Agreement with SRS Engineering, Inc. (oil ._ 3°5-3 (j
•
AGREEMENT BETWEEN
CITY OF MIAMI BEACH
AND
SRS ENGINEERING, INC.
FOR
PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL
RENEWAL AND REPLACEMENT PROJECTS PURSUANT TO REQUEST FOR
QUALIFICATIONS NO. 2018-141-ND
DISCIPLINE:
ENGINEERING - CIVIL-
RESOLUTION NO. 2018-30534
1
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
SRS ENGINEERING; INC.
FOR
PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED
CATEGORIES ON AN "AS-NEEDED-BASIS" /
This Agreement made and entered into this / L day of /'fib Itis✓`-/ , 20 1 ' ,
(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 SRS Engineering, Inc.,
a Florida corporation having its principal office at 5001 SW 74 Court, Suite 201, Miami, FL.
33155 (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 SRS Engineering, 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 the fee and/or completion dates.
Contract Amendments shall be approved by the City Commission if they exceed fifty thousand
dollars ($50,000.00). Even for Contract Amendments of fifty thousand dollars ($50,000.00) or
less (or other such threshold contract amount as may be specified by the City of Miami Beach
Procurement Ordinance), the City Manager reserves the right to seek and obtain concurrence of
the City Commission for approval of any such Contract Amendment.
CONTRACT DOCUMENTS: "Contract Documents" shall mean this Agreement (together with
all exhibits, addenda, Consultant Service Orders and written amendments issued thereto), and
all Design Documents and Construction Documents. The Contract Documents shall also
include, without limitation (together with all exhibits, addenda, and written amendments issued
thereto), the Invitation to Bid (ITB), instructions to bidders, bid form, bid bond, Design Criteria
Package, (if any), the Contract for Construction, surety payment and performance bonds,
Conditions of the Contract for Construction (General, Supplementary, and other Conditions),
Divisions 0-17 specifications, an approved Change Order(s), approved Construction Change
Directive(s), and/or approved written order(s)for a minor change in the Work.
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 entitycontracting 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. Consultant acknowledges and agrees that this Agreement and the
award of any work hereunder, is non-exclusive, and the City may, at its sole and absolute
discretion, award similar services or work to other firms under contract with the City. No
Consultant Service Order shall be issued to Consultant, and no work or Services shall be
authorized under this Agreement, except at City's sole discretion. Consultant shall have no
entitlement to perform any services hereunder, or to be compensated for any Services, unless
set forth in a written 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
9
is responsible for the technical accuracy of the Services (including, without limitation, the Design
Documents contemplated in Schedule "A" hereto). Consultant further warrants and represents -
that the approved and permitted Construction Documents shall constitute a representation by
Consultant to City that the Project, if constructed as required by the Contract Documents, will be
fully functional, suitable and sufficient for its intended purposes.
2.5 The Consultant's Basic Services may consist of various tasks, including planning,
design, bidding/award, preparation of a DCP, studies, construction administration, and
Additional Services (as may be approved), all as further described in the Consultant,Service
Order; and shall also include any and all of Consultant's responsibilities and obligations with
respect to the Project, as set forth in the General Conditions of the Contract for Construction.
2.6 RESPONSIBILITY FOR CLAIMS AND LIABILITIES: No action or omission by City
shall waive or excuse Consultant's obligations under the Agreement and/or other Contract
Documents and that Consultant shall remain fully liable for all work performed by Consultant
including, without limitation, any design errors or omissions. Written decisions and/or approvals
issued by the City shall not constitute nor be deemed a release of the responsibility and liability
of the Consultant (or any Subconsultants), for the accuracy and competency of the Design
Documents and Construction Documents, nor shall any City approval and/or decisions be
deemed to be an assumption of such responsibility by the City for a defect, error or omission in
the Design Documents and the Construction Documents. Moreover, neither the City's
inspection, review, approval or acceptance of, nor payment for, any Services-required under the
Agreement shall be construed to relieve the Consultant (or any Subconsultant) of its obligations
and responsibilities under the Agreement, nor constitute a waiver of any of the City's rights
under the Agreement, or of any cause of action arising out of the performance of the
Agreement. The Consultant shall be and remain liable to the City in accordance with Applicable
Laws for all damages to City caused by any failure of the Consultant or to comply with the terms
and conditions of the Agreement or by the Consultant's misconduct, unlawful acts, negligent
acts, errors or omissions in the performance of the Agreement.
2.7 TIME: It is understood that time is of the essence in the completion-of the Project and, in
this respect, the parties agree as follows:
2.7.1 Term: The term of this Agreement shall commence upon execution by the City
and Consultant, which shall be the Effective Date referred to on page 1 hereof, and shall
be in effect for three (3) years ("Initial Term"), plus two (2), one (1) year renewal options,
to be exercised at the sole discretion of the City Manager (Initial Term and any renewals
shall be collectively referred to as the "Term"). Notwithstanding the preceding Term,
Consultant shall adhere to any and all timelines and/or deadlines, as set forth in the
Consultant Service Order, including the time for completion of the work and/or services
for such Project(as set forth in the particular Consultant Service Order).
