reference: Resources Engineering Puerto Rico Aqueduct and Sewer Authority,Shelley A.Terreforte,(787)879-7206,Shelley. GPA:3.80 Terreforte@acueductospr.com REGISTRATIONS Rehabillitation of Casabella's Pump Station,, Civil Engineer/Consultant. Performing an Professional Engineer,Puerto assessment of the existing conditions of a sanitary sewer pump station(privately owned),serving Rico a 50-house community,and providing recommendations for the required improvements in order to conform with (PR)State's regulations,and posterior transfer to the lead agency. Some of the Professional Engineer, Florida duties performed include: review of plans and calculations, preparation of technical specifications, cost estimates,and meetings with regulatory agencies.Apr.2017 to Jun.2017 Reference:Colliers International/Doral Recovery II, LLC, Hans Figueroa, (787) 641-6850, hfigueroa@csagroup.com. New York Rising Community Reconstruction Program.. Serve as a consultant for the New York Rising Community Reconstruction Program and HGA as the program managers, performing independent cost estimates for various resiliency project designs,and cost reasonableness reviews on design proposals.The program includes design and construction of over 400 independent resiliency projects after the devastation caused by Hurricane Irene and Sandy.The funding for the program is estimated over 2 Billion dollars,and is ruled by Federal and NY State Regulations. The complexity of the program was increased by the strict accomplishment of timelines and target dates.Jul.2015 to Aug. 2017 Reference:Hunt-Guillot&Associates(HGA),Hank Manning,(318) 497-3670, HManning@hga-llc.com. Hydraulic Manager and Consultan, Civil/Water Discipline..Serve as a consultant for the Puerto Rico Aqueduct and Sewer Authority(PRASA)for optimization and troubleshooting of operational issues(analyse and resolve persistent and hidden problems) in potable water systems applying principles and fundamentals of hydraulics. Hydraulic modelling and balance of water distribution systems to reduce water and energy losses in the North Region of Puerto Rico, including 20 cities. As a result, PRASA could shut down several pump stations, reduce energy utilization, reduce water production,and reduce maintenance of infrastructure. CES Consultants•City of Miami Beach RFQ 2018-141-ND I 27 » Drinking water quality analysis and modelling to reduce water age and formation of disinfection by-products (DBPs),to conform EPA's rules and regulations. • Perform evaluation and engineering analyses in order to modify(expand/reduce)water distribution systems or eliminate water filtration plants and deep wells. • Dynamic development and execution of scopes of work, maximizing resources to accomplish target dates. IGLESIAS-VAZQUEZ&ASSOCIATES Project Coordinator » Design Management for La Plata River Flood Control. An US ARMY Corp of Engineer Project in collaboration with local and international design firms. » Detailed review of drawings and technical reports done by designers to ensure a complete an error free construction contract documents. Project Inspector&Construction Manager » Generate documentation as RFI's, meeting minutes,change order and change directives, and review contractor's applications for payment for approval. » Evaluation,negotiation and recommendation of Contractor's change order proposals. » Office and field decision making based on contract requirements. » Inspection during construction of improvements to the Supreme Court of Puerto Rico, including architectural,structural, mechanical and electrical inspection for interior improvements,as well as the construction of gravity sewer system,and the restoration of a fountain.Approximate project cost:$2.35M. » Inspection during construction of a 2 MGD waste water tertiary treatment plant with ultra violet disinfection,also including a force line,a pump station,and reconstruction of streets according with local state's regulations. Master Scheduler » Evaluate construction timeline using management concepts and scheduling tools in order to recommend change orders including time extensions on construction contracts,and contractor's payments. » Schedule updates for capital improvements projects » Provide support to Program Managers in order to comply with timelines. Civil Engineer Designer\ » Development and concept design of sanitary sewer systems for various communities with the objective to obtain funds for the final design and construction. Structural design for Walk-Up Residential Buildings. » Preparation of Engineering Technical Reports,and cost estimating. R.B.CONSTRUCTION Civil Engineer Assistance&Safety Inspector » General supervision and inspection during construction of a twelve story commercial building, involving post tensioned concrete slabs. » Implementation of OSHA's safety regulations. » Perform field take-off, terrain levelling,and prepare estimates. CES Consultants•City of Miami Beach RFQ 2018-141-ND I 28 ASHRAF IQBAL, El Structural Design Mr. lqbal has over 12 years of Civil/Structural Engineering Experience. He has performed work on Miami Dade county projects, Broward County projects, South Florida Water Management District, and US Army Corp of Engineers and worked with research at Florida International University. Mr. lqbal has coursework in hazardous waste materials, wastewater treatment, highway and bridge design, as well as Air Pollution Control. RELEVANT PROJECTS FIRM Historic Miramar Re-Development and Water Main Improvements,City of Miramar,Broward CES Consultants County \Senior Project Engineer. Responsible for managing the construction activities of project which entails the installation of water main, in line valves,fire hydrants and water services for EDUCATION the residents in the city of Miramar. Responsible for reviewing and approving contractors shop M.S., Civil Engineering drawing, method of statement and material submittal.Attending project progress meeting with the client and contractor. Reviewing contractor's payment certificate as per the bill of quantities. REGISTRATIONS 2015-Ongoing.Reference:City of Miramar, Robin Bain,Assistant Director,954-883-6825, rebain@ E.I.,Florida miramarfl.gov. Water and sanitary Sewer System Improvements for Utility Analysis Zones(UAZ)113B,City of Lauderdale Lakes,Broward County,.Senior Project Engineer.Working on the design of water distribution system and Sanitary sewer system design for utility Analysis Zone 113B for City of Lauderdale Lakes. Providing information for utility conflicts adjustments. Preparing specifications for construction of improvements.2016-Ongoing.Reference:Chen Moore&Associates,Safiya Brea,954-730-0707,sbrea@chenmoore.com. West Ave Neighborhood Improvement\ Design of 10,000 feet of water main along west avenue from 8th Street to 17th Street.2017-TBD.Reference:Ric-Man Construction, Michael Fischer,954- 831-0791; MFischer@ric-man.com. Pasadena Lakes Elementary School Inspection for A/C Unit Replacement,Broward County Senior Project Engineer. Responsible for conducting a visual non-intrusive site inspection, Structural Assessment Report,development of a computer-based structural model for analysis of existing roof capacity,and review of roof safety concerns for areas adjacent to Air-conditioning Rooftop Units 1-5 for replacement with new units. Topeekeegee Yugnee Park Maintenance Building,Broward County\Senior Project Engineer. Responsible for condition assessment and design of repairs for the Maintenance Building where one of the existing interior columns was significantly damaged in July 2016.Structural engineering services included a site visit to observe the damage to the existing column and roof support beams,design for replacement of the damaged structural column,and preparation of Construction Documents,and an Engineer's Opinion of Probable Construction Costs(EOPCC). Everglades Holiday Park Visitor's Observation Deck,Broward County..Senior Project Engineer. Responsible for a condition assessment and code compliance review for an elevated wood deck and associated wood walkway/ramp.Structural engineering services included site visit to observe the existing condition of the deck and walkway/ramp, luate for code compliance, identify noncompliant code issues, recommend modifications required for noncompliant issues,and prepare documentation necessary for permitting. CES Consultants•City of Miami Beach RF0 2018-141-ND I 29 Miami Dade WASD PSIP-Design of PS 0440,Miami Gardens,FL\ Project Engineer. Design engineer for engineering analysis and design for the new Pump Station 0440.This project includes inspecting, designing,and constructing a new pump station to replace the existing pump station in accordance with WASD standards and the EPA Consent decree criteria.The design phase of this project is currently in progress. Miami Dade WASD PSIP,Design of PS 0336,Miami Lakes,FL\ Project Engineer. Design engineer for engineering analysis and design for the new Pump Station 0336.This project includes inspecting,designing,and constructing a new pump station to replace the existing pump station in accordance with WASD standards and the EPA Consent decree criteria.The design phase of this project is currently in progress. Miscellaneous Earthwork Inspection for the Florida Turnpike,Miami Dade County,Florida Project Engineer. Responsible for field inspection and density testing for the Florida Turnpike including the renovation of Florida Turnpike service plazas throughout South Florida. Miscellaneous Geotechnical Testing Projects,Miami Dade County,Florida..Project Engineer. Responsible for 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. Testing Laboratory&Field Technician,Miami International Airport South Terminal Dual Taxiway,Miami,Florida,.Project Engineer. Responsible for providing soils,foundations, and material testing services on this project. He performed 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 CTOP standards. City of Miami Gardens\Project Engineer. Responsible for performing Field and laboratory testing on several Urban Development Projects.Testing requests include;concrete,soils,and asphalt. Projects Include: Carol City Community Center Rolling Oaks Park Tennis Court Brentwood Park and Pool Allstate Engineering and Testing\ Assistant Engineer on various projects with All State Engineering with responsibilities for environmental site assessments,groundwater sampling,soil sampling,compaction testing of soils, concrete compression testing,and Pile load monitoring. Mr. lqbal's administrative duties included interpretation analysis of laboratory testing results,report writing,and client correspondence. CES Consultants•City of Miami Beach RFQ 2018-141-ND I30 ERIK ALCANTARA, El Structural Design Erik M. Alcantara, E.I. has over two years of experience in engineering design and construction management. His areas of expertise include stormwater system modeling, water distribution, sanitary sewer collection systems, transportation, work zone traffic control, construction inspections, SWM license renewals, budget/ cost control, estimating, quality assurance, permitting, bidding, and Critical Path Method scheduling. RELEVANT PROJECTS Broward County Water and Wastewater Services(BCWWS),. Project engineer for the storm FIRM drainage design of the West Avenue Neighborhood Improvements-South of 14th Street project. CES Consultants The storm drainage for this design-build project consists of 1,300 LF of 24"RCP drainage, 220 LF of 30" RCP drainage,and 2,500 LF of 48"RCP drainage.As contracted with Ric-Man EDUCATION Construction Florida,CES's scope of work included complete replacement and rehabilitation Bachelor of Science, Civil En- of all public underground water,sanitary sewer,and storm sewer utilities,within the project's gineering, Instituto TecnolOgi- limits. In addition,as the lead civil designer, CES was responsible for the complete street redesign co de Santo Domingo(2014) which included raising the existing grade of the roadway by approximately 2 feet,a revised Project Management and typical section to incorporate a pedestrian/bicyclist friendly corridor, public/private property Execution Certificate,Quality harmonization,new traffic signals,street lighting,and landscaping.2016-2017 Reference:Merle Global Business(2014) Medina, Broward County Water and Wastewater Services, mmedina@broward.org, (954)831-0791 REGISTRATIONS West Avenue Neighborhood Improvements-South of 14th Street,. Project engineer for the Engineer Intern, Florida storm drainage design of the West Avenue Neighborhood Improvements-South of 14th Street project.The storm drainage for this design-build project consists of 1,300 LF of 24" RCP drainage, FDEP Qualified Stormwater 220 LF of 30" RCP drainage,and 2,500 LF of 48" RCP drainage.As contracted with Ric-Man Management Inspector, Construction Florida,CES's scope of work included complete replacement and rehabilitation #36172 of all public underground water,sanitary sewer,and storm sewer utilities,within the project's limits. In addition,as the lead civil designer, CES was responsible for the complete street redesign FDOT Intermediate Work Zone which included raising the existing grade of the roadway by approximately 2 feet,a revised Traffic Control Certification, typical section to incorporate a pedestrian/bicyclist friendly corridor, public/private property #15002 harmonization,new traffic signals,street lighting,and landscaping.2017-Ongoing Reference: Michael Fischer,Ric-Man Construction Florida, MFischer@ric-man.com, (954)831-0791 Autodesk AutoCAD Civil 3D, #17428036F5 Engineering Services for Water and Sanitary Sewer Improvements for the UAZ 110/111 and 113B Project engineer for Design Build Services for the Replacement of Water Main and Service CTQP, QC Manager Conversions in the Shenandoah Area, Phase B,City of Miami, FL. Mr.Alcantara assisted in the design-build project upgrade of approximately 46,000 LF of water main.The project consists of CTQP,Asphalt Paving upgrading existing 2-inch and 4-inch residential water main to 8-inch DI water main.The project Technician Level 1 wet tap connections include 8-inch,16-inch and 24-inch pipes.The project area is bounded by SW 16th Street to the North,SW 22nd Street(Coral Way)to the South,SW 17th Street to the East,and SW 27th Avenue to the West.2016-TBD Reference:Safiya Brea,Senior Project Manager-Chen Moore&Associates,sbrea@chenmoore.com,954-730-0707. Stanahan High School Pool Renovation,Broward County\Responsible for engineering services concerning demolition and replacement of the existing 14,500 sf pool deck consistent with regulatory codes and owner requirements,to include a built-in pool deck bench approximately 75 linear feet, replacement of pool filtration piping,and stormwater disposal drain system. 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. CES Consultants•City of Miami Beach RFQ 2018-141-ND I 31 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 Davie,Florida\Senior Care Facility with 199 units, located on an 9.0-acre parcel on Stirling Road.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 SW PPP. Jay's Place,Fort Lauderdale,Florida\ Private development combining two properties. Project included 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. CES Consultants•City of Miami Beach RF)2018-141-ND I 32 LUIS MIRANDA, PE Structural Inspections & Condition Assestment Highly resourceful and dedicated Civil & Water Resources Engineer skilled in all phases of engineering solutions with an excellent customer service record. Over 21 years of experience in the areas of analysis, design, construction, supervision and project management. Lead and facilitated multiple projects that required in site design, work plan development, data collection and analysis and preparation of technical memoranda, reports and presentations for practices such as: transportation drainage; bridge and culvert hydraulic analysis; master stormwater management plans; stormwater quality treatment; design of canals, open channels, storm sewers, EDUCATION pumps and detention/retention facilities; sediment control design; 1992 - University of Puerto floodplain studies; water & sewer facilities modeling and design, and Rico, Mayaguez, PR low impact development plans. Bachelor of Science in Civil Engineering (BSCE) RELEVANT PROJECTS Magna Cum Laude D/B Services for West Avenue North of 14 Street,City of Miami Beach\Senior Civil Engineer for 1998- University of Puerto conduct the design and quality assurance procedures for storm drainage design. Provide complete Rico, Mayaguez, PR design services on storm and drainage design in conflict with proposed water and sanitary sewer Master of Science in Civil improvements including information on design drawings for utility conflict adjustments, prepare Engineering(MSCE)-Water specifications for construction of improvements,calculate quantities and prepare cost estimate for Resources Engineering design submittals and prepare specifications for construction of improvements. The new storm GPA:3.80 drainage consists of design of new trunk line between 14th street to Lincoln Road along West Avenue.Also include new storm drainage pipes along targeted side streets(14th,14th Terrace, REGISTRATIONS 16th, Lincoln Terrace, Lincoln Road, Lincoln Court). Provide QA/QC for water and sanitary sewer Professional Engineer, Puerto systems designs.The project consists of the design, permitting,construction management,and Rico construction of the West Avenue Phase II Improvements North 14th Street, including new storm drainage system,water system,sanitary sewer,driveways,utilities relocation among others. Professional Engineer, Florida Ongoing.Reference: Michael Fischer, Ric-Man Construction Florida, MFischer@ric-man.com, (954)831-0791 Seminole Tribe"Professional Civil Eng.Ser.Design Drainage Plan for Tamiami\Providing QA/ QC for drainage plan and design to mitigate flooding at a property owned by the Seminole Tribes of Florida.Ongoing.Reference:Blake Osceola,Seminole Tribe of Florida, BlakeOsceola@semtribe. com, (954)444-8141. Dow AgroSciences Complex,Dow AgroSciences..Water Resources Engineer in charge of Hydrologic- Hydraulic study to determine the new bridge configuration over Quebrada Aguas Verdes to provide access for the new proposed facility. In addition,the H-H analyzes alternatives to mitigate the increase in runoff anticipated because of the development of the Project. January 2014- December 2014. Reference: Dow AgroSciences Complex&Dow AgroSciences, Annette Alfonso, (787) 641-6800,aalfonso@csagroup.com. Optimization of Water Distribution System Project for Puerto Rico Aqueduct and Sewer Authority(PRASA) » In charge of a team of 8 engineers developing major water distribution system models, inspection and » improvement of 1,500 pump stations,and developing water system hydraulic schematic diagrams. » PM responsibilities:assigning and coordinating tasks, research and personnel training, planning and maintaining project schedule and deliverables,QA/QC,maintaining client satisfaction,and managing a budget of$5 million. CES Consultants•City of Miami Beach RFQ 2018-141-ND I 33 Senior Water Resources Engineer-Hydraulic Modeler » Design of storm sewer, pumps,and retention/detention facilities for constructions drawing plans. » Conducted over 30 hydrologic and hydraulic analyses for bridge and culvert hydraulic design,stream restoration,channel and stream bank stability,watershed master planning evaluations, • floodway encroachment analysis,floodplain and floodway engineering, river and coastal flood studies including no-rise certifications, levees and reservoirs. » Modeled over 18 storm sewer drainage systems for roads, industrial and residential sites, stormwater management plans,and retention/detention facilities in support of the design process. • Completed 18 water distribution system optimization or water quality models(Steady State and • Extended Period Simulations)for PRASA systems. » Participated as staff engineer for surface water resources projects, including development impact evaluations,watershed management,design of hydraulic structures and natural channel improvements. » Conducted over 10 bridge-culvert hydraulic and scouring analyses. » Conducted river low flow estimates,flood frequency analyses,open channel designs,and river channelization designs. » Quality control of technical reports submissions performed by staff. » Mentoring junior engineer staff. » Reviewed construction drawings,specifications and cost estimates. Construction Project Manager-Puerto Rico Infrastructure Financing Authority(PRIFA) » In charge of a team of 6 field engineers(inspector)for the construction of 2 Water Filtration Plants,1 Wastewater Treatment Plant,1 water distribution pipeline,1 sanitary sewer pipeline,and improvements to the Puerto Rico Supreme Court. » PM responsibilities: review construction drawings plans and specifications, review proposals for bids,estimates,scheduling,supervising construction project development, payment certifications,change orders and weekly meeting and coordination efforts with government agencies, maintaining client satisfaction,and managing a budget of$25 million. CES Consultants•City of Miami Beach RFQ 2018-141-ND I 34 SIMON SAINSBURY, PHD, PE Electrical Design Mr. Sainsbury has over 20 years direct hands on experience in the design, assembly, integration, testing, troubleshooting and commissioning of PLC-based instrumentation and control systems. Proven Field Hardened PLC-based Controls Experience across diverse industrial applications from Automotive Conveyors, Synthetic Fiber Machinery, Water/Wastewater Plants and Pumping Stations, to Remotely Operated Vehicles and Autonomous Deployable Instruments. He has experience with multi door 240VAC, 480VAC, & Canadian control panel projects to $100M and knowledge of PLC-based controls, HMI, SCADA software and programming including PID loop control and tuning. FIRM RELEVANT PROJECTS CES Consultants S-50 Structure Repair&bank Stabilization Project\ Cathodic protection Systems for S-50 EDUCATION Pump Station Repair.2018-Present Reference:South Florida Management District,Anthony Rosato PhD, Mechanical Engineering 561-707-6816,grosato@sfwmd.gov Program,Florida Institute of Pump Station Tower Grounding Modifications\Engineer of Record Senior electrical engineer Technology, Melbourne, responsible for design of microwave tower grounding systems to protect personnel and equipment Florida, 2011 in accordance with current TIA/ANSI/EIA grounding standards at Pump Stations G-310,G-335, G-370 and G-372.2016-Present Reference:South Florida Water Management District, Martha Fox, M.S.,Ocean Engineering, 561-682-2575, mfox@sfwmd.gov Florida Institute of Technology, Melbourne, West Avenue Phase II Improvements North 14th Street\ Engineer of Record Senior electrical Florida,1986 engineer responsible for design of Lincoln Road Strom Water Pump Station with three 20,000 GPM pumps,VFDs,Control Panel, RTU/Telemetry and associated electrical equipment.2017-Present B.S., Electrical Engineering, Reference:Ric-Man Construction,Michael R. Fischer,954-426-1221, MFischer@ric-man.com Florida Institute of Technology, Melbourne, Everglades Restoration and Capital Project,West Palm Beach,Florida\Senior electrical Florida,1983 engineer responsible for design of STA-1E Pump Station communication equipment improvements to the tower, building electrical and communication system grounding and bonding at Pump REGISTRATIONS Stations S-319,S-361 and S-362. Professional Engineer, Florida Data Flow Systems,Melbourne,Florida\9 years as Senior Electrical Engineer responsible for design of water plant and pump station HMI,SCADA,controls,electrical equipment and electrical service for over 3000 installations across Florida. Petroleum Storage Farm in Port Everglades,Broward County,. Engineering,design and ERP- permit for a ten-acre petroleum storage farm. Design includes grading and three stormwater pump stations, controls, retention pond and controls for discharge on public storm sewers. South Florida Water Management District—Pump Station Tower Grounding Modifications Senior electrical engineer responsible for design of microwave tower grounding systems to protect personnel and equipment in accordance with current TIA/ANSI/EIA grounding standards at Pump Stations G-310, G-335,G-370 and G-372. Three(3)Pump Ground Storage Tanks,City Water Plant Booster Station,Panama City,Florida As Senior Engineer, Mr.Sainsbury duties included: PLC Control with HMI and SCADA, On/Off and Speed Control(PID)for three water pumps to maintain city main water pressure using an above ground water storage tank, UL508 Control panel,generator backup, RTU, Ladder logic PLC code, Field debug/startup. CES Consultants•City of Miami Beach RFQ 2018-141-ND I 35 MIREYA REY CAD Mrs. Rey has 31 years of experience providing Design and AutoCAD production as well as file management and staff development in current design software. FIRM RELEVANT PROJECTS CES Consultants West Avenue Neighborhood Improvements-South of 14th Street.. Project engineer for the storm drainage design of the West Avenue Neighborhood Improvements -South of 14th Street EDUCATION project.The storm drainage for this design-build project consists of 1,300 LF of 24" RCP drainage, Electrical Engineering Systems 220 LF of 30" RCP drainage,and 2,500 LF of 48"RCP drainage.As contracted with Ric-Man Design New York University Construction Florida, CES's scope of work included complete replacement and rehabilitation of all public underground water,sanitary sewer,and storm sewer utilities,within the project's REGISTRATIONS limits. In addition,as the lead civil designer, CES was responsible for the complete street redesign AutoCAD, Microstation which included raising the existing grade of the roadway by approximately 2 feet,a revised typical section to incorporate a pedestrian/bicyclist friendly corridor, public/private property harmonization, new traffic signals,street lighting,and landscaping.2017-Ongoing.Reference:Ric- Man Construction, Michael Fischer,954-831-0791; MFischer@ric-man.com. West Avenue Neighborhood Improvements-North of 14th Street\ Project engineer for the storm drainage design of the West Avenue Neighborhood Improvements-North of 14th Street design-build project. The storm drainage for this design-build project consists of a new 40,000 GPM stormwater pump station,3,300 LF of 24" RCP drainage,100 LF of 36" RCP drainage,4,400 LF of 48" RCP drainage,1,000 LF of 60"RCP drainage,300 LF of 72" RCP drainage220 LF of 30" RCP drainage,and 2,500 LF of 48"RCP drainage.As contracted with Ric-Man Construction Florida, CES's scope of work included complete replacement and rehabilitation of all public underground water,sanitary sewer,and storm sewer utilities, including a new 40,000 GPM storm water pump station within the project's corridor. In addition,as the lead civil designer,CES was responsible for the complete street redesign which included raising the existing grade of the roadway by approximately 2 feet,a revised typical section to incorporate a pedestrian/bicyclist- friendly corridor, public/private property harmonization, new traffic signals,street lighting,and landscaping.This contract also includes the design of a"bay walk",which extends into Biscayne Bay,west of the proposed pump station.2017-Ongoing.Reference: Ric-Man Construction, Michael Fischer,954-831-0791; MFischer@ric-man.com. Design-Build Services for the Replacement of Water Mains and Service Conversions in the Shenandoah Area,Phase B,City of Miami,FL..The project area is bounded by SW 16th Street to the North,SW 22nd Street(Coral Way)to the South,SW 17th Street to the East,and SW 27th Avenue to the West.The project consists of upgrading existing 2-inch and 4-inch residential water main to 8-inch DI water main.The project wet tap connections include 8-inch,16-inch and 24-inch pipes.Ongoing. Reference:Lanzo Companies, Michael Green, (954)826-2382, MichaelG@Lanzo. org. Miami Dade WASD PSIP,Design of PS 1026,Miami Lakes,FL.. Provided technical support and schematic drawings for the new Pump Station 1026 in accordance with WASD standards.The design phase of this project is currently in progress. Chiller Water Study-Fort Lauderdale-Hollywood International Airport,Florida ..Provided technical support and schematic drawings for exhibits illustrating various alternates associated with the mechanical systems of chiller systems serving the airport MDX874.. Provided technical support for Proposal/ATC 874 using MicroStation,produced the plan and profile drawings,Signing and Pavement marking plans, Lighting plans, Drainage plans, Sections and details. CES Consultants•City of Miami Beach RFQ 2018-141-ND I 36 MDX836\Provided technical support for Proposal/ATC 836 using MicroStation, produced the plan and profile drawings,Signing and Pavement marking plans, Lighting plans, Drainage plans, Sections and details. 1295\ Provided technical support using MicroStation integrating engineer designs into roadway, signing, pavement marking drawings,drainage sections and details. SR23,.Provided technical support using MicroStation integrating engineer designs into roadway, signing, pavement marking drawings,drainage sections and details. Estero Blvd Provided technical support using MicroStation integrating engineer designs into roadway,signing, pavement marking drawings,drainage sections and details. Panama Tocumen Airport..As AutoCAD Manager, providing CAD Standards as per the job requirements,developing sections and details for civil designs using AutoCAD/MicroStation, integrating engineer designs into roadway,track alignment,signing/pavement marking drawings and drainage. Panama Metro Line 1 \As AutoCAD Manager,providing CAD Standards as per the job requirements,developing sections and details for civil designs using AutoCAD/MicroStation, integrating engineer designs into roadway,track alignment and drainage. Building Renovation/Expansion-Recreation Center,Florida International University (University Park Campus),Miami,Florida ..Provided technical support and design schematic drawings for the renovation and expansion of the facility including mechanical, Electrical, plumbing,fire protection and civil engineering services. The design engineering included HVAC, plumbing, power, lighting,emergency power,fire alarms, public address,security systems,fire protection,civil site layout,grading/drainage and utility plan. Miami Dade WASD PSIP-Design of PS 0440,Miami Gardens,FL\ Provided technical support and schematic drawings for the new Pump Station 0440 in accordance with WASD standards The design phase of this project is currently in progress. Miami Dade WASD PSIP,Design of PS 0336,Miami Lakes,FL ,.Provided technical support and schematic drawings for the new Pump Station 0336 in accordance with WASD standards The design phase of this project is currently in permitted. CES Consultants•City of Miami Beach RFQ 2018-141-ND I 37 JOSE CARABALLO, PE Design Mr. Caraballo has over 14 years of experience in a variety of civil and environmental engineering project delivery and permitting including, approximately 110,000 L.F. of residential water main and 20,000 L.F of water treatment plant yard piping. Mr. Caraballo FIRM was the project manager for a single residential water main design CES Consultants totaling approximately 72,000 L.F. EDUCATION RELEVANT PROJECTS B.S. Environmental Engineering, Louisiana State Design-Build Services for the Replacement of Water Mains and Service Conversions in the University, Baton Rouge, LA, Shenandoah Area,Phase B,Miami-Dade County WASD,FL ..Engineer of Record. Mr.Caraballo 2002 is leading the design team in providing engineering analysis,design,and construction phase services for the design-build project to upgrade of approximately 46,000 L.F.of water main.The REGISTRATIONS project area is bounded by SW 16th Street to the North,SW 22nd Street(Coral Way)to the South, Professional Engineer, Florida, SW 17th Street to the East,and SW 27th Avenue to the West.The project consists of upgrading New York existing 2-inch and 4-inch residential water main to 8-inch DI water main.The project also includes relocating approximately 675 individual water meters and services,which requires installing new copper water services within private property.Mr. Caraballo created a phasing plan to perform multiple engineering, permitting,and construction operations simultaneously. Due to the size of this project, Mr. Caraballo has engaged all permitting agencies at the early stages to discuss specific project issues, including the Miami-Dade County Department of Health, RER,City of Miami Public Works, City of Miami Fire Rescue,and City of Building Department.Ongoing.Reference: Lanzo Companies, Michael Green, (954)826-2382, MichaelG@Lanzo.org. East Miramar Redevelopment Transmission&Distribution Water Main Improvements,Phase 3, City of Miramar,FL\Project Manager. Lead the project team in providing engineering analysis and design services for the upgrade of approximately 72,000 L.F.of water main.The project consisted of upgrading existing 2-inch and 4-inch residential water main to a 6-inch water main. Design of Pump Station Improvement Program(PSIP)Projects,Miami-Dade County WASD 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.Ongoing Reference:MDWASD Pump Station Improvement Program, Kevin Keane, PE, kkeane@miamidade-psip.com,786-236-3503. The engineering work includes: • Pump Station 0449 » Pump Station 0147 » Pump Station 0331 » Force Main 0592(24-inch) » Pump Station 0440 » Pump Station 0336 » Pump Station 0609 » Pump Station A Pump Station 1026 » Pump Station 1065 Doral 48-inch Force Main Improvements Miami-Dade County WASD,FL Project Manager. Design of 48-inch diameter DIP pipeline improvements to increase wastewater transmission capacity within the Doral basin of the County's wastewater collection and transmission system.The CES Consultants•City of Miami Beach RFQ 2018-141-ND I 38 project, located in NW 54th Street, includes approximately 4,200 feet of pipe,a micro-tunneling segment under a major highway, is located within a high-density traffic roadway,and intersects numerous utilities.Mr.Caraballo was directly involved in verifying that the design met the standards and requirements of WASD.He also analyzed and provided design solutions for utility conflicts. 72-Inch Raw Water Main BODR,Miami-Dade County WASD,FL \ Project Engineer for the development of a BODR for 8,800 LF of 72-inch steel raw water main.This project was 1 of 3 segments that WASD was developing to convey raw water from the Northwest Wellfield to Hiahleah-Preston Water Treatment Plants.Mr. Caraballo was responsible for utility coordination, and assisting in developing viable alternative routes. Hialeah-Preston GWUDI Upgrades WTP and NW Wellfields,Miami-Dade County WASD,FL Project Engineer for design of over 4 miles of yard piping, including 2,900 LF of 96-inch steel raw water main.This design was part of the preparation of a conceptual and preliminary design identifying the scope and extent of the improvements necessary to fully segregate the NWWF flows from the flows of the other WASD source waters that are conveyed to the existing Hialeah and Preston Water Treatment Plants. Jacksonville Energy Authority NW Regional Water Treatment Plant,Jacksonville FL .. Project Engineer for the design of approximately 2,200 LF of 24-inch and 36-inch DI water main for the site design of the WTP.The water main design included a large portion of off-site pipeline to connect the new plant to the existing water distribution system.Additionally, Mr. Caraballo assisted in the design of the site drainage and environmental issues regarding wetland preservation. JEA West Nassau Regional Water Treatment Plant,Nassau County,FL,Project Engineer Project Manager. Design of approximately 2,600 LF of 16-inch PVC water main for the site design of the WTP.The water main design included 300 LF of 20-inch DI raw water.Additionally, Mr. Caraballo assisted in the design of the site drainage and environmental issues regarding wetland preservation. NW 12th Avenue Force Main Replacement,City of North Miami,FL,Lead Designer\Lead Designer. Design, permitting,and construction of 10,500 feet of 12/10-inch replacement force main in NW 12th Avenue extending from NW 95th Street to NW 125th Street.The project, located in Miami-Dade County and within the City, replaces aging asbestos-cement and cast iron force mains with corrosion resistant PVC pipe.A number of private force main connections require relocation and re-connection to the new force main as well as planning for uninterrupted service during construction. Mr. Caraballo was involved in the day to day design of the entire project, including design, production,and deliverable preparation. Miramar Roadway Infrastructure Project,City of Miramar,FL\Project Manager. Provided services in information gathering and the preliminary design of over 5 miles of water main,5 miles of sewer,5 miles of drainage,and sanitary sewer lift station upgrades.Additionally, Mr. Caraballo performed and managed the monitoring efforts for the construction activities throughout the southern half of the City of Miramar. E06-WASD-09;Task Order No.2:Design of 1,800 LF of 8-inch Residential Water Main,Miami- Dade County WASD,FL\ Project Manager. Lead the project team in providing engineering analysis and design services for the upgrade of approximately 1,800 L.F.of water main.The project consisted of designing several segments of residential 8-inch water main at NE 13 Court and NW 13 Place from NE 199 Street to North Drive within the City of Miami. E06-WASD-09;Task Order No.3: Design of 5,800 LF of Residential Water Main,Miami-Dade County WASD,FL k Project Manager. Engineering analysis and design services for the upgrade of approximately 5,800 L.F.of water main.The project consisted of designing several long segments of residential 8-inch water main along SW 64 Avenue,SW 63Court,and SW 63 Avenue from SW 4 Street to stub-outs near SW 8 Street.This project improves neighborhood fire protection and pressures. CES Consultants•City of Miami Beach RF)2018-141-ND I 39 GUSTAVO SILVA, El Construction Management & Inspection Mr. Silva has four years of experience in the 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, concrete and structural inspection, environmental assessments, utility coordination for design and construction, and material testing. RELEVANT PROJECTS Design of Pump Station Improvement Program(PSIP)Projects,Miami-Dade County WASD FIRM ,.As a project engineer, Mr.Silva is providing cost,engineering analysis, design,coordination, CES Consultants permitting, management for the rehabilitation and replacement of multiple pump stations for the PSIP.The project consists of existing pump station inspection,coordination of survey and EDUCATION geotechnical services,design of pump station rehabilitation or replacement,design of connecting Bachelor of Science, Civil force mains, permitting,and limited construction services.Ongoing Reference: MDWASD Pump Engineering, Florida Interna Station Improvement Program, Kevin Keane, PE,kkeane@miamidade-psip.com,786-236-3503. tional University The engineering work includes: Florida Registered Engineer Intern, FDOT Temporary Traffic » Pump Station 0449 Control » Pump Station 0147 REGISTRATIONS » Pump Station 0331 Florida Registered Engineer » Force Main 0592(24-inch) Intern, FDOT Temporary Traffic » Pump Station 0440 Control Intermediate » Pump Station 0336 Certification, FDOT CTQP, » Pump Station 0609 Earthwork • Pump Station Technician Level 1, FDOT CTQP, » Pump Station 1026 » Pump Station 1065 QC Manager,Autodesk AutoCAD Civil 3D FY 17 PC Culvert Project Construction Inspection and Material Testing,South Florida Water Management District\As an inspector/engineer, Mr.Silva oversees the replacement/removal of outdated culverts owned by South Florida Water Management District, located on Palm Beach County, Broward County, Miami-Dade County,and Okeechobee County.The projects consist of removing or replacing existing culverts that are corroded,obsolete or outdated,using the current specifications from the United States Army Corps of Engineers. In addition,Mr.Silva develops dewatering plans, Stormwater Pollution Prevention Plans(SWPPP),and Service Life Estimator- Culvert.Ongoing. Reference:C-4 Canal,Jesse VanEyk, PE,561 682 2605,jvaneyk@sfwmd.gov. Design-Build Services for the Replacement of Water Mains and Service Conversions in the Shenandoah Area,Phase B,City of Miami,FL\ Project engineer for the design-build project upgrade of approximately 46,000 L.F. of water main.The project area is bounded by SW 16th Street to the North,SW 22nd Street(Coral Way)to the South,SW 17th Street to the East,and SW 27th Avenue to the West.The project consists of upgrading existing 2-inch and 4-inch residential water main to 8-inch DI water main.The project wet tap connections include 8-inch,16-inch and 24-inch pipes. Ongoing.Reference:Lanzo Companies, Michael Green, (954) 826-2382, MichaelG@ Lanzo.org. CES Consultants.City of Miami Beach RFD 2018-141-ND I 40 Sanitary Sewer Evaluation Survey(SSES),Miami-Dade County Public School(MDCPS\ 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. 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. CES Consultants•City of Miami Beach RFQ 2018-141-ND I 41 NADA REINBOLD, El Construction Management & Inspection Nada Reinbold has a combined experience of 8 years in civil/water resources engineering and military construction management. She has also worked on a variety of projects including sewer hydraulics modeling, water/wastewater conveyance, pump stations, capital improvement projects, master planning, environmental agency compliance documents, and wastewater treatment lagoons. RELEVANT PROJECTS EDUCATION Tower Grounding Modifications,Various Locations SFWMD,Palm Beach County,FL\The South Master of Science in Project Florida Water Management District(SFWMD) has four pump station superstructure facilities that Management,Colorado are steel reinforced concrete buildings that house pumps and engines and are operated for flood Technical University,2005 control purposes in western Palm Beach County. The structures are instrumented and monitored Bachelor of Science, Civil by the District's real time system. To facilitate communications,the buildings are equipped with communications towers that are continuously being struck by lightning.These stations needed Engineering, University of to upgrade the lightning protection systems in order to keep receiving the information sent from North Carolina at Charlotte, these remote locations. Nada performed project management for the design,and worked closely 2003 with the District SCADA staff to ensure all their needs were met. 2016-2017 Reference:South Graduate Courses: Florida Water Management District, Martha Fox, (561)682-2575,mfox@sfwmd.gov. Groundwater Flow, Water Resources System Manatee Protection Gate Control Panel Replacement,Various Locations SFWMD,Palm Beach Engineering, Florida Atlantic County,FL\ Throughout the District there are fourteen water control structures and four boat University locks equipped with manatee protection systems and required gate control panel replacements in order to protect the manatees from being trapped in a gate when it was closing. Nada was the REGISTRATIONS primary project manager oversaw the electrical subcontractor for the work,and designed twenty- Engineer Intern eight stilling wells,one upstream and one downstream at each of the water control structures. 2015-Ongoing Reference:South Florida Water Management District,Jian Cai, PE,(561)682-2542, jcai@sfwmd.gov. Water Main Improvements Palm Beach County Water Utility Department,Palm Beach County,FL Throughout the County, many areas have water mains that were installed by various developers for their projects.These water mains have dead ends,and can lead to poor water quality.The County, in and endeavor to improve water quality, hired CES Consultants to connect these dead ends which reduced the water age and improved the quality. Nada was the project engineer for this work and assisted with all design aspects at twenty different locations.What makes this project unique is that every site is different,thereby creating twenty different projects that all have to be completed independently.2017 Reference:Palm Beach County Water Utilities Department, Jennifer Prettel, PE, (561)493-6247,JPRETTEL@PBCWATER.COM. Everglades Agricultural Area A-1 Flow Equalization Basin Construction SFWMD,Palm Beach County,FL.The Everglades Agricultural Area A-1 Flow Equalization Basin(EAA A-1 FEB)is a$60M construction project, 60,000 acre-ft Flow Equalization Basin heavy civil construction projects, 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 3/4,therefore improving the STAB water treatment ability. As part of the three person Engineering During Construction(EDC), Ms. Reinbold reviewed submittals, Request for Information and provided recommendations to the EOR concerning acceptability. Ms. Reinbold 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 nonconformance to Project Manager. CES Consultants.City of Miami Beach RFQ 2018-141-ND I 42 Charlotte-Mecklenburg Capital Improvement Projects Mecklenburg County,NC. A civil engineering intern under the supervision of the project manager,Ms. Reinbold 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 rerating of the 3-celled 0.3 MGD facultative lagoon to a partially mixed,dual- powered, multi-cellular system for a rerating 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. 