2.7.2 The Consultant shall perform the Services as expeditiously as is consistent with
the standard of professional skill and care required by this Agreement, and the orderly
progress of the Work.
2.7.3 Recognizing that the construction of other projects within the City may affect
scheduling of the construction for the Project, the Consultant shall diligently coordinate
performance of the Services with the City (through the Project Administrator) in order to
provide for the safe, expeditious, economical and efficient completion of the Project,
without negatively impacting concurrent work by others. The Consultant shall coordinate
10
the Services with all of its Subconsultants, as well as other consultants, including,
without limitation, City provided consultants (if any).
2.7.4 The Services shall be performed in a manner that shall conform to the Consultant
Service Order. The Consultant may submit requests for an adjustment to the Consultant
Service Order completion time, if made necessary because of undue delays resulting
from untimely review taken by the City(or authorities having jurisdiction over the Project)
to approve the Consultant's submissions, or any other portion of the Services requiring
' approval by the City (or other governmental authorities having jurisdiction over the
Project). Consultant shall immediately provide the Project Administrator with written
notice stating the reason for the particular delay; the requested adjustment (i.e.
extension) to the Project Schedule; and a revised anticipated schedule of completion.
Upon receipt and review of Consultant's request (and such other documentation as the
Project Administrator may require), the Project Administrator may grant a reasonable
extension of time for completion of the particular work involved, and authorize that the
appropriate adjustment be made to the Project Schedule. The Project Administrator's
approval (if granted) shall be in writing.
2.8 Consultant shall use its best efforts to maintain a constructive, professional, cooperative
working relationship with the Project Administrator, Contractor, and any and all other individuals
and/or firms that have been contracted, or otherwise retained, to perform work on the Project.
2.9 The Consultant shall perform its duties under this Agreement, and under a Consultant
Service Order, in a competent, timely and professional manner, and shall be responsible to the
City for any failure in its performance, except to the extent that acts or omissions by the City
make such performance impossible.
2.10 The Consultant is responsible for the professional quality, technical accuracy,
completeness, performance and coordination of all Services required under the Agreement and
under the Consultant Service Order (including the services performed by Subconsultants),
within the specified time period and specified cost. The Consultant shall perform the Services
utilizing the skill, knowledge, and judgment ordinarily possessed and used by a proficient
consulting with respect to the disciplines required for the performance of such Services in the
State of Florida. The Consultant is responsible for, and shall represent to City that the Services
conform to the City's requirements, the Contract Documents and all Applicable Laws. The
Consultant shall be and remain liable to the City for all damages to the City caused by the
Consultant's negligent acts or errors or omissions in the performance of the Services. In
addition to all other rights and remedies which the City may have, the Consultant shall, at its
expense, re-perform,all or any portion of the Services to correct any deficiencies which result
from the Consultant's failure to perform in accordance with the above standards. 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
11
replacement for twelve (12) months from the date of initial re-performance, not to exceed
twenty-four months (24)from final acceptance.
2.11 The City shall have the right, at any time, in its sole and absolute discretion, to submit for
review to other consultants (engaged by the City at its expense) any or all parts of the Services
and the Consultant shall fully cooperate in such review(s). Whenever others are required to
verify, review, or consider any Services performed by Consultant (including, without limitation,
contractors, other design professionals, and/or other consultants retained by the City), the intent
of such requirement is to enable the Consultant to receive input from others' professional
expertise to identify any discrepancies, errors or omissions that are inconsistent with industry
standards for design or construction of comparable projects; or which are inconsistent with
Applicable Laws; or which are inconsistent with standards, decisions or approvals provided by
the City under this Agreement. Consultant will use reasonable care and skill, in accordance and
consistent with customary professional standards, in responding to items identified by other
reviewers in accordance with this subsection. Consultant shall receive comments from
reviewers, in writing, including, without limitation (and where applicable), via a set of marked-up
drawings and specifications. Consultant shall address comments forwarded to it in a timely
manner. The term "timely" shall be defined to mean as soon as possible under the
circumstances, taking into account the timelines of the Project schedule.
2.11.1 The Consultant is advised that a performance evaluation of the Services
rendered throughout this Agreement will be completed by the City and kept in the City's
files for evaluation of future solicitations.
2.12 Consultant agrees that when any portion of the Services relates to a professional service
which, under Florida Statutes, requires a license, certificate of authorization, or other form of
legal entitlement to practice and/or perform such Service(s), it shall employ and/or retain only
qualified duly licensed certified personnel to provide same.
2.13 Consultant agrees to designate, in writing, within five (5) calendar days after receiving a
fully executed Consultant Service Order, a qualified licensed professional to serve as its project
manager (hereinafter referred to as the "Project Manager"). The Project Manager shall be
authorized and responsible to act on behalf of Consultant with respect to directing, coordinating
and administrating all aspects of the Services. Consultant's Project Manager (as well as any
replacement) shall be subject to the prior written approval of the City Manager or the Project
Administrator. Replacement(including reassignment) of an approved Project Manager shall not
be made without the prior written approval of the City Manager or his designee (i.e. the Project
Administrator).
2.13.1 Consultant agrees, within fourteen (14) calendar days of receipt of written notice
from the City Manager or the Project Administrator (which notice shall state the cause
therefore), to 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.
12
1 '
2.15 The City and Consultant acknowledge that the Services, as described in the Agreement
and the Consultant Service Order, do not delineate every detail and minor work task required to
be performed by Consultant to complete the work and/or services described and delineated
under a Consultant Service Order issued to Consultant by the City for a particular Project. If,
during the course of performing work, services and/or tasks on a particular Consultant Service
Order, Consultant determines that work and/or services should be performed (to complete the
Project delineated under such Order) which is, in the Consultant's reasonable opinion, outside
the level of effort originally anticipated in the Consultant Service Order, then Consultant shall
promptly notify the Project Administrator, in writing, and shall obtain the Project Administrator's
written consent before proceeding with such work and/or services. If Consultant proceeds with
any such additional work and/or services without obtaining the prior written consent of the
Project Administrator, said work and/or services shall be deemed to be a Basic Service under
this Agreement and shall also be deemed to be within the scope of services delineated in the
Consultant Service Order (whether or not specifically addressed in the Scope of Services). Mere
notice by Consultant to the Project Administrator shall not constitute authorization or approval
by the City to perform such work. Performance of any such work and/or services by Consultant
without the prior written consent of the Project Administrator shall be undertaken at Consultant's
sole risk and liability.
2.16 Consultant shall establish, maintain, and categorize any and all Project documents and
records pertinent to the Services and shall provide the City, upon request, with copies of any
and all such documents and/or records. In addition, Consultant shall provide electronic
document files to the City upon completion of the Project.
2.17 THE CITY HAS NO OBLIGATION TO ASSIST, FACILITATE AND/OR PERFORM IN
ANY WAY THE CONSULTANT'S OBLIGATIONS UNDER THE AGREEMENT OR OTHER
CONTRACT DOCUMENTS. THE CITY'S PARTICIPATION, FACILITATION AND/OR
ASSISTANCE TO THE CONSULTANT SHALL BE AT ITS SOLE DISCRETION AND SHALL
NOT, IN ANY WAY, BE CONSTRUED, INTERPRETED AND/OR CONSTITUTE AN
ASSUMPTION BY THE CITY OF CONSULTANT'S OBLIGATIONS, A WAIVER OF
CONSULTANT'S OBLIGATIONS AND/OR EXCUSE ANY BREACH BY CONSULTANT OF
ITS OBLIGATIONS UNDER THE CONTRACT DOCUMENTS. THE PARTICIPATION IN THE
PERFORMANCE OF ANY OF CONSULTANT'S OBLIGATIONS SHALL NOT PRECLUDE
THE CITY FROM DECLARING CONSULTANT IN DEFAULT FOR CONSULTANT'S FAILURE
TO PERFORM SUCH OBLIGATION, NOR SHALL IT,LIMIT, IN ANY WAY, THE CITY'S
RIGHTS AND REMEDIES IN CONNECTION THEREWITH. THE CONSULTANT EXPRESSLY
ACKNOWLEDGES AND AGREES NOT TO RAISE OR ASSERT AS DEFENSE TO ANY
CLAIM, ACTION, SUIT AND/OR OTHER PROCEEDING OF A SIMILAR NATURE, THE
CITY'S PARTICIPATION, ASSISTANCE AND/OR FACILITATION IN THE PERFORMANCE
OF CONSULTANT'S OBLIGATIONS. INCLUDING, WITHOUT LIMITATION, ASSISTING
WITH OBTAINING PERMITS OR WITH COORDINATION WITH UTILITIES, OR OTHER
MATTERS RELATED TO THE PROJECT. IN THE EVENT OF ANY CONFLICT BETWEEN
THIS SECTION AND/OR ANY OTHER PROVISION OF THIS AGREEMENT OR OTHER
CONTRACT DOCUMENTS, THIS SECTION SHALL GOVERN.
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.
J
13
2.19 SUBCONSULTANTS: All services provided by Subconsultants shall be consistent with
those commitments made by the Consultant in its Proposal and during the competitive
solicitation(selection process and interview. Such services shall be undertaken and performed
pursuant to appropriate written agreements between the Consultant and the Subconsultants,
which shall contain provisions that preserve and protect the rights of the City under this
Agreement. Nothing contained in this Agreement shall create any contractual relationship
between the City and the Subconsultants.
The Consultant shall not retain, add, or replace any Subconsultant without the prior written
approval of the City Manager, in response to a written request from the Consultant stating the
reasons for any proposed substitution. The Consultant shall cause the names of
Subconsultants responsible for significant portions of the Services to be inserted on the plans
and specifications.
The Consultant shall be ultimately responsible for ensuring the Consultant's and all of its
Subconsultants' compliance with the requirements of this Section and any other provision of the
Agreement and/or Consultant Service Order. With respect to the performance of work by
Subconsultants, the Consultant shall, in approving and accepting such work, ensure the
professional quality, completeness, and coordination of the Subconsultant's work.