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 reclaimed waterline extension of approximately 21,000 feet of 12- inch reclaimed water line to serve GlaxoSmithKline 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. CES Consultants•City of Miami Beach RFQ 2018-141-ND I43 RANTHUS FOUCH, PE Engineering Mr. Fouch has over 44 years of experience with responsibilities including client service, engineering, planning, and construction services, project delivery, and quality assurance. His professional CES Consultants engineer experience and areas of responsibility have focused on water supply and wastewater facilities and infrastructure for EDUCATION municipal and private clients. Mr. Fouch has served as principal BS Civil Engineering, engineer in projects for Hollywood, Broward County Water and University of Connecticut Wastewater Services, Sunrise, Miramar, SFWMD, West Palm Beach, Palm Beach County Water Utilities, North Miami Beach, North Miami, REGISTRATIONS and MDWASD. Professional Engineer, Florida, New York RELEVANT PROJECTS Historic Miramar Re-Development and Water Main Improvements,City of Miramar,Broward County \ Project which entails the installation of water main,in line valves,fire hydrants and water services for the residents in the city of Miramar.2015-Ongoing Reference:City of Miramar, Robin Bain,Assistant Director,954-883-6825, rebain@miramarfl.gov. Design-Build Services for the Replacement of Water Mains and Service Conversions in the Shenandoah Area,Phase B,City of Miami,FL,.The project area is bounded by SW 16th Street to the North,SW 22nd Street(Coral Way)to the South,SW 17th Street to the East,and SW 27th Avenue to the West.The project consists of upgrading existing 2-inch and 4-inch residential water main to 8-inch DI water main.The project wet tap connections include 8-inch,16-inch and 24-inch pipes.Ongoing.Reference:Lanzo Companies, Michael Green,954-826-2382,MichaelG@Lanzo.org West Avenue Neighborhood Improvements—South of 14th Street\ he storm drainage for this design-build project consists of 1,300 LF of 24" RCP drainage, 220 LF of 30" RCP drainage,and 2,500 LF of 48"RCP drainage.As contracted with Ric-Man Construction Florida, CES's scope of work included complete replacement and rehabilitation of all public underground water,sanitary sewer,and storm sewer utilities,within the project's limits. In addition,as the lead civil designer, CES was responsible for the complete street redesign which included raising the existing grade of the roadway by approximately 2 feet,a revised typical section to incorporate a pedestrian/bicyclist friendly corridor,public/private property harmonization, new traffic signals,street lighting,and landscaping.2017-Ongoing Reference: Michael Fischer,Ric-Man Construction Florida, MFischer@ ric-man.com,(954)831-0791 2015 Biennial School Bleacher Inspections,School Board of Broward County\ Responsible for Biennial inspections of school facility bleachers and condition certification reports at sixty-one(61) Broward County Schools. Stanahan High School Pool Renovation,School Board of Broward County..Responsible for engineering services concerning demolition and replacement of the existing 14,500 sf pool deck consistent with regulatory codes and owner requirements,to include a built-in pool deck bench approximately 75 linear feet, replacement of pool filtration piping,and stormwater disposal drain system. 2015 Fire Escape and Enhanced Hurricane Protection Area Inspections, School Board of Broward County\Responsible for inspections and certification reports for the 5-year re-certification of Enhanced Hurricane Protection Areas(EHPA)at twenty-seven(27) Broward County Schools,and Biennial inspections and corresponding condition certification reports for three(3)school Fire Escapes. CES Consultants•City of Miami Beach RFQ 2018-141-ND I 44 Pasadena Lakes Elementary School Inspection for A/C Unit Replacement,School Board of Broward County,.Responsible for conducting a visual non-intrusive site inspection,Structural Assessment Report,development of a computer-based structural model for analysis of existing roof capacity,and review of roof safety concerns for areas adjacent to Air-conditioning Rooftop Units 1-5 for replacement with new units. Oakridge Elementary School Entrance Canopy Renovations,School Board of Broward County Responsible for assessment and design of repairs to the existing damaged loggia wood canopy, develop a temporary solution to eliminate the temporary intermediate columns,and design for new wood joists attached to an existing concrete beam,and a new perimeter wood beam. West Broward High School Bleacher Installation Certification,School Board of Broward County Responsible for conducting an on-site inspection of facility and bleachers, preparation of a report describing the existing condition of the bleacher,calculations to check adequacy of bleacher design, recommendations for and remedial action,and permitting package. TSSC Annex-Rooftop Unit Replacement Structural Improvements,School Board of Broward County\ Responsible for structural engineering services concerning replacement of an RTU including a visual non-intrusive inspection, preparation of a report describing existing site conditions,development of wind load calculations and tie down recommendations,and permitting package. Topeekeegee Yugnee Park Maintenance Building,Broward County Parks Planning and Design Responsible for condition assessment and design of repairs for the Maintenance Building where one of the existing interior columns was significantly damaged in July 2016.Structural engineering services included a site visit to observe the damage to the existing column and roof support beams,design for replacement of the damaged structural column,and preparation of Construction Documents,and an Engineer's Opinion of Probable Construction Costs(EOPCC). Everglades Holiday Park Visitor's Observation Deck,Broward County Parks Planning and Design Responsible for a condition assessment and code compliance review for an elevated wood deck and associated wood walkway/ramp.Structural engineering services included a site visit to observe the existing condition of the deck and walkway/ramp,evaluate for code compliance, identify noncompliant code issues, recommend modifications required for noncompliant issues, and prepare documentation necessary for permitting. School of Justice Development,Miami Dade County College North Campus Responsible for development of an infrastructure Schematic Design vision for the project and surrounding site improvements,assessment of the existing facility and building code requirements, and recommendations to bring existing conditions up to code and MDC standards. North District Wastewater Treatment Plant,Miami-Dade County Water and Sewer Department, FL\Structural upgrades for the pretreatment/sludge transfer facilities rehabilitation project including improvements to the grit removal and pretreatment buildings,and assessment of electrical buildings for capacity and sea level rise. Value Engineering Study for Lakeside Ranch Stormwater Treatment Area,South Florida Water Management District,FL\Value engineering evaluation of the project at the Preliminary Design phase, resulted in savings of over$1.5M. Pump Station Improvement Program,Miami-Dade County Water and Sewer Department,FL Project/QA Manager for design and construction for improvements to and replacement of wastewater pump stations,and associated force mains,to bring the facilities into compliance with the EPA Consent Decree,and within DERM operational parameters. Green Frog and Venetian Substations,Florida Power and Light,FL. Site development designs for these transmission substations in South Florida including new roadways, paving,grading stormwater management and drainage;water and sewer utility connections;and a variety of permits including Miami-Dade County stormwater,access and utility connection permits,and an ERP. CES Consultants•City of Miami Beach RFO 2018-141-ND I 45 ' i i I 1 , r. • t i� „ i��t I 1, 1; q ii 1 .fi r, t } i,i)44 .,'E ',,,, ,,r,.,,,, !,....-$,,,, $.• _ A 1 A nP!! r t ,i'. if I! ":ge FEIEEEEFFEE' •,..,5.„„.,..:„.,.......,- 'i, ' wwene:FFkk FkkEFE��F�n'[wn[w�n�w�n[e[wrt • 1', �� , � F . 1 ( `;�.•,�` z "Nigi ii!li i i a .1 r „ ,"/j ,, • + - .y,,,.. ..teraffin. : . . . ., : • , 1 ,_T it''fii,,.,,:!, • . 1 . v . .. . ,„,-.,._.,„,,,,,„,:i _.,,...„ . 70,1111,111.11,1113111111111,11.111r... t : P'1.f.„Lt!:,'.4 ' . . , • r .s# ' ::., tP* r FF 0-iiiiiior minvi�1/ir,ownrinri►trirtrirtrir-nr 11! ;'_ a 1 r ,, ' / 11 , 1,It 11'1,1%7' it -'�f fav j --nit- 4111/ --nit11 >,ixI, z_ y/ if t1441AN Itf ,9 ...0!...11. 1 i �` :. �1kk�ai l tE,� k • - f1 [4, p,:::.-.._...1,: , , ��� LL. 4 .rrrtrrr.r;,r rAzr it''' .'''' '1,: MO GI . rte„ ' fr` t{ ■. errlk.1*,,,, - -, .. �r L� .= , 16,:g1A ICEi ARCHITECT-ENGINEER QUALIFICATIONS PART I-CONTRACT-SPECIFIC QUALIFICATIONS A. CONTRACT INFORMATION 1 TITLE AND LOCATION(City and State, Professional Architectural and Engineering Services for Capital Renewal and Replacement Projects 2.PUBLIC NOTICE DATE 3.SOLICITATION OR PROJECT NUMBER February 15th,2018 RFQ 2018-141-ND B. ARCHITECT-ENGINEER POINT OF CONTACT 4.NAME AND TITLE Rudy M.Ortiz,PE,CGC •`'� _""' DUNS NUMBER CES Consultants,Inc. 021359208 6 TELEPHONE NUMBER 7.FAX NUMBER 8 E-MAIL ADDRESS 305-827-2220 N/A rortiz@cesconsult.com C. PROPOSED TEAM (CHECK) 5 9.FIRM NAME 10.ADDRESS 11.ROLE IN THIS CONTRACT a fig, �, 14361 Commerce Way, a. • CES Consultants,Inc, Suite 103 Engineering Services ❑CHECK IF BRANCH OFFICE Miami Lakes,Florida 33016 b. ❑CHECK IF BRANCH OFFICE c. ❑CHECK IF BRANCH OFFICE I d. ❑CHECK IF BRANCH OFFICE 0 CHECK IF BRANCH OFFICE f. ❑CHECK IF BRANCH OFFICE U 0 CHECK IF BRANCH OFFICE h. 0 CHECK IF BRANCH OFFICE ❑CHECK IF BRANCH OFFICE L 0 CHECK IF BRANCH OFFICE h. ❑CHECK IF BRANCH OFFICE D.ORGANIZATIONAL CHART OF PROPOSED TEAM ® (Attached) CES Consultants•City of Miami Beach RFQ 2018-141-ND I 46 ORGANIZATIONAL CHART CITY OF MIAMI BEACH 4110QA/OC Rudy M. Ortiz, PE, CGC 4110 PRINCIPAL IN CHARGE Fernando Vazquez, PE PROJECT MANAGER 4110 Nestor Cueto, PE BUILDING CODE COMPLIANCE STRUCTURAL DESIGN STRUCTURAL INSPECTIONS& &PLAN REVIEW Nestor Cueto,PE CONDITION ASSESSMENT David Hoot,PE Ashraf Iqbal,El Nestor Cueto,PE Jafet Torres,PE Erik Alcantara El Luis Miranda,PE Ashraf lqbal,El ELECTRICAL DESIGN Erik Alcantara El Simon Sainsbury,PE CONSTRUCTION MANAGEMENT & INSPECTION COST ESTIMATING CAD Jose Caraballo,PE Jose Caraballo,PE Gustavo Silva,EI Ranthus B.Fouch,PE Mireya Rey Ashraf lqbal El Nada Reinbold CES Consultants•City of Miami Beach RFQ 2018-141-ND I 47 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT 12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE NESTOR CHER PE PROJECT SER a.TOTAL b.WITH CURRENT FIRM 11 <1 CES Consultants Inc,Miami Lakes,FL 17.CURRENT PROFESSIONAL REGISTRATION(State and Discipline) BS.C.E.Civil Engineering Florida Board of Professional Engineers Florida State University Tallahassee,FL IS OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards) 19.RELEVANT PROJECTS IN ;1 TIT t-a,AND LOCATION(City and State) (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Waste Treatment Plant,Oakland,CA 2009 WA n*1D SPED F?C ROLE ❑Check if prclect cerrorrned with current firm • Analyzed and designed concrete structures in a high-level waste nuclear facility to include the effects of revised ground motion spectra using SAP 2000 and MS Excel Visual Basic macros. • Originated and reviewed calculations and drawings for steel and concrete structures including for seismic analysis. • Organized group presentations relating to safety and quality performance values. • Designed several temporary work platforms for use in construction activities while utilizing available materials. • Formulated calculations for the design of embedment plates using ME035 software and MS Excel w/VBA macros. • Participated in a structural project review for the Los Alamos Nat'l.Lab(LANL)and presented findings to the National Nuclear Securities Administration(NNSA). • Designed CMU walls and foundations or the Pueblo Chemical Agent Processing Plant(PCAPP)DOD project. (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Turkey Point Nuclear Power Plant,Homestead,FL 2013 N/A < . ;^oma?,etc)AND SPcCiFI C RC!. ❑Check cccjent performed^with curreri • Manage daily personnel activities and provide technical direction to engineers and designers in order to efficiently complete work with changing priorities. • Delegate responsibilities to members of the team based on abilities and experience. • Communicate project expectations with the Plant Design team to ensure consistent designs are produced in order to maintain dedication to our quality and safety values. • Actively interface with construction,other engineering disciplines and the client in order to produce expected deliverables. • Devise on-the-spot solutions for construction related problems in order to keep the project off critical path schedule. • Review construction work packages to ensure engineering design intent is well sequenced and fully incorporated. • Originated and reviewed calculations and drawings using vendor information,client procedures,specs,and processes for various structures,systems and components. • Developed Engineering Change packages while facilitating clear communication between disciplines regarding client expectations and project scope. • Created demolition and installation drawings for construction and engineering documents by utilizing AutoCAD. a< (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Savannah River Nuclear Solutions,Aiken,SC 2008 WA Brief scone sine,cost,etc.)AND SPECIFIC ROLE ❑Check if project performed with current firm • Performed analyses and design of concrete and steel structures for natural phenomena hazard(NPH)events including seismic and wind activity. • Prepared,coordinated,and reviewed deliverables for the Structural Mechanics Department at the DOE Savannah River Site while ensuring activities were conducted in compliance with company procedures,and current national codes and standards. • Defined structural acceptance criteria and assisted in constructability reviews for a multi-disciplinary,preliminary study for the Global Nuclear Energy Partnership(GNEP)project. • Worked with a team to develop a MathCAD template for anchor bolt analysis and design as a process improvement tool. CES Consultants•City of Miami Beach RFQ 2018-141-ND I 48 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT 12.NAME ':TRACT 14.YEARS EXPERIENCE RUDY M.OATIZ,PE,CGC QA/QC a.TOTAL b.WITH CURRENT FIRM 25 14 15.FIRM NAME AND LOCATION(City and State) CES Consultants_,Inc.,Miami Lakes,FL 16.EDUCATION(Degree and Specialization) [17.CURRENT PROFESSIONAL REGISTRATION(State and Discipline) B.S.,Civil Engineering Professional Engineer:NY,FL,Certified General Contractor(CGC):FL Design Build Project Delivery System,Basic Blueprint&Related Math,Basic Winds Load ASCE 7-05,FL Bldg.Code Advanced 04,FL Statues Ch.489 Section 101- 114,FL Workers Compensation Law,Wind Mitigation Methodology 19.RELEVANT PROJECTS _ See Project_In Section F (2)YEAR COMPLETED SERVICES CONSTRUCTION Of applicable) Miami-Dade County Peak Flow Study Program,Miami Dade County,FL 2009 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc)AND SPECIFIC ROLE ❑Check if project performed with current firm Mr.Ortiz worked on the miscellaneous project management,contract administration,and construction engineering and inspection services for a Miami-Dade County Public Works Department project under a$4 million master consulting contract.Under this master service agreement,CES staff performed a wide range construction management and inspection services (1)TITLE AND LOCATION(City end Siete) See Project_In Section F (2)YEAR COMPLETED PROFESS:' SERVICES CONSTRUCTION ilr appliciade) Infiltration/Ex-filtration/Inflow Program,Miami-Dade County,Florida 2001 (31 BRIEF DESCRIPTION Brief scope.sizecost,etc.)AND SPECIFIC ROLE 0 Check ' 5t performed with current firm Mr.Ortiz,on a$250 million project,was responsible for leading a staff of engineers,construction managers,inspectors,consultants,and other professionals in meeting Miami-Dade Water and Sewer Department's Consent Decree Settlement Agreement requirements on the Infiltration/Ex-filtration/Inflow(IEI)program. One of the largest IEI programs in the United States,it utilized conventional and cutting-edge trenchless technologies to remove over 85 MGD of wastewater flow from the system.Mr.Ortiz's duties also included coordinating all activities for the acquisition of a National Sanitary Sewer Overflow grant to perform demonstration pilot studies,and sharing the Department's experience on the IEI Program with other municipalities across the country. ION I.a; and State) Jeira , t11i.:ctit)a,aa: VPLETED PROFESSIONAL SERVICES CONSTRUCTION Pump Station Improvement Program,Miami Dade County,FL 1997 - .. - .'PECIFIC ROLE - _ Mr.Ortiz worked on the planning,designing,and engineering group of Miami-Dade County's$250 million Pump Station Improvement Program as part of the County's$1 billion Program Management Team,and was responsible for directing the activities of project managers and senior&junior engineers in the planning,designing,and permitting for more than 200 pump stations and force mains.He performed design reviews,prepared construction bid documents, and coordinated with private developers as well as city,county,and state agencies. ,,ae) ___,- In Section F (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION Of applicable) Ft.Lauderdale Waterworks 2011,Ft.Lauderdale,FL 2011 2011 'IEF ter. -'ND SPECIFIC ROLE T1('N" Mr.Ortiz was the Project Principal in this$550 million project.the CES team of professionals provided full time Construction Engineering and Inspection Services infrastructure improvement projects being carried out by construction companies at various locations. See Project_in Section F L (2)YEAR:�OMPLE TED CONSTRUCTION(If applicable) SW 27th Avenue fromUS-1 to Bayshore Drive,Miramar,FL Ongoing Mr.Ortiz was responsible for providing services in monitoring the construction activities throughout the southern half of the City of Miramar.The project consists of the installation of all the water,sewer,and drainage,as well as the expansion of a lift station and over 5 miles of roadway resurfacing.Mr.Ortiz certified all improvements being constructed under this contract. CES Consultants •City of Miami Beach RFQ 2018-141-ND I 49 •E.RESUMES OF KEll PERSONNEL PROPOSED FOR THIS CONTRACT 12.NAME 14.YEARS EXPERIENCE FERNANDO A.VAZOUEZ.PE PRINCIPAL IN CHARGE a TOTAL b.WITH CURRENT FIRM _ 30 2 15.FIRM NAME AND LOG', CES Consultants Inc.,Miami Lakes,FL 16.EDUCATION(Degree and Specialization) 17,CURRENT PROFESSIONAL REGISTRATION(State and Discipline) B.S.Ocean Engineering FL Professional Engineer ,CNAL QUALIFICATIONS(Publications,Organizations,Training,Awards) ASCE; FES;ICWA; 19 R.1 PLANT PROJE (2)YEAR COMPLETED PRC uONAL SERVICES CONSTRUCTION(If applicable) City of Miami Beach Capital Improvements Program,City of Miami Beach,FL 2011-2013 2011-2013 11 BRIEF DESCRIPTION(Beef scone.size,cost etc.)AND SPECIFIC 'rformed with c Department Director in charge of Citywide CIP Program Implementation Water,Wastewater,Stormwater,and Neighborhood Improvements Implemented advanced Program Management System to track all projects from initiation to closure so as to drive efficiency and measure productivity,ongoing construction process improvement,maintain updated files and records,track financial performance,and drive accountability while mitigating risk for CIP and Consent Related Infrastructure.Generated"cradle to grave"construction analysis process that included constructability and bid ability reviews at defined milestones of planning and design,aimed at establishing proper"benchmarks"prior to bidding..Implemented comprehensive informational tools to keep all stakeholders engaged in all phases of construction projects.Built and established key relationships with regional and local stakeholders as a means to centralize consensus during all phases of project development and implementation.Size:City of Miami Beach CIP.Cost:$1.5 Billion (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTON City of Miami Beach City Engineer,City of Miami Beach,FL 2005-2013 2005-2013 3)BRIEF DESCRIPTION(Brief scope,size,cost,etc)AND SPECIFIC ROLE El Check ,rformed with cur- Owners Representative for citywide infrastructure projects including compliance with City's Consent Decree Program,which included the direction of the design of a 25MGD Regional Raw Sewage Pump station discharging into the 54"Government Cut Force Main to Virginia Key,improvements to various sewage pump stations throughout the City to reduce peak flow conditions,assessment of over 8 miles of raw sewage force main,criticality assessment of over 2 miles of 54" PCCP force main conveying over 24 MGD of raw sewage,sewer and storm water pump station improvements,and implementation of a citywide inflow and infiltration reduction program.Responsible for updating Citywide Water and Sewer distribution model to meet adequate infrastructure requirements for future population demands driven by economic growth.Size:Citywide Programs.Cost:$1.5 Bilion r ft)TITLE AND I-OCATION(city and ON(I£applicable: Brickell Sewer Interceptors Micro Tunneling Project,City of Miami FL 2013-2015 N/A (3)BRIEF DESCRIPTION(Beef scope sizecost.etc.)AND SPECIFIC ROLE 'formed with cu m Engineering Project Manager for fast-track Design Built Project to increase sewer capacity in highly congested downtown Miami.Oversaw the successful design of approximately 5,000 ft.of 48"gravity sewer constructed by micro tunneling(MTBM)methods.Design of secant pile shaft 33 feet deep,and four CMP (corrugated metal pipe)shafts ranging from 21 to 34-ft in depth.Project also included the design and construction of two large sewer diversion structures and connection to future Pump Station No.3. FDOT for scheduled milling and resurfacing work.Driveway harmonization to improve positive drainage along adjacent properties.(MTBM)methods in downtown Miami.Size:5000 If/48"Micro tunnel.Cost:$13,713,360.00 )YEAR COMPLETED "ROFFF9ICNAL FRVI!`f.^ I t^,ONCTRIJCTif`N Massachusetts Water Resource Authority-Metrowest Tunnel Project 1995-1998 N/A __SC:R'PTtCh Trost,etc.)A,N Project Manager responsible for coordination with all disciplines(Tunneling,Structural,Mechanical and Electrical,and Environmental).Project Manager responsible for the multidiscipline coordination(Tunneling,Civil,Structural Mechanical,Operations,Environmental,etc.)of the design of the Metrowest Water Supply Tunnel(MWWST)Project,a 14 ft.diameter tunnel aqueduct extending for about 17.6 miles at approximately 200 to 500 ft.below the communities of Southborough,Marlborough,Framingham,Wayland and Weston,conveying approximately 500 MGD. MWWST was designed to improve water transmission reliability and redundancy to Metropolitan Boston.In addition to meeting the fundamental hydraulic requirements of operation,such as flow capacities and operating hydraulic characteristics,additional important 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..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.Size:500 MGD.Cost:$700m CES Consultants•City of Miami Beach RFQ 2018-141-ND I 50 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT 12.NAME 13 F 14.YEARS EXPERIENCE DAVID A.HOOT,PE BUILDING CODE COMPLIANCE AND PLAN REVIEW a.TOTAL b.WITH CURRENT FIRM 42 <1 15.FIRM NAME AND LOCATION(City and Stat;'`' CES Consultants,Inc.;Pembroke Pines,FL 16.EDUCATION(Degree and Spedalizatior i 17.CURRENT PROFESSIONAL REGISTRATION(State and Discipline) B.S.Civil Engineering-Environmental Engineering&Water Resources; Florida: PE#35970;Civil Engineering Michigan Technological University,1976 Georgia: PE#13518;Civil Engineering NS(Publications,Organizations,Traht 19.RELEVANT PROJECTS (2)YEAR COMPLETED Miami-Dade WASD;Infiltration/Exfiltration/Inflow Program Management Services;Miami- PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Dade County,Florida 1995-99 2004 (a, of scope. "-- cnst, -. Program Oversight/Project Manager: Acted as a Project Manager and Technical Support Manager for key program management objectives and components required to meet or exceed the FDEP Settlement Agreement and US EPA 1St&2nd Consent Decrees related to the reduction in extraneous flows to the wastewater collection and treatment system throughout the entire county. Evaluation of the sanitary sewer system consisted of approximately 2500 miles of gravity sewer pipeline, 56,000 manholes,and 750+ pump stations; with program management services/tasks which included consultant/contractor oversight,issuing work orders for inspection,review of closed circuit television tapes of piping/manholes,detecting leaks, determining,recommending and scheduling of cost-effective or appropriate repairs,and providing construction management for repairs and pipe system rehabilitation. 11NO LOCATION(City and State) (2)YEAR COMPLETED PROFESS,ONAI SER'PCES I CONSTRUCTION(If aeclin±(e' SFWMD;C-11 Impoundment;Broward County,Florida 2007 N/A (3)BRIEF DESCRIPTION(Brict scope,_.ize,acct,etc., ❑ Program Manager/Technical Advisor:The C-11 Impoundment project is an above-ground impoundment,located in Broward County.The Project had a planned total storage capacity of more than 194 million gallons at a maximum storage depth of approximately 4 feet.The purpose of the project will be to reduce the seepage from Water Conservation Area 3,divert water away from the S-9 pump station,stabilize the saltwater/freshwater interface to the east,improve hydroperiod and water quality within the water conservation areas and provide some measure of flood protection. PROFESSIONAL SERVICES CONSTRUCTION(tf appticabte) Hillsborough County Public Utilities;Dale Mabry Recovered Water System,Tampa,FL 2002 N/A with cusp Project Manager: Managed the project team and performed as client liaison for the design, plan and specification preparation, and construction administration for the interconnection of three separate reclaimed water pumping and storage facilities. Project consisted of 7.4 miles of 12 to 30-inch reclaimed water force main along major highways,two pump stations and a booster pump station,and two 500,000 gallon steel water storage tanks. d State) (2)YEAR COMPLETED Miami-Dade County Aviation Dept.;Water Distribution System Modeling and Evaluation; PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami International Airport(MIA),Miami,Florida 1997 N/A post,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm Program/Project Manager:PM for DCAD's water distribution system master plan,hydraulic analysis/modeling,and system and operational improvements for MIA.Developed new distribution system maps utilizing historic data and GIS surveying,valve and hydrant exercising/maintenance procedures,an interactive hydraulic model to analyze existing and future MIA expansion,and created pressure and flow contour maps for system operations. Performed onsite inspections and flow testing of hydrants and equipment. f, , "=A,'O LOCATION(Ca), v ;dta (2)YEAR COMPLET — PROFESSIONAL SERVICES CONSTRUCTION Of applicable) Gwlnnett County Utilities;Yellow River Interceptor Sewer;Gwinnett County,Georgia 1984-85 1985-86 (3)BRIEF DESCRir vry i e ;-cpua� Project Manager/Design Manager:Managed and lead a team of surveyors,engineers,and contractors for the design,permitting,plans and specification preparation, and construction of a 14-mile, $8 million large diameter (18"-60") interceptor sanitary sewer in a watershed that was under a building/development moratorium and restrictive wastewater treatment system parameters. The project was accomplished within extreme time constraints utilizing design-build and various trenchless technologies in environmentally sensitive urban areas CES Consultants .City of Miami Beach RFQ 2018-141-ND I Si E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT 12.NAME THIS Cr 14.YEARS EXPERIENCE JAFET TORRES RIVERA,PE BUILDING CODE COMPLIANCE AND PLAN REVIEW a.TOTAL b WITH CURRENT FIRM 13 <1 15.FIRM NAME AND LOCATION(City and State) CES Consultants,Inc,Pembroke Pines,Florida 16.EDUCATION(Degree and Specialization ( 17.CURRENT PROFESSIONAL REGISTRATION(State and Discipline) Bachelor of Science in Civil Engineering(BSCE) Florida Professional Engineer(PE)80247;Puerto Rico PE 21163 3.OTHER 0Rti •, nONS(PUDE; 10&30 Hours OSHA's Training—Occupational Safety and Health;Collage of Engineers and Land Surveyors of Puerto Rico(CIAPR); (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED PROFESSIONAL ''7ES CONSTRUCTION(If applicable) Miami-Dade County Water and Sewer Department Pump Station Improvement Program,FL 2017-Present N/A (31 BRIEF DESCRIPTION(Brief scone.size.cost eta)AND SPECIFIC ROI..F t.+Ch ,med with curt, Project Engineer. Assessment of existing sanitary sewer pump stations and engineering design(civil and mechanical)of pump station replacements. Preparation of construction cost estimates and technical specifications.Cost:$TBD (2)YEAR COMPLETE_ PROFESSIONAL SERVICES CONSTRUCTION(If applicable) New York Rising Community Reconstruction Program,NY 2015-2017 N/A r current firm Consultant. Performing independent cost estimates,and cost reasonableness reviews on design proposals.Cost:$2,000,000,000.00 . (1)T PEci- Puerto Rico Aqueduct and Sewer Authority Optimization and Water Loss Recovery Program,PR 2011-2015 N/A (3)BRIEF DESCRIPTION(Brief scone size cost,etc.)AND SPECIFIC ROLE Hydraulic Manager. Assessment and modeling of water transmission and distribution systems in order to reduce water losses and energy losses in the North Region of Puerto Rico,including 20 cities. Drinking water quality analysis and modeling to reduce water age and formation of disinfection by-products(DBP's), to conform EPA's rules and regulations. (1)7tT1 E AND LOCATION(City nod.Stete) 2)YEAR "ES CONSTl: Municipality of Caguas and Municipality of Humacao,PR—Various Projects 2009-2011 2009-2011 (3)BRIEF DESCRIPTION(Brief scone.size,cost,etc.)AND SPECIFIC ROLE ❑Cl; -rimed with cure Construction Administrator. Construction supervision on various construction projects,including new buildings,bridges,wastewater sewer systems and street improvements. Review of shop drawings and submittals,answer RFI's,evaluate and recommend construction change orders and applications for payment, attend meetings,procure permits Cost:Range from$280k to$3.9M PROs- ES CONSTE. Puerto Rico Housing Department,PR 2008-2009 2008-2009 (31 FP'EF CEFCRtr+TiON'grief secpe ;ize cost,etc-)AND SPECIFIC ROLE armed Specific Role.Project(Construction)Director. Serve as construction manager for various housing rehabilitation projects. III (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED PROF,' ONAL SERVICES CONSTRUCTION Of applicable) Puerto Rico Infrastructure Financing Authority,PR 2005-2008 2005-2008 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE '`rrmed with current firm Construction Inspector. Construction inspection on improvements(civil,mechanical and electrical)to the Supreme Court of Puerto Rico,and during construction of a 2 MGD tertiary waste water treatment plant in Utuado,PR. Generate documentation as RFI's,meeting minutes,change order and change directives,and review contractor's applications for payment for approval (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Puerto Rico Infrastructure Financing Authority,PR—Several Water Infrastructure Projects 2004-2005 2004-2005 (3)BRIEF DESCRIPTION(Beef scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm CES Consultants•City of Miami Beach RFQ 2018-141-ND I 52 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT 12.NAME 14.YEARS EXPERIENCE ASHRAF IQBAL,El STRUCTURAL DESIGN a.TOTAL b.WITH CURRENT FIRM 12 2 15,FIRM NAME AND LOCATION(City and Stat' CES Consultants Inc., Miami Lakes,FL 18 EDUCATION(Degree and Specialization) )PESSIONAL REGISTRATION(State and Discipline) M.S.,Civil Engineering El.,Florida 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training.Awards) N/A 19.RELEVANT PROJECTS 19[771-7-1 AND LOCATION(City and State) (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(If applicable) City of Miramar,Historic Miramar Re-Development,Miramar,Florida 2017 2017 Responsible for managing the construction activities of project which entails the installation of water main,in line valves,fire hydrants and water services for the residents in the city of Miramar.Responsible for reviewing and approving contractors shop drawing,method of statement and material submittal.Attending project progress meeting with the client and contractor.Reviewing contractor's payment certificate as per the bill of quantities. ry and Stare) tom, :EAR COMP_. PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Broward County Parks,Broward County,Florida - --- - _ 2017 - -- -- -- 2017 (3' st,e 'ECIFIC ROLE nt firm Responsible for a condition assessment and code compliance review for an elevated wood deck and associated wood walkway/ramp.Structural engineering services included site visit to observe the existing condition of the deck and walkway/ramp,evaluate for code compliance,identify noncompliant code issues, recommend modifications required for noncompliant issues,and prepare documentation necessary for permitting. ;ar.... ,,,CATION(City and State) t2! r EAR C�hl�Lo(ED Pnnp—,q' I'L SERVICES (tf applicable) Broward County Schools,Broward County,Florida 2016 2016 Responsible for conducting a visual non-intrusive site inspection,Structural Assessment Report,development of a computer-based structural model for analysis of existing roof capacity,and review of roof safety concerns for areas adjacent to Air-conditioning Rooftop Units 1-5 for replacement with new units. In (1)TrrLE AND LOCATION(City and State) 2)YEAR COMPLETED PROFESS, ZRVICES CONSTRUCTION It app.,3Ne) Saudi Industrial Property Authority,Saudi Arabia. 2015 2016 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if;. ;performed with current firm As an Assistant Resident Engineer,managed supervise the project to be constructed in accordance with the drawings,specification and design.These Industrial city buildings comprise of steel portal frames structures,fire stations,and administration buildings.Responsible for reviewing and approving contractors shop drawings,method of statements,material submittals and design calculations.Also responsible for responding to the RFI'S and&site quarries(structural and architectural). (1)TITLE AND LUC,A t!ON(t)rty and State) (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Ministry of Education,Saudi Arabia 2014 2015 3CRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm Responsible for overall supervision of 5 schools and multipurpose buildings.Responsibilities include timely inspections of structural and architectural work done by the contractor,coordinating with the project core team for the processing of the shop drawings,monitoring overall progress of the sites,issuing NCR and site instructions to the contractor,quantity surveying for structural and architectural work and client liaisons. (i f TITLE AND LOCATION(City and State) (2)YEAR COMPLETED po�;F I 'ONnt.SER'/'.CES I CONSTRUCTION(If applicable) South Florida Water Management District,Miami,Florida 2011 (3 :it,etc.)A:, Responsible for conducting structural inspections on the design of fall protection systems on a project to ascertain the structural integrity and OSHA Life Safety conditions at 68 South Florida Water Management District water control structures in Homestead,Okeechobee,and Fort Lauderdale.Design included fall hazard identification,fall protection recommendations,and the structural adequacy of supports used in fall protection design as per OSHA,ANSI,and District guidelines. CES Consultants •City of Miami Beach RFQ 2018-141-ND I 53 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT 12.NAME :TRACT 14.YEARS EXPERIENCE STRUCTURAL DESIGN a.TOTAL b.WITH CURRENT FIRM ERIK M.ALCANTARA,El 3 2 ON(City ar• CES Consultants,Inc.,Miami Lakes,FL to ECI CACON(Degree and Specialization) _I DSt: REGISTRA KIIt-+ -and Discip�l Florida Registered Engineer Intern, FDOT Intermediate Work Zone Traffic Bachelor of Science,Civil Engineering,Instituto Tecnologico de Santo Domingo Control Certification,FDEP Qualified Stormwater Management Inspector, FDOT CTQP,Asphalt Paving Technician Level 1,FDOT CTQP,QC Manager Autodesk AutoCAD Civil 3D -iER PROFESSIONAL QUALIFICATIONS(Publications.Organizations,Training,Awards Mr.Alcantara serves as the Communications Committee Chair and webmaster for the American Society of Civil Engineers Miami-Dade Branch.He has been an active ASCE member since 2015,serving the Miami-Dade and Broward branches.Additionally,he has served in multiple events and committees,such as the Engineering Encounters Bridge Design Competition and Field Day. 19.RELEVANT PROJECT. (1)YITLE P L 1 t;a„, .ia[ (2)YEAR COMPLETED MG3 Developer Group,LLC,Happy Hollow Charter School,Unincorporated Palm Beach County 2015-2016 N/A \NC,.'PE Specific Role.Staff engineer for the design of 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.Size:22-acre parcel Cost:$38M r1�TBILE AND LOCATION(City and Stag• )2)YEAR COMPLETED FRnnr "n4L YFPVICES .CONS ^,1,P f 1,cat,MG3 Developer Group,LLC,Oakmonte Village of Davie,Davie,Florida 2015-2016 2016 (3)BP... . •i.:�-1_.r Specific Role.Construction management and engineering inspections for a Senior Care Facility with 199 units,located on an 9.0-acre parcel on Stirling Road.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.Mr.Alcantara performed the following engineering inspections for this project:water main pressure testing,sanitary sewer lamping,Florida Limerock Bearing Ratio(LBR)testing,roadway certification,and NPDES Stormwater Pollution Prevention Plan.Size:9-acre parcel Cost: $32M (2)YEAR COMPLETE., Miami-Dade County WASD,Pump Station Improvement Program(PSIP),Miami-Dade County, PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Florida 2016-2017 2016-2017 c7d PD I 7 Ohs e�rrned n Specific Role.As a project engineer,Mr.Alcantara has assisted with the engineering analysis and design services for the inspection,rehabilitation,and design of multiple pump stations for the Miami-Dade County Water and Sewer Department.The Pump Station Improvement Program(PSIP)consists of inspection,design, rehabilitation,and construction of various wastewater pump stations and force mains within Miami-Dade County.The program provides county-wide sanitary and environmental improvements.The pump station projects include PS 0449,PS 0609,PS 0147,PS 0331,PS 0440,and PS 0081.Size:TBD Cost:$1.5M (2)YEAR COMPLETED Miami-Dade County WASD,Ocean Outfall Legislation Program,Task Authorization#29,Miami- "'" ,I sFRVICES CONSTRI r"lf,"I ipp,icab,e) Dade County,Florida 2016-2017 2016-2017 t:9f sen Specific Role.As a project engineer,Mr.Alcantara is developing a Conceptual Design Report for the projects in the North District transmission and pumping system that are necessary to meet the requirements of the Ocean Outfall Legislation(OOL)Compliance Plan.This CDR includes approximately 21,000 LF of 48- inch diameter force main and approximately 1,500 LF of 36-inch diameter force main.Tasks completed include Data Review and Pipeline Project Analysis. Size:22,500 LF of sanitary sewer force mains Cost:$250,000 (1)TITt F ANC)I OC•AT,ON(City end StSt91 (2)YEAR COMPLETED ii PROFESSIONAL SERVICES l CONSTRUCTION(If applicable) Lauderdale Lakes,Florida i I Specific Role. Project engineer for the construction management services associated with Pump Station 450 Improvements,specifically to provide field observation services and specialty inspections on behalf of the Broward County Building Department.This project includes the installation of line stops,tapping valve/sleeves,temporary bypass pumping system,primary pumps system,jockey pumps system,seal water system,hoisting systems,electrical room motor control center,variable frequency drives,control system,air conditioning and ventilation system,store front door,roll-up door,demolition,and telemetry system. The work includes all associated,site,building,structural,pumping mechanical,building mechanical,electrical and control systems complete,tested,and ready for operation.Size:TBD.Cost:$250,000 CES Consultants•City of Miami Beach RFQ 2018-141-ND I 54 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT 12 NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE LUIS A.CRUZ MIRANDA,PE STRUCTURAL INSPECTIONS AND COMMON ASSESTIIENT a.TOTAL b.WITH CURRENT FIRM 21 <1 year 15.FIRM NAME AND LOCATION(City and State) CES Consultants Inc,Pembroke Pines,FL 16 EDUCATION(Degree and Specialization) 17 CURRENT PROFESSIONAL REGISTRATION(State and Discipline) Master of Science in Civil Engineer(Hydrology and Hydraulic) State of Florida-69995(PE)/Puerto Rico 15820(PE) 18 OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards) 19.RELEVANT PROJECTS (10)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Puerto Rico Aqueduct and Sewer Authority(PRASA)-Water Distribution System Optimization. 2007-2017 WA CI Check if project perfom,ed with current firm As Water Resources Engineer&Project Manager,Mr.Cruz was in charge of updating PRASA's infrastructure maps,as well as building a hydraulic model based on existing condition,calibration of models and recommendation of alternatives to optimize the studied area.He was responsible for the pump station energy consumption reduction by adjustment of pressure sustaining valve to carry the pump to the maximum operational efficient and the installation of timers to limit the daily operational time.Mr.Cruz performed a mechanical,hydraulic&electrical evaluation of visited pump station,and was also responsible for the scheduling,deliveries and supervision of the project development,weekly meetings and the coordination with the Client. (5)YEAR COMPLETED Puerto Rico Aqueduct and Sewer Authority(PRASA)-Puerto Rico Water Capital Improvement PROFESSIONAL SERVICES CONSTRUCTION Of applicable) Program. 2007-2012 WA (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm Water Resources Engineer for East Region Program for the Puerto Rico Aqueducts and Sewer Authority's Capital Improvement Program.Efforts included the planning and development of the Capital Improvement Plan for the region,conceptual designs,design management,environmental permitting,land acquisition,construction management,and facility start-up services,among others.The Program identified over 140 projects for the region,including two reservoirs. (1)TITLE AND LOCATION(City and State) (5)YEAR COMPLETED Puerto Rico Infrastructure Financing Authority(PRIFA) and Puerto Rico Aqueduct and Sewer PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Authority(PRASA)-PRIFA Northwest Regional Aqueduct&Distribution System&PRASA's North 2003-2008 WA &West Regions Programs (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm Puerto Rico Northwest Water Projects, Puerto Rico Infrastructure Financing Authority(PRIFA)-Worked on various projects for PRIFA Northwest Regional Aqueduct&Distribution System&PRASA's North&West Regions Programs,including: • Improvement to Isabela Water Distribution System • Two New Water Filtration Plants at Isabela(5.0 mgd)and Culebrinas(5.1 mgd) • New WWTP at Utuado • New Sanitary Sewer Systems at Camuy and Aguada Municipalities Mr. Cruz was the Project Manager for design and construction phases, in charge of supervising structures and places, site surveying, structural, foundation,earth work cut&fill,piping,plumb sanitary&potable lines and other activities.He prepared proposals for bids,scheduling,and supervision project development,certifications for payments, change orders and weekly meetings. Mr. Cruz also handled the coordination with Government agencies. - -- (1)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Puerto Rico Aqueduct and Sewer Authority(PRASA)-Valenciano Reservoir. 2003-2008 N/A 0 Check if project performed with current firm The project comprised the construction of a new dam and reservoir along the Rio Valenciano,which would inundate approximately 554 acres.The Valenciano reservoir would have a drainage area of approximately 14.5 miles2;its maximum storage volume available would be approximately 20,000 acre-feet and yield an average of 14.4 mgd,with a maximum yield of 21.6 mgd.As Water Resources Engineer,Mr.Cruz was in charge of the hydrologic- hydraulic study to estimate the impact of the new reservoir in two existing bridges and one proposed bridge upstream the proposed dam. CES Consultants•City of Miami Beach RFQ 2018-141-ND I 55 • E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT 12.NAME ='`T 14.YEARS EXPERIENCE a.TOTAL b.WITH CURRENT FIRM SIMON SAINSBURY,PE ELECTRICAL.DESIGN 30 3 15.FIRM NAME AND LOCATION(City and Shite? CES Consultants,West Palm Beach,Florida _ 16.EDUCATION(Degree and Special 17.CURRENT PROFESSIONAL REGISTRATION(State and Discipline) B.S.,Electrical Engineering,Florida Institute of Technology Professional Engineer Florida, Electrical 3 OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards 19.RELEVANT PROJECTS 'CATION(City an i S', (2)YEAR COMPLETED South Florida Water Management District-Pump Station Tower Grounding Modifications PRaFEssioNAl IFPVICES CONSTRUCTION(It applicable) 2016-Present i AND SPECIFIC BELE Engineer of Record Senior electrical engineer responsible for design of microwave tower grounding systems to protect personnel and equipment in accordance with current TIA/ANSI/EIA grounding standards at Pump Stations G-310,G-335,G-370 and G-372. o)TITLE AND LOCATION(a. "iil); ,;!J -A4:�K "CCI i!I+ppt tlU-e; Lincoln Road Pump Station,West Avenue,City of Miami Beach,Florida 2017 (3)BRIEF DESCRIPTION(Brief scope,sire,cost,etc)AND SPECIFIC ROLE 0 Check if project performed with current firm Engineer of Record Senior electrical engineer responsible for design of Lincoln Road Strom Water Pump Station with three 20,000 GPM pumps,VFDs,Control Panel,RTU/Telemetry and associated electrical equipment -- (2) PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Everglades Restoration and Capital Project,West Palm Beach,Florida 2010 X �NDin c Engineer of Record Senior electrical engineer responsible for design of STA-1E Pump Station communication equipment improvements to the tower,building electrical and communication system grounding and bonding at Pump Stations S-319,S-361 and S-362 AND LOCATION(City and State) (2)YEAR COMPLETED PROFrcc oNM SEANCES CONSTRUCTION(If applicable) Three(3)Pump Ground Storage Tanks,City Water Plant Booster Station,Panama City,Florida 2006 X r ROLE As Senior Engineer,Mr.Sainsbury duties included:PLC Control with HMI and SCADA,On/Off and Speed Control(PID)for three water pumps to maintain city main water pressure using an above ground water storage tank,UL508 Control panel,generator backup,RTU,Ladder logic PLC code,Field debug/startup. • CES Consultants•City of Miami Beach RFQ 2018-141-ND I56 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT 12.NAME 14.YEARS EXPERIENCE a.TOTAL b.WITH CURRENT FIRM JOSE CARABALLO,PE CONSTRUCTION MANAGEMENT AND INSPECTION 15 13 15.FIRM NAME AND LOCATION(City and State) CES Consultants,Inc.,Miami Lakes,FL 16 EDUCATION(Degree and Specialization) 17 CURRENT PROFESSIONAL REGISTRATION(State and Discipline) BS.,Environmental Engineering Professional Engineer:FL ons,Training,Awards) Certifications:CTQP Certification:Asphalt Paving Technician-Level 1 ).RELEVANT PROJECTS El (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED PRO 'ERVICES CONSTRUCTION(If applicable) NW 12th Avenue Force Main Replacement,City of North Miami FL Ongoing 3?BRIEF DESCRIPTION(Brief sconesize-cost etc.)AND SPECIFIC ROLE I—!Ci ,rmed with current firm Design Manager for design,permitting,and construction of 10,500 feet of 12/10-inch replacement force main in NW 12th Avenue extending from NW 95th Street to NW 125th Street.The project,located in Miami-Dade County and within the City,replaces aging asbestos-cement and cast iron force mains with corrosion resistant PVC pipe.A number of private force main connections require relocation and re-connection to the new force main as well as planning for uninterrupted service during construction.Size:TBD.Cost:$TBD (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(If applicable) E06-WASD-09;Task Order No.6:Design of 6,400 LF of Force Main Design,Miami Dade County 2014 (3)BRIEF DESCRIPTION(Brief scope,size.cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm Design of approximately 6,400 L.F.of 4-inch,6-inch,8-inch and 12-inch DIP force main.The project consisted of replacing several segments of AC force main to DIP force main.This project required a Class III permit from the Miami-Dade County Department of Environmental Resources Management,due to a required canal crossing.Size:TBD.Cost:$TBD (1)TITLE AND LOCATION(City and State) ,2)YEAR COMP- F't2� RVICES CONS kuU I K N 5 appncaea; Pump Station Improvement Program(PSIP) Ongoing (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE , 0 C1 performed with current firm Development of the drainage,yard piping,and utility relocation for a new water reclamation facility.Key elements for this project were the updating the inadequate drainage system and yard piping for over 3,500 LF of 12-inch DI and PVC reclaimed water main.Additionally,this project had a large amount of utility relocation to accommodate the new piping.Size:TBD.Cost:$TBD (11 TITLE arm i°CATION(City end Statsl (2)YEAR COMPLETED II PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Doral 48-inch Force Main Improvements Project i 2010 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC POLE performed with current Arm Design Manager for the design of 48-inch diameter PCCP pipeline improvements to increase wastewater transmission capacity within the Doral basin of the County's wastewater collection and transmission system.The project,located in NW 54th Street,includes approximately 4200 feet of pipe,a jack-and-bore segment under a major highway,is located within a high-density traffic roadway,and intersects numerous utilitiesSize:TBD.Cost$TBD TIT1 F?Ain nr;ATiO l Cih sn t=' {2)YEAR COMPLETED PROP NAL SERVICES CONSTRUCTION(If applicable) CDWWTP Water Reclamation Facility,Miami-Dade County,Florida Ongoing X31 SRIFt= 1Rriaf c --.51 )tc.)AND SPECIFIC RO}IF Tired with current firm Development of the drainage,yard piping,and utility relocation for a new water reclamation facility.Key elements for this project were the updating the inadequate drainage system and yard piping for over 3,500 LF of 12-inch DI and PVC reclaimed water main.Additionally,this project had a large amount of utility relocation to accommodate the new piping. Size: TBD.Cost:$TBD CES Consultants•City of Miami Beach RFQ 2018-141-ND I 57 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT 12.NAME 14.YEARS EXPERIENCE MISTAVO A.SILVA,El CONSTRUCTION MANAGEMENT AND INSPECTION a.TOTAL b.WITH CURRENT FIRM 4 2 \iD CES Consultants,Inc,Miami,Lakes,FL 16.EDUCATION(Degree and Specialization} 'I Dc; Florida Registered Engineer Intern, FDOT Temporary Traffic Control Bachelor of Science,Civil Engineering,Florida International University Intermediate Certification,FDOT CTQP,Earthwork Technician Level 1,FDOT CTQP,QC Manager,Autodesk AutoCAD Civil 3D 18 OTHER- aUALIFICA _ -;aerr, Mr.Silva serves as a member of the American Society of Civil Engineers Miami-Dade Branch.He has been an active ASCE member since 2014,serving the Miami- Dade Branch.Additionally,he has served in multiple events,such as the ASCE Steel Bridge Competition(Captain)and Field Day. ----l— 19.RELEVANT PROJECTS (1)TITLE AND LOCATION(City r See Project in Section F (2)YEAR COMPLETED P" :RVICES CONSTRI - -li hk E13-WASD-03 Pump Station Improvement Program(PSIP),Miami-Dade County WASD 2014-2016 Ongoing (11 BRIEF DESCRIPTION(Beef scope,size,cost etc-)AND SPECIFIC ROLE Chc As a project engineer,Mr.Silva is providing engineering analysis and design for the rehabilitation and replacement of multiple pump stations for the PSIP(Consent Decree Program).The project is consisting 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 0440,PS 0336,PS-1026,PS-1065 and PS 0609.Size:Varies Cost:$1.5M See Project_in Section F ' (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Sanitary Sewer Evaluation Survey(SSES),Miami-Dade County Public School(MDCPS) 2014-2015 2015-2016 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIE _E 0 Check if project performed with currer 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.Size:Varies Cost:$500,00 .ti.CATION .,,y aee,-,:;,te) aee i'ttijett PROFE T)N,C SERVICES CONSTRUCTION Qf applicable) S.R.907/Alton Road-43rd Street to Bascule Bridge No.870613,Miami Beach,Florida 2014-2015 2017 JESCF le,size.cost,e+ -"EClFIL+*.'