The Consultant shall, upon the request of the City, submit to the City such documentation and
information as the City reasonably requests to evidence the creation, standing, ownership and
professional licensure of the Consultant (and Subconsultants), including organizational
documents, operating agreements and professional licensure documentation, and copies of the
Consultant's contracts with the Subconsultant with respect to the Project. However, the City's
failure to request such documentation or evidence and/or failure to enforce in any way the terms
and provisions of this Section, the Agreement and/or any other Consultant Service Order during
the Project does not excuse, waive and/or condone in any way any noncompliance of the
requirements set forth therein including, without limitation, the professional licensure
requirements. Any approval of a Subconsultant by the City shall in no way shift from the
Consultant to City the responsibility for the quality and acceptability of the services performed by
the Subconsultant. Payment of Subconsultants shall be the sole responsibility of the
Consultant, and shall not be cause for any increase in compensation to the Consultant for
payment of the Services.
ARTICLE 3. THE CITY'S RESPONSIBILITIES
3.1 The City Manager shall designate a Project Administrator, who shall be the City's
authorized representative to act on City's behalf with respect to the City's responsibilities or
matters requiring City's approval under the Contract Documents. The Project Administrator
shall be authorized (without limitation) to transmit instructions, receive information, and interpret
and define City policies and decisions with respect to the Services and the Project. The Project
Administrator shall have full authority to require the Consultant to comply with the Contract
Documents, provided, however, that any failure of the Project Administrator to identify any
noncompliance, or to specifically direct or require compliance, shall in no way constitute a
waiver of, or excuse, the Consultant's obligation to comply with the requirements of the Contract
Documents.
3.2 The City shall make available to Consultant, for the convenience of the Consultant only,
information that the City has in its possession pertinent to the Project. Consultant hereby
agrees and acknowledges that, in making any such information available to Consultant, the City
14
makes no express or implied certification, warranty, and/or representation as to the accuracy or
completeness of such information and assumes no responsibility whatsoever with respect to,
the sufficiency,,completeness or accuracy of such information. The Consultant understands,
and hereby agrees and acknowledges, that it is obligated to verify to the extent it deems
necessary all information furnished by the.City, and that it is solely responsible for the accuracy
and applicability of all such information used by Consultant. Such verification shall include,
without limitation, visual examination of existing conditions in all locations encompassed by the
Project, where such examination can be made without using destructive measures (i.e.
excavation or demolition). Survey information shall be spot checked to the extent that
Consultant has satisfied itself as to the reliability of the information.
3.3 At any time, in his/her sole discretion, the City Manager may furnish accounting, and
insurance counseling services for the Project (including, without limitation, auditing services to
verify the Consultant's applications for payment, or to ascertain that Consultant has properly
remitted payment due to its Subconsultants or vendors).
3.4 If the City observes or otherwise becomes aware of any fault or defect in the Project, or
non-conformance with the Contract Documents, the City, through the Project Administrator,
shall give prompt written notice thereof to the Consultant.
3.5 The City, acting in its proprietary capacity as Owner and not in its regulatory capacity,
shall render any administrative approvals and decisions required under this Agreement, in
writing, as reasonably expeditious for the orderly progress of the Services and of the Work.
3.6 The City Commission shall be the final authority to do or to approve the following
actions or conduct, by passage of an enabling resolution or amendment to this Agreement:,
3.6.1 Except where otherwise expressly noted in the Agreement or the Contract
Documents, the City Commission shall be the body to consider, comment upon, or
approve any amendments or modifications to this Agreement.
3.6.2 The City Commission shall be the body to consider, comment upon, or approve
any assignment, sale, transfer or subletting of this Agreement. Assignment and transfer
shall be defined to also include sale of the majority of the stock of a corporate
consultant.
3.6.3 The City Commission shall approve or consider all Contract Amendments that
exceed the sum of fifty thousand dollars ($50,000.00) (or other such amount as may be
specifiedby 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).
15
3.7.2 The City Manager shall decide, and render administrative (proprietary) decisions
on matters arising pursuant to this Agreement which are not otherwise expressly
provided for in this Agreement. In his/her discretion, the City Manager may also consult
with the City Commission on such matters.
3.7.3 At the request of Consultant, the City Manager shall be authorized, but not
required, to reallocate monies already budgeted toward payment of the Consultant;
provided, however, that the Consultant's compensation (or other budgets established by
this Agreement) may not be increased without the prior approval of the City Commission,
which approval (if granted at all) shall be in its sole and reasonable discretion.
3.7.4 The City Manager may approve Contract Amendments which do not exceed the
sum of fifty thousand dollars ($50,000.00) (or other such amount as may be specified by
the City of Miami Beach Purchasing Ordinance, as amended); provided that no such
amendments increase any of the budgets established by this Agreement.
3.7.5 The City Manager may, in his/her sole discretion, form a committee or
committees, or inquire of, or consult with, persons for the purpose of receiving advice
and recommendations relating to the exercise of the City's powers, duties, and
responsibilities under this Agreement or the Contract Documents.
3.7.6 The City Manager shall be the City Commission's authorized representative with
regard to acting on behalf of the City in the event of issuing any default notice(s) under
this Agreement, and, should such default remain uncured, in terminating the Agreement
(pursuant to and in accordance with Article 10 hereof).