.��c -_.-.. firm Project manager/geotechnical engineer, material testing 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. Size:2.6 Miles Cost:$12M . i L 33 j (2)YEAR COMPLETED Miami-Dade County WASD,Ocean Outfall Legislation Program,Task Authorization#29,Miami- PROFESSIONAI SFR''ICES CONSTRUC'CN St�tmflcable) Dade County,Florida 2015-2016 N./A (3)BRIL `%,E.51:C.4 C F. As a project engineer,Mr.Silva analysis the pumping station on the North District Water Treatment Plant to determine the capacity of the existing pumps.This project is to eliminate the existing Ocean Outfall from the treatment plant.Tasks completed include Data Review and Pipeline Project Analysis. Size:1,500 LF of sanitary sewer force mains Cost:$300,000 0),t iL,E AND LOCATION tGay aced atd2d, :;ee Project_in Section F EAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(If applicable) South Florida Water Management District Culvert Inspections,Miami-Dade County,Broward 2016-2017 2017 County and Okeechobee County. ,,;pe.size. ,PECIFIC ROLE As a Project Engineer,Mr.Silva supports the South Florida Water Management District(SFWMD)to inspect the removal and/or replacement of multiple aging culvert in the South Florida area.In addition,Mr.Silva assisted in construction service and support with multiple crew within the South Florida Area(Miami-Dade, Broward and Okeechobee). Size:Varies.Cost:$2.OM CES Consultants•City of Miami Beach RFQ 2018-141-ND 58 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT 12 NAME 14.YEARS EXPERIENCE NADA J.REINBOLD CONSTRUCTION MANAGEMENT AND INSPECTION a.TOTAL b.WITH CURRENT FIRM 10 3 15.FIRM NAME AND LOCATION(City and State) CES Consultants,Inc.,Pembroke Pines,Florida 16.EDUCATION(Degree and Specialization) 17.CURRENT PROFESSIONAL REGISTRATION(State and Discipline) Bachelor of Science Civil Engineer,Master of Science in Project Management E.I.,North Carolina 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations.Training,Awards) 14 RELEVANT PROJECTS al (1)TITLE AND LOCATION(City end State) (2)YEAR COMPLETED PROFESSV" SERVICES CONSTRUCTION,if appacane, Ocean Outfall Legislation Program(00L),Miami-Dade County,FL 2017 N/A (31 BRIEF DESCRIPTION(Brief scone.size.cost,etc.)AND SPECIFIC ROLE ®Check performed with current firm Civil Designer.Assisted OOL program manager developing a conceptual design plan for the Returned Activated Sludge Pump Stations for Plant 1 and Plant 2 WASD Central District WWTP conceptual design report,upgrading 31 vertical inline pumps and construction of additional 10 new vertical inline pumps and infrastructure supporting the system. r11 TIT, AND I fCATION(r`ity and Siete) (2)YEAR COMPLETED Miami-Dade Water and Sewer Department,Pump Station Improvement Program,Miami- PR- `ERVICES CONSTRUCTION(If applicable/ Dade County,FL 2015-2016 "`i'Briof,-nse.size rest Or,1 AND SPEDIFIC Rnl F E Check if project performed with current firm Project Designer.Developing and setting the design criteria to upgrade Pump Station 0081,meet USEPA Consent Decree Criteria and to obtain a Miami Dade PER permit for the project. The upgrade that will bring project into compliance with the peak flow and Consent Decree regulations,consisting of new 20 HP Submersible Pumps in a new 6-foot wet well. !2)YEAR COMPLETED PROFESS,, ''CES CONST raphcamel South Florida Water Management District,A-1 FEB.Palm Beach County,FL 2014-2015 2014-2015 C7 CI donned Engineer During Construction. Reviewed submittals,request for Information and provided recommendations to the EOR concerning acceptability,worked closely with the SFWMD Construction Management Services and the Contractor to ensure the expedition of the construction of the project.Performed daily field observation,and provided construction oversight,report finding of nonconformance to Project Manager.The Everglades Agricultural Area A-1 Flow Equalization Basin(EAA A-1 FEB)is a$60M construction project,60,000 acre-ft Flow Equalization Basin heavy civil construction projects,including 20 miles of earthen levee and 14 water control structures. _ .5 AND LOCATION i (2)YEAR COMPLETED Charlotte-Mecklenburg Capital Improvement Projects If 'r°VICES CONSTRUCTION(If applicabe) Mecklenburg County,NC 2007-2009 2009-2010 iPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if proL, ad wit Lead Civil Designer. Provided design assistant on reuse,potable water,and wastewater distribution systems design projects. Provided design capability of a collection system piping with sizes ranging from 2-inch to 78-inch diameter,quantity take-offs,engineering cost estimates,and developed construction documents.Prepared documents 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 and permits from the State and Federal agencies to authorize the construction. (2)YEAR COMPLETED PROFESS,. SERVICES CONSTRUCTION(If applicable) USAF,Construction Management,Holloman Air Force Base,NW N/A WA 0 Check performed with current Lead Construction Manager.Supervised a 5 personnel team,provided a construction oversight during construction of 12 civil infrastructure projects. The project includes;managed construction 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,and provided construction inspection of a$290k road realignment project. CES Consultants •City of Miami Beach RFQ 2018-141-ND I 59 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT 12.NAME ACT 14.YEARS EXPERIENCE THUS FOUCH,PE • COST ESTIMATING a.TOTAL b.WITH CURRENT FIRM 44 4 • _ CES Consultants,Inc.,Miami Lakes,FL 16,EDUCATION(Degree and Specialization) 'NT PROFESSIONAL REGISTRATION(State and Discipline) Professional Engineer,Civil—Florida PE No.73422 Bachelor of Science-Civil Engineering New York PE No.8980296 ACEC Platinum Award—Millennium Power Wastewater Reuse Project REE"ANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED - VICES CONSTRUi ifl applicable) Miami Dade Water and Sewer Department,Ocean Outfall Legislation Program,Miami,FL Ongoing N/A 13)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE irforrned with currer Project Manager-Manage consultants for design development of over 40,000 LF of 60-inch force main,a 65 MGD wastewater pump station,and pipeline hydraulic transient analysis for the South District Service Area.Conceptual design development of return activated sludge pumps and structural improvements at the Central District WWTP,routing analysis for the North District Service Area 48-inch diameter force main improvements,and effluent pump capacity analysisfor the North District WWTP ocean outfall 75 MGD pumps and 90-inch diameter pipeline.Cost:$7,000,000(Engineering) (1 i TITLE AND LOCATION(City and State) Miami Dade Water and Sewer Department,EPA Consent Decree-Pump Station PROFES c-•> Improvement Program(PSIP),Miami,FL Ongoing ( Ongoing 'ost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Principal Engineer-Design and construction for improvements to and replacement of over 18 local wastewater pump stations,and associated force mains,to bring the facilities into compliance with the EPA Consent Decree,and within DERM operational parameters.Cost:$3,000,000(Engineering) Miami Dade Water and Sewer Department,Capacity Management Operation and 1 PROFESSIONAL SERVICES CONSTRUCTION(If applicable, Maintenance-Water(CMOM),Miami,FL Ongoing N/A . Principal Engineer-Development of feasibility analysis for automatic meter reading,data collection systems,implementation alternatives,product analyses and evaluations,and MDWASD operational goals. Cost:$1,500,000 (1)TITLE AND LOCATION(City and State; (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(tf applicable) West Palm Beach Utilities,Clear Lake WTP Consent Agreement,West Palm Beach,FL 2011 2011 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc)AND SPECIFIC ROI i 0 Check if project performed with current firm Principal Engineer-Technical lead for emergency water system engineering services,and coordination with FDEP/DOH for the Consent Agreement, for a boil water event that occurred in September 2007. Manager/Advisor for a citizen's panel,formed by the Mayor,to review current plans for upgrades to the Clear Lake WTP and future water supply and treatment plans for a 20-year period.Manager of construction for Phase I improvements to the 47 MGD Clear Lake WTP for conversion to enhanced coagulation.Cost:$1,500,000(Engineering) (1)TITLE AND LOCATION(City end State) (2)YEAR COMPLETED Broward County Water and Wastewater Services,Broadview Estates Sewer Design,North PROFESSIONAL SERVICES CONSTRUCTIf applicable) Lauderdale,FL 2009 N/A 2'PTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with c- Principal Engineer-Design for replacement of more than 20,000 LF of gravity sanitary sewer for the Bid Package 2 construction project,including a cost saving assessment of gravity sewer layout within three sub-basins to minimize depth of excavation and length of sewer replacement.Cost: $200,000 Broward County Water and Wastewater Services,Alternative Water Supply Master Plan, PRUFES7uNAL CONsrut.. Broward County,FL 2011 N/A 7N(Brief scope,sizecast,etc.)AND SPECIFIC ROIs 0' scot performed with currier'- QA/QC-Technical Advisor-Development of a comprehensive assessment of Broward County's future water supply needs,together with the available sources of supply that may be developed to meet future needs. Cost:$500,000 CES Consultants •City of Miami Beach RFC)2018-141-ND I 60 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT 12.NAME 13 ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE MIREVA REV DESIGNa.TOTAL b.WITH CURRENT FIRM 31 1 15.FIRM NAME AND LOCATION(City and State) CES Consultants,Inc.,Pembroke Pines,Florida 16.EDUCATION(Degree and Specialization;; 17.CURRENT PROFESSIONAL REGISTRATION(State and Discipline) Electrical Engineering Systems Design New York University 18 OTHER' QUALIFICATIONS(Publications,C3iianizations,Training,Awards) AutoCAD,Microstation 19.RELEVANT PROJECTS 1)TITLE AND LOCATION(City and state) See Project_In Section F (2)YEAR COMPLETED PROF' "S CONSTR+_i" `,(If applicable) Miami Dade WASD PSIP-Design of PS 0440,Miami Gardens,FL 2015-Ongoing N/A 31 RR Fr-,nFrCP -tl(Pref r7r--e dye rn,t eic 1 AND SPEC; -red with curry. Provided technical support and schematic drawings for the new Pump Station 0440 in accordance with WASD standards The design phase of this project is currently in progress. See Project_in Section F (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(It applicable) Miami Dade WASD PSIP,Design of PS 0336,Miami Lakes,FL 2016-Ongoing N/A t'OLE Provided technical support and schematic drawings for the new Pump Station 0336 in accordance with WASD standards The design phase of this project is currently in permitted. (1}TITLE AND LOCATION(City and State) See Project_in Section F (2)YEAR COMPLETE)) PROFESSIONAL SERVICES CONSTRUCTION(ff applicable) Miami Dade WASD PSIP,Design of PS 1026,Miami Lakes,FL 2017-Ongoing WA (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECII- ;k if project performed with ...firm Provided technical support and schematic drawings for the new Pump Station 1026 in accordance with WASD standards.The design phase of this project is currently in progress. See Project in Section F (2)YEAR COMPLETED PROF,. . VICES CONSTRUCTION(II a; Consolidated Rental Car Facility,MIC Miami Intermodal Center,Florida 2003 N/A fat BRIEF DESCRIPTION(Brief scope size cost.etc.)AND SPECIFIC ROLE ❑Oh, performed with come' Project CAD Coordinator responsible for technical support in the development of engineering drawings for a 4,000,000sf parking facility intended to consolidate the location of various rental car providers serving Miami International Airport. The facility includes fueling stations,car washing facilities,office spaces,as well as general parking. The work includes the design of HVAC systems,fire protection,plumbing,Electrical,lighting and fire alarm systems,as well as fueling systems for fuel islands. (1)TITLE AND LOCATION(City and State) .con F (2)YEAR COMPLETED Building Renovation:North Campus Building#48-Broward Community College,Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) (per SREF) 2002 N/A SCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check If project performed with current fi m Provided technical support and schematic drawings for the complete Electrical, mechanical, plumbing and fire protection renovation design for a 30,000sf 3-story facility. Engineering systems included HVAC distribution system (chilled water), fire protection, restroom plumbing, and power distribution. CES Consultants •City of Miami Beach RFQ 2018-141-ND I 61 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S QUALIFICATIONS FOR THIS CONTRACT I0.EXAMPLE PROJECT KEY NUMBER 1 PROFESSIONAL CONSTRUCTION Slavin Maintenance Building Column Repair SERVICES (if applicable) Ft.Lauderdale,FL 2016 2017 23.PROJECT OWNER'S INFORMATION 3.PROJECT OWNER b.POINT OF CONTACT NAME C.POINT OF CONTACT r..=1>"ON F Broward County Highway Construction Martin Gross,PE (954)370-3810 mgross@broward.org 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) Project Overview , CES was retained by the County to conduct a condition assessment,and design of repairs for the Slavin Maintenance Building where one of the existing interior columns was significantly damaged in July 2016.The Maintenance Building is,based on initial site observations,a concrete block building with reinforced concrete columns and beams,with a double "tee"precast concrete roof.It was apparent the building has undergone •. t structural renovations since its initial construction sometime before 1970. Limited drawings and information was available concerning the design or construction of the current column and roof system. The round reinforced 4 %t, concrete column and the two connecting precast concrete roof support ' —< �_'•` `` `, ^ beams were displaced,and were supported with temporary structural '' shoring.The column was displaced approximately 6 to 7 inches vertically • r ,. ,+r v and horizontally,with a corresponding downward vertical displacement of the two roof support beams and connecting double tee roof elements. •:. - _.;' .4 The building is used for storage of equipment and materials for the Park. >n The County required repairs to the damage by repair or replacement of < • +« the column,re-align the displaced roof support beams,and restore the double tee roof elements to the original elevation and alignment.CES is providing the following services for the project. • Conducted a site visit to observe the damage to the existing column and roof support beams and associated structural elements,and reviewed available documentation Fees:$21,3536 • Designed for replacement of the damaged structural column, re-alignment of the roof support beams • Prepared Construction Documents,drawings and technical specifications,for bidding of the work by the County,and an Engineer's Opinion of Probable Construction Costs(EOPCC) • Provide assistance during permitting and construction 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE CES Consultants Miami Lakes,FL Prime CES Consultants•City of Miami Beach RFQ 2018-141-ND I 62 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S QUALIFICATIONS FOR THIS CONTRACT 20.EXAMPLE PROJECT KEY NUMBER 2 21 TITLE AND LOCATION(City and State) 22.YEAR COMPLETED PROFESSIONAL CONSTRUCTION West Broward Bleacher Certification SERVICES (if applicable) Pembroke Pines,FL 2015 2015 23 PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER West Broward High Shelley N.Melon,RA 754-3211515 smeloni@browardschools.com 71 BRIEP DESrP#Pr.rel AND RELEVANT=Tn ruiS CONTRACT(Include scope,size,and cost) Project Overview The SBBC installed bleachers for the football field at the West Broward ''' e High School according the manufacturer's guidelines,but required the �+ services of CES to provide a professional engineer to certify the installation --;-- __ for a Building permit.CES conducted an on-site inspection of the rte.• f►I `r ` d i, „ ,; - bleachers,prepared a report describing the existing condition of the " ' ti — • i I bleacher,developed calculations to check the adequacy of bleacher design and installation,provided recommendations for remedial action, t ,may: and prepared a permitting package.The services included: • Meeting with the Building Department to discuss permitting requirements • Review bleacher design documents 'ti e " kw, • Conduct an on-site inspection of the bleachers "` { • fes • Preparation of a report describing the existing condition of the bleacher,review of design documentation and comparison Summary of Project Scope and Construction Delivery Method with installed components,calculations to check the adequacy The project included inspection and report preparation services as of design and installation provided above,and did not include design services or construction. • Preparation of signed and sealed drawings for permitting Initial and Final Construction Cost The project included inspection and report preparation services,and did • Final certification letter not includedesign services or construction. Change Order Percentage by Type,Including Errors and Omissions Fees:$15,695.04 The project included inspection and report preparation services,and did not include design services or construction. Planned Design Schedule versus Actual Design Schedule The project was completed on schedule as planned. 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE CES Consultants Miami Lakes, FL Prime CES Consultants•City of Miami Beach RFQ 2018-141-ND I 63 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S QUALIFICATIONS FOR THIS CONTRACT 20.EXAMPLE PROJECT KEY NUMBER 3 al T'T'F a'i4 TI AT'nN'w a-Y 22 YEAR COMPLETED Stanahan High Pool Deck PROFESSIONAL CONSTRUCTION SERVICES rH 3.1'cabIca Ft.Lauderdale,FL 2016 Ongoing 23.PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER School Board of Broward County Gregory T.Boardman (754)321-1522 gregory.boardman@browardschools.com 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) Project Overview CES was retained by the SBBC to provide engineering services concerning demolition and replacement of the existing 14,500 square foot pool deck, Aft 111111116,_ consistent with the Building Code,SBBC requirements,and regulatory saw Asa ,677."--"a=����Inr permitting,a built-in pool deck bench approximately 75 linear feet, I � ® •f•I replacement of pool filtration piping,and new stormwater disposal drain '� �— �_ system for the deck. 4 yy ,a_. The original project scope of work included demolition and replacement of • > - : .k the existing pool deck,built-in pool deck bench,control and expansion _ r -411 , joints,and sleeves and inserts for pool-related mounted equipment. Y '' `•Q' Subsequent to submittal of the project design documents,and review by SBBC staff,further improvements were requested by the SBBC that ,.• '' " `. "" required additional civil,structural,and aquatic engineering specialist • services.The additional project work included: Summary of Project Scope and Construction Delivery Method Replacement of pool deck drain piping,drains inlets and covers,and CES is providing design services,and limited services during construction. cleanouts The SBBC will engage and administer a construction contractor for the project. • New drainage system for the pool deck stormwater management Initial and Final Construction Cost Replacement of pool drain covers with VGBA compliant covers CES is providing only design services,and limited services during • construction,cost estimating services were not required by the SBBC. • Removal of existing underwater lights and cans,and closure of Change Order Percentage by Type,Including Errors and Omissions openings The project has not proceeded to construction at this time. • Replacement of pool suction/return piping to connection points Planned Design Schedule versus Actual Design Schedule for mechanical systems The project was completed on schedule,however,the planned project • Site survey and conducting soil percolations tests schedule was extended due to additional services requested by the SBBC for additional pool deck facilities. Fees:$50,692.79 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME 12)FIRM LOCATION(City and State) (3)ROLE • 1 CES Consultants , Miami Lakes,FL Prime CES Consultants•City of Miami Beach RFQ 2018-141-ND I 64 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S QUALIFICATIONS FOR THIS CONTRACT 20.EXAMPLE PROJECT KEY NUMBER 4 22 YEAR 1OMRCE'TED PRO`ESSI01A1 CON51'RU(TIOEI Melreese Gold Course Club House SERVIrES (if,PPII<dble; Miami, FL 2008 2009 23 PROLE;T OWNER S INV)RMATION l b Pn!N F',,NT„,T NAM, <.POINT Of TONTArT T€,Fm-r,,E Nt;D,MBFR City of Miami Kathy Rod 305-461-9480 Project Overview The CES civil engineer team was led by Leo A.Daly,and the company This project involved the design and construction of a new Club House& developed the following design components to the City of Miami: Restaurant Facility at Melreese Golf Course.The building area was approximately 17,500 SF and included indoor and outdoor spaces, • Paving,Grading,and Drainage Plans breezeways,a courtyard,tennis courts,and a covered,open-air perimeter. The pre-existing temporary facilities were demolished upon completion of • Pavement Marking Plan the new Club House. In addition,the parking lot was repaved and • Domestic water and waste water service;fire service reguarded;the drainage was improved;access roads to and around the building were redone;a covered golf cart parking area was constructed; • Permitting and attractive landscaping was added. • LEED Certification of civil components The new Club House accommodates a restaurant,administrative offices,a pro-shop,changing and bathing facilities,and areas for related functions, -- �` • 2'- such as a receiving dock at the restaurant and a golf cart wash and -- g � i r maintenance area. . During the design of the building and the ensuing civil work,special .r�'! °y ,.- emphasis was placed on achieving the best possible LEED Certification. ”- •' ' +.- -_ �"'' `� ' '' CES's design incorporated Best Management Practices,such as vegetated swales,exfiltration trenches,and porous pavement to reduce site run-off - ?-'•" ,`. .a ' during peak flows and to enhance the quality of run-off water treatment. $ . . `+`�s - 14 4 Fees:$46,076.69 �' w .1-. qq( i. 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(CV and State) (3)ROLE CES Consultants Miami Lakes,FL Prime CES Consultants•City of Miami Beach RFQ 2018-141-ND I 65 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S QUALIFICATIONS FOR THIS CONTRACT 20.EXAMPLE PROJECT KEY NUMBER 5 22.YEAR COMPLETED EROELY,IONAL NSEI North District WWTP Renewal&Replacement-MDWASD IEICES Miami, FL 2008 2016 i.v.z_I avLNER'S INFORMATION NEI, .._..... I.. MDWASD f Roberto Ortiz,P.E. (305)704-4429 1 P?iFf f,ESC P,P7 -,1 pr PPO F'T AND RELEVANCE if' 14 mn, ;,.I(h I,io _, .t;,. tv.. Project Overview Primary Clarifiers-The mechanical equipment for the six(6)has reached A number of the key operational components of the WWTP were its service life requiring operational modifications and replacement.Due to identified for major rehabilitation or replacement to bring the facility up to the corrosive environment within the dome enclosure,replacement of the current regulatory and safety standards.CES Consultants provided dome with a flat roof is planned,reducing the volume of the enclosure and structural engineering for preparation of Basis of Design Reports,Design, improving safety for operators. and Construction Services for various NDWWTP facility improvements, the following are several of the projects undertaken. Secondary Clarifiers-Similar to the Primary Clarifiers,the mechanical equipment for the twelve(12)has reached its service life requiring Grit Removal-This facility were taken out of service several years ago operational modifications and replacement.Due to the corrosive due to poor performance.The WWTP continues to op-erate without a environment within the dome enclosure,rehabilita-tion of the dome and discrete grit removal process,and presently removes grit in the primary recoating of corroded concrete surfaces is required. clarifiers with the primary sludge.Im-provements include rehabilitation of the roof,stairs,doors,and ventilation system,and replacement of Deep Injection Wells-For compliance with the Ocean Outfall Legislation, equipment. an increase of the injection capacity of the existing deep injection used for effluent disposal is required.Modification and expansion of the existing Fees:$784,346-38 pump station achieves the re-quired goal. Y. „ f 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE CES Consultants Miami Lakes,FL Sub CES Consultants•City of Miami Beach RFQ 2018-141-ND I 66 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S QUALIFICATIONS FOR THIS CONTRACT 20.EXAMPLE PROJECT KEY NUMBER 6 21 TITLE AND LOCATION(City and State) 22.YEAR COMPLETED 2015 SBBC Inspections PROFESSIONAL CONSTRUCTION SERVICES (if applicable) • Broward County,FL 2012 2015 23.PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER West Broward High Divine Amoah,R.A, (754)321-1546 divine.amoah@browardschools.com 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) Project Overview In 2002,CES participated in the first phase of a multi-year nanofiltration t • study for CES was retained by the SBBC,in 2012 and 2015,to conduct W " biennial inspections of bleachers at over sixty(60)Broward County Elementary,Middle and High Schools in accordance with the State ! � ' Requirements for Educational Facilities(SREF). rrr II ' The purpose of the biennial bleacher inspection is to inspect and certify by a Florida registered professional structural engineer,in accordance with the SREF,that the bleachers are free from hazards.The inspection criteria mom is for hazards such as cracked welds;rusting,loose fastenings;missing t parts;missing or damaged wheels;row locks;concrete spalling;exposed reinforcing steel;wood rot;chipped or splintered wood;or evidence of wood-destroying insects that would deem the structure unsafe,and that the existing bleachers are structurally sound for their intended use. Summary of Project Scope and Construction Delivery Method The bleacher,fire escape,and EHPA inspections included inspection and CES was also retained in 2015 by the SBBC for 5-year renewal inspection report preparation services as provided above,and did not include design and recertification of the Enhanced Hurricane Protection Areas(EHPA) services or construction. and Fire Escapes at several Broward County schools.These inspections were conducted by a Florida registered professional engineer as required Initial and Final Construction Cost by the Florida Building Code.The inspection and report effort included The bleacher,fire escape,and EHPA inspections included inspection and review of the existing condition of the structural components of the EHPA report preparation services,and did not include design services or construction. building,rated capacity of the element as indicated in the label,Florida Approval Number Notice of Acceptance(NOA),and as-built drawings. Change Order Percentage by Type,Including Errors and Omissions The facilities equipment data was compared to the existing condition of The bleacher,fire escape,and EHPA inspections included inspection and the facility equipment,and prevailing requirements set forth in the School report preparation services,and did not include design services or Board of Broward County structural design Criteria(SBBC)and Florida construction. Building Code for each item. Planned Design Schedule versus Actual Design Schedule 7 The project was completed on schedule,however,the planned project schedule was extended due to additional time required to = acquire SBBC as-built information and coordination with facilities. 44. Fees:$119,823-71 25.FIRMS FROM SECTION C INVOLVED WIN THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE CES Consultants Miami Lakes,FL Prime CES Consultants•City of Miami Beach RFQ 2018-141-ND I 67 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAMS OUAIIFICATIONS FOR THIS CONTRACT 20.EXAMPLE PROJECT KEY NUMBER 7 U.YEAR COMPLETED ON 2015 Fire Escape and Enhanced Hurricane Protection Area Inspections PR°FES""N" "'N,`R"`le SE4VICES (if ayFlir-a{,iai Ft.Lauderdale,FL 2016 N/A iE 23 PRO (I OWNERS:NEORMA'ION I b.PUNT OF V OPOCON 1A c INT OF COA,:_ School Board of Broward County I Divine Amoah,RA 754-321-1546 TO THI5 CONTR4'T Project Overview CES Consultants(CES)was retained by the SBBC to conduct on-site visual pr , inspections,and provide certification of fire escapes located at Broward County Parking Garage Buildings.These facilities include: • Public School Parking Garage,600 SE 3rd Avenue,Ft. su • Lauderdale �, . l _ _ • South Broward High School,1901 North Federal Highway, ;� 1 t `. __,,:. Hollywood "`4, imam • Broward County Parking Garage,3801 NW 10th Avenue, The inspections were conducted by visual observations to evaluate the Oakland Park operational condition of the structural members of the fire escapes. The fire escape inspections were conducted in accordance with NFPA i, Typical observations and comments developed for each of the facility fire Articles 10.4.4 and 10.4.5.Under NFPA 1,Article 10.4.4,any device, escapes include: equipment,system,condition,arrangement,level of protection,fire- • Northwest and southeast fire escapes are composed of resistive construction,or any other feature requiring periodic testing steel stairs with concrete stairs treads with closed risers inspection,or operation to ensure maintenance must be tested,inspected, or operated as required by applicable NFPA standards,or as directed by • All metal components are in good condition,steel is AHJ[101:4.6.12.4].Under NFPA 1,Article 10.4.5,maintenance,inspection, painted with no sign of corrosion observed and testing must be performed under the supervision of a responsible person to ensure that testing,inspection,and maintenance are conducted • Guard openings exceed 4-inches limit between pickets in at specified intervals in accordance with applicable NFPA standards or as both stairs,in violation of the Florida Building Code 2014 directed by AHJ[101:4.6.12.5] Section 1013.4 Fees:$119,823-71 • Southeast handrail does not meet the minimum 34-inch height specified in Section 1012.2 of Florida Building code 2014 • Fire escape is a steel staircase with handrails that extends from the School second floor roof to the clock tower on the fourth floor,according to the Head Custodian,the fire escape is condemned and not in use • All stair treads and landings are completely corroded, steps and landings are made of corrugated metal steel 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(?yandState) (3)ROLE CES Consultants Miami Lakes,FL Prime CES Consultants•City of Miami Beach RFQ 2018-141-ND I 68 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S QUALIFICATIONS FOR THIS CONTRACT 20.EXAMPLE PROJECT KEY NUMBER 7 • Pasadena Lakes Elementary School Inspection for A/C Unit Replacement Ft.Lauderdale,FL 2016 N/A School Board of Broward County Divine Amoah,RA 754-321-1546 Project Overview The SBBC replaced RTU Nos.1 through 5 at Building 1,Pasadena Lakes The Pasadena Lakes Elementary School,located in Pembroke Pines, Elementary School.CES conducted an initial non-intrusive visual Florida replaced roof top air conditioner units(RTU)and conducted inspection and prepared a report including a description of the existing associated roof structure improvements due to the poor condition of the site conditions,review of existing design/as-built documents,and existing air conditioner units and observed corroded steel roof joists below calculations developed for roof structural capacity evaluation and roof the existing air conditioners.CES was retained to assess the condition of safety for the roof areas adjacent to the RTUs.CES also conducted site the existing roof system that will support the new air conditioning units, visits during installation of the new RTUs to observe the existing condition and provide recommendations for repair. of the exposed structural elements,and provide on-site recommendations for repairs. Pasadena Lakes Building No.1 is a single-story building with an area of 48,000 sf.It is utilized as the main school building housing classrooms, cafeteria,kitchen,and an administration area.The exterior walls of the / I building are concrete masonry units(CMU),meanwhile,interior space t ; divisions are comprised of gypsum wall board.For the structural roof system,Building No.1 has a metal deck slab comprised of a 6-inch , • reinforced concrete slab supported by steel joists that transfer loads to beams and columns.The RTUs are located at various locations on the roof, ,et �. - __ and were observed to be in poor condition most likely due to the water ; ► sprinkler systems installed as a temporary cooling system. -+ Fees:$4,799.23 N. 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(Cly and Mate) (3)ROLE CES Consultants Miami Lakes,FL Prime CES Consultants•City of Miami Beach RFQ 2018-141-ND I 69 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S QUALIFICATIONS FOR THIS CONTRACT 20.EXAMPLE PROJECT KEY NUMBER 9 22 YE'Rcomm ETFO Oalvidge Elementary School Entrance Canopy Renovation _ ° ,t Ft.Lauderdale,FL 2016 1 N/A 23-PROJECT OWNER'S INFORMATION u POINrCf'-ON —__.. School Board of Broward County Divine Amoah,RA 754-321-1546 { ,1-,d,,CONTRACT Project Overview CES Consultants(CES),under our Structural Engineering Services contract with the School Board of Broward County(SBBC),provided structural > 1,.f,, engineering services for interim repairs to a wood frame loggia for one of . ' the school buildings.These services included site inspection of the failing structural elements of the loggia,preparation of a Basis of Design Report, development of drawings for a construction contractor,and permitting through the SBBC Building Department. 31It i sa.> ..�a The existing loggia is a wood frame canopy that was failing due to rotten i. i ii , wood joist framing and plywood facing,and posed a hazard to students and pedestrians.Temporary column supports for the canopy were , installed by the school.The corrective design provided new structural wood joists and perimeter wood beam connection to existing concrete ,,, beams and steel columns.Following completion of the design,CES , obtained construction permits from the SBBC Building Department. g Fees:$8,957.55 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(Mani/Slate) (3)ROLE CES Consultants Miami Lakes,FL Prime CES Consultants•City of Miami Beach RFD 2018-141-ND I 70 .� ( Irl '10 1 .1, '•I'Iki3I �(� I'.II,)I '�: iI,L I' 'L I' 20.EXAMPLE PROJECT KEY NUMBER 10 N(City and State) 22.YEAR COMPLETED TSSC Annex PROFESSIONAL CONSTRUCTION SERVICES (if applicable) Ft.Lauderdale,FL 2016 N/A 23.PROJECT OWNER'S INFORMATION a.PN..)a b POINT OF CONT' c.POINT OF CONTACT TELEPHONE NUMBER School Board of Broward County Divine Amoah,RA 754-321-1546 Project Overview The TSSC Annex,located along Oakland Park Boulevard in Sunrise, Florida,required the replacement of a roof top air conditioner unit(RTU) and associated roof structure improvements due to the poor condition of the existing air conditioner unit,observed roof structure corrosion,and installation of a heavier air conditioner unit.CES was retained to assess the condition of the existing roof system that will support the new air conditioning unit,and provide recommendations for structural improvements and repair. The TSSC Annex is a multi-unit building utilized as supplemental office space for the School Board staff and facilities.The building houses meeting rooms,offices,and administration area.The exterior walls of the building are a mixture of glass curtain walls and concrete masonry units (CMU),meanwhile,interior space divisions are comprised of gypsum wall board.For the structural roof system,the TSSC Annex has a deck slab comprised of reinforced concrete supported by steel joists that transfer loads to beams and columns.The RTU located on the roof,serves the building. CES conducted an initial non-intrusive visual inspection,reviewed existing design/as-built documents,and developed calculations for roof structural capacity evaluation and roof safety for the roof area adjacent to the RTU. Fees:$5,294.38 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE CES Consultants Miami Lakes,FL Prime CES Consultants •City of Miami Beach RFQ 2018-141-ND I 71 G.KEY PERSONNEL PARTICIPATION IN EXAMPLE PROJECTS 28. EXAMPLE PROJECTS LISTED IN SECTION F 26. NAMES OF KEY I (Fill in"Example Projects Key"section below before completing PERSONNEL 27. ROLE IN THIS CONTRACT table. Place"•"under project key number for (From Section E,Block 12) (From Section E,Block 13) •artici•ation in same or similar role. 1 I 2 I 3 I 4 I 5 I 6 7 8 9 10 Rudy M. Ortiz, PE, CGC QA/QC X X X X X X X Ashraf Iqbal, El Structural Design Erik Alcantara, El Structural Design Jose Caraballo, PE Construction Management & Inspection Gustavo Silva, El Construction Management & Inspection Ranthus Fouch, PE Cost Estimating X X X X X X X X X 29.EXAMPLE PROJECTS KEY NO. TITLE OF EXAMPLE PROJECT(FROM SECTION F) NO. TITLE OF EXAMPLE PROJECT(FROM SECTION F) 1 Slavin Maintenance Building Column Repair 6 2015 SBBC Inspections 2 West Broward Bleacher Certification 2015 Fire Escape and Enhanced Hurricane Protection Area Inspection 3 Stranathan High Pool Deck 8 Pasadena Lakes Elementary School Inspection for AC Unit Replacement 4 Melreese Golf Course Club House 9 Oakridge Elementary School Entrance Canopy Renovations 5 North District WWTP Renewal&Replacement- 10 TSSC Annex MDWASD CES Consultants•City of Miami Beach RFQ 2018-141-ND I 72 H.ADDITIONAL INFORMATION construction management services for a large number of public COMPANY and private projects for mixed-use and single-purpose develop- ments. CES has participated in important infrastructure projects OVERVIEW for numerous governmental agencies,including Miami-Dade Water and Sewer Department,Broward County,City of Miami Beach,the City of Miramar,the South Florida Water Manage- ment District,the Federal Department of Transportation,and others. The CES Staff has extensive experience in the design CES CONSULTANTS, INC.(CES)is a full-service engineering and construction administration of water and sewer utility proj- firm founded in 2001. The firm,which is minority-owned, ects ranging from 6"-to 96"-diameter piping networks,pump provides professional engineering services to municipal and stations,master planning and drainage modeling.Our profes- private sector clients.Since the firm's inception,CES personnel sional staff also brings considerable experience with roadway have been involved in some of the largest infrastructure improvements,site development,parks and recreational facil- improvement projects in Florida.The company's professional ities,stormwater management improvements,airport-related staff has experience in the areas of Civil Engineering,Water projects, program management,and commercial and industrial &Wastewater Design,Roadway,Grading and Drainage facilities. Design,Structural Engineering,Mechanical and Electrical Engineering Program Management,Construction Management, To date,the company has helped many clients navigate the Project Control,Cost Control,Estimating, Inspection Services, complex study and approval processes that must be completed Permitting Services,QA/QC, Primavera(P6)Scheduling,and prior to the design and construction of small-and-large-scale Owner Representation. municipal,county,state,federal and private improvement projects and developments. Its consistent on-time,on-budget Our company is comprised of a team of approximately over delivery of projects has enabled CES to retain its client pool and 90 professionals who have worked together on a variety of receive repeat business. successful projects,amassing a consistent and proven record of excellent performance. Not only does CES bring clients'plans to CES recognizes the importance of teamwork,always open to life,but it also exceeds their expectations along the way. In the utilizing the services of specialty consultants such as ecologists, public arena,the firm provides ongoing municipal engineering biologists,environmental remediation experts,or others as each and construction services for many communities and agencies: unique project requires.The company's extensive experience Miami-Dade County Aviation Department,Miami-Dade County with the relevant regulatory agencies enables it to obtain Water&Sewer Department,Miami Dade County Public Works permits efficiently and effectively.Typical services include the Department,City of Miami Beach,City of Miramar,City of following: Homestead,City of Opa-Locka,City of Ft.Lauderdale,South The company furnishes services ranging from Feasibility Studies Florida Water Management District,Broward County Housing and Preliminary Engineering Reports to Design and Construction Authority,and the Town of Palm Beach,among others. Management. CES is authorized by the State of Florida to offer professional STRUCTURAL ENGINEERING engineering and construction services throughout the State and currently holds Minority and Small Business certifications from CES staff has provided structural engineering services on the following agencies: numerous projects to municipal and private clients in Florida, the Dominican Republic,and Puerto Rico.The CES structural » Miami-Dade County(SBE A/E) engineering staff has extensive experience in inspection and • City of West Palm Beach(SBE) evaluation,structural design,refurbishments,and construction phase services. Its structural engineering staff is also familiar » Broward County School Board(M/WBE) with all applicable local building codes and design guidelines. • South Florida Water Management District(SBE) PROJECT MANAGEMENT CES offers complete project management services to public and » Florida Department of Transportation(DBE) private owners.CES's extensive experience gives it a unique un- derstanding of what can potentially affect any project,thereby • Florida Statewide&Interlocal Certification(MBE) allowing CES to pre-empt such events. Project management is Civil Engineering an integral part of everything CES does.The company carefully CES has full in-house capabilities to provide civil engineering plans and organizes all resources to achieve the project's specif- services,infrastructure design,construction observation,and is objective. CES Consultants•City of Miami Beach RFQ 2018-141-ND I 73 Whether a project involves construction of a new building or major public works project, or the planning of a new water distribution system, CES knows that the basic elements of effective project management remain the same. Consequently, all projects require the creation of a project plan that defines the project goals and objectives, and delineates the steps along the way. The plan also identifies tasks and the resources needed, and defines the budget and schedule required for completion. Another key aspect of any project State of Florida management assignment is the assembling of the Department of State best team members for each unique project, and to support them with the best possible leadership. 1 certify from the records of this office that CES CONSULTANTS.INC.is a corporation organized under the laws of the State of Florida,filed on October 6, As a construction project manager, CES has managed 1997,etTective October 6,1997. all phases of construction from pre-design through The document number of this corporation is P97000085972. completion, including scheduling, estimating, (further certify that said corporation has paid all fees due this office through December 31,2013,that its moot recent annual rep rtianiform business report cost control, expediting, inspection, contract was filed on January 8,2013,and its status isadive. administration, and management of designers, I hasher certify that said corporation has not filed Articles of Dissolution. contractors, subcontractors, and suppliers. With its considerable experience, CES is able to identify potential trouble spots on a project before G„ efdie ofda they develop into problems, and recommend a.l,aa..ee,the 0,10.1. is Ne fyaa%day ofhomely,1011 corrective action through planning and project �. controls. ,��a`t� ' CONSTRUCTION MANAGEMENT x" !' Secretary of State CES's experienced professionals offer various areas of expertise in Construction Management. The firm has completed projects """""""ID: """I'NS T..fl.&.s ur aeratf a,tMow.,ue ow.,.W.r.tr tat for a variety of clients such as the Department of Veterans laraaraMl..thr ellms Affairs,Miami-Dade Water&Sewer Department,US Army Corps haw We" '"`esinna" r"" of Engineers, US Navy,and US Air Force. The company has also performed QA/QC on several School Board Projects in Dade, Broward,and Palm Beach Counties,and has also worked on Dade County Sports and Entertainment Complexes such as The American Airlines Arena,The Marlins Stadium and The Perform- ing Arts Center.CES's Construction Management team providesState oforida exceptional quality service to all of its clients. Board of Professional Engineers SCHEDULINGAttests that CES Consultants,Inca ���� The CES Team utilizes Primavera and Microsoft Project prod- ucts for scheduling and construction management tasks.These toa.haaWdada:the preaiaimaofSection471.a . t.r,,.r,..uuuuoengineer+ng.d4nu. also allow all team members to access project data at "the rab""nanghah' nu.I Eo,,w`,,duty °dm"pme`71,Flort4&anus. productsP Eapiradert 2/2!/20t9 CA Iia.No: anytime.We utilize these tools to effectively allocate resources, AodluNac 221211903954 011 assign responsibilities and set timetables for project activities. I. AUTHORIZED REPRESENTATIVE. THE FC '..EGOING ISA STATEMENT OF FACTS. PAiW ff X 04/02/2018 X Rudy M. Ortiz. PE. CGC/CEO CES Consultants•City of Miami Beach RFQ 2018-141-ND I 74 1.SOLICITATION NUMBER(If any) ARCHITECT-ENGINEER QUALIFICATIONS PART II-8ENERAL QUALIFICATIONS !/FA F/NM HASBRANCH Off/CES,COMPL ETEfONEACHSPEC/F/C BRANCH OFFICE SEEM WORK 2a.FIRM(OR BRANCH OFFICE)NAME 3.YEAR ESTABLISHED 4.DUNS NUMBER CES Consultants,Inc. 2001 021359208 2b.STREET 5.OWNERSHIP 14361 Commerce Way,Suite 103 a TYPE 2c.CITY 2d.STATE 2e.ZIPCODE S.Corporation Miami Lakes,FL FL 33016 b.SMALL BUSINESS STATUS 6a.POINT OF CONTACT NAME AND TITLE MBE/SBE/DBE Rudy M.Ortiz,PE,CGC/CEO 7.NAME OF FIRM(If block 2a is a branch office) 6b.TELEPHONE NUMBER 6c.E-MAIL ADDRESS N/A 305-827-2220 rortiz@cesconsult.com 8a.FORMER FIRM NAME(S)(If any) 8b.YR.ESTABLISHED 8c.DUNS NUMBER N/A N/A N/A 9.EMPLOYEES BY DISCIPLINE 10.PROFILE OF FIRM'S EXPERIENCE AND ANNUAL AVERAGE REVENUE FOR LAST S YEARS a.Function c.No.of Employees C.Revenue Index Number Code b.Discipline a Profile Code a" b.Experience (I)FIRM (2)BRANCH (see below) 02 Administrative 22 4 A05 Airports; 1 08 CADD Technician 5 1 C15 Construction Management 4 12 Civil Engineer 32 3 C18 Cost Estimating 1 14 Computer Programmer D08 Dredging Studies and Design 15 Construction Inspector 47 2 E09 Environmental Impact Studies 16 Construction Manager 6 1 Ell Environmental Planning 18 Cost Engineer/Estimator 2 E12 Environmental Remediation 23 Environmental Engineer 1 E13 Environmental Testing/Analysis 29 GIS Specialist 1 G04 GIS Services 1 53 Scheduler 3 H03 Hazardous,Toxic,Remediation 57 Structural Engineer 2 1 R04 Recreation Facilities 58 Technician R11 Rivers;Canals;Waterways 60 Transportation Engineer 6 SO4 Sewage Collection,Treatment 2 62 Water Resources Engineer 2 1 507 Solid Wastes;Incineration;Landfill Other Employees 513 Storm Water Handling&Facilities 5 UO2 Urban Renewal;Community Devel. W02 Water Res.;Hydrology 1 W03 Water Supply;Treatment,etc. 4 Management Consulting Total 129 11.ANNUAL AVERAGE PROFESSIONAL '1N77-v a"` " Y7' "#e Via.+ai2a« 44„ T, ""1 ,a !?.., -ter : 1,c;.`,.. w,.. ' ,.., SERVICES REVENUES OF FIRM FOR LAST 3 YEARS 1.Less than$100,000 6.$2 million to less than$5 million (lose#sevenue nderWilt Orsnown atrigat) 2.$100,000 to less than$250,000 7.$5 million to less than$10 million 3.$250,000 to less than$500,000 8.$10 million to less than$25 million a.Federal Work 1 4. $500,000 to less than$1 million 9.$25 million to less than$50 million b.Non-Federal Work 6 5.$1 million to less than$2 million 10.$50 million or greater c.Total Work 1 12.AUTHORIZED REPRESENTATIVE THE FOREGOING IS A STATEMENT OF FACTS. SIGNATUR b.DATE 02/02/2018 CES Consultants•City of Miami Beach RFQ 2018-141-ND I 75 1.SOLICITATION NUMBER(If any) ARCHITECT-ENGINEER QUALIFICATIONS PART II-GENERAL QUALFICATIONS (/F4 Mil NASBRANCH OFf/CES,COMPLETE FOR EACH S.PECII/C BRANCH OFF/CfSEEK/NGWGBKI 2a FIRM(OR BRANCH OFFICE)NAME 3.YEAR ESTABLISHED 4.DUNS NUMBER CES Consultants,Inc. 2001 021359208 2b.STREET 5.OWNERSHIP 880 SW 145th Avenue,Suite 106 a.TYPE 2c.CITY 2d.STATE 2e.ZIP CODE S.Corporation Pembroke Pines FL 33027 b.SMALL BUSINESS STATUS 6a.POINT OF CONTACT NAME AND TITLE MBE/SBE/DBE Rudy M.Ortiz,PE,CGC 7.NAME OF FIRM(If block 2a is a branch office) 6b.TELEPHONE NUMBER 6c.E-MAIL ADDRESS N/A 954-613-4353 rortiz@cesconsult.com 8a.FORMER FIRM NAME(S)(If any) 8b.YR.ESTABLISHED 8c.DUNS NUMBER N/A N/A N/A 9.EMPLOYEES BY DISCIPLINE 10.PROFILE OF FIRM'S EXPERIENCE AND ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS a.Rinction,` •'•Via. k.,t • 02 Administrative 22 5 _ A05 Airports; 1 08 CADD Technician 5 3 _ C15 Construction Management 4 12 Civil Engineer 32 15 C18 Cost Estimating 1 14 Computer Programmer _ D08 Dredging Studies and Design 15 Construction Inspector 47 26 _ E09 Environmental Impact Studies 16 Construction Manager 6 4 Ell Environmental Planning 18 Cost Engineer/Estimator 2 1 E12 Environmental Remediation 23 Environmental Engineer 1 1 _ E13 Environmental Testing/Analysis 29 GIS Specialist 1 1 G04 GIS Services 1 53 Scheduler 3 3 H03 Hazardous,Toxic,Remediation 57 Structural Engineer 2 1 R04 Recreation Facilities 58 Technician R11 Rivers;Canals;Waterways 60 Transportation Engineer 6 SO4 Sewage Collection,Treatment 2 62 Water Resources Engineer 2 S07 Solid Wastes;Incineration;Landfill Other Employees 513 Storm Water Handling&Facilities 5 UO2 Urban Renewal;Community Devel. W02 Water Res.;Hydrology 1 W03 Water Supply;Treatment,etc. 4 Management Consulting Total 129 11.ANNUAL AVERAGE PROFESSIONAL PROFESSIONAL SERVICES REVENUE INDEX NUMBER SERVICES REVENUES OF FIRM FOR LAST 3 YEARS 1.Less than$100,000 6.$2 million to less than$5 million aimed revenue rndex number shown St r,;r; 2.$100,000 to less than$250,000 7.$5 million to less than$10 million 3.$250,000 to less than$500,000 8. $10 million to less than$25 million a.Federal Work 1 4.$500,000 to less than$1 million 9.$25 million to less than$50 million b.Non Federal Work 6 5.$1 million to less than$2 million 10.$50 million or greater c.Total Work 1 12.AUTHORIZED REPRESENTATIVE THE FOREGOING IS A STATEMENT OF FACTS. SIGNATUR b.DATE ' 10/12/2017 CES Consultants•City of Miami Beach RFQ 2018-141-ND I76 1.SOLICITATION NUMBER(It any) ARCHITECT-ENGINEER QUALIFICATIONS PART II- GENERAL QUALIFICATIONS l/fAFIRM HASMUCH OFFICES,COMOIfTfRIR EACH SOfCII/CBRANCHOFFICESEEKIHGIMO 2a.FIRM(OR BRANCH OFFICE)NAME 3.YEAR ESTABLISHED 4.DUNS NUMBER CES Consultants,Inc. 2001 021359208 2b.STREET 5.OWNERSHIP 1555 Palm Beach Lakes Blvd,Suite 920 a TYPE 2c.CITY 2d STATE 2e.ZIP CODE S.Corporation West Palm Beach FL 33027 b.SMALL BUSINESS STATUS 6a.POINT OF CONTACT NAME AND TITLE MBE/SBE/DBE Rudy M.Ortiz,PE,CGC/CEO 7.NAME OF FIRM(If block 2a is a branch office) 6b.TELEPHONE NUMBER 6c.E-MAIL ADDRESS N/A 954-613-4353 rortiz@cesconsult.com 8a.FORMER FIRM NAME(S)(If any) 8b.YR.ESTABLISHED 8c.DUNS NUMBER N/A WA N/A 9.EMPLOYEES BY DISCIPLINE 10.PROFILE OF FIRM'S EXPERIENCE AND ANNUAL AVERAGE REVENUE FOR LAST 5 Y=,TTT a.Function C.No.of Employees c.Revenue Index Number Code b.Discipline (1)FIRM (2)BRANCH a Profile Code b.Experience (see below) 02 Administrative 22 1 A05 Airports; 1 08 CADD Technician 5 1 C15 Construction Management 4 12 Civil Engineer 32 3 C18 Cost Estimating 1 14 Computer Programmer D08 __Dredging Studies and Design 15 Construction Inspector 47 3 E09 Environmental Impact Studies 16 Construction Manager 6 Ell Environmental Planning 18 Cost Engineer/Estimator 2 1 E12 Environmental Remediation 23 Environmental Engineer 1 E13 Environmental Testing/Analysis 29 GIS Specialist 1 G04 GIS Services 1 53 Scheduler 3 H03 Hazardous,Toxic,Remediation 57 Structural Engineer 2 1 R04 Recreation Facilities 58 Technician R11 Rivers;Canals;Waterways 60 Transportation Engineer 6 SO4 Sewage Collection,Treatment 2 62 Water Resources Engineer 2 1 S07 Solid Wastes;Incineration;Landfill Other Employees S13 Storm Water Handling&Facilities 5 UO2 Urban Renewal;Community Devel. W02 Water Res.;Hydrology 1 WO3 Water Supply;Treatment,etc. 4 Management Consulting Total 129 11.ANNUAL AVERAGE PROFESSIONAL PROFESSIONAL SERVICES REVENUE INDEX NUMBER SERVICES REVENUES OF FIRM FOR LAST 3 YEARS 1.Less than$100,000 6.$2 million to less than$5 million (/nsert revenue index number s'iawn atrrgnU 2.$100,000 to less than$250,000 7.$5 million to less than$10 million 3.$250,000 to less than$500,000 8.$10 million to less than$25 million a.Federal Work 1 4.$500,000 to less than$1 million 9.$25 million to less than$50 million b.Non-Federal Work 6 — 5.$1 million to less than$2 million 10.$50 million or greater c.Total Work 1 12.AUTHORIZED REPRESENTATIVE THE FOREGOING IS A STATEMENT OF FACTS. SIGNATORb.DATE ,� 02/02/2018 CES Consultants•City of Miami Beach RFQ 2018-141-ND I 77 • . . , .. . • , - I • 1 --"" . ' - - " ' ...... ' , - • - .6-- .;'41, '...•.:' ',' ,A54.'N'.'''.. • ... \ .,, ... -'I, :""14114111 6,6,' :i" '••P". i"'."'"I.'."..4", .- ' •',.6. -;• 7-""k -46,. "--'.I ' . "'""-I- , . :ilit,'''.'..k. 6e1• . • . •• o ' ,,,...--•:. , . ., . . \ • ,- . ,.,,yo: -,, tool . ,. cir , 66 .• •."'',i •.,f „',,,,, ‘.... . , r.,,,,ci,... ,-,-,....„ , . '••..'•••,',' ,,o. ';.-,.:• rmtt.r.--',--,-, -0147-,, :=,t.:----1"•!!":-,•• • • ” -, '"'" ' i""""ri' ........ -...goolo ........, :,• ; . -„i„, "."1",11!!!I6. ..1.111.1. ,. 'WM,. .......m..._. ,A ' 6 Iii4:466; ,r' VIONLI/If .....mtr ::.•, 'Zi-A, !I. 1 ;= go,."" , 1I•"4 1:6,•'•"4I ....,..•.• ,, ,...ra 7..":.....s"•••,, ;-... .•••••4•4•.,-„,:. pq ,..1 ,,,,,,... ...... _......,, .. . .!.Z.- ,":6 ' " . ""' ; t_-_.6.6.• . 6 . --I= II•I•Pfl".""r"'40‘..14 :"-- _6:674;."iII ._66...:6. .,, _It= .P.IRT.IIII,, ':.. :M.'•,Ir. ''. I ‘ • :.4 1.' 7 • i'17-';' 4. • ...- 4a--- i.g 1 - • '-. .-Pr•;:;1': Azi „,z,...-• I - . r -• . • -_,.. ' . , . . .. .. . , . .6.- „. 6- .- • . 6.6.6, I - ' "4:- i"..-?r,L7::__.--:- __'...i.,. ...!•.,-..;.--7••',.','-'7-----------;.' - • -..---,‘, '..,,,,,?•- „,,,i,,"-S.,,....7 •••— • , 7* •_. ,,. ..,..-74' 7"--.•-•:.....,::- •:.•.•. '", '--,-..-'-f.•,. .7-77',•-•77..".. . ......,- •- - - -•,,,,,:,--- ----....----•-••••`...1t17,---,----'7 . - ''••f•-•:,,-- •-v-.,..,--;•:•- ..,,,,...,, CIS -•"-. , -..--• ;-.•--4'''•,?"-;',•"%"#,ir.5 ----- 1 . ,.,... , - -.44'...."•,-......-...:_...=---;.—^"."-'1,47. ---*.....*. I , . . „.:,....„ ,_ :_ ,. ...„.. , ..,..„.....„ ..\ - ----- , ,. . •..... ,.-;...,,.. -.., '..'...5 .,,,-4:. • . CONSULTANTS 1 ........ ..0.1 , .1 SUBMITTED BY RFQ NO. 2018-141-ND c-es . ,,... " CIVIL ENGINEERING . , . . CONSULTANTS et ,, il a 1' 7- ' ; lit,. .. -i4 . r joi0 0 -......„4...... Iy�yS`-li �,Any. .Aar .AAYA .■AMA ".AeA ---����"....�� ., ,:.. 'sees~ -- j` . - .AAA "" " ... "� r SAA."! vAA.! ' ... ..* 7ry _"AMA TSff�^*i w : _r { L- JJ. ,k. +ii •. #y� ti ..- .rem SUBMITTED TO __ _ .... . .A — _ _ - - ...._ CITYOFMIAMIBEAC '- .r . _ _. ,. „... ..,„,-..„....;----_, „,.. .,„,, --, - . _-_-7,--- -;:---- - --,. .- _.. .- ±--,4;7. -.:...,,,:-::: ::- ... _ PROFESSIONAL ARCHITECTURAL & ENGINEERING SERVICES FOR . .- CAPITAL RENEWAL , .a- ..-'-'_...„------,-.... .---.*'-----''-_ ___ _ ,......_ _ _ . ,.•:.,...„ ....._ _ . „....____ _.„....,... _ •• „..._,_ _ ......„...„ ___ _,_ `,„ tr .> _y._ REPLACEMENT PROJECTS ; 1141. , * it , . • . .--- F itir :•..., ...„ A.... ... % ier4 Ir 1,.....-- . _ i, c IS Jo • %. •eliti"Wo=1.1."-r...!IN. q . '• 011100.41 ...............„, % , ONIIIIIR.: ............... ' 011.1 IN ...unnum. ID mut, _ .1MONN .......1.• • . - , .19MMI •••••••••••,,,,Z, II --,. InIM IIIIIIte ......... ...S. .trii:::"••••,, - Zt." ;mrtrim ....litttn. .% - Z..::It Z•••L.:: 7 . IIMILIIII ....m..""."":"....e...., "••••‘••••.a.7,••• Z.... • ••• 1 : '.... . ..".tr•-...Zt rtg t;.." • - 1‘' '.'' pt....tn..-•-.4:1 • r.--. --411 ,;111111eN"." "..••••=.•-•..,"-*.N...".".".4: P".1149..-'""•":.; -‘ . : 1•INIMAIN ............. ., .., * •••••.4t. -... -:.::: '••• ' mw. ...........-...z. 3=4 .....-""-7:z,-,..;:: =4.t.., 01••••• „ .747-e----17, . ...., -:ft, 71•...7.-,,, ,4„...... zwiPeirii. ....m.--.....„, s..._............._ : ;: ::-. --;^-----i,N-'- t=11 .ii."".......: "..=---'"•""'-'"...."‘1 r '• :I"..=gr.+,I0..^- - ''' ''''-"''.., _,......- - ,,. 1 _ _ ...!;.: .. ----7.----- - -2. ..-.' '.• - -_"....... "n., 4.. . ..Ig : ' •f__-z.......... .. .:—...=,..7. ..--: _z- , 0 mmer........ 1---- , . .., . .. . .- 3- .,,, • - - ...::. - ..... .... ‘' Vt',...- ,•-••-• - - .. . 4 . ,,, .. .`'ri• • I.::' .. ' • - T. , ..0 .... .. • . . • ,,,, .,,, r- i,'•' t •, .... --. t 1. 1.- •'_:.•_,.., , . - •''-ts... 1- - . ....... . T 44' , - • •--lf ^ ......,..; ... ...--- - _ - -- , • , ' it B 1 __......„....... T ..,......_,. ..........__ __„.,.......,........_ _ _,.„„._...„..., -_—_.___ ,.. ,„......„, _ ,:: ..„... ...„,........ .......... _. -___ ... ......„ ..,...,,_ _ ..........„.. ,_ _,.....‘e.____ _ -:„... Cover Letter & ., ., . , ; ., _,... , . , -.,. .-,-.......... - -. Table of Contents • , `rt , r - 4,‘",. , • ' ' ;.I 4 ..l , . TABLE OF CONTENTS COVER LETTER B TABLE OF CONTENTS »Table of Contents 1 »1.1 Cover Letter 2 1.2 Response Certification, Questionnaire & Requirements Affidavit 3 MINIMUM REQUIREMENTS 2.1 Minimum Qualifications Requirements 11 EXPERIENCE B QUALIFICATIONS OF THE FIRM 3.1 Qualifications of Proposing Firm 13 EXPERIENCE B QUALIFICATIONS OF THE TEAM 4.1 Qualifications of Proposer's Individual Team Members 19 4.1.1 Project Experience/Resumes 21 REQUIRED FORMS » 5.1 Standard Form 330 48 CES Consultants•City of Miami Beach RFQ 2018-141-ND I 1 C19 Natalia Delgado City of Miami Beach Procurement Department 1755 Meridian Avenue 3rd Floor Miami Beach, FL 33139 CONSULTANTS Re:City of Miami Beach RFQ 2018-141-ND//Professional architectural and Engineering Services for Capital Renewal and Replacement Projects PROJECT NAME Dear Selection Committee Members, Professional Architectural CES Consultants,Inc.(CES)is pleased to present this Statement of Qualifications(SOQ)for the &Engineering Services subject Project.As you will see from our SOQ,we offer experienced and qualified personnel to for Capital Renewal& provide the City of Miami Beach the requested professional Civil Engineering services for various Replacement Projects capital renewal and replacement projects throughout the City. RFQ NUMBER CES is a local minority owned company with a track record of providing quality services in the 2018-141-ND professional engineering field for the City and throughout south Florida.As a Miami-Dade based CATEGORY OF WORK engineering firm,CES brings a strong portfolio of multi-faceted civil project experience,and with Civil Engineering similar civil engineering projects requiring planning,condition assessments,engineering,design, permitting,and construction administration within the local municipal and South Florida markets. PRIME PROPOSER We also have the proven ability,as demonstrated in the firm and personnel project experience,to CES Consultants, Inc. engage supporting survey,architectural,landscaping,structural,geotechnical,mechanical,and 14361 Commerce Way plumbing disciplines when needed for projects. Suite 103 Miami Lakes,FL 33016 The CES team capability is exemplified based upon experience with similar projects: 305-827-2220 » Successfully completed numerous,similar south Florida civil engineering projects CES REPRESENTATIVE » Successfully completed design and construction drawings for similar work Fernando Vazquez,PE » Successfully completed regulatory permitting Senior Vice President fvazquez@cesconsult.com » Successfully completed preparation of construction cost estimates 305-827-2220 » Successfully completed engineering and inspection services during construction In accordance with the scope of service requirements of the City's Request for Proposals,CES has prepared detailed responses regarding our experience and qualifications.This information is an affirmation that CES is committed and ready to provide the necessary services to the City. CES appreciates the opportunity to have provided professional engineering services to the City, and we look forward to this new project.Should you have any questions or need any additional information concerning this proposal,please do not hesitate to contact me. Sincerely, CES CONSULTANTS,INC. udy M.0 iz,PE,CGC CEO CES Consultants•City of Miami Beach RFQ 2018-141-ND I 2 Solicitation No: Solicitation Title: RFQ 2018-141-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS Procurement Contact: Tel: Email: NATALIA DELGADO 305.673.7000, Ext.6263 NATALIADELGADOMIAMIBEACHFL.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: CES Consultants NO.OF YEARS IN BUSINESS: 17 NO.OF YEARS IN BUSINESS LOCALLY: NO.OF EMPLOYEES: 17 95 OTHER NAME(S)PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS N/A FIRM PRIMARY ADDRESS(HEADQUARTERS): 14361 Commerce Way,Suite 103 CITY: Miami Lakes STATE: FL ZIP CODE: 33016 TELEPHONE NO.: 305-827-2220 TOLL FREE NO.: N/A FAX NO.: N/A FIRM LOCAL ADDRESS: 14361 Commerce Way,Suite 103 CITY: Miami Lakes STATE: FL ZIP CODE: 33016 PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: Fernando Vazquez,PE ACCOUNT REP TELEPHONE NO.: 305-827-2220 ACCOUNT REP TOLL FREE NO.: N/A ACCOUNT REP EMAIL: fvazquez@cesconsult.com FEDERAL TAX IDENTIFICATION NO.: 65-0792884 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. CES Consultants•City of Miami Beach RFQ 2018-141-ND I 3 7. == _ benefits.- benefits- benefits- 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 X Family Medical Leave X X Bereavement Leave X X 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 htto://www.miamibeachfl.aov/city-hall/orocurement/orocurement-related-ordinance-and- procedures/ CES Consultants•City of Miami Beach RFQ 2018-141-ND I 4 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 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-performance b an public sector agency? YES E. 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 http://www.miamibeachfl.gov/city-hall/procurement/ CES Consultants•City of Miami Beach RFQ 2018-141-ND I 5 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.Pursuant to Section 2-376 of the City Code,the City shall not enter into any contract resulting from a competitive solicitation, unless the proposer 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 the City Code ("Fair Chance Ordinance"),and which, among other things, (i) prohibits City contractors, as an employer, from inquiring about an applicant's criminal history until the applicant is given a conditional offer of employment; (ii) prohibits advertising of employment positions with a statement that an individual with a criminal record may not apply for the position,and (iii) prohibits placing a statement on an employment application that a person with a criminal record may not apply for the position. SUBMITTAL REQUIREMENT: No additional submittal is required at this time. By virtue of executing this affidavit, Proposer certifies that it has adopted policies,practices and standards consistent with the City's Fair Chance Ordinance. Proposer agrees to provide the City with supporting documentation evidencing its compliance upon request. Proposer further agrees that any breach of the representations made herein shall constitute a material breach of contract, and shall entitle the City to the immediate termination for cause of the agreement,in addition to any damages that may be available at law and in equity. 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 addenda may result in proposal disqualification. Initial to Confirm Initial to Confirm Initial to Confirm Receipt Receipt Receipt RMO Addendum 1 RMO Addendum 6 Addendum 11 RMO Addendum 2 RMO Addendum 7 Addendum 12 RMO _ Addendum 3 Addendum 8 Addendum 13 RMO _ Addendum 4 Addendum 9 Addendum 14 RMO Addendum 5 Addendum 10 Addendum 15 If additional confirmation of addendum is required,submit under separate cover. CES Consultants•City of Miami Beach RFD 2018-141-ND I 6 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 deviates 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. CES Consultants•City of Miami Beach RFQ 2018-141-ND I 7 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: Rudy M.Ortiz,PE,CGC CEO Sign re of Proposer's Authhoorize epres tative: Date: //7 05/02/2018 State of FLORIDA ) On this 3 day of May ,2018,personally appeared before me Rudy M.Ortiz who County of Miami-Dade ) stated that (s)he is the CFO of CES Consultants , 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: 2/19/2022 CES Consultants•City of Miami Beach RFQ 2018-141-ND I 8 ATTACHMENT TO APPENDIX A - PROPOSAL CERTIFICATION, QUESTIONNAIRE & REQUIREMENTS AFFIDAVIT APPENDIX A, ITEM 2 // CONFLICT OF INTEREST No such relationships exist. APPENDIX A, ITEM 3 // REFERENCES AND PAST PERFORMANCE FIRM/MUNICIPALITY NAME CONTACT PERSON DESCRIPTION OF WORK PROVIDED Robin Bain East Miramar Infrastructure-Phase I and III • City of Miramar 13900 Pembroke Road //Planning,Design,Construction Documents, Miramar,FL Permitting,Assistance During Bidding,and 954-883-6825 Construction Services(Part I of Phase Ill)for water rebain@miramarfl.gov distribution system improvements Wisler Pierre Louis Force Main Improvements along NW 12th Avenue, 776 NE 125th Street-3rd Floor City of North Miami North Miami,FL North Miami,FL//Modeling,hydraulic analysis,and 305-895-9830 design of approximately 10,500 LF of 12-inch force pwisler@northmiamifl.gov main Albert Perez North District Waste Water Treatment Plant, 135 San Lorenzo Avenue,Suite 630, North District WWTP//Wastewater Pump Brown and Caldwell Coral Gables,FL Station Evaluations,and structural engineering for 954-554-7176 Miami-Dade Water and Sewer Department alperez@brwncald.com Franklin Torrealba Pump Station Improvement Program,Miami- 3850 Bird Road,Suite 601 Pump Station Improvement Program Design// Dade Water and Sewer Department Miami,Florida Analysis,evaluation,and design of multiple sanitary 305-763-9829 sewer lift stations ranging from 20 HP to 60 HP ftorrealaba@miamidade-psip.com APPENDIX A, ITEM 5 // VENDOR CAMPAIGN CONTRIBUTIONS No campaign contributions have been made for candidates elected to the office of Mayor or City Commissioner for the City of Miami Beach. APPENDIX A, ITEM 6 // CODE OF BUSINESS ETHICS See attached for statement indicating adoption of City of Miami Beach Code of Ethics. CES Consultants•City of Miami Beach RFQ 2018-141-ND I 9 Des CONSULTANTS May 3,2018 City of Miami Beach Procurement Division 1700 Convention Center Drive Miami Beach,FL 33139 RE:Appendix A,Proposal Certification&Requirements Affidavit,Item No.6:Code of Business Ethics To Whom It May Concern: Prior to the execution of any contract or performance of any work,CES Consultants, Inc.will adopt a Code of Business Ethics and submit that Code to the Procurement Management Department.CES Consultants,Inc.adoption of this Code of Business Ethics will be pursuant to the City's Resolution No.2000-23879 of the City of Miami Beach Code of Ethics. Very Truly Yours, CES Consultants,Inc. udy M.0 tiz,PE,CGC CEO CES Consultants•City of Miami Beach RFQ 2018-141-ND I 10 • • • ig tie_ itt, . . I,1,,. , , , ..,_ . •..._ , ., . ,..,.. _ 11, . ,.... -hi• • • , ;"., .q„„•, . . ,,,,r r I :...-!..... .. :.................. ,,! I i . ............,..........NZ‘I. 31*ON* .............. ,' 1 i . .'., : ,,i . ; ,,, --,,-, - t#''',,9. -z . 3 , ,,,.. goi.... .....--.....,z: .--:„.,,„:::-• 3 ;=,- --..,,-"""-""; . 'wow z, 1- . - mmles MINITIOITI...,. P.."'""..-'•.:, 'MLR, ...........4. ..-,, 1........,-..,,,,,,,, i•-:--' - = . .. gr,------..., .......- ., „--.........-on,anor-. r:: t...L., 71MM ,......r.,..„., -, -.... '... :`... ;TRIM SEL.....-...,4 41-.....r...- ',- .7.- ......r: ....„ .. ....„,_ ..= .t....,,___ 1,.; ...4. •„,, ......, . 1.. E!. _.."...., 'I......-1= :I.: i...... , ,L_ s.;..... ....'•••°----....=4, -r•-.-.7.- + - ----7 - ' ' .7.,V. ' "'"-*- E ......-- I ' ..--- ”w •Vitr . OR Nir - - -‘- .. • ..- --:-... ••. ,,, . • .. --- '1!."'- P , . .,,„,,,,,-, ,-i', ---. 1-'' T... i °: itele` ' ''.. '''''‘..,' ''----, -. -*"'......et .. - • • .....:4*44,-..t-,..... -...... -,. . . .. ..-, .,.. . , __ _ _. ,....,-,„.„,.... _.- ,., ...... ::-..........._,,-- _ -,*-1,.1,- ...„.....-....., 1,..,„...- ......,.:::,-- , - -...,,..„.. . - - ----=--!"'--- - ----,---7------ - -.--- TAB 2 - - . • - .",_.-- .,,,- '.-- - -, , , .„ -•` ---__,,,_•_, ._ . , _ _,,,. - . .. ........',.e,..-- - — --...--- ....... - Minimum Requirements ....-.4,N.. - . • . • - . 1.'• ' ' 1:- ' ---; - .,-k-00 '.....k.-.-'1, :-- •- p , -•-• . . • • . • • ' ' • ,... .. . . • 11,1-7-....:4•4•"••••'*,-•''.40;11..f.'3 . • ..•, • - - ' ..' '.....' * •• • ...• '...Nittritei4 • - • MINIMUM REQUIREMENTS As evidenced below,CES is in compliance with all the minimum qualifications requirements established in Appendix C Minimum Requirements and Specifications. State of FloridaState of Florida Board of Professional Engineers Board of Professional Engineers Attests that Attests that CES Consultants,Inc. 4FBPE Fernando A.Vazquez,P.E. u:rx�2.,.r- Is authorised ander the provisions of Section 471.011,Mendaststutes,to offer engineering services to tbe public through•Profes.iosel Engioeer,duly Ikvsed uode'Ch.pter 471,Florida Statutes. Is licensed as a Professional Engineer under Chapter 471,Florida Statutes Expired= 1/25/2019 CALie.No: Expiration:2/28/2019 P.E.lac.No: Audit No: 228201903966 R 8811 Audit No: 228201924599 R 60517 State of Florida State of Florida Board of Professional Engineers Board of Professional Engineers Attests that Attests that Nestor Antonio Cueto,P.E. Asikf BPf Rudy Manuel Ortiz,P.E. ill Is licensed as a Professional Engineer under Chapter 471,Florida Statutes Is licensed as a Professional Engineer under Chapter 471,Florida Statutes Expiration:2/22/2919 P.E.Lie.No: Audit No: 229201912)92 71966 Expiration:2/28/2019 P.R.Lie.No: Audit No: N6201923625 R 52515 State of Florida State of Florida Board of Professional Engineers Board of Professional Engineers Attests that Attests that Ranthus B.Fouch III,P.E. Jafet Torres,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:2/28/2019 P.E.Lie.No: P.E.lac.No: Audit No: 228201926373 7 7341.2 Expiration:22220 7075 Audi:Nu: '_^_s2o199i9i2 N State of Florida State of Florida Board of Professional Engineers Board of Professional Engineers a- Attests that Attests that David Arthur Hoot,P.E. Simon R.Sainsbury,P.E. FBr i Is licensed as a Professional Engineer under Chapter 471,Florida Statutes Is licensed as a Professional Engineer under Chapter 471,Florida Statutes Expiration:2/29/X19 RE.Leo No: Expiration:2/28/2019 P.E.lie.No: Audit No: 2292)92554 0 41135 Audit No: 228201904639 0 35970 State of Florida State of Florida Board of Professional Engineers Board of Professional Engineers Attests that Attests that Luis A.Cruz-Miranda,P.E. I FBPI Jose A.Caraballo,P.E. Is licensed as a Professional Engineer under Chapter 471,Florida Statutes Is licensed as a Professional Engineer under Chapter 471,Florida Statutes LicExpiration:2/28/20)9 P.E.Lie.No: Expiration:2/28/2019 P.E.306 No: Audit No: 228201910101 0 69995 AuNo: 228201926124 R 7306Asa CES Consultants•City of Miami Beach RFQ 2018-141-ND I 11 Client#:1053638 CESCON ATE(MMIDDlYYYY) ACORD,. CERTIFICATE OF LIABILITY INSURANCE D12/08/2017 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(les)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 any rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: USI Insurance Services,LLC PHONE 813 321-7500 FAX 1715 N.Westshore Blvd.Suite 700 E-e AIL ) (AIC,No): ADDRESS: Tampa,FL 33607 INSURER(S)AFFORDING COVERAGE NAM III 813 321-7500 INSURER A:Trar.wshals,ra,IgCa WY5OCT 25682 -- INSURED INSURER B:Tisb Ca„prry 25658 CES Consultants,Inc. INSURER C:AANrsIMur,wCmalwar 24856 880 Southwest 145th Avenue,Suite 106 INSURER 0:cr,.wO•lk e.r..w.C.,4.ry 25615 Pembroke Pines,FL 33027 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. INSR TYPE OF INSURANCE ADDLSUBR EFF POLICY EXP UNITS LTR INSR WVD POLICY NUMBER lrr BMr1'Y) (MM/DD/YYYY) A X COMMERCIAL GENERAL LIABILITY X X 6609D349718 12/06/2017 12/06/2018 EACH OCCURRENCE $1,000,000 CLAIMS-MADE X OCCUR kREMISE3(Ee Nis rtDence) -,$1,000,000 MED EXP(Any one person) $10,000 PERSONAL&ADV INJURY $1 x000,000 OENL AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 PRO- POLICY X ECT LOC PRODUCTS-COMP/OP AGG $2,000,000 OTHER: $ D AUTOMOBILE LIABILITY X X BA7480X896 05/15/2017 05/15/2018 MBIildeE INGLE LIMIT $1,000,000 X ANY AUTO BODILY INJURY(Par person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ _AUTOS ONLY AUTOS X AUTOS ONLY X NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY (Per accident) $ B X UMBRELLA LIAB x OCCUR X X CUP4K364717 12/06/2017 12/06/2018 EACH OCCURRENCE $5,000,000 EXCESS LAB CLAIMS-MADE AGGREGATE $5,000,000 DED X RETENTION$10,000 A WORKERS COMPENSATION X UB3756T448 07/08/2017 07/08/2018 X gTATUTE OTH- ER AND EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE YI N EL EACH ACCIDENT $1,000,000 OFFICER/MEMBER EXCLUDED? NIA (Mandatory in NH) E.L DISEASE-EA EMPLOYEE$1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT 81,000,000 C Professional E000004118701 12/06/2017 12/06/2018 $5,000,000 per claim Liability $5,000,000 annl aggr. DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached H more space Is required) Professional Liability coverage is written on a claims-made basis. CERTIFICATE HOLDER CANCELLATION For Proposal Purposes SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE p p THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE OLS /►t. ©1988-2015 ACORD CORPORATION.All rights reserved. ACORD 25(2016/03) 1 of 1 The ACORD name and logo are registered marks of ACORD #S22038942/M22038912 MRLEW CES Consultants•City of Miami Beach RFQ 2018-141-ND I 12 i - ''''...,00,114_, ,� x�{, 00e';,,,,,,,...'-„ir: it, .•y,' �' v -„, xl , Rs;,. \ )*- ('' ' ,..., ..... , ....,k,...,. . ...„.., . , .. . . ,--,...,-.,-,,,,,_,,„,',',7'jirii: . .. , 0..,,.., :,.,...'.... . ' ' ''' . ''''''''1.' .,', .----k5, . „ ..... , „ , , .. „. . , . .. , „,,,„..,..„..4 A '_5. A wlllelNP:y,sw+.��" • q int%.., .e�M. :lll:ll oNtlitill ` :!!ll!lf lll!ll '> ......A4 :, 1. 11. •4.w _\ ... �•+, . • 17!1]414.1' ...\ter. -.w y :7741!M r r—M;::: a N., s M7llM �-�",, W: .l +,41ll�ll,� •. , ISI ,w -,......4.n.,. ref f .--lam 4 = a r z B3 --7, ___•---.:z._:::-___ Experience Qualifications - �' of the Firm . . - ,,_ 00. t EXPERIENCE & QUALIFICATIONS QUALIFICATIONS OF THE FIRM PUMP STATION IMPROVEMENT PROGRAM DESIGN Miami-Dade Water and Sewer Department The Miami-Dade County Water and Sewer Department(WASD), in an effort to comply with the 2013 Consent Decree and improve operation its wastewater collection system to achieve compliance,established the Pump Station Improvement Program(PSIP). Under this program,WASD will repair or replace over 140 existing and non-compliant wastewater pump stations. The improvements vary from pump upgrades to complete pump station and force main upgrades. CES is one of the design consultants selected to analyze and design the improvements to the non-compliant pump stations.CES is designing improvements for over twenty(20) pump stations and connecting force mains.Our team provides - \ full design services,which includes surveying,geotechnical --1.. engineering,civil engineering, mechanical engineering, structural engineering,and electrical engineering.The main '''s%, complexities of these projects and designs are the accelerated - 'ems schedules required to meet the Consent Decree schedules.The `4"' N. 't _,. aggressive schedule requires efficient project management and - effective project controls. CES is providing the following services: » Topographic and Utility Survey » Geotechnical Investigations -r1 • Utility Coordination » Design Services- pump sizing,electrical,structural MDPWD SW 27TH AVENUE ROADWAY » Permitting RECONSTRUCTION » Project Management Miami-Dade County Public Works Department » Construction _ CES provided engineering Management analysis and storm water • Dates:Ongoing tea. -"' drainage design for a closed Fees:Total Contract , °- , 0 `1' storm water management Value is$3,000,000. — .- system of approximately 0.75 Projects range from = , mile along SW 27th Avenue $16,000 to$155,00 ---K•��. - 0 : from US-1 to Bay Shore Drive. Client Contact:Reinaldo --•--------- °"-` ` '''111 The purpose of the project is Rivera, PE,305-446- `' _.--- t' to improve traffic via roadway .rte \ `• 7450, reinaldo.rivera@ ,;' ,_:. - =. `'" ; -r widening, median installations, miamidade.gov µ redesigns of intersections,and 4 "- =- improvements to drainage, __1 - 1 '' �: _. parking,lighting,signalization, Ir-i-4--- r'm'1 _ ��� �{ __ -_ w7=';•-----:-_ _ _.� a�- and landscaping in the Coconut _ " iTW - :.:7-....r - :,=== ___—__ Grove neighborhood of the a -"- City of Miami. Land use is a combination of residential CES Consultants•City of Miami Beach RFQ 2018-141-ND I 13 and commercial.Since the roadway is part of an older,well established neighborhood, many different utilities are installed i i - within the Right-of-Way.The project corridor includes a 30-inch water main and smaller water main,as well as gas, multiple fiber-optic cable duct banks,sanitary sewers,and force mains. Other complicating factors in the design include low grade elevation and a high groundwater table at the southern end of the project,which is adjacent to Biscayne Bay; higher elevations in the mid-section;and'normal'elevations around the northern end. The proposed drainage design has been developed in accordance with guidelines set forth by the County and by the — — — ...� Florida Department of Transportation.The design consists of ' approximately 70 structures,as well as 3,000 LF of piping and �� 3 2,000 LF of French drains divided into eight(8) independent, closed systems. By creating independent systems, CES has been » Existing Utilities&Future Project Coordination able to develop a design that satisfies the requirements while » Develop Contract Specifications also securing significant cost savings to the client compared to the traditional approach used to create interdependent systems. » Develop Design Plans » Permitting Services Provided: » Drainage Design » Bid Document Preparation and Assistance » Hydraulic Analysis » Construction Services » Permitting » Construction Cost and Schedule Estimates » Interagency Coordination Dates:2011-2012 Fees:$25,500 Client Contact: Maria Lopez,786-268-5242, lopez75@ Dates:2009-2014 miamidade.gov Fees:$65,000 Client Contact: Carlos Alcantara,305-594-0735,calcantara@ ENGINEERING DESIGN.AND RELATED SERVICES corradino.com FOR SMALL INFRASTRUCTURE PROJECTS COUNTRY WALK UPGRADES New York City DDC Miami-Dade Water and Sewer Department The NYC Department of Design+Construction(DDC) has The Miami-Dade County Water and Sewer Department recently awarded CES with an$8M Requirements Contract to (MDWASD),with funding from the General Obligation Bond, is provide engineering design and related services for various upgrading the water mains throughout the County as part of small infrastructure construction projects throughout the five Project No. E06-WASD-09.The project will serve residential boroughs.The scope of work includes engineering design areas that currently lack water mains service or are served by for infrastructure projects related to the construction and/or undersized, older mains.The project's system upgrades will also rehabilitation of streets/roadways,water mains and distribution improve fire protection for the area and increase service water lines,sewers,storm sewers and drainage systems,sidewalks, pressures. curbs, pedestrian ramps,and retaining walls,amongst others. Within the above referenced contract,CES received the The contract is currently ongoing and will finalize in 2018. Work Order No.4 to provide design, bid support and limited opening to traffic;preparing punch lists and tracking them to construction services for the design of 1,900 LF of 8-Inch force completion;and maintaining project records. main along Country Walk Drive between SW 137th Avenue and Dates: Ongoing SW 139th Court in Miami-Dade County. Fees:$11,000,000 The CES design team has been able to exceed the client's Client Contact: Hemwattie Roopnarine,718-391-1375, ramnarah@ needs and expectations through adequate planning and regular ddc.nyc.gov meetings to discuss the project's progress.Some specific tasks CES has worked on this work order are: » Topographic and Geotechnical • Exploration Coordination CES Consultants•City of Miami Beach RFQ 2018-141-ND I 14 PS 609 UPGRADES although much simpler than our other pump station designs, Miami-Dade Water and Sewer Department required detail in preparing the system curves and pump se The Miami Dade County Water and Sewer Department lections. Our team provides full design services,which includes (WASD), in an effort to comply with the 2013 Consent Decree surveying,civil engineering, mechanical engineering,structural and improve operations of its wastewater collection system, engineering,and electrical engineering. established the Pump Station Improvement Program. Under The main complexities of these projects and designs are the this program,WASD will repair or replace over 140 existing and accelerated schedules required to meet the Consent Decree non-compliant wastewater pump stations.The improvements schedules.The aggressive schedule requires efficient project vary from pump upgrades to complete pump station and force management and effective project controls. main upgrades. Dates:2014-2015 CES,as one of the design consultants,was tasked to analyze Fees:$19,980 and design the improvements for PS 609.This station was a Client Contact: Reinaldo Rivera, PE,305-446-7450, reinaldo. submersible station with undersized pumps and a corroded rivera@miamidade.gov motor control box.The wet well and valve vault were of the appropriate size,so it was decided to repair and recoat the in- terior of the existing wet well and valve vault, insert new 40 HP pumps,create a secondary 6-inch force main connection,and r install a new motor connection box.The design included ' �, minor demolition plans, civil site plans, C=`7- ���, %` anew ,,,,,. fencing plan, ,.IniC s %,�_1�. 11111 _x --4. i ;y °..°- ° ;, t mechanical D� �, , Y ' ,...„..... plans, minor r-=r - ® .-- structural �—.ow -.�. p9ds! ”' .r1. , _ - minor r X311 y�r '" x� .j',.�; plans,and 1I `-_____ ,,�,' electrical �� � L .., „«,, '!L: _- Iaill" 'wr - �. �.^. `;'"7 _-..„,......-r..... - � plans.The - ' 1 : ,' ate,,,.,-.... -� design, E`I � "�- a m_ ...z.:00'''......7.11.,........"*".....,...1.41.:."11........*"*".,:**** �� Z 0 .o _ r ..... ,,,... ,,, as ., . ..,,,,, ' I 7n mEVWF.f ; ,, H.a....... M . ... ,, `• • N11 m ¢ 'v'm Hwy.,w."v.- "� 'r • • "em "A 4., -+ d4 „ ;i ... FL ME 9 ii.. iii ":::: .„ .,. . • , EU NM . ,. II."'%'.w tr'7�, err 741-1' — .r %ss • r CES Consultants•City of Miami Beach RFQ 2018-141-ND I 15 MELREESE GOLF COURSE CLUB HOUSE concerning demolition and replacement of the existing 14,500 square foot pool deck,consistent with the Building Code, Miami-Dade County SBBC requirements,and regulatory permitting,a built-in pool 1- , • ----->M,."..i's- deck bench approximately 75 linear feet,replacement of pool , ,». .. .y . -- = xr-.�- m• filtration piping, and new stormwater disposal drain system for - _ the deck. The original project scope of work included demolition and ` replacement of the existing pool deck, built-in pool deck s. r- bench,control and expansion joints,and sleeves and inserts 4,0, for pool related mounted equipment.Subsequent to submittal s• of the project design documents,and review by SBBC staff, ►# further improvements were requested by the SBBC that required '--.��``"`~•-�; wrr additional civil,structural,and aquatic engineering specialist '^ - /` services.The additional project work included: » Replacement of pool deck drain piping,drains inlets and This Project involved the design and construction of a new Club covers,and cleanouts House&Restaurant Facility at Melreese Golf Course.The gross building area is approximately 17,500 SF, including indoor and » New drainage system for the pool deck stormwater outdoor spaces, breezeways,a courtyard,tennis courts and a management covered open air perimeter.The existing facilities,which were » Replacement of pool drain covers with VGBA compliant temporary structures,were demolished after the completion of covers the Club House. » Removal of existing underwater lights and cans,and The Club House accommodates a restaurant,administrative closure of openings offices,a pro-shop,changing and bathing facilities,and related functions,such as a receiving dock at the restaurant and a golf » Replacement of pool suction/return piping to cart wash and maintenance area. connection points for mechanical systems During the design of the civil work,special emphasis was placed » Site survey and conducting soil percolations tests on achieving the best possible LEED Certification. CES, as a civil site design Engineers, incorporated Best Management Practices, » Summary of Project Scope and Construction Delivery such as vegetated swales,exfiltration trenches,and porous Method pavements to reduce site run-off during peak flows and to enhance the quality of run-off water treatment. CES is providing design services,and limited services during construction.The SBBC will engage and administer a The CES civil design team,as sub consultant,developed the construction contractor for the project. following components for the City of Miami: Dates:2016-Ongoing • Paving, Grading,and Drainage Plans for parking lots Fees:$50,692.79 and building surroundings. Client Contact:Gregory T. Boardman,754-321-1522,gregory. boardman@browardschools.com » Pavement Marking Plan » Domestic water and waste water service,fire service i i » Permitting 1 A� » LEED Certification of civil components. t „r ___ ;i » Opening to traffic; preparing punch lists and tracking ,,,,-.- them e them to completion;and maintaining project records. , .. '� „,,,,': .;;;,"!,,:„:::•,,,.: Dates:2008-2014 ` f "--,— ,- - Fees: Design:$28,500, Permitting:$9,000 Construction '',"�'._,,, ' Administration:$5,500 ,,,,: . ,'.. .. .. Client Contact: Kathy Rod,305-461-9480 yk ti , ._ STRANAHAN HIGH POOL DECK School Board of Broward County -- CES was retained by the SBBC to provide engineering services '4:.. ," 3-.=111,-,,..,....1,,,..e..,_ •.•dillitigfalkild CES Consultants•City of Miami Beach RFQ 2018-141-ND I 16 DESIGN-BUILD SHENANDOAH B WATER MAINS Miami-Dade Water and Sewer Department The Shenandoah neighborhood is one of the older neighbor- y hoods within the City of Miami.The water supply for residents in ,4',t` `I" the area is primarily through 2-inch watermains that are located "' mm within easements to the rear of the properties.The Miami-Dade ^ itfir; 4 County Water and Sewer Department(WASD) has selected our \ • --. _ * - " design-build team to replace the water mains with 46,000 linear +� % --- feet of 8-inch watermains relocated to the public roadway right- • . a —mac- of-way.The project area is bounded by SW 16th Street,SW 22nd e„ -.; _ Street,SW 17th Avenue and SW 27th Avenue,also referred to ast Shenandoah.Additionally,the design-build team will relocate ' ' ' z ' -` -- the existing Water meters from the rear of the property to the front of the property and install new service lines from the water , ` „...„,„,,i ',.,„'`”` .r' meter to the residence.The project will produce the following -t, w r_ '. 0' 6 ,c - benefits to the residents. „...,s. ,.'.: 't • Increase water service pressure and flow ,+ 7' » Eliminate water mains within the easement at the rear - y '7 of the properties ,, e � : ,; » Relocate water meters within the public right-of-way ,x, J , • Increase fire hydrant coverage and fire protection; -1`- 'i A. Because this project takes place within the public right-of-way, ” `"., as well as private property,a thorough and comprehensive community outreach program is critical to the success of this '` t r project. CES has developed a Communication program that will provide clear dialogue between the design-build team, CES developed an aggressive project phasing program that residents, public officials,and City of Miami staff.Additionally, allows for a parallel execution of multiple sequential services CES is responsible for the following services: , " . - t » Surveying and Geotechnical services , �� ..,r/K, » Utility coordination 9 �':' » Design ( - 1171i. `. i � _ it ..;,,. » Scheduling and cost estimating » Public right-of-way and Private property permitting ...rtt { r y � i .4t » Public outreach » Construction phase services • Dates:Ongoing y.; '' Fees:$860,000 t '- ' ii, Client Contact: Michael Green,954-826-2832, MichaelG@Lanzo. org i - WATERWORKS 2011 Mil �ANzo City of Fort Lauderdale cgs The City of Fort Lauderdale, in an effort to provide its residents with the most up-to-date water,sewer,and drainage services, s ,;-> ; , ,M, developed a long-term capital improvements project that ° ., -r �=7 ` , .e. . improved the city's infrastructure.The City invested over$550 1 ! rt ,�• a 44.--',';'-'1 ,....-..4.'5'-'', Million towards these improvements,the majority of which were I1'% '� .