3.8 The City's review, evaluation, or comment as to any documents prepared by or on behalf
of the Consultant shall be solely for the purpose of the City's determining for its own satisfaction
the suitability'of the Project, or portions thereof, detailed in such documents for the purposes
intended therefor by the City, and may not be relied upon in any way by the Consultant or any
other third party as a substantive review thereof.
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
16
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
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 (+1-5%) 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
17
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
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 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:
18
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 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 an6 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
19
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.
r
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 All 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
20
perform all duties at the current cost terms.
7.6 No retainage shall be made from the Consultant's compensation on account of sums
withheld by the City on payments to Contractor.
7.7 METHOD OF BILLING AND PAYMENT. Consultant shall invoice the Project
Administrator in a timely manner, but no more than once on a monthly basis. Invoices shall
identify the nature and extent of the work performed; the total hours of work performed by
employee category; and the respective hourly billing rate associated therewith. In the event
Subconsultant work is used, the percentage of completion shall be identified. Invoices shall
also itemize and summarize any Additional Services and/or Reimbursable Expenses. A copy of
the written approval of the Project Administrator for the requested Additional Service(s) or
Reimbursable Expense(s) shall accompany the invoice.
7.7.1 If requested, Consultant shall provide back-up for past and current invoices that
records hours for all work (by employee category), and cost itemizations for
Reimbursable Expenses (by category).
ARTICLE 8. CONSULTANT'S ACCOUNTING AND OTHER RECORDS
8.1 All books, records (whether financial or otherwise), correspondence, technical
documents, and 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.
21
9.2 The Consultant is permitted to reproduce copyrighted material described above subject
to prior written approval of the City Manager.
9.3 At the City's option, the Consultant may be authorized, as an Additional Service, to
adapt copyrighted material for additional or other work for the City; however, payment to the
Consultant for such adaptations will be limited to an amount not greater than 50% of the original
fee earned to adapt the original copyrighted material to a new site.
9.4 The City shall have the right to modify the Project or any components thereofwithout
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
22
hereof). The City shall not be responsible for any cost incurred by Consultant for
assembly, copy, and/or delivery of Project documents pursuant to this subsection.
10.3 TERMINATION FOR CONVENIENCE: In addition to the City's right to terminate for
cause, the City through the City Manager, may also terminate this Agreement, upon fourteen
(14) days prior written notice to Consultant, for convenience, without cause, and without penalty,
when (in its sole discretion) it deems such termination to be in the best interest of the City. In
the event the City terminates the Agreement for convenience, Consultant shall be compensated
for all Services satisfactorily performed and accepted up to the termination date (as set forth in
the City's written notice), and for Consultant's costs in assembly and delivery to the Project
Administrator of the Project documents (referenced in subsection 10.2.3 above). Upon payment
of any amount which may be due to Consultant pursuant this subsection 10.3, the City shall
have no further liability to Consultant.
10.4 TERMINATION BY CONSULTANT: The Consultant may only terminate this Agreement
for cause, upon thirty (30) days prior written notice'to the City, in the event that the City willfully
violates any provisions of this Agreement or unreasonably delays payment of the Services or
any portion thereof. In the event of a termination for cause by Consultant, the City shall pay
Consultant for any Services satisfactorily performed and accepted up to the date of termination;
provided, however, that the City shall first be granted a thirty (30) day cure period (commencing
upon receipt of Consultant's initial written notice).
10.4.1 The Consultant shall have no right to terminate this Agreement for convenience.
10.5 IMPLEMENTATION OF TERMINATION: In the event of termination (whether for
cause or for convenience), the Consultant shall immediately, upon receipt of the City's written
notice of termination: (1) stop the performance of Services; (2) place no further orders or issue
any other subcontracts, except for those which may have already been approved, in writing, by
the Project Administrator; (3) terminate all existing orders and subcontracts; and (4) promptly
assemble all Project documents (for delivery to the Project Administrator).
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.
23
11.2 The City must be named as and additional insured on the liability policies; and it must be
stated on the certificate.
11.3 The Consultant must give the Project Administrator at least thirty (30) days prior written
notice of cancellation or of substantial modifications in any required insurance coverage. All
certificates and endorsements shall contain this requirement.
11.4 The insurance must be furnished by an,insurance company rated A:V or better, or its
equivalent, according to Bests' Guide Rating Book, and by insurance companies duly
authorized to do business in the State of Florida, and countersigned by the company's Florida
resident agent.
11.5 Consultant shall provide the Project Administrator with a certificate of insurance of all
required insurance policies. The City reserves the right to require a certified copy of such
policies, upon written request to Consultant.
ARTICLE 12. INDEMNIFICATION AND HOLD HARMLESS
12.1 To the fullest extent permitted by Section 725.08, Florida Statutes, the Consultant shall
indemnifyand 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
24
Consultant, including, without limitation, the direct, indirect and/or consequential damages
resulting from the Consultant's errors and/or omissions or any combination thereof.