^ '�;'' _ = completed in 2011. g�✓ ./S ,kr'" . ryy ', d'4,'. ,rk rY d 1•. ry h r 1��i CES Consultants•City of Miami Beach RFQ 2018-141-ND I 17 As subconsultant to CMTS,the CES team of professionals Acting as an extension of the City's Project management provided full time Construction Engineering and Inspection staff,services by CES professionals included:attending and Services infrastructure improvement projects being carried out documented progress meetings; monitoring, inspecting by construction companies at various locations. and reporting on work safety, quality,and progress,as well as conformance with contract documents and compliance CES staff was assigned to oversee the work of multiple applicable codes and standards, immediately flagging any construction companies and crews in completing the following concerns,discrepancies or deviations;tracking project cost infrastructure improvements: and schedule and participating in the development of recovery » Water Main Installation schedules where applicable; reviewing and recommending action on contractor pay requisitions; maintaining project » Pump Station Upgrades and Installation submittal and RFI logs and coordinating timely processing; » Roadway Reconstruction providing assistance with review of contractor change orders, claims and disputes; making sure project as-builts were updated » Sanitary Sewer Force Main Installations regularly;assuring compliance with approved contractor » Stormwater Drainage Installations quality control program and safety plans specially making sure » Sidewalk Reconstruction excavations were properly covered/protected and sidewalks/ streets were cleaned before. » Sanitary Gravity Sewer Installation » Swale Reconstruction Dates:2007-2011 Fees: $1,000,000 » Driveway Reconstruction Client Contact: Eva Gibson,954-561-7108, egibson@cmtsinc.com P t,4 � a p • !�: z > !* �1 9 ft • • ; k Mfr 7 •,SE .2cC' T` S f 'r -� �P i S411114.1 tl �R - ., .7 ..,r11711.11111k7.:,',i.. . 1� P } 1 _ CES Consultants•City of Miami Beach RFQ 2018-141-ND I 18 .-.L • ' 11 •Jr-**. . i e .1 Ilk ., . ,------ ir -00 ilk' - . ..,. .i, • IS , silt, - ./444)10, - -7. .11•414..„ . .74% --, —.- ii.F=!...rob.• .. • -!-,. ---,...a 7.-,_„,...,,,z7,: • • ,- , . • " 11.:11* ...•gmTh."11 .: ..___.: 3/04P1.1". ................ 11 ' SMIE/11 "..iiiii...T.....N.• or. 0 X... :• : •. ;= .. ,.V -..m.'"11".a:• 'mill 0.11M,IonmoZN 4..114:;:::.1.. • :..4.".-.33-Th ."' I. 5 :WWII! .14: ...,. ./,. 3,, 31/IMIII UP11.110,,im..21, "WWII Eit : : .._. _ -,..,, -,.. ,,, t, .1,0:• -RPP. Sr "' ; •-,,,,,...• - ' sr. : . ... r ,,,,..4.0 ... 1c ,.„ .......„ • ., = V.”. 4.4..•i 1....- 3 _,,,_ .•'..... .. :”' .., ....• ..'.......!4.•:•. _ .. ,.. ..,.., .. .. , „ ., .:0 .., LF..:;...'-...-_.:-'-;"-."..'..-••-'..'-•.•"'..".•+'-.'.-r•--'--ti'-"..",""".-...j:.....' L- ..-.-"i.;.'.,=,....'.,-....-..-.•.-.•.•...._.tl.-..-.i.c--.". l".'.i,of` RM"Agmr'r''.fta1 . : . - .- • N 1I•,,,.+--...„ • ,. . : 7w :" ::-:=..-1..,.;.Z.:.i'.:.-. l . . . rA " - . . 1I " ..A -- . .....7;1 " - ' 1111 :or `" • . ...:4:- -,:f.:-V,..1,-„ x ,.• :.• - -' . r - •.. - "*.i.7-4.--..• 7 , o'F'" - ! ,, ,,, -,... ....-.. - itlitlilladik . . ' " . - .' • - - . 2:TA. ••,;;;;,:t . , ........ .. ,. :„-- ....7......,,.., ,..... ! , ...,, ...... ,,,....„,' _. 2,:',7"'"'-' ....- '"k,•.- '',".01.41'`",,, • --.-,... . -,.., . , . . TI .„. ..._ _ .........._:.. ..,_,... . .•••. .___.•,•••___ _ _____,...„______„ _ .. ___..:.„..„...-..,_ • ___.,. . . ___ _........._ ....___ . .. .._______,.. ....„,.... - Experience Qualifications ...., . " ...... .. ..,., -- .,-,--,....„..... _ „ .,,, . ._•-,-,................___...„....__. of the Team . • . ,. . . _ .,....,..., -3% . . U1TRLL rjr .,,..,„:„.. ..z.,..,.. . . .., -- ,--- ., ... ..,-,,,,,,s-:-7• .. ,, •,, e.•-1.11:.;" .", , ... . . ., LflJL EXPERIENCE & QUALIFICATIONS QUALIFICATIONS OF THE TEAM CES has assembled an experienced team of qualified staff,assigned for project management and QA/QC,and for professionals,a team strong in talent and technical expertise direction of technical design, permitting,condition assessments, specifically focused for the civil engineering requirements for and construction. Each of our key personnel professionals are the various renewal and rehabilitation projects anticipated assigned to key functional areas based on their expertise,and in under this contract.This is a collaborative team approach,a anticipation of probable projects. tried and proven methodology that CES brings to the City,and a team that has a "deep bench"of professionals with the right CES also considered the need for multiple professional experience, effectively eliminating the"learning curve".The individuals for each of the technical disciplines, in order to Table of Organization, included in this section, provides the assure the City of the availability of design staff and ability for organizational layout of the CES Team's design professionals, prompt response to requested services. The resumes provide a the functional areas of engineering,and the specific CES Team clear synopsis of relevant professional experience and capability. staff assigned within their area of expertise. The CES Team,as you will see throughout our Statement of CES has the in-house capability,and professional staff,to Qualifications,offers qualified professional CES personnel provide the requested primary services in the comprehensive locally located. This is a comprehensive team that, has planned, area of civil engineering for the City. designed, permitted,and monitored construction for municipal facilities throughout south Florida.With this experience,our CES PROJECT MANAGEMENT TEAM Team well understands the tasks for the probable City projects, The experience and depth of the professionals of the CES the necessary multiple discipline coordination,the specific Project Management Team is represented by the Florida requirements of the City and Building permitting,and in many licensed professional engineers,and supporting technical cases,the urgency of a project's completion. r 4a . Y ' r: AAP CES Consultants.City of Miami Beach RFQ 2018-141-ND I 19 ORGANIZATIONAL CHART CITY OF MIAMI BEACH 4110QA/QC Rudy M. Ortiz, PE, CGC 0 PRINCIPAL IN CHARGE Fernando Vazquez, PE PROJECT MANAGER 0 Jose Caraballo, PE CONSTRUCTION SERVICES Civil Engineering SITE PLANNING Gustavo Silva,El Jose Caraballo,PE David Hoot,PE Ashraf Iqbal,El Jafet Torres,PE COST ESTIMATING Nada Reinbold Luis Miranda,PE Gustavo Silva,El Jose Caraballo,PE ELECTRICAL DESIGN Erik Alcantara,El Ranthus Fouch,PE Simon Sainsbury,PE CAD MECHANICAL Mireya Rey Arjen Bootsma,PE CES Consultants•City of Miami Beach RFQ 2018-141-ND I 20 JOSE CARABALLO, PE Project Manager Mr. Caraballo has over 14 years of experience in a variety of civil and environmental engineering project delivery and permitting including, approximately 110,000 L.F. of residential water main and 20,000 L.F of water treatment plant yard piping. Mr. Caraballo FIRM was the project manager for a single residential water main design CES Consultants totaling approximately 72,000 L.F. EDUCATION RELEVANT PROJECTS B.S. Environmental Design-Build Services for the Replacement of Water Mains and Service Conversions in the Engineering, Louisiana State Shenandoah Area,Phase B,Miami-Dade County WASD,FL ..Engineer of Record. Mr.Caraballo University, Baton Rouge, LA, is leading the design team in providing engineering analysis,design,and construction phase 2002 services for the design-build project to upgrade of approximately 46,000 L.F.of water main.The project area is bounded by SW 16th Street to the North,SW 22nd Street(Coral Way)to the South, REGISTRATIONS SW 17th Street to the East,and SW 27th Avenue to the West.The project consists of upgrading Professional Engineer, Florida, existing 2-inch and 4-inch residential water main to 8-inch DI water main.The project also includes New York relocating approximately 675 individual water meters and services,which requires installing new copper water services within private property. Mr.Caraballo created a phasing plan to perform multiple engineering, permitting,and construction operations simultaneously. Due to the size of this project, Mr. Caraballo has engaged all permitting agencies at the early stages to discuss specific project issues, including the Miami-Dade County Department of Health, RER, City of Miami Public Works, City of Miami Fire Rescue,and City of Building Department. Ongoing. Reference: Lanzo Companies, Michael Green, (954)826-2382, MichaelG@Lanzo.org. East Miramar Redevelopment Transmission&Distribution Water Main Improvements,Phase 3, City of Miramar,FL\ Project Manager. Lead the project team in providing engineering analysis and design services for the upgrade of approximately 72,000 L.F.of water main.The project consisted of upgrading existing 2-inch and 4-inch residential water main to a 6-inch water main. 2015-Ongoing.Reference:City of Miramar,Robin Bain,Assistant Director, 954-883-6825, rebain@ miramarfl.gov. Design of Pump Station Improvement Program(PSIP)Projects,Miami-Dade County WASD 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.Ongoing Reference:MDWASD Pump Station Improvement Program, Kevin Keane, PE, kkeane@miamidade-psip.com,786-236-3503. The engineering work includes: » Pump Station 0449 Pump Station 0147 • Pump Station 0331 • Force Main 0592(24-inch) » Pump Station 0440 » Pump Station 0336 » Pump Station 0609 » Pump Station » Pump Station 1026 » Pump Station 1065 Doral 48-inch Force Main Improvements Miami-Dade County WASD,FL Project Manager. Design of 48-inch diameter DIP pipeline improvements to increase wastewater transmission CES Consultants•City of Miami Beach RFQ 2018-141-ND I21 capacity within the Doral basin of the County's wastewater collection and transmission system.The project,located in NW 54th Street,includes approximately 4,200 feet of pipe,a micro-tunneling segment under a major highway, is located within a high-density traffic roadway,and intersects numerous utilities. Mr. Caraballo was directly involved in verifying that the design met the standards and requirements of WASD. He also analyzed and provided design solutions for utility conflicts. 72-Inch Raw Water Main BODR,Miami-Dade County WASD,FL \ Project Engineer for the development of a BODR for 8,800 LF of 72-inch steel raw water main.This project was 1 of 3 segments that WASD was developing to convey raw water from the Northwest Wellfield to Hiahleah-Preston Water Treatment Plants. Mr.Caraballo was responsible for utility coordination, and assisting in developing viable alternative routes. Hialeah-Preston GWUDI Upgrades WTP and NW Wellfields,Miami-Dade County WASD,FL Project Engineer for design of over 4 miles of yard piping, including 2,900 LF of 96-inch steel raw water main.This design was part of the preparation of a conceptual and preliminary design identifying the scope and extent of the improvements necessary to fully segregate the NWWF flows from the flows of the other WASD source waters that are conveyed to the existing Hialeah and Preston Water Treatment Plants. Jacksonville Energy Authority NW Regional Water Treatment Plant,Jacksonville FL \ Project Engineer for the design of approximately 2,200 LF of 24-inch and 36-inch DI water main for the site design of the WTP. The water main design included a large portion of off-site pipeline to connect the new plant to the existing water distribution system.Additionally,Mr.Caraballo assisted in the design of the site drainage and environmental issues regarding wetland preservation. JEA West Nassau Regional Water Treatment Plant,Nassau County,FL,Project Engineer k Project Manager. Design of approximately 2,600 LF of 16-inch PVC water main for the site design of the WTP.The water main design included 300 LF of 20-inch DI raw water.Additionally, Mr. Caraballo assisted in the design of the site drainage and environmental issues regarding wetland preservation. NW 12th Avenue Force Main Replacement,City of North Miami,FL,Lead Designer\Lead Designer. Design,permitting,and construction of 10,500 feet of 12/10-inch replacement force main in NW 12th Avenue extending from NW 95th Street to NW 125th Street.The project, located in Miami-Dade County and within the City, replaces aging asbestos-cement and cast iron force mains with corrosion resistant PVC pipe.A number of private force main connections require relocation and re-connection to the new force main as well as planning for uninterrupted service during construction. Mr. Caraballo was involved in the day to day design of the entire project, including design, production,and deliverable preparation. Miramar Roadway Infrastructure Project,City of Miramar,FL\ Project Manager. Provided services in information gathering and the preliminary design of over 5 miles of water main,5 miles of sewer,5 miles of drainage,and sanitary sewer lift station upgrades.Additionally, Mr. Caraballo performed and managed the monitoring efforts for the construction activities throughout the southern half of the City of Miramar. E06-WASD-09;Task Order No.2:Design of 1,800 LF of 8-inch Residential Water Main,Miami- Dade County WASD,FL.Project Manager. Lead the project team in providing engineering analysis and design services for the upgrade of approximately 1,800 L.F.of water main.The project consisted of designing several segments of residential 8-inch water main at NE 13 Court and NW 13 Place from NE 199 Street to North Drive within the City of Miami. E06-WASD-09;Task Order No.3: Design of 5,800 LF of Residential Water Main,Miami-Dade County WASD,FL\Project Manager. Engineering analysis and design services for the upgrade of approximately 5,800 L.F.of water main.The project consisted of designing several long segments of residential 8-inch water main along SW 64 Avenue,SW 63Court,and SW 63 Avenue from SW 4 Street to stub-outs near SW 8 Street.This project improves neighborhood fire protection and pressures. CES Consultants•City of Miami Beach RFQ 2018-141-ND I 22 RUDY M. ORTIZ, PE, CGC QA/QC Mr. Ortiz has over 25 years of design and management experience in a variety of civil engineering areas, specializing in the design and construction management of neighborhood improvement projects and water/wastewater facilities. Mr. Ortiz's experience also includes Program Management of fast-track and complex water and wastewater projects, including Consent Decree programs for Miami- Dade County and Puerto Rico. RELEVANT PROJECTS FIRM NW 12th Avenue Force Main Replacement,City of North Miami,FL ,. Principal for design, CES Consultants permitting,and construction of 10,500 feet of 12/10-inch replacement force main in NW 12th Avenue extending from NW 95th Street to NW 125th Street. The project, located in Miami-Dade EDUCATION County and within the City, replaces aging asbestos-cement and cast iron force mains with B.S., Civil Engineering,City corrosion resistant PVC pipe.This project also included a number of private force main connections College of New York 1983 required relocation and re-connection to the new force main as well as planning for uninterrupted service during construction.2013-2015. Reference: North Miami,Wisler Pierre-Louis,305-895- REGISTRATIONS 9830, pwisler@northmiamifl.gov Professional Engineer, Florida, New York Pump Station Improvement Program,Miami-Dade County WASD,FL \ Program Manager for the planning,designing,and engineering group of Miami-Dade County's$250 million Pump Certified General Contractor, Station Improvement Program as part of the County's$1 billion Program Management Team,and CGC was responsible for directing the activities of project managers and senior&junior engineers in the planning, designing,and permitting for more than 200 pump stations and force mains.He performed design reviews, prepared construction bid documents,and coordinated with private developers as well as city,county,and state agencies.Ongoing Reference:MDWASD Pump Station Improvement Program, Kevin Keane, PE, kkeane@miamidade-psip.com,786-236-3503. Peak Flow Study Program,Miami-Dade County WASD,FL \Mr. Ortiz worked on the miscellaneous project management,contract administration,and construction engineering and inspection services for a Miami-Dade County Public Works Department project under a$4 million master consulting contract. Under this master service agreement, CES staff performed a wide range of construction management and inspection services. 2009. Reference:WASD,Jayson Page, 954-734-0875,jpage@hazenandsawyer.com Doral 48-inch Force Main Improvements Miami-Dade County WASD,FL \Principal for the design of 48-inch diameter DIP pipeline improvements to increase wastewater transmission capacity within the Doral basin of the County's wastewater collection and transmission system.The project, located in NW 54th Street, includes approximately 4,200 feet of pipe,a micro-tunneling segment under a major highway, is located within a high-density traffic roadway,and intersects numerous utilities. WTP and NW Wellfields,Miami-Dade County WASD,FL \Principal for design over 4 miles of large piping, including 2,900 LF of 96-inch steel raw water main.This design was part of preparation of a conceptual and preliminary design identifying the scope and extent of the improvements necessary to fully segregate the NWWF flows from flows of the other WASD source waters that are conveyed to the existing Hialeah and Preston Water Treatment Plants. 72-Inch Raw Water Main Basis of Design Report(BODR),Miami-Dade County WASD,FL Principal for the development of a BODR for 8,800 LF of 72-inch steel raw water main.This CES Consultants•City of Miami Beach RFQ 2018-141-ND I23 project was 1 of 3 segments that WASD was developing to convey raw water from the Northwest Wellfield to Hialeah-Preston Water Treatment Plants. Jacksonville Energy Authority NW Regional Water Treatment Plant,Jacksonville,FL Principal for the design of approximately 2,200 LF of 24-inch and 36-inch Ductile Iron water main for the site design of the WTP.The water main design included a large portion of off-site pipeline to connect the new plant to the existing water distribution system. CDWWTP Water Reclamation Facility,Miami-Dade County WASD,FL \ Principal for the development of the drainage,yard piping,and utility relocation for a new water reclamation facility. Key elements for this project were the updating the inadequate drainage system and yard piping for over 3,500 LF of 12-inch DI and PVC reclaimed water main.Additionally,this project had a large amount of utility relocation to accommodate the new piping. JEA West Nassau Regional Water Treatment Plant,Nassau County,FL ,.Principal for the design of approximately 2,600 LF of 16-inch PVC water main for the site design of the WTP.The water main design included 300 LF of 20-inch DI raw water. East Miramar Redevelopment Transmission&Distribution Water Main Improvements, Phase 3,City of Miramar,FL \Principal for the design of this very important neighborhood improvement project,where he provided technical advice for services performed for the upgrade of approximately 72,000 L.F.of water main.The project consisted of upgrading existing 2-inch and 4-inch residential water main to a 6, 8,and 12-inch water main.This effort dramatically improved pressure and provided much-needed fire protection within the area.Towards the middle of the design,the City requested to reevaluate the design to create 3 to 4 smaller packages for bidding. CES staff worked closely with City staff to redesign the project and created 3 smaller bid packages that could be independently functional from the other bid packages. Bid package 2 had a total of 25,090 L.F., including a directionally drilled 8-inch Ductile Iron Pipe section of 120 L.F. main. The team creation of smaller bid packages provided the client with a phasing that fulfilled their needs while reducing the initial capital cost required by the entire 72,000 LF project. Infiltration/Ex-filtration/Inflow Program,Miami-Dade County WASD,FL \Program Manager responsible for leading a staff of engineers,construction managers, inspectors,consultants, and other professionals in meeting Miami-Dade Water and Sewer Department's Consent Decree Settlement Agreement requirements on the Infiltration/Ex-filtration/Inflow(IEI) program.One of the largest IEI programs in the United States, it utilized conventional and cutting-edge trenchless technologies to remove over 85 MGD of wastewater flow from the system. Mr. Ortiz's duties also included coordinating all activities for the acquisition of a National Sanitary Sewer Overflow grant to perform demonstration pilot studies,and sharing the Department's experience on the IEI Program with other municipalities across the country. Pumping Station Design and Hardening,South Florida Water Management District,West Palm Beach,FL \Mr. Ortiz was responsible for the design of a 110 CFS pump station for Cl Canal as part of Section 24 of an Everglades reconstruction project.Services provided included preparation of basis of design reports and 30%, 60%,&100%design drawings. Mr.Ortiz also reviewed structural calculations and the mechanical and electrical design performed by others as part of the overall design. CES Consultants•City of Miami Beach RFQ 2018-141-ND I 24 FERNANDO VAZQUEZ, PE Principal in Charge Mr. Vazquez has 30 years of experience leading the planning, design, construction of water resources solutions for urbanized and populated coastal agencies including small and large diameter water and sewer transmission and distribution systems. 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 public infrastructure solutions with regional and local stakeholders. EDUCATION RELEVANT PROJECTS BS Ocean Engineering,Water Brickell Sewer Interceptors for Master Pump Station No.3.Design-Build • Miami-Dade Water Resources and Sewer Department,FL\Project Manager for fast-track Design Built Project to increase sewer capacity in highly congested downtown Miami. Managed the successful design of approximately REGISTRATIONS 5,000 ft of 48"gravity sewer constructed by micro tunneling(MTBM) methods. Design of secant Professional Engineer, Florida pile shaft 33 feet deep,and four CMP(corrugated metal pipe)shafts ranging from 21 to 34-ft in depth. Project also included the design and construction of two large sewer diversion structures and connection to future Pump Station No.3. FDOT for scheduled milling and resurfacing work. Driveway harmonization to improve positive drainage along adjacent properties.2014-2015. Reference:Miami Dade Water&Sewer, Eduardo Vega Director of Engineering,786-256-2629, • vegae@miamidade.gov. City of Miami Beach Stormwater Master Plan \Comprehensive Citywide Stormwater Master plan considering Sea Level Rise. 2010-2013. Reference: City of Miami Beach, Mike Alvarez, Director of Utilities Operations, (786)367-6109,Alvarez-mike3151@live.com. West Ave Neighborhood Improvements Project. Design and reconstruction of West Avenue north and south. 2017-Ongoing.Reference: City of Miami Beach, David Martinez, Director of Capital Improvements,786)295-8050,Martinez-davidmartinez@miamibeachfl.gov. Citywide Sanitary Sewer System Improvement Projects City of Miami Beach,FL\As a follow up to the original Consent Decree Order for the City of Miami Beach,and in order to meet on-going regulatory compliance efforts,the City of Miami beach engaged in a Comprehensive Citywide Sanitary Sewer System Improvement Project,which included a comprehensive Sanitary Sewer Evaluation Survey(SSES) Phase II Monitoring and a Post Rehabilitation Report. Following the completion of the SSES Phase II report in July,2007,the City entered into a Consent Agreement with Miami Dade DERM (RER)to incorporate the warranted improvements.As City Engineer, Mr. Vazquez was responsible for the Program Management and implementation of the program,which new sewer collection system rehabilitation and reconstruction,construction management services, post rehabilitation flow monitoring and updating of SSES III Rehabilitation Report.As part of the SSES Phase III Report,the City was also required to complete Peak Flow Management Studies in accordance with Miami Dade County Section 24-42-2(1)(c)which included dynamic hydrologic and hydraulic modeling of the City's 23 Sanitary Sewer Basins and as such evaluate the sewer systems performance under peak weather flow conditions. Metro West Water Supply Tunnel-Massachusetts Water Resources Authority(MWRA) Project Manager responsible for coordination with all disciplines(Tunneling,Structural, Mechanical and Electrical,and Environmental). Project Manager responsible for the multidiscipline coordination(Tunneling, Civil,Structural Mechanical,Operations, Environmental,etc.)of the design of the Metrowest Water Supply Tunnel (MWWST) Project,a 14 ft.diameter tunnel aqueduct extending for about 17.6 miles at approximately 200 to 500 ft. below the communities of Southborough, Marlborough, Framingham,Wayland and Weston,conveying approximately 500 MGD. MWWST was designed to improve water transmission reliability and redundancy to Metropolitan Boston. In addition to meeting the fundamental hydraulic requirements of CES Consultants•City of Miami Beach RFQ 2018-141-ND I 25 operation,such as flow capacities and operating hydraulic characteristics,additional important 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. Design included also 120 inch welded steel pipes connecting from two(2)300 foot vertical shaft to valve chambers connecting to the main Weston aqueducts which were approximately 100 years old. 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. City of Fort Lauderdale,RDII Implementation Program,Fort Lauderdale,FL \Engineering Design Manager for the implementation of the citywide wastewater conveyance system long- term remediation program to address peak wet weather hydraulic loads at George Lohemeyer Wastewater Treatment Facility.Once finalized,the implementation of this program will have reduced Induced Infiltration and Inflow in identified problem areas throughout the City.The goals of the program are to 1) Implement non-structural lining solutions in identified areas with the largest amount of RDII,2) Quantify inflow and infiltration(I/I)following lining and compare results with original flow monitoring results.3) Identify existing capacities along main lines following repair and provide infrastructure solutions if needed. Wampanoag Transmission Main,East Providence,RI\Senior Project Manager for the design of 10,000 LF of 16"ductile iron domestic water main pipe for the City of East Providence, RI. Design included hydraulic modeling, layout and bedding design taking into account present contaminated soils and groundwater from adjacent decommissioned Mobil Plant. Prepared plans and specifications,and headed construction administration process. Sewer Rehabilitation Project,Barcelona,Venezuela\Project Manager for the design, rehabilitation and procurement for water and sewerage systems in Barcelona,Venezuela. Development of Master Plan for Sewerage and Water. Intake design repairs for Reservoirs,water treatment retrofit works including upgrades in primary treatment facilities(settlement and flocculation) large raw water main repairs. Development of regional water supply master plan, installation of sewer collection systems and sewer treatment works for communities under septic conditions.Project Management responsibilities included supervision of entire master plan, local design operation costs,oversight of technical staff,subcontracting services, maintenance and operations,and client relationships. Emergency installation of 60"Pre-Stressed Concrete Cylinder Force Main(PCCP-FM)—Miami Beach Miami Dade County WASD\Department Director responsible for the City's oversight of the emergency installation of 1023 LF of 60" PCCP in the roadway with an average invert depth of 17' below grade for the new sanitary sewer force main.This project is located in a highly urbanized residential area in Miami Beach along Commerce Street and Washington Ave.Work included dewatering, installing a 48" plug valve,automatic air release valves and required sheeting and shoring.Surface restoration included sub-base, base,asphalt paving, pavement markings,flatwork including sidewalk and curbing.Work also included substantial coordination with residents and business in the South Pointe Neighborhood and businesses as well as coordination with ongoing neighborhood improvements projects,traffic flow and access to landmark South Pointe Park. CES Consultants•City of Miami Beach RFQ 2018-141-ND I26 JAFET TORRES, PE Civil Engineer Jafet Torres is an outstanding professional civil engineer with more than 13 years of experience in design, construction inspection, supervision and construction management. Achieving goals, working as team member or self-empowered, Jafet has demonstrated the honor of been the most valuable student of his class. Jafet has developed the ability to analyse and apply engineering fundamentals and principles to solve a variety of situations and client's necessities. Always in search of new challenges and precision. EDUCATION n:LE�'r `11 P 0J:L S 1992-University of Puerto Optimization and Water Loss Recovery Program\ Hydraulic Engineer and Modeler- Evaluation Rico, Mayaguez, PR and optimization of various operational issues on potable water pumping systems around the Bachelor of Science in Civil North Region of Puerto Rico,to reduce:service intermittency,system pressure inadequacy, repairs Engineering(BSCE) on pump station equipment and mains, power consumption,etc. Hydraulic modeling and balance Magna Cum Laude of water distribution systems to reduce water and energy losses(e.g. Modeling of a complete service area in the north region of Puerto Rico, including 10 pump stations,tanks,and several 1998- University of Puerto water mains and hydraulic control devices up to 16"). As a result,several pump stations have Rico, Mayaguez, PR shut-down or reduced capacity,reducing energy utilization,water production,and maintenance Master of Science in Civil of infrastructure. Perform engineering analyses to modify(expand or reduce)water distribution Engineering(MSCE) -Water systems and/or eliminate water filtration plants and deep wells.Sep.2011 to Jan.2015 Reference: Resources Engineering Puerto Rico Aqueduct and Sewer Authority,Shelley A.Terreforte, (787)879-7206,Shelley. GPA:3.80. Terreforte@acueductospr.com REGISTRATIONS Rehabillitation of Casabella's Pump Station,. Civil Engineer/Consultant. Performing an Professional Engineer, Puerto assessment of the existing conditions of a sanitary sewer pump station(privately owned),serving Rico a 50-house community,and providing recommendations for the required improvements in order to conform with(PR)State's regulations,and posterior transfer to the lead agency. Some of the Professional Engineer, Florida duties performed include: review of plans and calculations, preparation of technical specifications, cost estimates,and meetings with regulatory agencies.Apr.2017 to Jun.2017 Reference:Colliers International/Doral Recovery II, LLC, Hans Figueroa, (787)641-6850, hfigueroa@csagroup.com. New York Rising Community Reconstruction Program\ Serve as a consultant for the New York Rising Community Reconstruction Program and HGA as the program managers, performing independent cost estimates for various resiliency project designs,and cost reasonableness reviews on design proposals.The program includes design and construction of over 400 independent resiliency projects after the devastation caused by Hurricane Irene and Sandy.The funding for the program is estimated over 2 Billion dollars,and is ruled by Federal and NY State Regulations. The complexity of the program was increased by the strict accomplishment of timelines and target dates.Jul.2015 to Aug.2017 Reference: Hunt-Guillot&Associates(HGA), Hank Manning, (318) 497-3670, HManning@hga-llc.com. Hydraulic Manager and Consultan, Civil/Water Discipline..Serve as a consultant for the Puerto Rico Aqueduct and Sewer Authority(PRASA)for optimization and troubleshooting of operational issues(analyse and resolve persistent and hidden problems) in potable water systems applying principles and fundamentals of hydraulics. » Hydraulic modelling and balance of water distribution systems to reduce water and energy losses in the North Region of Puerto Rico, including 20 cities. As a result, PRASA could shut down several pump stations,reduce energy utilization,reduce water production,and reduce maintenance of infrastructure. Drinking water quality analysis and modelling to reduce water age and formation of CES Consultants•City of Miami Beach RFQ 2018-141-ND I 27 disinfection by-products (DBPs),to conform EPA's rules and regulations. » Perform evaluation and engineering analyses in order to modify(expand/reduce)water distribution systems or eliminate water filtration plants and deep wells. » Dynamic development and execution of scopes of work,maximizing resources to accomplish target dates. IGLESIAS-VAZQUEZ&ASSOCIATES Project Coordinator » Design Management for La Plata River Flood Control. An US ARMY Corp of Engineer Project in collaboration with local and international design firms. • Detailed review of drawings and technical reports done by designers to ensure a complete an error free construction contract documents. Project Inspector&Construction Manager » Generate documentation as RFI's, meeting minutes,change order and change directives, and review contractor's applications for payment for approval. » Evaluation,negotiation and recommendation of Contractor's change order proposals. » Office and field decision making based on contract requirements. » Inspection during construction of improvements to the Supreme Court of Puerto Rico, including architectural,structural, mechanical and electrical inspection for interior improvements,as well as the construction of gravity sewer system,and the restoration of a fountain.Approximate project cost:$2.35M. » Inspection during construction of a 2 MGD waste water tertiary treatment plant with ultra violet disinfection,also including a force line,a pump station,and reconstruction of streets according with local state's regulations. Master Scheduler » Evaluate construction timeline using management concepts and scheduling tools in order to recommend change orders including time extensions on construction contracts,and contractor's payments. » Schedule updates for capital improvements projects » Provide support to Program Managers in order to comply with timelines. Civil Engineer Designer » Development and concept design of sanitary sewer systems for various communities with the objective to obtain funds for the final design and construction. » Structural design for Walk-Up Residential Buildings. » Preparation of Engineering Technical Reports,and cost estimating. R.B.CONSTRUCTION Civil Engineer Assistance&Safety Inspector » General supervision and inspection during construction of a twelve story commercial building, involving post tensioned concrete slabs. » Implementation of OSHA's safety regulations. » Perform field take-off, terrain levelling,and prepare estimates. CES Consultants•City of Miami Beach RFQ 2018-141-ND I 28 LUIS MIRANDA, PE Civil Engineer Highly resourceful and dedicated Civil & Water Resources Engineer skilled in all phases of engineering solutions with an excellent customer service record. Over 21 years of experience in the areas of analysis, design, construction, supervision and project management. Lead and facilitated multiple projects that required in site design, work plan development, data collection and analysis and preparation of technical memoranda, reports and presentations for practices such as: transportation drainage; bridge and culvert hydraulic analysis; master stormwater management plans; stormwater quality treatment; design of canals, open channels, storm sewers, EDUCATION pumps and detention/retention facilities; sediment control design; 1992-University of Puerto floodplain studies; water & sewer facilities modeling and design, and Rico, Mayaguez, PR low impact development plans. Bachelor of Science in Civil Engineering(BSCE) RELEVANT PROJECTS Magna Cum Laude D/B Services for West Avenue North of 14 Street,City of Miami Beach..Senior Civil Engineer for 1998- University of Puerto conduct the design and quality assurance procedures for storm drainage design. Provide complete Rico, Mayaguez, PR design services on storm and drainage design in conflict with proposed water and sanitary sewer Master of Science in Civil improvements including information on design drawings for utility conflict adjustments, prepare Engineering (MSCE)-Water specifications for construction of improvements,calculate quantities and prepare cost estimate for Resources Engineering design submittals and prepare specifications for construction of improvements. The new storm GPA:3.80 drainage consists of design of new trunk line between 14th street to Lincoln Road along West Avenue.Also include new storm drainage pipes along targeted side streets(14th,14th Terrace, REGISTRATIONS 16th, Lincoln Terrace,Lincoln Road, Lincoln Court). Provide QA/QC for water and sanitary sewer Professional Engineer, Puerto systems designs.The project consists of the design, permitting,construction management,and Rico construction of the West Avenue Phase II Improvements North 14th Street, including new storm drainage system,water system,sanitary sewer,driveways, utilities relocation among others. Professional Engineer, Florida Ongoing. Reference:Michael Fischer, Ric-Man Construction Florida, MFischer@ric-man.com, (954)831-0791 Seminole Tribe" Professional Civil Eng.Ser.Design Drainage Plan for Tamiami\Providing QA/ QC for drainage plan and design to mitigate flooding at a property owned by the Seminole Tribes of Florida.Ongoing.Reference:Blake Osceola,Seminole Tribe of Florida, BlakeOsceola@semtribe. corn, (954)444-8141. Dow AgroSciences Complex,Dow AgroSciences,.Water Resources Engineer in charge of Hydrologic- Hydraulic study to determine the new bridge configuration over Quebrada Aguas Verdes to provide access for the new proposed facility. In addition,the H-H analyzes alternatives to mitigate the increase in runoff anticipated because of the development of the Project. January 2014- December 2014. Reference: Dow AgroSciences Complex&Dow AgroSciences, Annette Alfonso,(787)641-6800,aalfonso@csagroup.com. Optimization of Water Distribution System Project for Puerto Rico Aqueduct and Sewer Authority(PRASA) • In charge of a team of 8 engineers developing major water distribution system models, inspection and • improvement of 1,500 pump stations,and developing water system hydraulic schematic diagrams. • PM responsibilities:assigning and coordinating tasks,research and personnel training, planning and maintaining project schedule and deliverables, QA/QC, maintaining client satisfaction,and managing a budget of$5 million. CES Consultants•City of Miami Beach RFQ 2018-141-ND I29 Senior Water Resources Engineer-Hydraulic Modeler • Design of storm sewer, pumps,and retention/detention facilities for constructions drawing plans. » Conducted over 30 hydrologic and hydraulic analyses for bridge and culvert hydraulic design,stream restoration,channel and stream bank stability,watershed master planning evaluations, » floodway encroachment analysis,floodplain and floodway engineering, river and coastal flood studies including no-rise certifications, levees and reservoirs. • Modeled over 18 storm sewer drainage systems for roads, industrial and residential sites, stormwater management plans,and retention/detention facilities in support of the design process. » Completed 18 water distribution system optimization or water quality models(Steady State and » Extended Period Simulations)for PRASA systems. » Participated as staff engineer for surface water resources projects, including development impact evaluations,watershed management,design of hydraulic structures and natural channel improvements. » Conducted over 10 bridge-culvert hydraulic and scouring analyses. » Conducted river low flow estimates,flood frequency analyses, open channel designs,and river channelization designs. » Quality control of technical reports submissions performed by staff. • Mentoring junior engineer staff. » Reviewed construction drawings,specifications and cost estimates. Construction Project Manager-Puerto Rico Infrastructure Financing Authority(PRIFA) » In charge of a team of 6 field engineers(inspector)for the construction of 2 Water Filtration Plants,1 Wastewater Treatment Plant,1 water distribution pipeline,1 sanitary sewer pipeline, and improvements to the Puerto Rico Supreme Court. » PM responsibilities:review construction drawings plans and specifications, review proposals for bids,estimates,scheduling, supervising construction project development, payment certifications,change orders and weekly meeting and coordination efforts with government agencies, maintaining client satisfaction, and managing a budget of$25 million. CES Consultants•City of Miami Beach RFQ 2018-141-ND I30 ASHRAF IQBAL, El Civil Engineer Mr. Iqbal has over 12 years of Civil/Structural Engineering Experience. He has performed work on Miami Dade county projects, Broward County projects, South Florida Water Management District, and US Army Corp of Engineers and worked with research at Florida International University. Mr. lqbal has coursework in hazardous waste materials, wastewater treatment, highway and bridge design, as well as Air Pollution Control. RELEVANT PROJECTS Historic Miramar Re-Development and Water Main Improvements,City of Miramar,Broward FIRM County .Senior Project Engineer. Responsible for managing the construction activities of project CES Consultants which entails the installation of water main,in line valves,fire hydrants and water services for the residents in the city of Miramar. Responsible for reviewing and approving contractors shop EDUCATION drawing, method of statement and material submittal.Attending project progress meeting with M.S.,Civil Engineering the client and contractor. Reviewing contractor's payment certificate as per the bill of quantities. 2015-Ongoing.Reference:City of Miramar, Robin Bain,Assistant Director,954-883-6825, rebain@ REGISTRATIONS miramarfl.gov. E.I., Florida Water and sanitary Sewer System Improvements for Utility Analysis Zones(UAZ)113B,City of Lauderdale Lakes,Broward County\Senior Project Engineer.Working on the design of water distribution system and Sanitary sewer system design for utility Analysis Zone 113B for City of Lauderdale Lakes. Providing information for utility conflicts adjustments. Preparing specifications for construction of improvements.2016-Ongoing.Reference:Chen Moore&Associates,Safiya Brea, 954-730-0707,sbrea@chenmoore.com. West Ave Neighborhood Improvement\ Design of 10,000 feet of water main along west avenue from 8th Street to 17th Street.2017-Ongoing.Reference:Ric-Man Construction, Michael Fischer, 954-831-0791; MFischer@ric-man.com. Pasadena Lakes Elementary School Inspection for A/C Unit Replacement,Broward County Senior Project Engineer. Responsible for conducting a visual non-intrusive site inspection, Structural Assessment Report, development of a computer-based structural model for analysis of existing roof capacity,and review of roof safety concerns for areas adjacent to Air-conditioning Rooftop Units 1-5 for replacement with new units. Topeekeegee Yugnee Park Maintenance Building,Broward County.Senior Project Engineer. Responsible for condition assessment and design of repairs for the Maintenance Building where one of the existing interior columns was significantly damaged in July 2016.Structural engineering services included a site visit to observe the damage to the existing column and roof support beams, design for replacement of the damaged structural column,and preparation of Construction Documents,and an Engineer's Opinion of Probable Construction Costs(EOPCC). Everglades Holiday Park Visitor's Observation Deck,Broward County\Senior Project Engineer. Responsible for a condition assessment and code compliance review for an elevated wood deck and associated wood walkway/ramp.Structural engineering services included site visit to observe the existing condition of the deck and walkway/ramp, luate for code compliance, identify noncompliant code issues, recommend modifications required for noncompliant issues,and prepare documentation necessary for permitting. Miami Dade WASD PSIP-Design of PS 0440,Miami Gardens,FL,. Project Engineer. Design engineer for engineering analysis and design for the new Pump Station 0440.This project includes inspecting,designing,and constructing a new pump station to replace the existing pump station in accordance with WASD standards and the EPA Consent decree criteria.The design phase of this project is currently in progress. CES Consultants•City of Miami Beach RFQ 2018-141-ND I 31 Miami Dade WASD PSIP,Design of PS 0336,Miami Lakes,FL\ Project Engineer. Design engineer for engineering analysis and design for the new Pump Station 0336.This project includes inspecting,designing,and constructing a new pump station to replace the existing pump station in accordance with WASD standards and the EPA Consent decree criteria.The design phase of this project is currently in progress. Miscellaneous Earthwork Inspection for the Florida Turnpike,Miami Dade County,Florida Project Engineer. Responsible for field inspection and density testing for the Florida Turnpike including the renovation of Florida Turnpike service plazas throughout South Florida. Miscellaneous Geotechnical Testing Projects,Miami Dade County,Florida\Project Engineer. Responsible for 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. Testing Laboratory&Field Technician,Miami International Airport South Terminal Dual Taxiway,Miami,Florida,.Project Engineer. Responsible for providing soils,foundations, and material testing services on this project. He performed 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 CTAP standards. City of Miami Gardens\Project Engineer. Responsible for performing Field and laboratory testing on several Urban Development Projects.Testing requests include;concrete,soils,and asphalt. Projects Include: » Carol City Community Center » Rolling Oaks Park Tennis Court » Brentwood Park and Pool Allstate Engineering and Testing\ Assistant Engineer on various projects with All State Engineering with responsibilities for environmental site assessments,groundwater sampling,soil sampling,compaction testing of soils,concrete compression testing,and Pile load monitoring. Mr. Igbal`s administrative duties included interpretation analysis of laboratory testing results,report writing,and client correspondence. CES Consultants•City of Miami Beach RFQ 2018-141-ND I 32 ERIK ALCANTARA, El Civil Enginering Erik M. Alcantara, E.I. has over two years of experience in engineering design and construction management. His areas of expertise include stormwater system modeling, water distribution, sanitary sewer collection systems, transportation, work zone traffic control, construction inspections, SWM license renewals, budget/ cost control, estimating, quality assurance, permitting, bidding, and Critical Path Method scheduling. RELEVANT PROJECTS Broward County Water and Wastewater Services(BCWWS)\ Project engineer for the storm FIRM drainage design of the West Avenue Neighborhood Improvements-South of 14th Street project. CES Consultants The storm drainage for this design-build project consists of 1,300 LF of 24"RCP drainage, 220 LF of 30"RCP drainage,and 2,500 LF of 48" RCP drainage.As contracted with Ric-Man EDUCATION Construction Florida, CES's scope of work included complete replacement and rehabilitation Bachelor of Science, Civil En- of all public underground water,sanitary sewer,and storm sewer utilities,within the project's gineering, Instituto TecnolOgi- limits. In addition,as the lead civil designer,CES was responsible for the complete street redesign co de Santo Domingo(2014) which included raising the existing grade of the roadway by approximately 2 feet,a revised Project Management and typical section to incorporate a pedestrian/bicyclist friendly corridor, public/private property Execution Certificate, Quality harmonization, new traffic signals,street lighting,and landscaping.2016-2017 Reference: Merle Global Business(2014) Medina, Broward County Water and Wastewater Services, mmedina@broward.org,(954)831-0791 REGISTRATIONS West Avenue Neighborhood Improvements-South of 14th Street.. Project engineer for the Engineer Intern, Florida storm drainage design of the West Avenue Neighborhood Improvements-South of 14th Street project.The storm drainage for this design-build project consists of 1,300 LF of 24"RCP drainage, FDEP Qualified Stormwater 220 LF of 30" RCP drainage,and 2,500 LF of 48" RCP drainage.As contracted with Ric-Man Management Inspector, Construction Florida,CES's scope of work included complete replacement and rehabilitation #36172 of all public underground water,sanitary sewer,and storm sewer utilities,within the project's limits. In addition,as the lead civil designer, CES was responsible for the complete street redesign FDOT Intermediate Work Zone which included raising the existing grade of the roadway by approximately 2 feet,a revised Traffic Control Certification, typical section to incorporate a pedestrian/bicyclist friendly corridor, public/private property #15002 harmonization, new traffic signals,street lighting,and landscaping.2017-Ongoing Reference: Michael Fischer,Ric-Man Construction Florida,MFischer@ric-man.com,(954)831-0791 Autodesk AutoCAD Civil 3D, #17428036F5 Engineering Services for Water and Sanitary Sewer Improvements for the UAZ 110/111 and 113B Project engineer for Design Build Services for the Replacement of Water Main and Service CTQP,QC Manager Conversions in the Shenandoah Area, Phase B,City of Miami,FL.Mr.Alcantara assisted in the design-build project upgrade of approximately 46,000 LF of water main.The project consists of CTQP,Asphalt Paving upgrading existing 2-inch and 4-inch residential water main to 8-inch DI water main.The project Technician Level 1 wet tap connections include 8-inch,16-inch and 24-inch pipes.The project area is bounded by SW 16th Street to the North,SW 22nd Street(Coral Way)to the South,SW 17th Street to the East,and SW 27th Avenue to the West.2016-TBD Reference:Safiya Brea,Senior Project Manager- Chen Moore&Associates,sbrea@chenmoore.com,954-730-0707. Ocean Outfall Legislation Program,Task Authorization#29,Miami-Dade County WASD,FL,.As a project engineer, Mr.Alcantara is developing a Conceptual Design Report for the projects in the North District transmission and pumping system that are necessary to meet the requirements of the Ocean Outfall Legislation (OOL)Compliance Plan.This report includes approximately 21,000 LF of 48-inch diameter force main and approximately 1,500 LF of 36-inch diameter force main. Design of Pump Station Improvement Program(PSIP)Projects,Miami-Dade County WASD As a project engineer, Mr.Alcantara 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 CES Consultants•City of Miami Beach RFQ 2018-141-ND I 33 station rehabilitation or replacement, design of connecting force mains, permitting,and limited construction services. The engineering work includes: Pump Station 0336 Yl Pump Station 0672 East Miramar Redevelopment Transmission&Distribution Water Main Improvements,Phase 3, City of Miramar,FL\As a project engineer, Mr.Alcantara is providing construction management and inspection services for the upgrade of approximately 72,000 LF of water main.The project consists of upgrading existing 2-inch and 4-inch residential water main to a 6-inch,8-inch and 12- inch water main,as well as the installation of fire hydrants,throughout the historic neighborhood. Demolition of 1A Ground Steel Tank,1B-2 Elevated Steel Tank,and Pump Station 31,Broward County Water and Wastewater Services(BCWWS)\Project engineer for the preparation of demolition documents(technical specifications with Appendices)for the removal of two steel water storage tanks. The scope of work also included acquisition of site plan modification approvals and permitting,assistance during bid and award,and limited construction management and inspection services. Pump Station 450 Improvements,Broward County Water and Wastewater Services (BCWWS)\Project engineer for the construction management services associated with Pump Station 450 Improvements,specifically to provide field observation services and specialty inspections on behalf of the Broward County Building Department.This project includes the installation of line stops,tapping valve/sleeves,temporary bypass pumping system, primary pumps system,jockey pumps system,seal water system, hoisting systems,electrical room motor control center,variable frequency drives,control system,air conditioning and ventilation system, store front door,roll-up door,demolition,and telemetry system. The work includes all associated, site, building,structural, pumping mechanical, building mechanical,electrical and control systems complete,tested,and ready for operation. Pump Station 456 Improvements,Broward County Water and Wastewater Services(BCWWS) Project engineer for the construction management services associated with Pump Station 456 Improvements,specifically to provide field observation services and specialty inspections on behalf of the Broward County Building Department.This project includes the installation of line stops,tapping valve/sleeves,temporary bypass pumping system, primary pumps system,jockey pumps system,seal water system, hoisting systems, electrical room motor control center,variable frequency drives,control system,air conditioning and ventilation system,store front door, roll-up door,demolition,and telemetry system. The work includes all associated,site,building,structural, pumping mechanical, building mechanical,electrical and control systems complete,tested,and ready for operation. Stranahan High School Pool Renovation,Broward County Public School\ Responsible for engineering services concerning demolition and replacement of the existing 14,500 SF pool deck consistent with regulatory codes and owner requirements, to include a built-in pool deck bench approximately 75 linear feet, replacement of pool filtration piping,and stormwater disposal drain system. Everglades Holiday Park,Broward County,FL.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. CES Consultants•City of Miami Beach RFQ 2018-141-ND I34 NADA REINBOLD, El Construction Services Nada Reinbold has a combined experience of 8 years in civil/water resources engineer ing and military construction management. She has also worked on a variety of projects including sewer hydraulics modeling, water/wastewater conveyance, pump stations, capital improvement projects, master planning, environmental agency compliance documents, and wastewater treatment lagoons. RELEVANT PROJECTS FIRM Tower Grounding Modifications,Various Locations SFWMD,Palm Beach County,FL The South CES Consultants Florida Water Management District(SFWMD) has four pump station superstructure facilities that are steel reinforced concrete buildings that house pumps and engines and are operated for flood EDUCATION control purposes in western Palm Beach County. The structures are instrumented and monitored Master of Science in Project by the District's real time system. To facilitate communications,the buildings are equipped with Management, Colorado communications towers that are continuously being struck by lightning.These stations needed Technical University,2005 to upgrade the lightning protection systems in order to keep receiving the information sent from Bachelor of Science,Civil these remote locations. Nada performed project management for the design,and worked closely with the District SCADA staff to ensure all their needs were met. 2016-2017 Reference:South Engineering, University of Florida Water Management District, Martha Fox,(561)682-2575, mfox@sfwmd.gov. North Carolina at Charlotte, 2003 Manatee Protection Gate Control Panel Replacement,Various Locations SFWMD,Palm Beach Graduate Courses: County,FL\ Throughout the District there are fourteen water control structures and four boat Groundwater Flow, locks equipped with manatee protection systems and required gate control panel replacements Water Resources System in order to protect the manatees from being trapped in a gate when it was closing. Nada was the Engineering, Florida Atlantic primary project manager oversaw the electrical subcontractor for the work,and designed twenty- University eight stilling wells,one upstream and one downstream at each of the water control structures. 2015-Ongoing Reference:South Florida Water Management District,Jian Cai, PE, (561)682-2542, REGISTRATIONS jcai@sfwmd.gov. Engineer Intern Water Main Improvements Palm Beach County Water Utility Department,Palm Beach County,FL Throughout the County, many areas have water mains that were installed by various developers for their projects.These water mains have dead ends,and can lead to poor water quality.The County, in and endeavor to improve water quality, hired CES Consultants to connect these dead ends which reduced the water age and improved the quality. Nada was the project engineer for this work and assisted with all design aspects at twenty different locations.What makes this project unique is that every site is different,thereby creating twenty different projects that all have to be completed independently. 2017 Reference:Palm Beach County Water Utilities Department, Jennifer Prettel, PE,(561)493-6247,JPRETTEL@PBCWATER.COM. Everglades Agricultural Area A-1 Flow Equalization Basin Construction SFWMD,Palm Beach County,FL..The Everglades Agricultural Area A-1 Flow Equalization Basin(EAA A-1 FEB) is a$60M construction project, 60,000 acre-ft Flow Equalization Basin heavy civil construction projects, 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 3/4,therefore improving the STAs water treatment ability. As part of the three person Engineering During Construction (EDC), Ms. Reinbold reviewed submittals, Request for Information and provided recommendations to the EOR concerning acceptability. Ms. Reinbold 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 nonconformance to Project Manager. CES Consultants•City of Miami Beach RFQ 2018-141-ND I35 Charlotte-Mecklenburg Capital Improvement Projects Mecklenburg County,NC A civil engineering intern under the supervision of the project manager, Ms. Reinbold 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 rerating of the 3-celled 0.3 MGD facultative lagoon to a partially mixed, dual- powered, multi-cellular system for a rerating 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. 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 reclaimed waterline extension of approximately 21,000 feet of 12- inch reclaimed water line to serve GlaxoSmithKline 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. CES Consultants•City of Miami Beach RFQ 2018-141-ND I 36 GUSTAVOSILVA, El Construction Services Mr. Silva has four years of experience in the 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, concrete and structural inspection, environmental assessments, utility coordination for design and construction, and material testing. RELEVANT PROJECTS Design of Pump Station Improvement Program(PSIP)Projects,Miami-Dade County WASD FIRM \As a project engineer, Mr.Silva is providing cost,engineering analysis,design,coordination, CES Consultants permitting, management for the rehabilitation and replacement of multiple pump stations for the PSIP.The project consists of existing pump station inspection,coordination of survey and EDUCATION geotechnical services,design of pump station rehabilitation or replacement,design of connecting Bachelor of Science, Civil force mains, permitting,and limited construction services. Ongoing Reference: MDWASD Pump Engineering, Florida Interna Station Improvement Program, Kevin Keane, PE, kkeane@miamidade-psip.com, 786-236-3503. tional University The engineering work includes: Florida Registered Engineer Intern, FDOT Temporary Traffic » Pump Station 0449 Control » Pump Station 0147 REGISTRATIONS » Pump Station 0331 Florida Registered Engineer » Force Main 0592(24-inch) Intern, FDOT Temporary Traffic » Pump Station 0440 Control Intermediate » Pump Station 0336 Certification, FDOT CTQP, » Pump Station 0609 Earthwork Pump Station Technician Level 1, FDOT CTQP, » Pump Station 1026 QC Manager,Autodesk » Pump Station 1065 AutoCAD Civil 3D FY 17 PC Culvert Project Construction Inspection and Material Testing,South Florida Water Management District..As an inspector/engineer, Mr.Silva oversees the replacement/removal of outdated culverts owned by South Florida Water Management District, located on Palm Beach County, Broward County, Miami-Dade County,and Okeechobee County.The projects consist of removing or replacing existing culverts that are corroded,obsolete or outdated, using the current specifications from the United States Army Corps of Engineers. In addition, Mr.Silva develops dewatering plans,Stormwater Pollution Prevention Plans(SWPPP),and Service Life Estimator- Culvert.Ongoing. Reference:C-4 Canal,Jesse VanEyk, PE,561 682 2605,jvaneyk@sfwmd.gov. Design-Build Services for the Replacement of Water Mains and Service Conversions in the Shenandoah Area,Phase B,City of Miami,FL,. Project engineer for the design-build project upgrade of approximately 46,000 L.F. of water main.The project area is bounded by SW 16th Street to the North, SW 22nd Street(Coral Way)to the South,SW 17th Street to the East,and SW 27th Avenue to the West.The project consists of upgrading existing 2-inch and 4-inch residential water main to 8-inch DI water main. The project wet tap connections include 8-inch,16-inch and 24-inch pipes.Ongoing.Reference: Lanzo Companies, Michael Green,(954)826-2382, MichaelG@ Lanzo.org. Sanitary Sewer Evaluation Survey(SSES),Miami-Dade County Public School(MDCPS,.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 CES Consultants•City of Miami Beach RF)2018-141-ND I 37 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. 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. CES Consultants•City of Miami Beach RFQ 2018-141-ND I 38 DAVID HOOT, PE Site Planning Mr. Hoot is responsible for the provision of engineering management, project planning and development, client-consultant liaison, and construction-related services for infrastructure related projects. He has 40 years of experience in project and program management, and civil/environmental engineering design and plan preparation, involving site development and pre-development services; environmental impact studies and assessments; utilities and infrastructure improvements; water and wastewater transmission and treatment systems; environmental permitting and stormwater management; and roadway and transportation-related FIRM design. As both an area manager and a senior project manager, he CES Consultants has held P&L and various operational responsibilities, developed and monitored office and project budgets and schedules, allocated EDUCATION manpower, and maintained client contact/coordination. B.S. Civil Engineering - En- vironmental Engineering& RELEVANT PROJECTS Water Resources; Michigan Technological University,1976 Orange County Solid Waste System Evaluation.. Client/Program Manager for the comprehensive review and study of the solid waste system and facilities for Orange County, FL. Provided client REGISTRATIONS coordination, project management and technical support for landfill analysis/operations during Florida: PE#35970; Civil the evaluation of the solid waste collection,transfer,disposal and operational components Engineering Georgia: throughout the County. This analysis also included Market Analysis, Organizational Review, PE#13518; Civil Engineering Waste Flow Analysis and Financial Review. Participated in numerous meetings with City Mayors, County staff and various Stake holders. Prepared and reviewed interim Technical Memorandums and a Final Report,and presented findings and results to the BOCC. Budgetary and operational recommendations yielded potential savings of$16 Million.2013-2014 Reference:Orange County Utilities, Ms.Teresa Remudo-Fries,407-254-9801,Teresa.Remudo-Fries@ocfl.net Various Telecommunications and Utility Relocation \ Reviewed,coordinated and managed telecommunications(primarily buried telephone and fiber optic cable)and utility relocation and removal associated with system upgrades and transportation improvements for Terra Technologies and CenturyLink. Projects and professional services included utility identification, location and SUE survey; conflict identification and mitigation,and development of relevant plans;and development and design of removal, relocation and new facility plans for internal and agency review,permitting and future construction. Extensive research,coordination and interaction with Client,consulting engineers and city/state agencies(including FDOT)was required to expeditiously accomplish underground facility location of over 30 projects around Florida and SE US.2016-2017. Reference: Terra Technologies,LLC;CenturyLink, Mr. Danny McKeon, P.E.,630-267-6711 dmckeon@terratechllc. net West Ave Neighborhood Improvement\ Project manager for the storm drainage design of the West Avenue Neighborhood Improvements-South of 14th Street project.The storm drainage for this design-build project consists of 1,300 LF of 24"RCP drainage,220 LF of 30" RCP drainage, and 2,500 LF of 48"RCP drainage.As contracted with Ric-Man Construction Florida, CES's scope of work included complete replacement and rehabilitation of all public underground water,sanitary sewer,and storm sewer utilities,within the project's limits. In addition,as the lead civil designer, CES was responsible for the complete street redesign which included raising the existing grade of the roadway by approximately 2 feet,a revised typical section to incorporate a pedestrian/bicyclist friendly corridor, public/private property harmonization,new traffic signals,street lighting,and landscaping.2017-Ongoing Reference:Michael Fischer,Ric-Man Construction Florida, MFischer@ ric-man.com, (954)831-0791 CES Consultants•City of Miami Beach RFQ 2018-141-ND I 39 Program Oversight/Project Manager, Infiltration/Exfiltration/Inflow Improvement Program Management Services,Dade County WASD,Miami-Dade County,Florida\ Acted as a Project Manager and Technical Support Manager for key program management objectives and components required to meet or exceed the FDEP Settlement Agreement and US EPA 1st&2nd Consent Decrees related to the reduction in extraneous flows to the wastewater collection and treatment system throughout the entire county. Evaluation of the sanitary sewer system consisted of approximately 2500 miles of gravity sewer pipeline,56,000 manholes,and 750+ pump stations;with program management services/tasks which included consultant/contractor oversight, issuing work orders for inspection, review of closed circuit television tapes of piping/manholes,detecting leaks, determining, recommending and scheduling of cost-effective or appropriate repairs,and providing construction management for repairs and pipe system rehabilitation. Project Manager/Design Manager,Yellow River Interceptor Sewer,Gwinnett County Utilities, Gwinnett County,Georgia\ Managed and lead a team of surveyors, engineers,and contractors for the design, permitting, plans and specification preparation,and construction of a 14-mile,$8 million large diameter interceptor sewer in a watershed that was under a building/development moratorium. The project was accomplished within extreme time constraints utilizing design-build and various trenchless technologies in environmentally sensitive urban areas. Program/Project Manager,Water Distribution System Modeling and Evaluation,Miami-Dade County Aviation Dept.,Miami Int'l Airport(MIA),Miami,Florida\PM for DCAD's water distribution system master plan, hydraulic analysis/modeling,and system and operational improvements for MIA. Developed new distribution system maps utilizing historic data and GIS surveying,valve and hydrant exercising/maintenance procedures,an interactive hydraulic model to analyze existing and future MIA expansion,and created pressure and flow contour maps for system operations. Performed onsite inspections and flow testing of hydrants and equipment. QA/QC Engineer/Manager,South County Regional Wastewater Treatment Facility,Collier County Utilities,Collier County,Florida\Provided QA/QC for the design of an 8.0 MGD regional wastewater treatment facility, including piping, pump stations, hydraulic structures and sludge dewatering. Construction management overview of evaluation and coordination of contractor schedules, review and processing of pay estimates,preparation of change orders,coordination of testing laboratories,review of equipment drawings and detailed inspection of all facility components. Engineering services included design, preparations of plans and specifications, construction observation, 0&M Manual development,and system start-up. QA/QC Engineer/Manager,North County Regional Wastewater Treatment Facility,Collier County Utilities,Collier County,Florida..Provided QA/QC of the sludge holding/thickening tank, piping and equipment. Acted as client liaison for the multifaceted project that included design and construction observation of three effluent pump stations and piping,filtration/treatment and chlorination facilities,and 18 and 24-inch effluent disposal force mains,will all appurtenances to spray fields and golf courses to increase treatment and disposal capacity from 2.5 MGD to 4.5 MGD. Engineering services included design,preparations of plans and specifications,construction observation, 0&M Manual development,and system start-up. Project Manager/Project Engineer,Wastewater Treatment System Expansion,Temple-Eastex Inc.,Silsbee,Texas. Managed and designed the expansion of and modifications to the wastewater treatment system, piping and black,green and white liqueur lagoons for a large paper/ pulp mill. Responsible for design and layout of earth dikes,weirs,concrete hydraulic channel structures,waste water pump stations and piping,and primary and secondary clarifiers. Field engineering, resident engineer and construction of waste treatment distribution piping and hydraulic structures,two 40-acre aeration ponds,and a 150-acre oxidation pond. Performed environmental evaluation and permitting for system expansion and outfall discharge. CES Consultants•City of Miami Beach RFQ 2018-141-ND I40 MIREYA REY CAD Mrs. Rey has 31 years of experience providing Design and AutoCAD production as well as file management and staff development in current design software. rips, RELEVANT PROJECTS CES Consultants West Avenue Neighborhood Improvements-South of 14th Street\ Project engineer for the storm drainage design of the West Avenue Neighborhood Improvements-South of 14th Street EDUCATION project.The storm drainage for this design-build project consists of 1,300 LF of 24" RCP drainage, Electrical Engineering Systems 220 LF of 30" RCP drainage,and 2,500 LF of 48" RCP drainage.As contracted with Ric-Man Design New York University Construction Florida, CES's scope of work included complete replacement and rehabilitation of all public underground water,sanitary sewer,and storm sewer utilities,within the project's REGISTRATIONS limits. In addition,as the lead civil designer,CES was responsible for the complete street redesign AutoCAD, Microstation which included raising the existing grade of the roadway by approximately 2 feet,a revised typical section to incorporate a pedestrian/bicyclist friendly corridor, public/private property harmonization, new traffic signals,street lighting,and landscaping.2017-Ongoing. Reference:Ric- Man Construction, Michael Fischer,954-831-0791; MFischer@ric-man.com. West Avenue Neighborhood Improvements-North of 14th Street.. Project engineer for the storm drainage design of the West Avenue Neighborhood Improvements-North of 14th Street design-build project.The storm drainage for this design-build project consists of a new 40,000 GPM stormwater pump station,3,300 LF of 24"RCP drainage,100 LF of 36" RCP drainage,4,400 LF of 48"RCP drainage,1,000 LF of 60" RCP drainage,300 LF of 72" RCP drainage220 LF of 30" RCP drainage,and 2,500 LF of 48" RCP drainage.As contracted with Ric-Man Construction Florida,CES's scope of work included complete replacement and rehabilitation of all public underground water,sanitary sewer,and storm sewer utilities, including a new 40,000 GPM storm water pump station within the project's corridor. In addition,as the lead civil designer,CES was responsible for the complete street redesign which included raising the existing grade of the roadway by approximately 2 feet,a revised typical section to incorporate a pedestrian/bicyclist- friendly corridor,public/private property harmonization, new traffic signals,street lighting,and landscaping.This contract also includes the design of a "bay walk",which extends into Biscayne Bay,west of the proposed pump station.2017-Ongoing.Reference:Ric-Man Construction, Michael Fischer,954-831-0791; MFischer@ric-man.com. Design-Build Services for the Replacement of Water Mains and Service Conversions in the Shenandoah Area,Phase B,City of Miami,FL,.The project area is bounded by SW 16th Street to the North,SW 22nd Street(Coral Way)to the South,SW 17th Street to the East,and SW 27th Avenue to the West.The project consists of upgrading existing 2-inch and 4-inch residential water main to 8-inch DI water main.The project wet tap connections include 8-inch,16-inch and 24-inch pipes.Ongoing.Reference:Lanzo Companies, Michael Green, (954)826-2382, MichaelG@Lanzo. org. Miami Dade WASD PSIP,Design of PS 1026,Miami Lakes,FL\Provided technical support and schematic drawings for the new Pump Station 1026 in accordance with WASD standards.The design phase of this project is currently in progress. Chiller Water Study-Fort Lauderdale-Hollywood International Airport,Florida ,.Provided technical support and schematic drawings for exhibits illustrating various alternates associated with the mechanical systems of chiller systems serving the airport MDX874,.Provided technical support for Proposal/ATC 874 using MicroStation, produced the plan and profile drawings,Signing and Pavement marking plans, Lighting plans, Drainage plans, Sections and details. CES Consultants•City of Miami Beach RFQ 2018-141-ND 41 MDX836\ Provided technical support for Proposal/ATC 836 using MicroStation,produced the plan and profile drawings,Signing and Pavement marking plans, Lighting plans, Drainage plans, Sections and details. 1295\Provided technical support using MicroStation integrating engineer designs into roadway, signing, pavement marking drawings,drainage sections and details. SR23.Provided technical support using MicroStation integrating engineer designs into roadway, signing, pavement marking drawings,drainage sections and details. Estero Blvd\Provided technical support using MicroStation integrating engineer designs into roadway,signing, pavement marking drawings,drainage sections and details. Panama Tocumen Airport\As AutoCAD Manager, providing CAD Standards as per the job requirements,developing sections and details for civil designs using AutoCAD/MicroStation, integrating engineer designs into roadway, track alignment,signing/pavement marking drawings and drainage. Panama Metro Line 1 \As AutoCAD Manager, providing CAD Standards as per the job requirements,developing sections and details for civil designs using AutoCAD/MicroStation, integrating engineer designs into roadway,track alignment and drainage. Building Renovation/Expansion-Recreation Center,Florida International University (University Park Campus),Miami,Florida\Provided technical support and design schematic drawings for the renovation and expansion of the facility including mechanical, Electrical, plumbing,fire protection and civil engineering services. The design engineering included HVAC, plumbing, power, lighting,emergency power,fire alarms, public address,security systems, fire protection,civil site layout,grading/drainage and utility plan. Miami Dade WASD PSIP-Design of PS 0440,Miami Gardens,FL Provided technical support and schematic drawings for the new Pump Station 0440 in accordance with WASD standards The design phase of this project is currently in progress.' Miami Dade WASD PSIP,Design of PS 0336,Miami Lakes,FL \Provided technical support and schematic drawings for the new Pump Station 0336 in accordance with WASD standards The design phase of this project is currently in permitted. CES Consultants•City of Miami Beach RFQ 2018-141-ND I 42 SIMON SAINSBURY, PHD, PE Electrical Mr. Sainsbury has over 20 years direct hands on experience in the design, assembly, integration, testing, troubleshooting and commissioning of PLC-based instrumentation and control systems. Proven Field Hardened PLC-based Controls Experience across diverse industrial applications from Automotive Conveyors, Synthetic Fiber Machinery, Water/Wastewater Plants and Pumping Stations, to Remotely Operated Vehicles and Autonomous Deployable Instruments. He has experience with multi door 240VAC, 480VAC, & Canadian control panel projects to $100M and knowledge of PLC-based controls, HMI, SCADA software and programming including PID loop control and tuning. FIRM RELEVANT PROJECTS CES Consultants S-50 Structure Repair&bank Stabilization Project\ Cathodic protection Systems for S-50 EDUCATION Pump Station Repair.2018-Present Reference:South Florida Management District,Anthony Rosato PhD, Mechanical Engineering 561-707-6816,grosato@sfwmd.gov Program, Florida Institute of Pump Station Tower Grounding Modifications\Engineer of Record Senior electrical engineer Technology, Melbourne, responsible for design of microwave tower grounding systems to protect personnel and equipment Florida,2011 in accordance with current TIA/ANSI/EIA grounding standards at Pump Stations G-310, G-335, G-370 and G-372.2016-Present Reference:South Florida Water Management District, Martha Fox, M.S., Ocean Engineering, 561-682-2575, mfox@sfwmd.gov Florida Institute of Technology, Melbourne, West Avenue Phase II Improvements North 14th Street\ Engineer of Record Senior electrical Florida,1986 engineer responsible for design of Lincoln Road Strom Water Pump Station with three 20,000 GPM pumps,VFDs,Control Panel, RTU/Telemetry and associated electrical equipment.2017-Present B.S., Electrical Engineering, Reference:Ric-Man Construction, Michael R. Fischer,954-426-1221, MFischer@ric-man.com Florida Institute of Technology, Melbourne, Everglades Restoration and Capital Project,West Palm Beach,Florida..Senior electrical Florida,1983 engineer responsible for design of STA-1E Pump Station communication equipment improvements to the tower, building electrical and communication system grounding and bonding at Pump REGISTRATIONS Stations S-319,S-361 and S-362. Professional Engineer, Florida Data Flow Systems,Melbourne,Florida\9 years as Senior Electrical Engineer responsible for design of water plant and pump station HMI,SCADA,controls,electrical equipment and electrical service for over 3000 installations across Florida. Petroleum Storage Farm in Port Everglades,Broward County..Engineering,design and ERP- permit for a ten-acre petroleum storage farm. Design includes grading and three stormwater pump stations,controls, retention pond and controls for discharge on public storm sewers. South Florida Water Management District- Pump Station Tower Grounding Modifications Senior electrical engineer responsible for design of microwave tower grounding systems to protect personnel and equipment in accordance with current TIA/ANSI/EIA grounding standards at Pump Stations G-310, G-335, G-370 and G-372. Three(3) Pump Ground Storage Tanks,City Water Plant Booster Station,Panama City,Florida As Senior Engineer, Mr.Sainsbury duties included:PLC Control with HMI and SCADA, On/Off and Speed Control (PID)for three water pumps to maintain city main water pressure using an above ground water storage tank, UL508 Control panel,generator backup, RTU, Ladder logic PLC code, Field debug/startup. CES Consultants•City of Miami Beach RFQ 2018-141-ND I 43 ARJEN BOOTSMA, PE Mechanical Mr. Bootsma has 20 years of experience in engineering, design, consulting, modeling and environmental contamination assessment. FIRM This includes securing permits from FDEP, SFWMD and SJRWMD CES Consultants (State), County agencies and local regulatory bodies for potable water, sanitary sewers and drainage. A mechanical engineer by EDUCATION training, Mr. Bootsma has a thorough understanding of hydraulics. M.S., Mechanical Engineering, He has worked for the Miami-Dade Water and Sewer Department University of Twente,The (MDWASD) as well as for private engineering companies in the U.S. Netherlands, and Europe. REGISTRATIONS Professional Engineer RELEVANT PROJECTS Florida#54604 L-63N Canal ASR Well Rehabilitation Okeechobee County,.Senior Engineer(mechanical,civil). AREAS OF EXPERTISE The ASR(Aquifer Storage and Recovery)Well was built around 1990,and has been in service Water&Wastewater from 1991 through 1992.Since then it has been abandoned,and all electrical equipment has been Pump Station design removed. Under this project the well system,which consists of a canal water intake pump, a water Stormwater Management& treatment pond and the injection pump will be rehabilitated, new motor control centers will be Drainage design installed,all broken instrumentation will be replaced and additional water quality monitoring Hydraulic& Hydrologic instruments and SCADA will be added.The purpose is to restore the well system to full operability. modeling East Re-Development Transmission and Distribution Water Main Improvements,City of Miramar,Florida\Senior Design Engineer. Responsible for the design and engineering of approximately 72,000 LF of 6" PVC water mains to replace outdated and undersized water mains and placement of fire hydrants to ensure full coverage throughout the eastern part of the City.The project is on-going. Miami-Dade County Wastewater Master Plan,Miami-Dade County Water&Sewer Department, Florida.Senior Mechanical Engineer. Mr. Bootsma as Mechanical Engineer provided services in an effort to develop Remedial Action Plans for approximately 350 Pump Stations.The recommended upgrades focused primarily on pump selection,secondarily on upgrades to the entire pump station and tertiary on force main system upgrades.The Remedial Action Plans will provide balanced upgrades to the entire sewer pumping and transmission system,so that each individual pump station will comply with regulatory requirements and that compliance system wide will maintained throughout the 20-year planning horizon. Proposed 8-inch Water Main Design:Banos Court from Riviera Drive to University Drive in the City of Coral Gables,Miami-Dade Water And Sewer Department,Florida,.Senior Design Engineer. Responsible for the design and engineering of approximately 2,200 LF of 8"water mains to replace outdated and undersized water mains and placement of fire hydrants to ensure full coverage.The project is on-going. JEA NW Regional Water Treatment Plant,Jacksonville,Florida .Senior Design Engineer. Responsible for the site design and approximately 2,400 LF of off-site,24"transmission main for the WTP, Mr. Bootsma engineered the stormwater management for this site to comply with all applicable regulations of the FDEP and the SJRWMD and to maximize the use of the existing topography.The transmission main was placed along the future FDOT ROW to meet up with existing water distribution and transmission mains. JEA West Nassau Regional Water Treatment Plant,Yulee,Nassau County,Florida\Senior Design Engineer. Mr. Bootsma was responsible for the engineering and design of the yard- piping for this WTP,off-site transmission mains and the site design.The yard-piping consists of 16"and 24" raw water mains,and 24"and 30"finished water mains.The off-site water main is CES Consultants•City of Miami Beach RFQ 2018-141-ND I44 approximately 3,000 LF of 16" pipe.The total site measures approximately 15 acres,while the plant site occupies approximately 3.5 acres,the balance is largely wetlands. Residential Units Development,South Miami-Dade County,Drainage Engineer\ Project Engineer.Site and civil engineering for 200+acres/525 residential unit development. Engineering and design included potable water supply,wastewater gravity system and pump station, roadway and site grading and drainage. Sewer Pump Stations Engineering and Design,Lauderhill and Pompano Beach,Broward County Project Engineer. Engineering and design of upgrades/rehabilitation of various duplex and triplex sewer pump stations. Efficiency and Competitiveness Analysis,Miami-Dade Water and Sewer Department\Project Engineer.A program initiated by Mayor Penelas to improve operation,efficiency and cost effectiveness of the Department. Comprehensive Needs Assessment,Miami-Dade Water and Sewer Department\ Project Engineer. Inventory of all infrastructure that does not meet current design criteria; improvements schedules based on priority assignment;cost estimating for improvements program. Water Master Planning,Tamiami Airport,.Project Engineer.Water master planning, based on built-out potable water demand, fire flow demand, local regulations and FAA requirements. North Andrews Neighborhoods,Broward County,.Project Engineer. Water master planning, modeling,engineering and design of potable water system replacement Master Planning,Miami-Dade Water and Sewer Department,Project Engineer\ Project Engineer. Layout and sizing of major raw water mains and finished water transmission mains. Miami-Dade Water and Sewer Department,"Volume Sewer Customer\ Project Engineer. Hydraulic modeling and economic forecasting. High Service Potable Water Pump Station Engines Replacement,Miami-Dade Water and Sewer Department\ Project Engineer.Selection of replacement engines for high service pumps(rather than electric motors)for existing, 30-year old engines. Replacement engines were to be dual fuel (diesel, natural gas)and serve as back-bone for the distribution system in case of power failure. CES Consultants•City of Miami Beach RFQ 2018-141-ND I 45 RANTHUS FOUCH, PE Cost Estimating Mr. Fouch has over 44 years of experience with responsibilities including client service, engineering, planning, and construction FIRM services, project delivery, and quality assurance. His professional CES Consultants engineer experience and areas of responsibility have focused EDUCATION on water supply and wastewater facilities and infrastructure for municipal and private clients. Mr. Fouch has served as principal BS Civil Engineering, engineer in projects for Hollywood, Broward County Water and University of Connecticut Wastewater Services, Sunrise, Miramar, SFWMD, West Palm Beach, Palm Beach County Water Utilities, North Miami Beach, North Miami, REGISTRATIONS and MDWASD. Professional Engineer, Florida, New York RELEVANT PROJECTS Historic Miramar Re-Development and Water Main Improvements,City of Miramar,Broward County \ Project which entails the installation of water main, in line valves,fire hydrants and water services for the residents in the city of Miramar.2015-Ongoing Reference:City of Miramar, Robin Bain,Assistant Director,954-883-6825, rebain@miramarfl.gov. Design-Build Services for the Replacement of Water Mains and Service Conversions in the Shenandoah Area,Phase B,City of Miami,FL\The project area is bounded by SW 16th Street to the North,SW 22nd Street(Coral Way)to the South,SW 17th Street to the East,and SW 27th Avenue to the West.The project consists of upgrading existing 2-inch and 4-inch residential water main to 8-inch DI water main.The project wet tap connections include 8-inch,16-inch and 24-inch pipes.Ongoing.Reference:Lanzo Companies, Michael Green, 954-826-2382, MichaelG@Lanzo.org West Avenue Neighborhood Improvements—South of 14th Street\ he storm drainage for this design-build project consists of 1,300 LF of 24" RCP drainage, 220 LF of 30" RCP drainage,and -2,500 LF of 48"RCP drainage.As contracted with Ric-Man Construction Florida, CES's scope of work included complete replacement and rehabilitation of all public underground water,sanitary sewer,and storm sewer utilities,within the project's limits. In addition,as the lead civil designer, CES was responsible for the complete street redesign which included raising the existing grade of the roadway by approximately 2 feet,a revised typical section to incorporate a pedestrian/bicyclist friendly corridor, public/private property harmonization, new traffic signals,street lighting,and landscaping.2017-Ongoing Reference: Michael Fischer,Ric-Man Construction Florida, MFischer@ ric-man.com, (954)831-0791 City of Hollywood Deep Injection Wells\ Project Manager/Technical Advisor.Site planning, design,and permitting for two(2) DIWs and one dual zone monitoring well (DZMW),and construction services for one DIW and DZMW,for disposal of water treatment residuals,and redundancy for wastewater treatment effluent disposal. City of Hollywood Deep Injection Well Pump Station\ Preliminary planning,site layout,and design for the two deep injection wells. City of Hollywood Water Treatment Plant Raw Water Meter\Design, permitting,and construction services for new raw water meters for Biscayne wells. City of Hollywood Water Treatment Plant Expansion\Design, permitting,and construction services for new reverse osmosis treatment units for new Floridan Wells. City of Hollywood Raw Water Main and Acid Piping Replacement\Technical advice concerning critical situations of a large diameter pipe bursting incident due to construction contractor error, and acid feed system failures. CES Consultants•City of Miami Beach RFQ 2018-141-ND I46 City of Hollywood 2012 Lower East Coast Water Supply Plan,.Update of the water supply plan for revised water demand projections for the City. Broadview Estates Neighborhood Sewer Improvement Project,Broward County Water and Wastewater Services\ Project Manager. Design of 20,000 LF of replacement gravity sanitary sewer including a cost saving assessment of gravity sewer layout within three sub-basins. Alternative Water Supply(AWS)Master Plan,Broward County Water and Wastewater Services QA/QC and Technical Advisor for development of a comprehensive assessment of the County's future water supply needs, together with the available sources of supply that may be developed to meet future needs. 2A Water Treatment Plant Interim Disinfection Solution,Broward County Water and Wastewater Services\ Evaluation of disinfection infrastructure improvement options for WTP 2A to provide 4-log virus reduction required by FAC 62-555.320(12)(b)("Bird Rule"). District 2 Well Replacement,Broward County Water and Wastewater Services,.Design/ permitting for rehabilitation,Well Nos.8 and No.9 to improve water quality,and well field efficiency. Water Treatment Plants 1A and 1A-2 New Water Storage Tanks,Broward County Water and Wastewater Services k Basis of design reports for siting and design criteria for two(2)water storage tanks(1.0 and 1.5 MG). Floridan Test Wells,City of Sunrise \Project/Technical Manager. Site planning and design, hydrogeologic aquifer modeling,well design,and construction services for two(2) Floridan wells for drinking water supply. Raw Water Pipeline for Floridan Wells and Reuse Pipeline,7,000 LF,City of Sunrise.. Routing analysis, basis of design and hydraulic criteria,final design and permitting. Demolition of Park City Water Treatment Plant,City of Sunrise ..Planning,design, permitting, and construction services for demolition and site restoration. Springtree Biscayne Aquifer Wellfield Rehabilitation,City of Sunrise\ Basis of design,final design,permitting and construction services for sixteen(16)wells. Springtree Biscayne Replacement Wells and Wellheads,City of Sunrise \ Basis of design, final design, permitting,planning for construction in active golf course,and construction services for eight(8)wells. Southwest Water Treatment Plant Biscayne Well Rehabilitation,City of Sunrise.. Evaluation and performance testing of three(3)wells. Springtree Deep Injection Wells,City of Sunrise \Site planning,design,and permitting for two(2)DIWs and one dual zone monitoring well for disposal of water treatment residuals,and redundancy for wastewater treatment effluent disposal. Assistance During Boil Water Event,City of Sunrise\Technical advice concerning Springtree Well failure. Norwood WTP VOC Removal(Phases 1 and 2),North Miami Beach\ Project/Technical Manager. Planning, basis of design,final design,and permitting for Phases land 2,construction services and startup for Phase 1,of a VOC removal system for treatment of water from sixteen (16) Biscayne wells, prior to the lime softening WTP. Distribution System Operational Practices Manual Update,Miami-Dade WASD\Project/ Technical Manager. Update of the Water Distribution Division's Operations and Maintenance Manual for the Water Distribution System. CES Consultants•City of Miami Beach RFQ 2018-141-ND I 47 it, 4.• .41., , t, „„,, ... 401Kr t .. II -ft lif , ... 4 4 \ to lisititct ,,. '401141..: 114*,,-.66 - ".. • L.....WNOINW •-••=7 NINIMIPmwoa, i 111 on,";41 31 _rvINNIromoZ. i I.1"..ie ' ''' . ' r. 4 ;NW ".""S; aM• ‘rt WHIPM.,404.2 WwWWww....,/ Iniverr"....„ ,- .r•, 1"....... .:.. : 7.r......+ r.,...., .7• .01:A ▪ :MINM.F:71;i:i r_ , .4 _ f--__.:.7_7,-;•...-,Hntr. 1 =.7_7,11 1,..i„Fil Esti -,,,, . -Al 3:,•:1:.. ts- — * Tn. ... • „. - iitilL: ' '.'„viz • Jtii.10"-7:•-•'-') ' - . , . ..,..-- • oommosk ._ . - 7- ---_-..,---z-,-3:-----=.:_v_V;i1-_,-,-,,,,,--*--,...•__, "----"''"--- -"'"--......- - 4 '''Z'''' % -40.1*",t•-•,. -t-At- --- - - , • ••••••=- -7,1 ,,- - ..• ..,„-,.,., .40ae.,„.. ._-....... .,.- ' V-o Required Forms ' / e. r *--..„Oono,,.... -..z.......... . "......,,:-...!....., .,,. .t -..,....::-. .-.: ......„...iv .., 're • .,,,--? i. ,"tkl , - • 'sir :I " ..,'.1 -7• .0' • ,- k' '' 1" ' 0•. '• 1 r• 2rii; = , ARCHITECT-ENGINEER QUALIFICATIONS PART I—CONTRACT-SPECIFIC QUALIFICATIONS A. CONTRACT INFORMATION 1. TITLE AND LOCATION(City and State) Professional Architectural and Engineering Services for Capital Renewal and Replacement Projects 2.PUBLIC NOTICE DATE 13 SOLICITATION OR PROJECT NUMBER February 15th,2018 RFQ 2018-141-ND B. ARCHITECT-ENGINEER POINT OF CONTACT 4 NAME AND TITLE Rudy M.Ortiz,PE,CGC _ c ‘1,1c:C -i=n: ,mac k: =.'.PER CES Consultants,Inc. 021359208 6 TELEPHONE NUMBER 7,FAX NUMBED ! 8.E-MAIL ADDRESS 305-827-2220 N/A rortiz@cesconsult.com C. PROPOSED TEAM (CHECK) ' 9.FIRM NAME 10.ADDRESS 11.ROLE IN THIS CONTRACT y U U m 14361 Commerce Way, & • CES Consultants,Inc, Suite 103 Engineering Services ❑CHECK IF BRANCH OFFICE Miami Lakes,Florida 33016 b. i ❑CHECK IF BRANCH OFFICE e. ❑CHECK IF BRANCH OFFICE II. ❑CHECK IF BRANCH OFFICE 0. 