Damages shall include delay damages caused by the error, omission, or any combination ,
thereof. Should the Consultant disagree that all or part of such damages are the result of
errors, omissions, or any combination thereof, the Consultant may appeal this determination, in
writing, ,to the applicable Assistant City Manager. The Project Administrator's decision on all
claims, questions and disputes shall be final, conclusive and binding upon the parties hereto
unless such determination is clearly arbitrary or unreasonable. In the event that the Consultant
does not agree with the decision of the Project Administrator, the Consultant shall present any
such objections, in writing, to the City Manager. The Project Administrator and the Consultant
shall abide by the decision of the City Manager. This paragraph does not constitute a waiver of
any party's right to proceed in a court of competent jurisdiction after the above administrative
remedies have been exhausted.
ARTICLE 14. LIMITATION OF LIABILITY
The City desires to enter into this Agreement only if in so doing the City can place a limit on its
liability for any cause of action for money damages due to an alleged breach by the City of this
Agreement, so that its liability for any such breach never exceeds the "not to exceed" amount of
the fee paid to Consultant under this Agreement, less any amount(s) actually paid to Consultant
hereunder. Consultant hereby expresses its willingness,to enter into this Agreement, with
Consultant's recovery from the City for any damages for action for breach of contract to be
limited to Consultant's "not to exceed" fee under this Agreement, less any amount(s) actually
paid by the City to the Consultant hereunder.
Accordingly, and notwithstanding any other term or condition of this Agreement, Consultant
hereby agrees that the City shall not be liable to Consultant for money damages due to an
alleged breach by the City of this Agreement, in an amount in excess of the "not to exceed
amount" of Consultant's fees under this Agreement, which amount shall be reduced by any
amount(s) actually paid by the City to Consultant hereunder.
Nothing contained in this subsection, or elsewhere in this Agreement, is in any way intended to
be a waiver of the limitation placed upon City's liability, as set forth in Section 768.28, Florida
Statutes.
ARTICLE 15. NOTICE
All written notices given to City by Consultant shall be addressed to:
City Manager's Office
City of Miami Beach
1700 Convention Center Drive
Miami Beach, Florida 33139
Attn: Jimmy L. Morales, City Manager
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
25
All written notices given to the Consultant from the City shall be addressed to:
SRS Engineering, Inc.
5001 SW 74 Court, Suite 201
Miami, FL. 33155
Tel: (305) 662-8887
Fax: N/A
Email: Ignacio( srs-corp.com
Attn: Ignacio Serralta
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 orr 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 shallhave 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
26
have the right to terminate the Agreement, without any liability or, at its discretion, to deduct
from the contract price (or otherwise recover) the full amount of such fee, commission,
percentage, gift, or consideration.
16.5 LAWS AND REGULATIONS:
16.5.1 The Consultant shall, during the Term of this Agreement, be governed by all
Applicable Laws which may have a bearing on the Services involved in, the
Project:
16.5.2 Project Documents. In accordance with Section 119.07 (3) (ee), Florida
Statutes, entitled "Inspection, Examination, and Duplication of Records;
Exemptions," all building plans, blueprints, schematic drawings, and diagrams,
including draft, preliminary, and final formats, are exempt from the provisions of
Section 119.07(1), Florida Statutes (inspection and copying of public records),
and s. 24(a), Article I of the State Constitution. Information made exempt by this
paragraph, with prior written approval from the City Manager, may be disclosed
to another entity to perform its duties and responsibilities; to a licensed architect,
engineer, or contractor who is performing work on or related to the Project; or
upon a showing of good cause before a court of competent jurisdiction. The
entities or persons receiving such information shall maintain the exempt status of
the information.
16.5.2.1 In addition to the requirements in this subsection 16.5.2, the
Consultant agrees to abide by all applicable Federal, State, and City
procedures, as may be amended from time to time, by which the
documents are handled, copied, and distributed which may include, •
but is not limited to, each employee of Consultant and Subconsultants
that will be involved in the Project being required to sign an
agreement stating that they will not copy, duplicate, or distribute the
documents unlessauthorized 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 Consultantshall 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.
27
16.7 ASSIGNMENT: The Consultant shall not assign, transfer or convey this Agreement to
any other person, firm, association or corporation, in whole or in part, without the prior written
consent of the City Commission, which consent, if given at all, shall be at the Commission's sole
option and discretion. However,.the Consultant will be permitted to cause portions of the
Services to be performed by Subconsultants; subject to the prior written approval of the City
Manager.
16.8 SUCCESSORS AND ASSIGNS: The Consultant and the City each binds
himself/herself, his/her partners, successors, legal representatives and assigns to the other
party of the Agreement and to the partners, successors, legal representatives, and assigns of
such party in respect to all covenants of this Agreement. The Consultant shall afford the City
(through the City Commission) the opportunity to approve or reject all proposed assignees,
successors or other changes in the ownership structure and composition of the Consultant.
Failure to do so constitutes a breach of this Agreement by the Consultant.
16.9 PROVISION OF ITEMS NECESSARY TO COMPLETE SERVICES: In the performance
of the Services prescribed herein, it shall be the responsibility of the Consultant to provide all
salaries, wages, materials, equipment, Subconsultants, and other purchased services, etc., as
necessary to complete said Services.