0 CHECK IF BRANCH OFFICE f. 0 CHECK IF BRANCH OFFICEg. 1111 0 CHECK IF BRANCH OFFICE h. II0 CHECK IF BRANCH OFFICE 1. 11 ❑CHECK IF BRANCH OFFICE L II ❑CHECK IF BRANCH OFFICE h. ❑CHECK IF BRANCH OFFICE D.ORGANIZATIONAL CHART OF PROPOSED TEAM ® (Attached) CES Consultants •City of Miami Beach RFQ 2018-141-ND I 48 ORGANIZATIONAL CHART CITY OF MIAMI BEACH IDQA/QC Rudy M. Ortiz, PE, CGC 11) PRINCIPAL IN CHARGE Fernando Vazquez, PE PROJECT MANAGER ill Jose Caraballo, PE CONSTRUCTION SERVICES Civil Engineering SITE PLANNING Gustavo Silva,El Jose Caraballo, PE David Hoot,PE Ashraf Iqbal,El Jafet Torres,PE COST ESTIMATING Nada Reinbold Luis Miranda, PE Gustavo Silva,El Jose Caraballo,PE ELECTRICAL DESIGN Erik Alcantara,El Ranthus Fouch, PE Simon Sainsbury,PE CAD MECHANICAL Mireya Rey Arjen Bootsma,PE CES Consultants•City of Miami Beach RFQ 2018-141-ND I 49 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT 12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE a.TOTAL b.WITH CURRENT FIRM JOSE CARABALLO, PROJECT MANAGER 15 13 PE 15.FIRM NAME AND LOCATION(City and State) CES Consultants,Inc,Pembroke Pines,FL 16.EDUCATION(Degree and Specialization) 17.CURRENT PROFESSIONAL REGISTRATION(State and Discipline) BS.,Environmental Engineering Professional Engineer:FL 3 OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training Awards) Certifications CTAP Certification:Asphalt Paving Technician-Level 1 19.RELEVANT PROJECTS See Project in Section F (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(If applicable) NW 12th Avenue Force Main Replacement,City of North Miami FL Ongoing EI Check if project performed with current firm Design Manager for design,permitting,and construction of 10,500 feet of 12/10-inch replacement force main in NW 12th Avenue extending from NW 95th Street to NW 125th Street.The project,located in Miami-Dade County and within the City,replaces aging asbestos-cement and cast iron force mains with corrosion resistant PVC pipe.A number of private force main connections require relocation and re-connection to the new force main as well as planning for uninterrupted service during construction.Size:TBD.Cost:$TBD el (1)TITLE AND LOCATi See Project_in Section F (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(If applicable) E06-WASD-09;Task Order No.6:Design of 6,400 LF of Force Main Design,Miami Dade County 2014 (3)BRIEF DESCRIPTION(Brief scope,size cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm Design of approximately 6,400 L.F.of 4-inch,6-inch,8-inch and 12-inch DIP force main.The project consisted of replacing several segments of AC force main to DIP force main.This project required a Class III permit from the Miami-Dade County Department of Environmental Resources Management,due to a required canal crossing.Size:TBD.Cost:$TBD See Project_in Section F (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Pump Station Improvement Program(PSIP) Ongoing (3)BRIEF DESCRIPTION(Brief scope size,cost,etc.)AND SPECIFIC ROLE — 0 Check if project performed with current firm Development of the drainage,yard piping,and utility relocation for a new water reclamation facility.Key elements for this project were the updating the inadequate drainage system and yard piping for over 3,500 LF of 12-inch DI and PVC reclaimed water main.Additionally,this project had a large amount of utility relocation to accommodate the new piping.Size:TBD.Cost:$TBD See Project_in Section F (2)YEAR COMPLETEC PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Doral 48-inch Force Main Improvements Project 2010 (3)BRIEF DESCRIPTION(Brief scope,size,cos+,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm Design Manager for the design of 48-inch diameter PCCP pipeline improvements to increase wastewater transmission capacity within the Doral basin of the County's wastewater collection and transmission system.The project,located in NW 54th Street,includes approximately 4,200 feet of pipe,a jack-and-bore segment under a major highway,is located within a high-density traffic roadway,and intersects numerous utilitiesSize:TBD.Cost:$TBD r (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(If applicable) CDWWTP Water Reclamation Facility,Miami-Dade County,Florida Ongoing CI Check if project performed with current firm Development of the drainage,yard piping,and utility relocation for a new water reclamation facility.Key elements for this project were the updating the inadequate drainage system and yard piping for over 3,500 LF of 12-inch DI and PVC reclaimed water main.Additionally,this project had a large amount of utility relocation to accommodate the new piping. Size: TBD.Cost:$TBD CES Consultants•City of Miami Beach RFQ 2018-141-ND I 50 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT 12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE RUDY M.ORTIZ,PE,CRC 0A/OCa.TOTAL b.WITH CURRENT FIRM 25 14 15.FIRM NAME AND LOCATION(City and State) CES Consultants,Inc.,Pembroke Pines,FL °6 EDUCATION(Degree and Specialization) I 17.CURRENT PROFESSIONAL REGISTRATION(State and Discipline) BS.,Civil Engineering Professional Engineer:NY,FL,Certified General Contractor(CGC):FL Design Build Project Delivery System,Basic Blueprint&Related Math,Basic Winds Load ASCE 7-05,FL Bldg.Code Advanced 04,FL Statues Ch.489 Section 101- 114,FL Workers Compensation Law,Wind Mitigation Methodology 19.RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) See Project_In Section F (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami-Dade County Peak Row Study Program,Miami Dade County,FL 2009 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm Mr.Ortiz worked on the miscellaneous project management,contract administration,and construction engineering and inspection services for a Miami-Dade County Public Works Department project under a$4 million master consulting contract.Under this master service agreement,CES staff performed a wide range construction management and inspection services ION(City and State) See Project_In Section F (2)YEAR C q::. ET'Eu PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Infiltration/Ex-filtration/Inflow Program,Miami-Dade County,Florida 2001 • (3)BRIEF DESCRIPTION(Brief scope,size,cost.etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm Mr.Ortiz,on a$250 million project,was responsible for leading a staff of engineers,construction managers,inspectors,consultants,and other professionals in meeting Miami-Dade Water and Sewer Department's Consent Decree Settlement Agreement requirements on the Infiltration/Ex-filtration/Inflow(IEI)program. One of the largest IEI programs in the United States,it utilized conventional and cutting-edge trenchless technologies to remove over 85 MGD of wastewater flow from the system.Mr.Ortiz's duties also included coordinating all activities for the acquisition of a National Sanitary Sewer Overflow grant to perform demonstration pilot studies,and sharing the Department's experience on the IEI Program with other municipalities across the country. See Project_in Section F i (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Pump Station Improvement Program,Miami Dade County,FL 1997 0 Check if Dre'.,. ,_,yd u,..curs— _. Mr.Ortiz worked on the planning,designing,and engineering group of Miami-Dade County's$250 million Pump Station Improvement Program as part of the County's$1 billion Program Management Team,and was responsible for directing the activities of project managers and senior&junior engineers in the planning,designing,and permitting for more than 200 pump stations and force mains.He performed design reviews,prepared construction bid documents, and coordinated with private developers as well as city,county,and state agencies. .`:ate) See Project_In Section,F Lir PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Ft.Lauderdale Waterworks 2011,Ft.Lauderdale,FL 2011 2011 OPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROI.E ❑Check if ;icct performed with current fro Mr.Ortiz was the Project Principal in this$550 million project,the CES team of professionals provided full time Construction Engineering and Inspection Services infrastructure improvement projects being carried out by construction companies at various locations. IS (1)TITLE AND LOCATION(City and State) See Project_in Section F (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(If applicable) SW 27th Avenue fromUS-1 to Bayshore Drive,Miramar,FL Ongoing '..= 0 Check if project performed with Mr.Ortiz was responsible for providing services in monitoring the construction activities throughout the southern half of the City of Miramar.The project consists of the installation of all the water,sewer,and drainage,as well as the expansion of a lift station and over 5 miles of roadway resurfacing.Mr.Ortiz certified all improvements being constructed under this contract. CES Consultants•City of Miami Beach RFQ 2018-141-ND I 51 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT 12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE FERNANDO A.VAZQUEZ.PE PII( ALIICR a.TOTAL b.WITH CURRENT FIRM 30 2 15.FIRM NAME AND LOCATION(City and 5' CES Consultants,Inc 16.EDUCATION(Degree and Specialization 17.CURRENT PROFESSIONAL REGISTRATION(State and Discipline) B.S.Ocean Engineering FL Professional Engineer PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards) ASCE; FES;ICWA; 19.RELEVANT PROJECTS III (1)TITLE AND LOCATION(City and State) See Project_In Section F [ (2)YEAR COMPLETED PROFESSIONAL CONSTRUCTION(If Brickell Sewer Interceptors Micro Tunneling Project,City of Miami FL SERVICES applicable) 2 1.5 (3)BRIEF DESCRIPTION(Brief scope.size,cost.etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm Engineering Project Manager for fast-track Design Built Project to increase sewer capacity in highly congested downtown Miami.Oversaw the successful design of approximately 5,000 ft.of 48"gravity sewer constructed by micro tunneling(MTBM)methods.Design of secant pile shaft 33 feet deep,and four CMP (corrugated metal pipe)shafts ranging from 21 to 34-ft in depth.Project also included the design and construction of two large sewer diversion structures and connection to future Pump Station No.3. FDOT for scheduled milling and resurfacing work.Driveway harmonization to improve positive drainage along adjacent properties.(MTBM)methods in downtown Miami.Size:5000 If/48"Micro tunnel.Cost:$13,713,360.00 —____—.._____---------------._----SBL'Project�in Section F --- (2)YEAR COMPLETED PROFESSIONAL CONSTRUCTION(If City of Miami Beach Capital Improvements Program,City of Miami Beach,FL SERVICES . applicable) 2 j 2 r-,_,,^PPT^nn; =: net n,'Av.)\7 C F'r Pn( , n Check if prnect per'orrne%'. ,oth current firm Department Director in charge of Citywide CIP Program Implementation Water,Wastewater,Stormwater,and Neighborhood Improvements Implemented advanced Program Management System to track all projects from initiation to closure so as to drive efficiency and measure productivity,ongoing construction process improvement,maintain updated files and records,track financial performance,and drive accountability while mitigating risk for CIP and Consent Related Infrastructure.Generated"cradle to grave"construction analysis process that included constructability and bid ability reviews at defined milestones of planning and design,aimed at establishing proper"benchmarks"prior to bidding..Implemented comprehensive informational tools to keep all stakeholders engaged in all phases of construction projects.Built and established key relationships with regional and local stakeholders as a means to centralize consensus during all phases of project development and implementation.Size:City of Miami Beach CIP.Cost:$15 Billion See Project in Section F PROFESSIONAL CONSTRUCTION(If City of Miami Beach City Engineer,City of Miami Beach,FL SERVICES applicable) 6 2 3'l BRIEF DESCRIPTION(Brief scope,siie cost.etc)AND SPECIFIC ROLE 0 Check if project performed with current fir"- Owners Representative for citywide infrastructure projects including compliance with City's Consent Decree Program,which included the direction of the design of a 25MGD Regional Raw Sewage Pump station discharging into the 54"Government Cut Force Main to Virginia Key,improvements to various sewage pump stations throughout the City to reduce peak flow conditions,assessment of over 8 miles of raw sewage force main,criticality assessment of over 2 miles of 54" PCCP force main conveying over 24 MGD of raw sewage,sewer and storm water pump station improvements,and implementation of a citywide inflow and infiltration reduction program.Responsible for updating Citywide Water and Sewer distribution model to meet adequate infrastructure requirements for future population demands driven by economic growthSize:Citywide Programs.Cost:$1.5 Bilion ----_—____..--_----__—T— See Project_In Section F (2)YEAR COMPLETEIG PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Massachusetts Water Resource Authority-Metrowest Tunnel Project 3 1 `,CN 5ize C'(J E 0 Check if project performed with current firm CES Consultants•City of Miami Beach RF0 2018-141-ND I52 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT 12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE JAFETTORRES RIVERA pVL�� a.TOTAL b.WITH CURRENT FIRM 13 <1 15.FIRM NAME AND LOCATION(City and State) CES Consultants,Inc.,Pembroke Pines,Florida 18.EDUCATION(Degree and Specialization) 17.CURRENT PROFESSIONAL REGISTRATION(State and Discipline) Bachelor of Science in Civil Engineering(BSCE) Florida Professional Engineer(PE)80247;Puerto Rico PE 21163 ,s,Organizations,Training,Awards) 10&30 Hours OSHA's Training-Occupational Safety and Health; Collage of Engineers and Land Surveyors of Puerto Rico(CIAPR); 19.RELEVANT PROJECTS (,^P,TION(City and Stet,, See Project_In Section F (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami-Dade County Water and Sewer Department Pump Station Improvement Program,FL 2017-Present X nt firm Specific Role.Project Engineer. Assessment of existing sanitary sewer pump stations and engineering design(civil and mechanical)of pump station replacements. Preparation of construction cost estimates and technical specifications. Size:TBD.Cost:$TBD See Project_in Section F (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(If applicable) New York Rising Community Reconstruction Program,NY 2015-2017 X 0 Check if project performed with current firm Specific Role.Consultant. Performing independent cost estimates,and cost reasonableness reviews on design proposals. Size:TBD.Cost:$2,000,000,000.00 'ON(City and State) See Project_in Section F (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION of applicable) Puerto Rico Aqueduct and Sewer Authority Optimization and Water Loss Recovery Program,PR 2011-2015 X (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROt..E i 0 Check if project performed with current firm Specific Role.Hydraulic Manager. Assessment and modeling of water transmission and distribution systems in order to reduce water losses and energy losses in the North Region of Puerto Rico,including 20 cities. Drinking water quality analysis and modeling to reduce water age and formation of disinfection by- products(DBP's),to conform EPA's rules and regulations. Size:TBD.Cost:$TBD _ II (1)TITLE AND LOCATION(City and St',' See Project In Section F (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Municipality of Caguas and Municipality of Humacao,PR-Various Projects 2009-2011 2009-2011 (3)BRIEF DESCRIPTION(Brief scope,size.cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firs Specific Role.Construction Administrator.Construction supervision on various construction projects,including new buildings,bridges,wastewater sewer systems and street improvements. Review of shop drawings and submittals,answer RFI's,evaluate and recommend construction change orders and applications for payment,attend meetings,procure permits Size:TBD.Cost:Range from$280k to$3.9M is (1)TITLE AND LOCATION(City and State) See Project_In Section F (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION IS applicable) Puerto Rico Housing Department,PR 2008-2009 2008-2009 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm Specific Role.Project(Construction)Director.Serve as construction manager for various housing rehabilitation projects. Size:TBD.Cost:$TBD ON(City and state! See Project—in Section F (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(It applicable) Puerto Rico Infrastructure Financing Authority,PR 2005-2008 2005-2008 (31 BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 1 oraect performed with current firm CES Consultants•City of Miami Beach RFQ 2018-141-ND I 53 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT 12 NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE LUIS A.CRUZ MIRANDA,PE I VL�1� a.TOTAL b.WITH CURRENT FIRM 21 <1 year 15.FIRM NAME AND LOCATION(City and State) CES Consultants,Pembroke Pines,FL 16.EDUCATION(Degree and Specialization) I 17.CURRENT PROFESSIONAL REGISTRATION(State and Discipline) Master of Science in Civil Engineer(Hydrology and Hydraulic) State of Florida-69995(PE)/Puerto Rico 15820(PE) 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards) 19.RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) See Project In Section F (10)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Puerto Rico Aqueduct and Sewer Authority(PRASA)-Water Distribution System Optimization. 2007-2017 WA (3)BRIEF DESCRIPTION(Brief scope,size,cost.etc.)AND SPECIFIC ROLE , ❑Check if project performed with current firm As Water Resources Engineer&Project Manager,Mr.Cruz was in charge of updating PRASA's infrastructure maps,as well as building a hydraulic model based on existing condition,calibration of models and recommendation of alternatives to optimize the studied area.He was responsible for the pump station energy consumption reduction by adjustment of pressure sustaining valve to carry the pump to the maximum operational efficient and the installation of timers to limit the daily operational time.Mr.Cruz performed a mechanical,hydraulic&electrical evaluation of visited pump station,and was also responsible for the scheduling,deliveries and supervision of the project development,weekly meetings and the coordination with the Client. (1)TIT1_E A^, See Project In Section F I (5)YEAR COMPLETED Puerto Rico Aqueduct and Sewer Authority(PRASA)-Puerto Rico Water Capital Improvement PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Program. _ 2007-2012 N/A BRIEF DESCRIPTION(Brief scope size,cost etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm Water Resources Engineer for East Region Program for the Puerto Rico Aqueducts and Sewer Authority's Capital Improvement Program.Efforts included the planning and development of the Capital Improvement Plan for the region,conceptual designs,design management,environmental permitting,land acquisition,construction management,and facility start-up services,among others.The Program identified over 140 projects for the region,including two reservoirs. — -- See Project.___.in Section F (5j YEAR COMPLE1 tD — Puerto Rico Infrastructure Financing Authority (PRIFA) and Puerto Rico Aqueduct and Sewer PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Authority(PRASA)-PRIFA Northwest Regional Aqueduct&Distribution System&PRASA's North& . 2003-2008 N/A West Regions Programs 'N(Brief scope,size cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm Puerto Rico Northwest Water Projects,Puerto Rico Infrastructure Financing Authority(PRIFA)-Worked on various projects for PRIFA Northwest Regional Aqueduct&Distribution System&PRASA's North&West Regions Programs,including: • Improvement to Isabela Water Distribution System • Two New Water Filtration Plants at Isabela(5.0 mgd)and Culebrinas(5.1 mgd) • New WWTP at Utuado • New Sanitary Sewer Systems at Camuy and Aguada Municipalities Mr. Cruz was the Project Manager for design and construction phases, in charge of supervising structures and places,site surveying,structural, foundation,earth work cut&fill,piping,plumb sanitary&potable lines and other activities.He prepared proposals for bids,scheduling,and supervision project development,certifications for payments, change orders and weekly meetings. Mr.Cruz also handled the coordination with Government agencies. 113 (1)TITLE AND LOCATION(City anti s., See Project_in Section F (1)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Puerto Rico Aqueduct and Sewer Authority(PRASA)-Valenciano Reservoir. 2003-2008 N/A (31 BRIEF DES(BRIP DON Bnet scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm The project comprised the construction of a new dam and reservoir along the Rio Valenciano,which would inundate approximately 554 acres.The Valenciano reservoir would have a drainage area of approximately 14.5 miles2;its maximum storage volume available would be approximately 20,000 acre-feet and yield an average of 14.4 mgd,with a maximum yield of 21.6 mgd.As Water Resources Engineer,Mr.Cruz was in charge of the hydrologic- hydraulic study to estimate the impact of the new reservoir in two existing bridges and one proposed bridge upstream the proposed dam. CES Consultants•City of Miami Beach RFQ 2018-141-ND I 54 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT 12.NAME 14.YEARS EXPERIENCE ASHRAF IOBAL El CONSTRUCTION SERVICES a.TOTAL b.WITH CURRENT FIRM i.. 12 3 CES Consultants,Pembroke Pines,Florida 16.EDUCATION(Degree and Specialization; 17 CURRENT PROFESSIONAL REGISTRATION(State and Discipline) M.S.,Civil Engineering EL,Florida HER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards) N/A 19.RELEVANT PROJECTS ' 'City and State) See Project_in Section F (2)YEAR COMPLETED — --- PROFESSIONAL SERVICES CONSTRUCTION(If applicable; City of Miramar,Historic Miramar Re-Development,Miramar,Florida 2017 2017 c)AND` Responsible for managing the construction activities of project which entails the installation of water main,in line valves,fire hydrants and water services for the residents in the city of Miramar.Responsible for reviewing and approving contractors shop drawing,method of statement and material submittal.Attending project progress meeting with the client and contractor.Reviewing contractor's payment certificate as per the bill of quantities. ,w-se Project i in ‘,. ;"EAR COMPLETE.. PROFESSIONAL SERVICES CONSTRUCTION(If anoiicaEe) Broward County Parks,Broward County,Florida 2017 2017 3 ESC< •SPECIFIC Responsible for a condition assessment and code compliance review for an elevated wood deck and associated wood walkway/ramp.Structural engineering services included site visit to observe the existing condition of the deck and walkway/ramp,evaluate for code compliance,identify noncompliant code issues, recommend modifications required for noncompliant issues,and prepare documentation necessary for permitting. i vD LOCATIQs s,C;dry and State) See PrtijcC _in Section t i (2)YEAR COMPLETE., r'ROFi4nIoNAL SFO'PCE4 I O(NSTR'.cT'ON �ahle— Broward County Schools,Broward County,Florida 2016 2016 (3j 3. atc.)ANL/SPECIFIC R Responsible for conducting a visual non-intrusive site inspection,Structural Assessment Report,development of a computer-based structural model for analysis of existing roof capacity,and review of roof safety concerns for areas adjacent to Air-conditioning Rooftop Units 1-5 for replacement with new units. See Project in Section F PROFS;, LLAST i< +a,•!^a name, Saudi Industrial Property Authority,Saudi Arabia. 2015 2016 (3)BRIEF DESCRIPTION(Brief scope,size.cost,etc.)AND SPECIFIC ROLE D Check ti a performed with current fir– As an Assistant Resident Engineer,managed supervise the project to be constructed in accordance with the drawings,specification and design.These Industrial city buildings comprise of steel portal frames structures,fire stations,and administration buildings.Responsible for reviewing and approving contractors shop drawings,method of statements,material submittals and design calculations.Also responsible for responding to the RFI'S and&site quarries(structural and architectural). (1)TITLE AND LOCATION(City and State) See Project_in Section F (2)YEARR....iFrir'LECEO PROFPSS'G8,^'_SERVICES CONSTRUCTION(If appli ablel Ministry of Education,Saudi Arabia 2014 2015 Responsible for overall supervision of 5 schools and multipurpose buildings.Responsibilities include timely inspections of structural and architectural work done by the contractor,coordinating with the project core team for the processing of the shop drawings,monitoring overall progress of the sites,issuing NCR and site instructions to the contractor,quantity surveying for structural and architectural work and client liaisons. LI)TITLE AND LOCATION{City r See Project_In Section F (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(If applicable) South Florida Water Management District,Miami,Florida 2011 r. :-;FIC ROLE Responsible for conducting structural inspections on the design of fall protection systems on a project to ascertain the structural integrity and OSHA Life Safety conditions at 68 South Florida Water Management District water control structures in Homestead,Okeechobee,and Fort Lauderdale.Design included fall hazard identification,fall protection recommendations,and the structural adequacy of supports used in fall protection design as per OSHA,ANSI,and District guidelines. CES Consultants•City of Miami Beach RFQ 2018-141-ND I 55 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT 12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE GUSTAVO A.SILVA,El CIVIL ENGINEER a.TOTAL b.WITH CURRENT FIRM 4 3 15.FIRM NAME AND LOCATION(City and State) CES Consultants,Inc.,Coral Gables,FL 16.EDUCATION(Degree and Specialization) 117.CURRENT PROFESSIONAL REGISTRATION(State and Discipline) Florida Registered Engineer Intern, FDOT Temporary Traffic Control Bachelor of Science,Civil Engineering,Florida International University Intermediate Certification,FDOT CTQP,Earthwork Technician Level 1,FDOT CTQP,QC Manager,Autodesk AutoCAD Civil 3D Mr.Silva serves as a member of the American Society of Civil Engineers Miami-Dade Branch.He has been an active ASCE member since 2014,serving the Miami- Dade Branch.Additionally,he has served in multiple events,such as the ASCE Steel Bridge Competition(Captain)and Field Day. (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(If applicable) E13-WASD-03 Pump Station Improvement Program(PSIP),Miami-Dade County WASD 2014-2016. Ongoing �!er+,.erformori n+t,current fine As a project engineer,Mr.Silva is providing engineering analysis and design for the rehabilitation and replacement of multiple pump stations for the PSIP(Consent Decree Program).The project is consisting 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 0440,PS 0336,PS-1026,PS-1065 and PS 0609.Size:Varies Cost:$1.5M PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Sanitary Sewer Evaluation Survey(SSES),Miami-Dade County Public School(MDCPS) 2014-2015 2015-2016 (31 BPIEF DESCRIPTION(Brief score size,cost.etc.)AND SPECIFIC ROLE ❑Check if project performed with current firm 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.Size:Varies Cost:$500,00 AND LOCATION(Shy and State) (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION Of a,. S.R.907/Alton Road-43rd Street to Bascule Bridge No.870613,Miami Beach,Florida 2014-2015 2017 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm Project manager/geotechnical engineer, material testing 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.Size:2.6 Miles Cost:$12M `CATION(City and State) (2)YEAR COMPLETED Miami-Dade County WASD,Ocean Outfall Legislation Program,Task Authorization#29,Miami- PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Dade County,Florida 2015-2016 N./A (3)BRIEF DESCRIPTION(Brief scooe,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm As a project engineer,Mr.Silva analysis the pumping station on the North District Water Treatment Plant to determine the capacity of the existing pumps.This project is to eliminate the existing Ocean Outfall from the treatment plant.Tasks completed include Data Review and Pipeline Project Analysis. Size:1,500 LF of sanitary sewer force mains Cost:$300,000 (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(If applicable) South Florida Water Management District Culvert Inspections,Miami-Dade County,Broward 2016-2017 2017 County and Okeechobee County. (3)BRIEF DESCRIPTION(Brief scope.size,cost,etc.)AND SPECIFIC ROLE 0 Check it project performed with current firm As a Project Engineer,Mr.Silva supports the South Florida Water Management District(SFWMD)to inspect the removal and/or replacement of multiple aging culvert in the South Florida area.In addition,Mr.Silva assisted in construction service and support with multiple crew within the South Florida Area(Miami-Dade, Broward and Okeechobee). Size:Varies.Cost:$2.OM CES Consultants•City of Miami Beach RFQ 2018-141-ND I 56 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT 12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE ERIK M.ALCANTARA,El. CML ENGMEEI1 a.TOTAL b.W LTH CUR FIRMFIRM 3 15.FIRM NAME AND LOCATION(City and State) CES Consultants,Inc.(Miami,Florida) 16.EDUCATION(Degree and Specialization) 17.CURRENT PROFESSIONAL REGISTRATION(State and Discipline) Florida Registered Engineer Intern, FDOT Intermediate Work Zone Traffic Control Certification, FDEP Qualified Stormwater Management Inspector, Bachelor of Science,Civil Engineering,Instituto Tecnologico de Santo Domingo FDOT CTQP,Asphalt Paving Technician Level 1,FDOT CTQP,QC Manager Autodesk AutoCAD Civil 3D 19. OT{FR PROFESSION AL.QUALIFICATIONS IF. li.a±to^s.0,7r-71'o •:r,n r _.. _ - Mr.Alcantara serves as the Communications Committee Chair and webmaster for the American Society of Civil Engineers Miami-Dade Branch.He has been an active ASCE member since 2015,serving the Miami-Dade and Broward branches.Additionally,he has served in multiple events and committees,such as the Engineering Encounters Bridge Design Competition and Field Day. ----------------- `r RF.I..EVANT PROJECTS -- ------ (2)YEAR COMPLETED Miami-Dade County WASD,Pump Station Improvement Program(PSIP),Miami-Dade County, PROFESSIONAL SERVICES CONSTRU.' ^ icalica",* Florida 2016-2017 2016-2017 J F DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm As a project engineer,Mr.Alcantara has assisted with the engineering analysis and design services for the inspection,rehabilitation,and design of multiple pump stations for the Miami-Dade County Water and Sewer Department.The Pump Station Improvement Program(NIP)consists of inspection,design,rehabilitation, and construction of various wastewater pump stations and force mains within Miami-Dade County. The program provides county-wide sanitary and environmental improvements.The pump station projects include PS S 0449,PS 060.9,PS 0147,PS 0331,PS 0440,and PS 0081.Size:TBD Cost:$1.5M 111 (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Miami-Dade County WASD,Ocean Outfall Legislation Program,Task Authorization#29,Miami- PROFESSIONAL SERVICES CONSTRUCTION(If applicable)- Dade County,Florida 2016-2017 2016-2017 FF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm As a project engineer,Mr.Alcantara is developing a Conceptual Design Report for the projects in the North District transmission and pumping system that are necessary to meet the requirements of the Ocean Outfall Legislation(00L)Compliance Plan.This CDR includes approximately 21,000 LF of 48-inch diameter force main and approximately 1,500 LF of 36-inch diameter force main.Tasks completed include Data Review and Pipeline Project Analysis. Size:22,500 LF of sanitary sewer force mains Cost:$250,000 -- -- — — — (2)YEAR COMPLETED Broward County Water and Wastewater Services(BCWWS),Pump Station 450 Improvements, PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Lauderdale Lakes,Florida 2016-2017 2017 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Project engineer for the construction management services associated with Pump Station 450 Improvements,specifically to provide field observation services and specialty inspections on behalf of the Broward County Building Department.This project includes the installation of line stops,tapping valve/sleeves, temporary bypass pumping system,primary pumps system,jockey pumps system,seal water system,hoisting systems,electrical room motor control center, variable frequency drives,control system,air conditioning and ventilation system,store front door,roll-up door,demolition,and telemetry system. The work includes all associated,site,building,structural, pumping mechanical,building mechanical,electrical and control systems complete,tested,and ready for operation.Size:TBD.Cost:$250,000 -E AND LOCATION(City an (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(If applicabi. MG3 Developer Group,LLC,Happy Hollow Charter School,Unincorporated Palm Beach County 2015-2016 N/A (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE EI Check if project performed with current firm Staff engineer for the design of 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.Size:22-acre parcel Cost:$38M CES Consultants•City of Miami Beach RFQ 2018-141-ND I 57 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT 12,NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE NADA J.REINBOLD CONSTRUCTIONS a.TOTAL b.WITH CURRENT FIRM 10 2+ 15.FIRM NAME AND LOCATION(City and State) CES Consultants,Inc.,Pembroke Pines,Florida 16.EDUCATION(Degree and Specialization) i 17.CURRENT PROFESSIONAL REGISTRATION(State and Discipline) Bachelor of Science Civil Engineer,Master of Science in Project Management E.I.,North Carolina 18.OTHER PROFESSIONAL QUALIFICATIONS(Pubiicabons,Organizations Training,Awards) 19.RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) See Project in Section F (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(if applicable' Ocean Outfall Legislation Program(OOL),Miami-Dade County,FL 2017 N/A (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE EI Check if project performed with current firm Civil Designer.Assisted OOL program manager developing a conceptual design plan for the Returned Activated Sludge Pump Stations for Plant 1 and Plant 2 WASD Central District WWTP conceptual design report,upgrading 31 vertical inline pumps and construction of additional 10 new vertical inline pumps and infrastructure supporting the system. See Project i in Section F (2)YEAR COMPLETED Miami-Dade Water and Sewer Department,Pump Station Improvement Program,Miami- PROFESSIONAL SERVICES CONSTRUCTION(N applicable) Dade County,FL 2015-2016 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE —i Check if project performed with current firm Project Designer.Developing and setting the design criteria to upgrade Pump Station 0081,meet USEPA Consent Decree Criteria and to obtain a Miami Dade PER permit for the project. The upgrade that will bring project into compliance with the peak flow and Consent Decree regulations,consisting of new 20 HP Submersible Pumps in a new 6-foot wet well. See Project in Section F (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(If applicable) South Florida Water Management District,A-1 FEB.Palm Beach County,FL 2014-2015 2014-2015 (3)BRIEF DESCRIPTION(Brief scope,size,cost.etc)AND SPECIFIC POLE 0 Check if project performed with current firm Engineer During Construction. Reviewed submittals,request for Information and provided recommendations to the EOR concerning acceptability,worked closely with the SFWMD Construction Management Services and the Contractor to ensure the expedition of the construction of the project.Performed daily field observation,and provided construction oversight,report finding of nonconformance to Project Manager.The Everglades Agricultural Area A-1 Flow Equalization Basin(EM A-1 FEB)is a$60M construction project,60,000 acre-ft Flow Equalization Basin heavy civil construction projects,including 20 miles of earthen levee and 14 water control structures. See Project_in Section F (2)YEAR COMPLETED Charlotte-Mecklenburg Capital Improvement Projects PROFESSIONAL SERVICES CONSTRUCTION.(If applicable) Mecklenburg County,NC 2007-2009 2009-2010 0 Check if project performed with current firm Lead Civil Designer. Provided design assistant on reuse,potable water,and wastewater distribution systems design projects. Provided design capability of a collection system piping with sizes ranging from 2-inch to 78-inch diameter,quantity take-offs,engineering cost estimates,and developed construction documents.Prepared documents 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 and permits from the State and Federal agencies to authorize the construction. See Project_in Section F (2)YEAR COMPLETED USAF,Construction Management,Holloman Alr Force Base, n PROFESSIONAL SERVICES CONSTRUCTION(If a Ia N/A WA 131 BRIEF DESCRIPTION(Brief scope,size,cost.etc.)AND SPECIFIC ROLE ❑Check if project performed with current firm Lead Construction Manager.Supervised a 5 personnel team,provided a construction oversight during construction of 12 civil infrastructure projects. The project includes;managed construction 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,and provided construction inspection of a$290k road realignment project. CES Consultants•City of Miami Beach RFQ 2018-141-ND I 58 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT 12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE DAA.HOOT,PE S� G a.TOTAL b.WITH CURRENT FIRM 42 1 CES Consultants,Inc.;Pembroke Pines,FL 17.CURRENT PROFESSIONAL REGISTRATION(State and Discipline) BS.Civil Engineering-Environmental Engineering&Water Resources; Florida: PE#35970;Civil Engineering Michigan Technological University,1976 j Georgia: PE#13518;Civil Engineering 18 OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,,°a Professional Affiliations:American Management Association;American Water Works Association;American Water Resources Association;Association of State Dam Safety Officials; Ducks Unlimited,Wetland Conservation; Florida Engineering Society; National Society of Professional Engineers; Water Environment Federation 131 1' (2)YEAR COMPLETED Miami-Dade WASD;Infiltration/Exfiltration/Inflow Program Management Services;Miami-Dade PROFESSICNAL SERVICES CONSTRUCTION(If applicable) County,Florida 1995-99 2004 Acted as a Project Manager and Technical Support Manager for key program management objectives and components required to meet or exceed the FDEP Settlement Agreement and US EPA 1st&2nd Consent Decrees related to the reduction in extraneous flows to the wastewater collection and treatment system throughout the entire county. Evaluation of the sanitary sewer system consisted of approximately 2500 miles of gravity sewer pipeline,56,000 manholes,and 750+pump stations;with program management services/tasks which included consultant/contractor oversight,issuing work orders for inspection,review of closed circuit television tapes of piping/manholes,detecting leaks,determining,recommending and scheduling of cost-effective or appropriate repairs,and providing construction management for repairs and pipe system rehabilitation. ON (Cify and S;nto) (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(If applicable) SFWMD;C-11 Impoundment;Broward County,Florida 2007 X )AND SPECIFIC;ROLE 0 Check if project performed with c,;n-ent firm Program Manager/Technical Advisor:The C-ll Impoundment project is an above-ground impoundment,located in Broward County.The Project had a planned total storage capacity of more than 194 million gallons at a maximum storage depth of approximately 4 feet.The purpose of the project will be to reduce the seepage from Water Conservation Area 3,divert water away from the S-9 pump station,stabilize the saltwater/freshwater interface to the east,improve hydroperiod and water quality within the water conservation areas and provide some measure of flood protection.Some of the primary components included in this project are:Approximately 1055 acres of impoundment;147 acres of mitigation wetlands;A 1010+640 cfs co- located inflow/seepage pump station;-7 miles of embankments and a perimeter seepage control system;1000 cfs three-bay ogee gated discharge spillway structure;Modifications to the existing S-381 Obermeyer gate structure;Fixed weir and gated culvert structures.Design aspects included hydraulic,hydrologic and seepage analyses,cost alternatives analyses,embankment design,dam-break and safety evaluations,flood routing and operational studies,etc,to provide a solid basis for the preliminary/final design of all project features. Where possible,coordinated and performed the design and environmental analyses simultaneously to meet the tight project schedule. (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(If applicabla) Hillsborough County Public Utilities;Dale Mabry Recovered Water System,Tampa,FL 2002 X ❑Check if project performed with current firm Project Manager: Managed the project team and performed as client liaison for the design, plan and specification preparation,and construction administration for the interconnection of three separate reclaimed water pumping and storage facilities. Project consisted of 7.4 miles of 12 to 30-inch reclaimed water force main along major highways,two pump stations and a booster pump station,and two 500,000 gallon steel water storage tanks. Miami-Dade County Aviation Dept.;Water Distribution System Modeling and Evaluation;Miami ?ROFESSIONAL SERVICES CONSTRUCTION If applicable) International Airport(MIA),Miami,Florida 1997 X ANL)Sr'LC Program/Project Manager:PM for DCAD's water distribution system master plan,hydraulic analysis/modeling,and system and operational improvements for MIA.Developed new distribution system maps utilizing historic data and GIS surveying,valve and hydrant exercising/maintenance procedures,an interactive hydraulic model to analyze existing and future MIA expansion,and created pressure and flow contour maps for system operations. Performed onsite inspections and flow testing of hydrants and equipment. CES Consultants •City of Miami Beach RFQ 2018-141-ND I 59 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT 12.NAME 13 ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE MIREYA REV a.TOTAL b.WITH CURRENT FIRM 31 1 15.FIRM NAME AND LOCATION(City and State) CES Consultants,Inc.,Pembroke Pines,Florida 16,EDUCATION(Degree and Specialization) 117.CURRENT PROFESSIONAL REGISTRATION(State and Discipline) Electrical Engineering Systems Design New York University 14.0 .NAL QLIALIF(CATiON5(Publications,Organizations,Training,Awards) AutoCAD,Microstation 19.RELEVANT PROJECTS t s TI See Project_in Section F (2)YEAR COMPLETED PROF VAI SERVICES CONSTRUCTION(If applicable) Miami Dade WASD PSIP-Design of PS 0440,Miami Gardens,FL 2015-Ongoing N/A rn Provided technical support and schematic drawings for the new Pump Station 0440 in accordance with WASD standards The design phase of this project is currently in progress. (1)TITLE AND LOCA f ION uj an, xee Project_in.rection F ••COMPLETED PROFESSIONai.SEPv=CE3 ! CrSNSTPttCT'CN t'I applicable) Miami Dade WASD PSIP,Design of PS 0336,Miami Lakes,FL 2016-Ongoing N/A AtJU Provided technical support and schematic drawings for the new Pump Station 0336 in accordance with WASD standards The design phase of this project is currently in permitted. (1)TITLE AND LOCATION(City and State) See Project—in Section F j (2)YEAR COMPLETED 5S CONSTRt . . . ^silcable) Miami Dade WASD PSIP,Design of PS 1026,Miami Lakes,FL 2017-Ongoing N/A (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc AND SPECIFIC ROLE armed with purr, Provided technical support and schematic drawings for the new Pump Station 1026 in accordance with WASD standards.The design phase of this project is currently in progress. "'ON(City and State) `7""^>r","-a in Section F (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(tf applicable) Consolidated Rental Car Facility,MIC Miami Intermodal Center,Florida 2003 N/A (3) — _ Project CAD Coordinator responsible for technical support in the development of engineering drawings for a 4,000,000sf parking facility intended to consolidate the location of various rental car providers serving Miami International Airport. The facility includes fueling stations,car washing facilities,office spaces,as well as general parking. The work includes the design of HVAC systems,fire protection,plumbing,Electrical,lighting and fire alarm systems,as well as fueling systems for fuel islands. ify T,r-n Nr See Project.__ In Section F 2)YEAR COMPLETED Building Renovation:North Campus Building#48-Broward Community College,Florida PROFESS;'. _RVICES CONSTRUCTION tlt applicable) (per SREF) 2002 N/A oat P fl C" Provided technical support and schematic drawings for the complete Electrical, mechanical, plumbing and fire protection renovation design for a 30,000sf 3-story facility. Engineering systems included HVAC distribution system (chilled water), fire protection, restroom plumbing, and power distribution. CES Consultants •City of Miami Beach RFQ 2018-141-ND I 60 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT 12.NAME 13.R' 14.YEARS EXPERIENCE a.TOTAL b.WITH CURRENT FIRM Simon Sainsbury,PE Electrical 30 3 15.FIRM NAME AND LOCATION(City and State CES Consultants,West Palm Beach,Florida 16,EDUCATION(Degree and Specialization:, ,'ESSION` 1GISTRATION(State and Discipline) B.S.,Electrical Engineering,Florida Institute of Technology Professional Engineer Florida, Electrical 18 OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards) 19.RELEVANT PROJECTS Er TIT. ) (2)YEAR COMPLETED South Florida Water Management District—Pump Station Tower Grounding Modifications ^Ror:;aIoN°° T,cwn-s t ("N<,-orrrrN('tmgfcabie) 2016-Present 2EC4' Engineer of Record Senior electrical engineer responsible for design of microwave tower grounding systems to protect personnel and equipment in accordance with current TIA/ANSI/EIA grounding standards at Pump Stations G-310,G-335,G-370 and G-372. ag (1)TITLE AND LOCATION(0y ear/State) (2)YEAR COMPLETED -?VICES CONSTRUCTION Ofappikable) Lincoln Road Pump Station,West Avenue,City of Miami Beach,Florida 2017 �1 AP.1FF nrcCppTYN atria,;rpge• A cost,eIT,1 AND SPETF C Rol F -`ormed with cuaent firm Engineer of Record Senior electrical engineer responsible for design of Lincoln Road Strom Water Pump Station with three 20,000 GPM pumps,VFDs,Control Panel,RTU/Telemetry and associated electrical equipment (2)YEAR COMPLETED L PRQFSSIONAL SERVICES c', Everglades Restoration and Capital Project,West Palm Beach,Florida 2010 X TION(Br ' r el,.: .1FC11-I. Engineer of Record Senior electrical engineer responsible for design of STA-1E Pump Station communication equipment improvements to the tower,building electrical and communication system grounding and bonding at Pump Stations S-319,S-361 and S-362 (2)YEARCOMPL"c-ILU n ::ERVICES CONSTRUCTION Of applicable) Three(3)Pump Ground Storage Tanks,City Water Plant Booster Station,Panama City,Florida 2006 X Iormed with curie, - As Senior Engineer,Mr.Sainsbury duties included:PLC Control with HMI and SCADA,On/Off and Speed Control(PID)for three water pumps to maintain city main water pressure using an above ground water storage tank,UL508 Control panel,generator backup,RTU,Ladder logic PLC code,Field debug/startup. CES Consultants •City of Miami Beach RFQ 2018-141-ND I 61 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT 12.NAME CONTRACT 14.YEARS EXPERIENCE AMEN BOOTSMA,PE MECHANICAL a.TOTAL b.WITH CURRENT FIRM 20 2 15.FIRM NAME AND LOCA'. CES Consultants,Inc.,Pembroke Pines,Florida 15 EDUCATION(Degree and Sp"; 17.CURRENT PROFESSIONAL REGISTRATION(State and Discipline) M.S.,Mechanical Engineering,University of Twente,The Netherlands, TIONS(Publications,Organizations,Training,Awards) Professional Engineer Florida#54604 19.RELEVANT PROJECTS S^^t1rf170et In Section F (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(If applicable) L-63N Canal ASR Well Rehabilitation Okeechobee County tC ROLE Senior Engineer(mechanical,civil).The ASR(Aquifer Storage and Recovery)Well was built around 1990,and has been in service from 1991 through 1992.Since then it has been abandoned,and all electrical equipment has been removed.Under this project the well system,which consists of a canal water intake pump,a water treatment pond and the injection pump will be rehabilitated,new motor control centers will be installed,all broken instrumentation will be replaced and additional water quality monitoring instruments and SCADA will be added.The purpose is to restore the well system to full operability.. Section F ,z)YEAH Cu;FLr r�u East Re-Development Transmission and Distribution Water Main Improvements,City of PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miramar,Florida OCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE \A Check if project performed with current firm Senior Design Engineer Responsible for the design and engineering of approximately 72,000 LF of 6"PVC water mains to replace outdated and undersized water mains and placement of fire hydrants to ensure full coverage throughout the eastern part of the City.The project is on-going. F COMPLETED Miami-Dade County Wastewater Master Plan,Miami-Dade County Water&Sewer PROFESSIONAL SERVICES CONSTRUCTION(U applicable) Department,Florida "brief seer.. -;..:+ r 1ta SC,--7(7"`7'"_�;,.