16.10 INTENT OF AGREEMENT:
16.10.1 The intentpf 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
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 ,r- CITY OF MI A 1 EACH:
/' ,
Z l.2 15 ,Ak,--- _- - _ _
___-----
CITY ER ' AYOR
Attest SRS ENGINE ING, INC.
44.1)4.4-...a_ei6e_
" •=7e.
Signa re/Secretary Signatu /President
R-✓a---e 0 P�?Z A /GAmcie &E,e02.09 -
Print Name Print Name
4P4\ 13 '
``s 6... ''\'" , '.K_t - APPROVED AS TO
*'' 6 FORM &LANGUAGE
Aa., •j ;i"OoP ORATED. G &FOR EXECUTION
•
cil °� - I (---- ( - i 3-I 1
o !:
L T 'i'•'s`{,.Mr 'L •• /) {„ !' City Attorney Date
'ill� `l!�! L-. t ,
�`" J1,�TS..-
,\
29
ti
SCHEDULE A
PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND
SRS ENGINEERING, INC.
CONSULTANT SERVICE ORDER
Service Order No. _for Consulting Services.
TO: SRS Engineering, Inc.
5001 SW 74 Court, Suite 201
Miami, FL. 33155
PROJECT NAME: Project Name
DATE:
Pursuant to the agreement between the City of Miami Beach and Consultant for
PROFESSIONAL ARCHITECTURAL AND, ENGINEERING SERVICES IN SERVICES FOR
CAPITAL RENEWAL AND REPLACEMENT PROJECTS (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 Consultants 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 $XXX)O(XXX
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 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)
1 32
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 1 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 pf 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 UCI 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.,t: 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. y.
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
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, Scotti & 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 tldoir 2018.
ATTEST:
vi3e,
RAF EL E. GRANADO, CITY CLE , ;T DAN GELBER, MAYOR
•
<_ 11 l��
F:IPURC1Solicitations1201812018-141-ND �Q°{ rlat_ Rre1113r. ,4s110-Award\RESO 2018-141-ND.doc
•
APPROVED AS TO
FORM &LANGUAGE
* &FOR EXECUTION
* lh CGRF' '�ORATFD'
Y(A t.*: n 0
4-)
f ` City Attorney Rf)r Data
, l
Resolutions-C7 P
MIAMI B
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 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
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 interestedin 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
' 1
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&Baruzani, Inc.
Savino&Miller Design Studio, P.A.
Schindler Architects, Inc.
Schwebke-Shiskin &Associates, Inc.
Sal-ARCH, Inc.
SRS Engineering, Inc.
T.Y. Lin International
Terracon Consultants, Inc.
TSAO Design Group, Incorporated
UCI Engineering Inc. •
UCI Engineering, Inc. D/B/A UCI Design, Inc.
Vitalini 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 Mian 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 & Baruzani, Inc. submitted the attached fetter
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 firrns`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., 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, RA., 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.
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
s.
Page 439 of 1637
ATTACHMENTS:
Description
o Attachment A
o Ross and Barazzuni Letter
❑ Resolution
•
Page 440 of 1637
ATTACHMENT A
ARCHITECTURE-GENERAL
RF0204.11t•NDPROFESSIONAL --- - — i rr
ARCHDECTURN,ANOENCINEERSIG t m I m
Lily Alvarez Pilar Caurin Elizabeth Eatevez ° Francisco Garcia c Low I e;
SERVICES FOR CAPITAL RENEWAL AND 3L Fre:
REPUCEMENFPRBIECTSI. c = Aggregate -Y
OC ; ----. ¢ .._..._..—.—. oc Totals
Qualitative Quantitative I Subtotal Qualitative Quantitative! Subtotal 1 Qualitative Quantitative Subtotal Qualitative Quantitative Subtotal
William B.Medellin Architect . .. .. •--.
P.A. 96 0 96 1 95 0 95 4 92 0 92 3 100 0 100 11 9 1
CSA Central,Inc _... 96 o 96 1• 98 0 98 191 0 91 4 98 0 98 5 11 2
Schtndler Architects,Inc. 95 0 95 6 _94i 0 94 5 95 0 95 7 99 0 99 3 15 3
TSAO Design Group,
Incorporated 95 0 95 6 93 0 93 6 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 99 3 16 5
Sol-ARCH.Inc. 1 95 0 95 6- 98 0 98 1 86 0 86 7 98 0 1 98 5 ., 19 _ 6_
William Lane Architect,Inc 96 0 _ - _96 1 t 87 0 87 10 90 0 90 5 93 0 93 11 27 7
Moss Architecture and Design I -
Group.Inc. 95 0 95 6 90 0 90 8 86 0 86 7 97 0 97 8 29 8 •
AlIeguezArchitecture.Inc. 96 • 0 86 1 89 __.— 0 89 9 80 0 80 11 94 0 94 9 30 9
R.J.Heisenbottie Architects,
P A. 94 0 . 94 94 10 91 0 91 7 88 0 88 " 6 94 0 _ 94 9 32 10
Vitabni Cor zzini,PA. 94 0 94 •10 82 .0 82 12 82 0 82 10 98 098 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 ArcltiecNro,
Inc. 93 0 j 93 13 80 0 80 ,13 79 0 79 12 79 0 79 13 51 13
UCI Design.Inc. BB 0 88 141 69 0 I __. 69 _114 78 i 0 78 13 78 0 78 14 55 !14
PrenMoo, VMoran•.Co+o TauJCse Mi.. -
Alyr,aloPaCoA,cnexWu,Me. • a 0 ,
.19,4 AA4y,4ah Inc 0 i 0 .