�„ ' !^�, r t -c�;n ,=-4'rm;>+ Senior Mechanical Engineer Mr.Bootsma as Mechanical Engineer provided services in an effort to develop Remedial Action Plans for approximately 350 Pump Stations.The recommended upgrades focused primarily on pump selection,secondarily on upgrades to the entire pump station and tertiary on force main system upgrades.The Remedial Action Plans will provide balanced upgrades to the entire sewer pumping and transmission system,so that each individual pump station will comply with regulatory requirements and that compliance system wide will maintained throughout the 20-year planning horizon. (* TIT(F AND',DATION cit hr''t 5ttte! _.. See Project__in Section F Proposed 8-inch Water Main Design:Banos Court from Riviera Drive to University PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Drive in the City of Coral Gables,Miami-Dade Water And Sewer Department,Florida ❑Check if prnier.t nerfnrmed with current firm Senior Design Engineer Responsible for the design and engineering of approximately 2,200 LF of 8"water mains to replace outdated and undersized water mains and placement of fire hydrants to ensure full coverage.The project is on-going. See Projeci in Section F (2)YEa-t COMPLETED ppnr=c,,,nm.nd SERVICES ` CONSTRCiCT'^N!If applicable) JEA NW Regional Water Treatment Plant,Jacksonville,Florida (3i 8, II etc..) Senior Design Engineer. Responsible for the site design and approximately 2,400 LF of off-site, 24" transmission main for the WTP, Mr. Bootsma engineered the stormwater management for this site to comply with all applicable regulations of the FDEP and the SJRWMD and to maximize the use of the existing topography.The transmission main was placed along the future FDOT ROW to meet up with existing water distribution and transmission mains. CES Consultants•City of Miami Beach RFO 2018-141-ND I 62 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT 12.NAME 3 P': TRACT 14.YEARS EXPERIENCE RANHUS(OUCH,PE CUSPESIIIA11NG a.TOTAL b.WITH CURRENT FIRM 44 4 15.FIRM NAME AND LOCATION(City and State) CES Consultants,Inc.,Pembroke Pines,FL 16.EDUCATION(Degree and Specialization) 17.CURRENT PROFESSIONAL REGISTRATION(State and Discipline) Bachelor of Science Civil Engineering Professional Engineer,Civil—Florida PE No.73422 New York PE No.8980296 1F. (}Tt-IVO ACEC Platinum Award—Millennium Power Wastewater Reuse Project 19.RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) See Project_in Section F (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(If applicai Miami Dade Water and Sewer Department,Ocean Outfall Legislation Program,Miami,FL Ongoing WA (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Project Manager-Manage consultants for design development of over 40,000 LF of 60-inch force main,a 65 MGD wastewater pump station,and pipeline hydraulic transient analysis for the South District Service Area.Conceptual design development of return activated sludge pumps and structural improvements at the Central District WWTP,routing analysis for the North District Service Area 48-inch diameter force main improvements,and effluent pump capacity analysis for the North District WWTP ocean outfall 75 MGD pumps and 90-inch diameter pipeline.Cost:$7,000,000(Engineering) Section F 2;YEAR:COM,PLE[EU Miami Dade Water and Sewer Department,EPA Consent Decree-Pump Station PROFESSIONAL SERVICES CONSTRUCTION(if applicable) Improvement Program(PSIP),Miami,FL Ongoing Ongoing CRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE C. Check if project performed with current firm Principal Engineer-Design and construction for improvements to and replacement of over 18 local wastewater pump stations,and associated force mains,to bring the facilities into compliance with the EPA Consent Decree,and within DERM operational parameters.Cost:$3,000,000(Engineering) See Project..._- In Section F (2)YEAR COMPLETED Miami Dade Water and Sewer Department,Capacity Management Operation and PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Maintenance-Water(CMOM),Miami,FL Ongoing WA AMC SPE,(;FV`POLEF'(;(':. wth Corrects run Principal Engineer-Development of feasibility analysis for automatic meter reading,data collection systems,implementation alternatives,product analyses and evaluations,and MDWASD operational goals. Cost:$1,500,000 TITLE NAL; L+zp oat dial See Project i in Section F . (2)YEAR COMPLETED PROFF.SSICNAI.SFR '( I 1 CONSTRUCTION(If applicable) West Palm Beach Utilities,Clear Lake WTP Consent Agreement,West Palm Beach,FL 2011 2011 (3)BRI' -SCF` °f scope,size,r-r 'C ROLE Principal Engineer-Technical lead for emergency water system engineering services,and coordination with FDEP/DOH for the Consent Agreement, for a boil water event that occurred in September 2007. Manager/Advisor for a citizen's panel,formed by the Mayor,to review current plans for upgrades to the Clear Lake WTP and future water supply and treatment plans for a 20-year period.Manager of construction for Phase I improvements to the 47 MGD Clear Lake WTP for conversion to enhanced coagulation.Cost:$1,500,000(Engineering) _ pit ctiDn F (2)YEAR COMPLETED Broward County Water and Wastewater Services,Broadview Estates Sewer Design,North PR^FFS ^NAL SERVICFS ! CONSTPI,CTION cif applicable) Lauderdale,FL 2009 N/A t..,3 :i1-i- ;e,s ..a-cst,etc.)A.r c>ECIFIC Principal Engineer-Design for replacement of more than 20,000 LF of gravity sanitary sewer for the Bid Package 2 construction project,including a cost saving assessment of gravity sewer layout within three sub-basins to minimize depth of excavation and length of sewer replacement.Cost: $200,000 i_U+✓A)IOry{. .ion F (2)YEAR CU tPLETED Broward County Water and Wastewater Services,Alternative Water Supply Master Plan, FPr F,rS nN^I SERVICES CONST'',rT'o,i Broward County,FL 2011 N/A OA/QC-Technical Advisor-Development of a comprehensive assessment of Broward County's future water supply needs,together with the available sources of supply that may be developed to meet future needs. Cost:$500,000 CES Consultants •City of Miami Beach RFQ 2018-141-ND I 63 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S QUALIFICATIONS FOR THIS CONTRACT 20.EXAMPLE PROJECT KEY NUMBER 22.YEAR COMPLETED PROFESSIONAL CONSTRUCTION Pump Station Improvement Program Design,Miami-Dade Water and Sewer Department,FL SERVICES (f applicable) Ongoing Ongoing 23.PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Miami-Dade County Water&Sewer Dept.-PSIP Reinaldo J.Rivera,PE (305)446-7450 Team 24 BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) Project Overview .4‘ The Miami-Dade County Water and Sewer Department(WASD),in an M-; : I effort to comply with the 2013 Consent Decree and improve operation its _ wastewater collection system to achieve compliance,established the t :.r Pump Station Improvement Program(PSIP).Under this program,WASD • will repair or replace over 140 existing and non-compliant wastewater pump stations.The improvements vary from pump upgrades to complete '41fI pump station and force main upgrades. . `'''• CES is one of the design consultants selected to analyze and design the s4 improvements to the non-compliant pump stations.CES is designing ><�� improvements for over twenty(20)pump stations and connecting force mains Our team provides full design services,which includes surveying,geotechnical engineering,civil engineering,mechanical engineering,structural engineering,and electrical engineering.The main complexities of these projects and designs are the accelerated schedules required to meet the Consent Decree schedules.The aggressive schedule requires efficient project management and effective project controls. Scope of Work CES is providing the following services: •Topographic and Utility Survey •Geotechnical Investigations •Utility Coordination •Design Services-pump sizing,electrical,structural •Permitting •Project Management •Construction Management Fees:$1,390,634.81 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE CES Consultants, Inc Miami Lakes, FL l Prime CES Consultants•City of Miami Beach RFQ 2018-141-ND I 64 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S QUALIFICATIONS FOR THIS CONTRACT 20.EXAMPLE PROJECT KEY NUMBER 2 MDPWD SW 27th Avenue Roadway Reconstruction SERVICES Irrr 2009 2011 _ I h PON OF oO —N.,y' c POINT OF r'^NT1(77T 7 t FPHCNF Miami-Dade County Public Works Department Favio Laverde,P.E 305-594-0735 24.BRiEE DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(ipehide scope.size and cost) Project Overview — _ mss_ CES provided engineering analysis and storm water drainage design for a closed storm water management system of approximately 0.75 mile along SW 27th Avenue from US-1 to Bay Shore Drive.The purpose of the ! i project is to improve traffic via roadway widening,median installations, li redesigns of intersections,and improvements to drainage,parking, �, wromme `»"'"" lighting,signalization,and landscaping in the Coconut Grove 11 neighborhood of the City of Miami.Land use is a combination of residential and commercial.Since the roadway is part of an older,well AMiwwAA established neighborhood,many different utilities are installed within the :.a Right-of-Way.The project corridor includes a 30-inch water main and smaller water main,as well as gas,multiple fiber-optic cable duct banks, sanitary sewers,and force mains.Other complicating factors in the design include low grade elevation and a high groundwater table at the southern end of the project,which is adjacent to Biscayne Bay;higher elevations in the mid-section;and'normal'elevations around the northern end. tea,. I IP Scope of Work w. ) e ""' AMNIA ..N,A4 ' AA ~ �� MIAOW 1 The proposed drainage design has been developed in accordance with .....111 guidelines set forth by the County and by the Florida Department of Transportation.The design consists of approximately 70 structures,as well as 3,000 LF of piping and 2,000 LF of French drains divided into ` • eight(8)independent,closed systems.By creating independent ..,.,,.AAA._ `II r a�w+Matu.�w systems,CES has been able to develop a design that satisfies the ' ..�^r^. requirements while also securing significant cost savings to the client compared to the traditional approach used to create interdependent Fees:$65,685.80 systems. Services Provided: ✓ Drainage Design ✓ Hydraulic Analysis ✓ Permitting ✓ Interagency Coordination (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE CES Consultants, Inc Miami Lakes, FL Prime CES Consultants•City of Miami Beach RFQ 2018-141-ND I65 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S QUALIFICATIONS FOR THIS CONTRACT 20.EXAMPLE PROJECT KEY NUMBER 3 22.YEAR COMPLETED Construction Engineering and Inspection(CEI)Services for Miscellaneous Projects PROFESSIONAL CONSTRUCTION p � SERVICES (It applkablel Miami,FL 2007 23.PROJECT OWNER'S INFORMATION b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBS' Miami-Dade County Public Works Diego Franco 305.375.1480 Department 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) Project Overview CES provided construction engineering and inspection(CEI) / -� services for various aspects of Miami-Dade County Public Works `� "1w�' Department projects(Contract No.E05-0CI-02,B)in the , P.• following areas:utilities,water distribution and sanitary sewer, 4,d ir• ' • roadway,sidewalk,drainage,resurfacing,and other {4.i• ! miscellaneous areas. The contract work consisted of the following: • Construction Administration + • �' as • Construction Inspection • Monitoring • Record Keeping • Approval and Recommendation of Requisitions for Compensation • Review of Change Orders • Cost Estimation • Claims • Scheduling • Shop Drawings • Remedial Designs • RFI and Assuring Compliance Fees:$46,076.69 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) j (3)ROLE CES Consultants _ Miami Lakes,FL Prime CES Consultants•City of Miami Beach RFQ 2018-141-ND I 66 • 20.EXAMPLE PROJECT KEY NUMBER 4 22 YEAR COMPLETED P PES it„NAL. .'C)N U TiGN Country Walk Upgrades sEko :Es -1,F Miami, FL I 2012 23 PROJECT OWNER'S INFORMATION LLN Q')N FACT NAME ' PQ.N1 )F CONTACT TELEPHONE NUMBER Miami-Dade County Water&Sewer Maria J.Lopez Department(WASD) 786268.5242 24 BRIEF-DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT((nclude se,'ic;e -ore and c,ot1 ;, r r The CES design team has been able to exceed the client's needs and expectations through adequate planning and regular meetings to discuss the projects progress.Some specific tasks CES has worked on this work - order are: • Topographic and Geotechnical • Exploration Coordination • Existing Utilities&Future Project Coordination • Develop Contract Specifications • Develop Design Plans • Permitting Al • Bid Document Preparation and Assistance Project Overview • Construction Services The Miami-Dade County Water and Sewer Department(MDWASD),with funding from the General Obligation Bond,is upgrading the water mains • Construction Cost and Schedule Estimates throughout the County as part of Project No.E06-WASD-09.The project Fees:$25,574.68 will serve residential areas that currently lack water mains service or are served by undersized,older mains.The project's system upgrades will also improve fire protection for the area and increase service water pressures. Within the above referenced contract,CES received the Work Order No.4 to provide design,bid support and limited construction services for the design of 1,900 LF of 8-Inch force main along Country Walk Drive between SW 137th Avenue and SW 139th Court in Miami-Dade County. 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE CES Consultants, Inc. Miami Lakes, FL Prime CES Consultants•City of Miami Beach RFQ 2018-141-ND I 67 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S QUALIFICATIONS FOR THIS CONTRACT 20.EXAMPLE PROJECT KEY NUMBER 5 Engineering Design and Related Services for Small infrastructure Projects New York,NY Ongoing Dept.of Design+Construction Hemwattie Roopnarine 718-391-1375 .,Ito. .lit .14...,, , r: �r .. , .. . r - ,t. d of.t y4.... rn F •-...f e *44, , R. Project Overview The NYC Department of Design+Construction(DDC)has recently awarded CES with an$8M Requirements Contract to provide engineering `~. design and related services for various small infrastructure construction '• projects throughout the five boroughs.The scope of work includes engineering design for infrastructure projects related to the construction . ; and/or rehabilitation of streets/roadways,water mains and distribution . lines,sewers,storm sewers and drainage systems,sidewalks,curbs, pedestrian ramps,and retaining walls,amongst others. . " I .-.1 The contract is currently ongoing and will finalize in 2018.opening to i , traffic preparing punch lists and tracking them to completion;and ;##`" maintaining project records. r4 " , Fees:$11,080,348.15 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT . (t)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE CES Consultants, Inc. Long Island City, NY Prime CES Consultants•City of Miami Beach RFQ 2018-141-ND I 68 F EXAMPLE PROJECTS'WHICH BEST ILLUSTRATE PROPOSED TEAMS OUALIFICATIONS FOR THIS CONTRACT 20.EXAMPLE PROJECT KEY NUMBER 6 City and State) _ 22 YEAR COMPLETED MDPWD Master Consulting Contract PROFESSIONAL CONSTRUCT'CN SERVICES (it applicat lc1 Miami,FL 2007 2007 23 PROJECT OWNER'S INFORMATION PROJECT OWN' I b POINT^ CONTACT NAME c. POINT OF^OnRAT TEl FPHONE NUMBER Miami,FL Octavio Marin,P.E. (305)375-2116 24.BRIEF DESCRIPII UN OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size_and cost) • Reconstruction of SW 127th Avenue and SW 132nd Avenue from SW 72nd Street to SW 75th Street lot Construction Inspection services included the following: • Installation of new drainage w • Construction of new sidewalks • ADA access ramps and driveways • Installation of new curbs and gutters • Raising and/or resetting of new catch basins • Maintenance of Traffic Compliance • Installation of underground electrical • Roadway reconstruction and street lighting • Bridge overpass construction and approach • Installation of new signage and landscaping Project Overview CES provided miscellaneous Project Management,Contract Administration,and Construction Engineering and Inspection services for the Miami-Dade County Public Works Department under a$4,000,000 Master Consulting Contract. Under this master service agreement,CES staff performed a wide range of services for major infrastructure improvements throughout Miami-Dade. The following projects were performed under this contract: • County-wide ADA compliance sidewalk improvement project for over 350,000 feet of sidewalk • NW 87th Avenue overpass from NW 138th Street to NW 154th Street,which included a new 400 foot segment of bridge along NW 87th Avenue over 1-75 • Reconstruction of SW 127th Avenue from SW 187th Street to SW 200th Street • Reconstruction of SW 92nd Avenue from SW 80th Street to SW 84th Street 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE CES Consultants, Inc. Miami Lakes,FL Prime CES Consultants•City of Miami Beach RFQ 2018-141-ND I 69 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S QUALIFICATIONS FOR THIS CONTRACT 20.EXAMPLE PROJECT KEY NUMBER 7 MDWASD Wastewater Master Plan PftOERS JES Miami-Dade County,FL 2009 N/A 23_PROJECT OWNER'S INFORMATION PRO,ECr OWNER G POINT OF CONTACT NAME 1 c.POINT OF CONTACT TELEPHONE NUMBER Miami-Dade Water& Sewer Department Jayson Page,P.E. 954-734-0875 --ANO RELEVANCE TO THIS CONTP;1r'T ru,riu-', , n S ', • Energy Efficiency Plan development(including impeller change-out,pump speed-increase,pump unit replacement, : force main improvements,and pump station replacement) '4*-- ..---..- 1:1-, • Capital needs for improvement ., _. .. ,- . The modified pump capacity/system curves served as the basis for -•--- 4, developing recommendations regarding the pumping units and discharge ,e system to meet the planned flow conditions.A cost analysis for the deficient pump stations was also provided in the report.The recommended improvements for individuals pump stations were subsequently evaluated on a system-wide basis. Project Overview Fees:$181,0500.00 CES provided engineering design services to Miami-Dade County in an effort to develop remedial actions plans(RAPs)to bring over 350 pump stations up to energy efficiency standards and operating compliance.The recommended upgrades ensured compliance with the 10-hour run time per day limit.The development of this energy efficiency plan also incorporated the projected flows of these water pumps through the 2030 planning horizon. The purpose of this task was to evaluate all aspects of the pump station, identify deficiencies,and provide energy efficiency recommendations in order to increase the critical station capacity and reduce pump run times below the 10-hour per day limit.The recommended improvements for individual pump stations would then be evaluated on a system-wide basis. CES was specifically responsible for the following aspects of the WASD Energy Efficiency Master Plan: • Lift Station Design Improvements • Data Collection(run time,pump station maintenance histories, motor and pumping systems,and gravity collection and force main systems) • Modeling process and analysis for the force main systems • Pump capacity/system curves 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE CES Consultants, Inc. Miami Lakes, FL Prime CES Consultants•City of Miami Beach RFQ 2018-141-ND I 70 F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S QUALIFICATIONS FOR THIS CONTRACT 20.EXAMPLE PROJECT KEY NUMBER 8 1 TITLE AND LOCATION(City and State) 22.YEAR COMPLETED PROFESSIONAL CONSTRUCTION Meireese Golf Course Club House SERVICES (if applicable) Miami FL 5/2008 N/A 23.PROJECT OWNER'S INFORMATION a.PROJECT OWNER ! b POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Miami-Dade County,FL Kathy Rod 305-461-9480 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) Project Overview - This Project involved the design and construction of a new Club House& • Restaurant Facility at Melreese Golf Course.The gross building area is Orae k a' approximately 17,500 SF,including indoor and outdoor spaces, breezeways,a courtyard,tennis courts and a covered open air perimeter. The existing facilities,which were temporary structures,were demolishedJ110 amei. y �` after the completion of the Club House. +. The Club House accommodates a restaurant,administrative offices,a pro- � . shop,changing and bathing facilities,and related functions,such as a "'`�_ - - receiving dock at the restaurant and a golf cart wash and maintenance " • area. • . During the design of the civil work,special emphasis was placed on achieving the best possible LEED Certification.CES,as a civil site design Engineers,incorporated Best Management Practices,such as vegetated swales,exfiltration trenches,and porous pavements to reduce site run-off Fees:$46,076.69 during peak flows and to enhance the quality of run-off water treatment. The CES civil design team,as sub consultant,developed the following components for the City of Miami: • Paving,Grading,and Drainage Plans for parking lots and building surroundings. • Pavement Marking Plan • Domestic water and waste water service,fire service • Permitting • LEED Certification of civil components. • opening to traffic;preparing punch lists and tracking them to completion;and maintaining project records. 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE CES Consultants, Inc. Miami Lakes, FL Sub Consultant CES Consultants•City of Miami Beach RFQ 2018-141-ND I 71 20.EXAMPLE PROJECT KEY NUMBER 9 YEA. Design-Build Shenandoah B Watermains _SERVICE ofdr3p1< Miami-Dade County,FL Ongoing Ongoing 23 PROJEC I OWNER'S INFORMA?int PONT OF CONTACT NAME :: POINT OF CONT.AC 1 TELEPHONE NUMBER Miami-Dade County Water&Sewer Lanzo Construction Company Department(WASD) Jorge Valdes,Construction Manager 954-979-0802 T AND RELEVANC • Surveying and Geotechnical services `:t -r' • ' • Utility coordination • • Design ' �-- a e<< • Fr Scheduling and cost estimating Rl . ��•y • Public right-of-way and Private property permitting 1:401." • Public outreach • Construction phase services • Project Overview Fees:$862,870 The Shenandoah neighborhood is one of the older neighborhoods within the City of Miami.The water supply for residents in the area is primarily through 2-inch watermains that are located within easements to the rear of the properties.The Miami-Dade County Water and Sewer Department (WASD)has selected our design-build team to replace the water mains with 46,000 linear feet of 8-inch watermains relocated to the public roadway right-of-way.The project area is bounded by SW 16th Street,SW 22nd Street,SW 17th Avenue and SW 27th Avenue,also referred to as Shenandoah.Additionally,the design-build team will relocate the existing water meters from the rear of the property to the front of the property and install new service lines from the water meter to the residence.The project will produce the following benefits to the residents. • Increase water service pressure and flow • Eliminate water mains within the easement at the rear of the properties • Relocate water meters within the public right-of-way • Increase fire hydrant coverage and fire protection; Because this project takes place within the public right-of-way,as well as private property,a thorough and comprehensive community outreach program is critical to the success of this project.CES has developed a Communication program that will provide clear dialogue between the design-build team,residents,public officials,and City of Miami staff. Additionally,CES developed an aggressive project phasing program that allows for a parallel execution of multiple sequential services CES is responsible for the following services: 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE CES Consultants, Inc. Miami Lakes, FL Lead Designer CES Consultants•City of Miami Beach RF)2018-141-ND I72 E EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAMS QUALIFICATIONS FOR THIS CONTRACT 20.EXAMPLE PROJECT KEY NUMBER 1 0 ^!ty and State) 22 YEA; PROFESSIONAL 1 Ft.Lauderdale Waterworks 2011 SF_PVICES Ft.Lauderdale,FL 2011 2011 23 PROJECT OWNER'S INFORMATION h POINT Jz .t ^�.T.^. !,` r, POINT OF CONT', 'FE;EPHONE City of Ft.Lauderdale Eva Gibson 954-561-7108 � Ft✓T AN(7 P.FI_FVANGE TSO TN1S <,G '� ,I' Relevance to This Contract: Project Overview Engineering and Construction support for a critical The City of Fort Lauderdale,in an effort to provide its residents with the Program for Ft. Lauderdale most up-to-date water,sewer,and drainage services,developed a long- term capital improvements project that improved the city's infrastructure. Local neighborhoods in Ft. Lauderdale benefited The City invested over$550 Million towards these improvements,the from the major infrastructure improvements majority of which were completed in 2011. Reliability and redundancy of stormwater,water, and wastewater infrastructure improved for future As subconsultant to CMTS,the CES team of professionals provided full generation time Construction Engineering and Inspection Services infrastructure improvement projects being carried out by construction companies at Duration: February 2011 —December 2012 various locations. Cost(fee):$1,000,000 CES staff was assigned to oversee the work of multiple construction companies and crews in completing the following infrastructure Key Personnel: Rudy Ortiz,Jose Caraballo improvements: Safety: No incidents for CES staff during the project • Water Main Installation Subcontracting: CES served as a local small business • Pump Station Upgrades and Installation partner • Roadway Reconstruction opening to traffic;preparing punch lists and tracking them to completion; • Sanitary Sewer Force Main Installations and maintaining project records. • Stormwater Drainage Installations • Sidewalk Reconstruction • Sanitary Gravity Sewer Installation BEFORE • Swale Reconstruction • - • Driveway Reconstruction Acting as an extension of the City's Project management staff,services by • CES professionals included: attending and documented progress meetings;monitoring,inspecting and reporting on work safety,quality, and progress,as well as conformance with contract documents and compliance applicable codes and standards,immediately flagging any '° '° , , ",k �: � say concerns,discrepancies or deviations; tracking project cost and schedule '!'"• and participating in the development of recovery schedules where _. applicable;reviewing and recommending action on contractor pay - -•., - »• - �,-. m requisitions;maintaining project submittal and RFI logs and coordinating timely processing;providing assistance with review of contractor change orders,claims and disputes;making sure project as-builts were updated regularly;assuring compliance with approved contractor quality control program and safety plans specially making sure excavations were properly covered/protected and sidewalks/streets were cleaned before 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE CES Consultants, Inc. Miami Lakes, FL Subconsultant,Civil Engineering,Construction Services CES Consultants•City of Miami Beach RFQ 2018-141-ND I73 G.KEY PERSONNEL PARTICIPATION IN EXAMPLE PROJECTS 28. EXAMPLE PROJECTS LISTED IN SECTION F 26. NAMES OF KEY (Fill in"Example Projects Key"section below before completing PERSONNEL 27. ROLE IN THIS CONTRACT table. Place"0"under project key number for (From Section E,Block 12) (From Section E,Block 13) .artici•ation in same or similar role. 1 2 3 I 4 I 5 I 6 I 7 I 8 I 9 10 Jose Caraballo, PE Project Manager X X X X X X Rudy M. Ortiz, PE, CGC QA/QC X X X X X X X X X X Fernando Vazquez, PE Principal in Charge X X • Jafet Torres, PE Civil Engineer X Luis Miranda, PE Civil Engineer X Ashraf Iqbal, El Civil Engineer X X Erik Alcantara, El Civil Engineer X X X Nada Reinbold, El Construction services Gustavo Silva, El Construction Services X X David Hoot, PE Site Planning X Mireya Rey CAD X X Simon Saainsbury, PE Electrical X • Ranthus Fouch, PE Cost Estimating X X X 29.EXAMPLE PROJECTS KEY NO. TITLE OF EXAMPLE PROJECT(FROM SECTION F) NO. TITLE OF EXAMPLE PROJECT(FROM SECTION F) 1 Pump Station Improvement Program, Miami-Dade 6 MDPWD Water Consulting Contract Water and Sewer Department,FL 2 MDPWAD SW 27th Avenue Roadway 7 MDWASD Wastewater Master Plan Reconstruction 3 Construction Engineering and Inspection(CEI) 8 Melreese Golf Course Club House Services for Miscellaneous Projects 4 Country Walk Upgrades 9 Design-Build Shennandoah B Watermains 5 Engineering Design and Related Services for 10 FT. Lauderdale Waterworks 2011 Small Infrastructure Projects H.ADDITIONAL INFORMATION construction management services for a large number of public COMPANY and private projects for mixed-use and single-purpose develop- OVERVIEW ments. CES has participated in important infrastructure projects for numerous governmental agencies,including Miami-Dade Water and Sewer Department,Broward County,City of Miami Beach,the City of Miramar,the South Florida Water Manage- ment District,the Federal Department of Transportation,and others. The CES Staff has extensive experience in the design CES CONSULTANTS, INC.(CES)is a full-service engineering and construction administration of water and sewer utility proj- firm founded in 2001. The firm,which is minority-owned, ects ranging from 6"-to 96"-diameter piping networks,pump provides professional engineering services to municipal and stations,master planning and drainage modeling.Our profes- private sector clients.Since the firm's inception,CES personnel sional staff also brings considerable experience with roadway have been involved in some of the largest infrastructure improvements,site development,parks and recreational facil- improvement projects in Florida.The company's professional ities,stormwater management improvements,airport-related staff has experience in the areas of Civil Engineering,Water projects, program management,and commercial and industrial &Wastewater Design,Roadway,Grading and Drainage facilities. Design,Structural Engineering,Mechanical and Electrical Engineering Program Management,Construction Management, To date,the company has helped many clients navigate the Project Control,Cost Control,Estimating, Inspection Services, complex study and approval processes that must be completed Permitting Services,QA/QC, Primavera(P6)Scheduling,and prior to the design and construction of small-and-large-scale Owner Representation. municipal,county,state,federal and private improvement projects and developments. Its consistent on-time,on-budget Our company is comprised of a team of approximately over delivery of projects has enabled CES to retain its client pool and 90 professionals who have worked together on a variety of receive repeat business. successful projects,amassing a consistent and proven record of excellent performance. Not only does CES bring clients'plans to CES recognizes the importance of teamwork,always open to life, but it also exceeds their expectations along the way. In the utilizing the services of specialty consultants such as ecologists, public arena,the firm provides ongoing municipal engineering biologists,environmental remediation experts,or others as each and construction services for many communities and agencies: unique project requires.The company's extensive experience Miami-Dade County Aviation Department,Miami-Dade County with the relevant regulatory agencies enables it to obtain Water&Sewer Department,Miami-Dade County Public Works permits efficiently and effectively.Typical services include the Department,City of Miami Beach,City of Miramar,City of following: Homestead,City of Opa-Locka,City of Ft.Lauderdale,South The company furnishes services ranging from Feasibility Studies Florida Water Management District, Broward County Housing and Preliminary Engineering Reports to Design and Construction Authority,and the Town of Palm Beach,among others. Management. CES is authorized by the State of Florida to offer professional STRUCTURAL ENGINEERING engineering and construction services throughout the State and currently holds Minority and Small Business certifications from CES staff has provided structural engineering services on the following agencies: numerous projects to municipal and private clients in Florida, the Dominican Republic,and Puerto Rico.The CES structural » Miami-Dade County(SBE A/E) engineering staff has extensive experience in inspection and » City of West Palm Beach(SBE) evaluation,structural design,refurbishments,and construction phase services. Its structural engineering staff is also familiar • Broward County School Board(M/WBE) with all applicable local building codes and design guidelines. » South Florida Water Management District(SBE) PROJECT MANAGEMENT CES offers complete project management services to public and » Florida Department of Transportation(DBE) private owners.CES's extensive experience gives it a unique un- derstanding of what can potentially affect any project,thereby » Florida Statewide&Interlocal Certification(MBE) allowing CES to pre-empt such events. Project management is CIVIL ENGINEERING an integral part of everything CES does.The company carefully CES has full in-house capabilities to provide civil engineering plans and organizes all resources to achieve the project's specif- services, infrastructure design,construction observation,and is objective. CES Consultants•City of Miami Beach RFQ 2018-141-ND I 75 Whether a project involves construction of a new building or CONSTRUCTION MANAGEMENT major public works project,or the planning of a new water CES's experienced professionals offer various areas of expertise distribution system,CES knows that the basic elements of in Construction Management. The firm has completed projects effective project management remain the same. Consequently, for a variety of clients such as the Department of Veterans all projects require the creation of a project plan that defines the Affairs,Miami-Dade Water&Sewer Department,US Army Corps project goals and objectives,and delineates the steps along the of Engineers,US Navy,and US Air Force. The company has also way.The plan also identifies tasks and the resources needed, performed QA/QC on several School Board Projects in Dade, and defines the budget and schedule required for completion. Broward,and Palm Beach Counties,and has also worked on Another key aspect of any project management assignment Dade County Sports and Entertainment Complexes such as The is the assembling of the best team members for each unique American Airlines Arena,The Marlins Stadium and The Perform- project,and to support them with the best possible leadership. ing Arts Center.CES's Construction Management team provides As a construction project manager,CES has managed all phases exceptional quality service to all of its clients. of construction from pre-design through completion,including SCHEDULING scheduling,estimating,cost control,expediting, inspection, The CES Team utilizes Primavera and Microsoft Project prod- contract administration,and management of designers, ucts for scheduling and construction management tasks.These contractors,subcontractors,and suppliers. products also allow all team members to access project data at With its considerable experience,CES is able to identify anytime.We utilize these tools to effectively allocate resources, potential trouble spots on a project before they develop into assign responsibilities and set timetables for project activities. problems,and recommend corrective action through planning and project controls. State of Florida Department of State I certify from the records of this office that CES CONSULTANTS,INC.is a corporation organized under the laws of the State of Florida,tiled on October 6, 1997,effective October 6,1997. The document number of this corporation is P97000085972. I further certify that said corporation has paid all fees due this office through December 31.2013,that its most recent annual reportiuniform business report was tiled on January 8,2013,and its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given under aq hand and the State of Florida Great Seal at the State of Florida at Tallahassee.the Capital.this is the Eighth day of January,2013 Board''of Professional Engineers Attests that CES Consultants,Inc. FBPE ,�+ SecretaryofState le authorised under the pre rialoos of Section 471.421,Flod rwn . ,to oQar *RM.,* A to the public through•Prufeaaionnl Engineer,dilly licensed rydgiCbapter 471,Florida Statutes. we Expiration: 2/28/2019 CA Lie.Nm. a�t>x.utw..ID:C(1112911502Audit No: 2x1201903966 R 8811 To autbenkueOils ardaah,vlalt Slhwirldie ner — to.and rhes Siler is WuroMr dhpleyS. bup:t0NexsblvNeenrihver.hml I. AITHORIZED REPRESENTATIVE THE FOREGOING ISA STATEMENT OF FACTS. K" 41Wr, X 04/02/2018 X Rudy M.Ortiz. PE. CGC/CEO CES Consultants•City of Miami Beach RFQ 2018-141-ND I 76 1.SOLICITATION NUMBER(If any) ARCHITECT-ENGINEER QUALIFICATIONS PART 11- GENERAL QUALIFICATIONS (FA FIBMHAS8R4NCNBFF/CES,COMOLETEFOREACNSPECIFICBR4NCNBFFICESEEKINSUBBKI 2a.FIRM(OR BRANCH OFFICE)NAME 3.YEAR ESTABLISHED 4.DUNS NUMBER CES Consultants,Inc. 2001 021359208 2b.STREET 5.OWNERSHIP 14361 Commerce Way,Suite 103 a.TYPE 2c.CITY 2d.STATE 2e.ZIP CODE S.Corporation Miami Lakes,FL FL 33016 b.SMALL BUSINESS STATUS 6a.POINT OF CONTACT NAME AND TITLE MBE/SBE/DBE Rudy M.Ortiz,PE,CGC/CEO 7.NAME OF FIRM(If block 2a is a branch office) 6b.TELEPHONE NUMBER 6c.E-MAIL ADDRESS N/A 305-827-2220 rortiz@cesconsult.com 8a.FORMER FIRM NAME(S)(If any) 8b.YR.ESTABLISHED 8c.DUNS NUMBER N/A N/A N/A 9.EMPLOYEES BY DISCIPLINE 10.PROFILE OF FIRM'S EXPERIENCE AND ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS r 02 Administrative 22 4 A05 Airports; 1 08 CADD Technician 5 1 C15 Construction Management 4 12 Civil Engineer 32 3 C18 Cost Estimating 1 14 Computer Programmer D08 Dredging Studies and Design 15 Construction Inspector 47 2 E09 Environmental Impact Studies 16 Construction Manager 6 1 Ell Environmental Planning 18 Cost Engineer/Estimator 2 E12 Environmental Remediation 23 Environmental Engineer 1 E13 Environmental Testing/Analysis 29 GIS Specialist 1 G04 GIS Services 1 53 Scheduler 3 H03 Hazardous,Toxic,Remediation 57 Structural Engineer 2 1 R04 Recreation Facilities 58 Technician _ R11 Rivers;Canals;Waterways 60 Transportation Engineer 6 SO4 Sewage Collection,Treatment 2 62 Water Resources Engineer 2 1 S07 Solid Wastes;Incineration;Landfill Other Employees S13 Storm Water Handling&Facilities 5 UO2 Urban Renewal;Community Devel. W02 Water Res.;Hydrology 1 W03 Water Supply;Treatment,etc. 4 _ Management Consulting Total 129 11.ANNUAL AVERAGE PROFESSIONAL PROFESSIONAL SERVICES REVENUE INDEX NUMBER SERVICES REVENUES OF FIRM FOR LAST 3 YEARS 1.Less than$100,000 6.$2 million to less than$5 million (Insert revenue index number shown atrrght) 2.$100,000 to less than$250,000 7.$5 million to less than$10 million 3.$250,000 to less than$500,000 8.$10 million to less than$25 million a.Federal Work 1 4.$500,000 to less than$1 million 9.$25 million to less than$50 million b.Non Federal Work 6 5.$1 million to less than$2 million 10.$50 million or greater c Total Work 1 12.AUTHORIZED REPRESENTATIVE THE FOREGOING IS A STATEMENT OF FACTS. SIGNATUR b.DATE 02/02/2018 CES Consultants•City of Miami Beach RFQ 2018-141-ND I 77 • • 1.SOLICITATION NUMBER(If any) ARCHITECT-ENGINEER QUALIFICATIONS PART II-RENEW.QIIALIFICAT1011$ !FA FIRM HAS BRANCHOfF/C£S,CAINE-IF FOR£ACHSP£C/F/CBR4NCNDFF/C£SEEKING'NMI 2a.FIRM(OR BRANCH OFFICE)NAME 3.YEAR ESTABLISHED 4.DUNS NUMBER CES Consultants,Inc. 2001 021359208 2b.STREET 5.OWNERSHIP 880 SW 145th Avenue,Suite 106 a.TYPE 2c.CITY 2d.STATE 2e.ZIP CODE S.Corporation Pembroke Pines FL 33027 b.SMALL BUSINESS STATUS 6a.POINT OF CONTACT NAME AND TITLE MBE/SBE/DBE Rudy M.Ortiz,PE,CGC 7.NAME OF FIRM(If block 2a is a branch office) 6b.TELEPHONE NUMBER 6c.E-MAIL ADDRESS N/A 954-613-4353 rortiz@cesconsult.com 8a.FORMER FIRM NAME(S)(If any) 8b.YR.ESTABLISHED 8c.DUNS NUMBER N/A N/A N/A 9 EMPLOYEES BY DISCIPLINE 10.PROFILE OF FIRM'S EXPERIENCE AND ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS a.Function c.Revenue Index Number b.Discipline c.No.of Employees a.Profile Code b.Experience Code (see below) 02 Administrative 22 5 A05 Airports; 1 08 CADD Technician 5 3 C15 Construction Management 4 12 Civil Engineer 32 15 C18 Cost Estimating 1 14 Computer Programmer D08 Dredging Studies and Design 15 Construction Inspector 47 26 E09 Environmental Impact Studies 16 Construction Manager 6 4 Ell Environmental Planning 18 Cost Engineer/Estimator 2 1 E12 Environmental Remediation 23 Environmental Engineer 1 1 Ei3 Environmental Testing/Analysis 29 GIS Specialist 1 1 004 GIS Services 1 53 Scheduler 3 3 H03 Hazardous,Toxic,Remediation 57 Structural Engineer 2 1 R04 Recreation Facilities 58 Technician R11 Rivers;Canals;Waterways 60 Transportation Engineer 6 SO4 Sewage Collection,Treatment 2 62 Water Resources Engineer 2 S07 Solid Wastes;Incineration;Landfill Other Employees S13 Storm Water Handling&Facilities 5 UO2 Urban Renewal;Community Devel. W02 Water Res.;Hydrology 1 W03 Water Supply;Treatment,etc. 4 Management Consulting Total 129 11.ANNUAL AVERAGE PROFESSIONAL SERVICES REVENUES OF FIRM FOR LAST 3 YEARS 1.Less than$100,000 6.$2 million to less than$5 million p,^se treve,oeinaex^c.^'bersbcrvnatr'hu 2.$100,000 to less than$250,000 7.$5 million to less than$10 million 3.$250,000 to less than$500,000 8.$10 million to less than$25 million a.Federal Work 1 4.$500,000 to less than$1 million 9.$25 million to less than$50 million b.Non-Federal Work 6 . 5.$1 million to less than$2 million 10.$50 million or greater c.Total Work 1 12.AUTHORIZED REPRESENTATIVE THE FOREGOING IS A STATEMENT OF FACTS. SIGNATUR b.DATE /,� 10/12/2017 CES Consultants•City of Miami Beach RFQ 2018-141-ND I 78 • . 1.SOLICITATION NUMBER(If any) ARCHITECT-ENGINEER QUALIFICATIONS PART I-BEIERAL=LIMO= - OFAFIBMHAS BBdNCHOFF/CES,COMPLETE IN EACH SPECIBMINIIOFF/CESEEKING'WORK] 2a.FIRM(OR BRANCH OFFICE)NAME 3.YEAR ESTABLISHED 4.DUNS NUMBER CES Consultants,Inc. 2001 021359208 2b.STREET 5.OWNERSHIP 1555 Palm Beach Lakes Blvd,Suite 920 a.TYPE 2c.CITY 2d.STATE 2e.ZIP CODE S.Corporation West Palm Beach FL 33027 b.SMALL BUSINESS STATUS 6a.POINT OF CONTACT NAME AND TITLE MBE/SBE/DBE Rudy M.Ortiz,PE,CGC/CEO 7.NAME OF FIRM(If block 2a is a branch office) 6b.TELEPHONE NUMBER 6c.E-MAIL ADDRESS N/A 954-613-4353 rortiz@cesconsult.com 8a.FORMER FIRM NAME(S)(If any) 8b.YR.ESTABLISHED 1 8c.DUNS NUMBER N/A N/A N/A 9.EMPLOYEES BY DISCIPLINE 10.PROFILE OF FIRM'S EXPERIENCE AND ANNUAL AVERAGE REVENUE FOR LAST 5 YEATS a.Function c.No.of Employees c.Revenue Index Number Code b.Discipline -- ----- — -- - a.Prof ile Code b.Experience 07 FIRM (2)BRANCH (see below) 02 Administrative 22 1 A05 Airports; 1 08 CADD Technician 5 1 C15 Construction Management 4 12 Civil Engineer 32 3 C18 Cost Estimating 1 14 _ Computer Programmer DO8 Dredging Studies and Design _ 15 Construction Inspector 47 3 E09 Environmental Impact Studies 16 Construction Manager 6 Ell Environmental Planning 18 Cost Engineer/Estimator 2 1 E12 Environmental Remediation 23 Environmental Engineer 1 E13 Environmental Testing/Analysis 29 GIS Specialist 1 G04 GIS Services 1 53 Scheduler 3 H03 Hazardous,Toxic,Remediation 57 Structural Engineer 2 1 R04 Recreation Facilities 58 Technician R11 Rivers;Canals;Waterways 60 Transportation Engineer 6 SO4 Sewage Collection,Treatment 2 62 Water Resources Engineer . 2 1 S07 Solid Wastes;Incineration;Landfill Other Employees S13 Storm Water Handling&Facilities 5 UO2 Urban Renewal;Community Devel. W02 Water Res.;Hydrology 1 WO3 Water Supply;Treatment,etc. 4 Management Consulting Total 129 11.ANNUAL AVERAGE PROFESSIONAL SERVICES REVENUES OF FIRM FOR LAST 3 YEARS 1. Less than$100,000 6.$2 million to less than$5 million (Insert revenue index number sbown at right) 2.$100,000 to less than$250,000 7.$5 million to less than$10 million 3.$250,000 to less than$500,000 8.$10 million to less than$25 million a.Federal Work 1 4.$500,000 to less than$1 million 9.$25 million to less than$50 million b.Non-Federal Work 6 5.$1 million to less than$2 million 10.$50 million or greater C.Total Work 1 12.AUTHORIZED REPRESENTATIVE THE FOREGOING IS A STATEMENT OF FACTS. SIGNATURb.DATE 02/02/2018 CES Consultants•City of Miami Beach RFQ 2018-141-ND I 79 . • .. * . '' ' - . . —'' ' W., t41 ‘ 4 • / ..., .,. i • ,, , • „ -, t 1 N.1 : t fj4 ''41 • • it c , , . • • 47 . .., ,, '"•••••...,...„ ii..%"----". e-r. ,. gs, ' . ,I1 =1..........., I mom" -..........,„ V --"--"1" , •.-;.,-;.-. - ..._ i izry -"--••"*"...k, ill'T j.... :=Z" ;= •••••11......'"""."" ,,.., ....a,• Z 3111NIM -.......s. ri• - ;=, .1,4.4 r .... :, ......„.,;„:- -- .,.._ ............,,i; :.• gft........., •:.,;,Z::11:41 ."2.:,„''r.--ZT".•--'-',-is; . ......r. /t;;;.: 147..., . .-. . ''',- - -"7"- -":- ', . ,''''':-..t:,', ...c.' •••• r is '4, ' * ,: • NII :•,L. Tr,*, " ""v. • ,S.4-...,"!:#115 - .".4 _ ,- ..-, ., - ...-..• ...-. "...."- ,„.. -,... - _ •-, ,,t,e, - - ...-.2-,4-..:.--;-- --.--ey-.. .-- --„--..---- , . • _ --.........-- —Nc..„,,,,,..„.. ..G.,,,e—,-..,..r...,_ -I - • - - _ - - - - , - ,....._ . ......-- . C.09 . . , • CONSULTANTS . •