Mca:cae m Gfalo Meoryaraad 0 0 __
CM es 0 0
CSACeea I. _ 0 0
Yue Men.ornno an Ovaipa Gap.Me. —.•_0 •--••-0
a!MoieeMlla Aesccnc P.A a 0
Sow"AaMaela 1q 0 0
Sa.N001,MC _ -••• ••- 0 0
MAO Deno amp,IncapdMna a o
tCIEnuM1M/A.lad D1a,AUCr Daen,InC. o 0
Vaa'vi Ceama,PA 0 0
WMan 041000O,.a IvttPAo 0 •
al
WOW vera MMUS e •• L a -------0 --- - -
FOR DISPLAY PURPOSES ONLY.FINAL RANKING DOES NOT CONSTITUTE AN AWARD RECOMMENDATION.
•
•
•
Page 441 of 1637
ATTACHMENT A
ARCHITECTURE-LANDSCAPE
••'•RF07411•1414a NtorEtyGlaL ---•• - i • .
ARCNnEC10RaLAttD ENaNE@t180
ail ,co l m
SERVICES CAPIf�REl�Ik1M Wt9 Lily Alvarez .E Pier Caurin E Elizabeth P_slevez �c LD�c
aL ;:a � ,� Francisco Garcia
REPLACEMENT PRGJFIT8 c I I gi e :? Aggregate 2c
cc- ce - __ __J 2R Totals 2
Qualitative Quantitative Sutton) al
Cumulative Quantitative ,Subtotal Qualitative Quantitative Subtotal �
—
Qualitative Quantitative Subtotal I
Savino&Miller Design Studio. I +--"'-- ' - - ---
P A _ _ 97 0 97 1 • 95 0 95 4 94 0 94 1 100 0 100 1 7 1
Keith and Schnars.P.A. 96 0 -_ 96 3 97 0 97 2 92 0 92 2 100 • •---O •. --100 1 8 2
CPH,Inc 96 a 96 3• 97 -•0 _ 97 2 86 0 86 6 100 0 t 100 1 1?—r--
Curtis&Rogers Design Studio. - •— •_
Inc. _ 96_ 0 _ 96 3 98 0 98 1 87 0 _ 6T 5 98 0 98 6 14 •4
Chen-MocreAssociatea 97 0 97 1 ' 91 0 91 8 90 0 90 •• • 4 98 D 1 98 76_ 16 :0
Miller,Legg&Associates-Inc. 95 0 -95 6 -.,88 _ 0 88 7 91 0 91 3 100 0 1 100 •1 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 93 0 93. __ ,8•• . 83 • 0 83 •• 8 80 0 _ 80 8 96 0 96 -7 1 31 •8
:: :••:: ...o:Huta::rw,b':::::?..::::::::..�:, .
Puopoa.r vwaPla'Waa TOW OMaaama
Can Codael AM.*,ac a 0
CMnatm,Aa000aa —_— 0 0
C•Prs Inc. —•_-• a a
eine&Papa 0Wq.Saap.ta0 a a
aaaa.nl Sarco PA. a o
laeasaapoc.LLL 0 0
Mr>t teindAaaaauO.rC a a
0airodMuu Deagnsaao PA. 0 D -
FOR DISPLAY PURPOSES ONLY.FINAL RANKING DOES NOT CONSTITUTE AN AWARD RECOMMENDATION.
f
•
l.
Page 442 of 1637
ATTACHMENT A
ENGINEERING-CIVIL
RW mI5IF14ID PROFESSIONAL _ .._......_.—_ - _ ___..
ARCHIOCTURAL MIDENGIPIRRING e_ a ct d Q+
SERVICES FOR CaPIfAI.ltLNLwaLANo Lily Alvarez Phar Gamin Y Elizabeth Eslevez .E I Francisco Garcia a low c
c Aggregate c
REPLACEMtDIT PROJECTS i t
t2 et __ __ 2 Tolais 11
Qualitative Quantitative Subtotal Qualitative Quantitative Subiotal Qualitative,�uanthative Subtotal Qualitative I Quantitative .
Subtotal
SGmeOke-Shiskin 8 ---•---..... -------- �-- ..... •--. _.._I
Assoaales.Inc. 95 0 95 5 97 0 97 3' 95 0 951 100 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 87 0 _ 87 2 X9 1 0 • 91 7• 93 0 93 3 100 0 100 2 14 2
305 Consuhin0 En9meers LLC _ _95 5_.•_ 100 1 84 5 89 8 l 87 5 _ 92 5 98 5 103 1 15 4
Miller,Le &Assactates,Inc. 95 0 95 5 94 0 94 5•
94 __.___.__...-. ._.. .. _.. _.__.. __. ...93 _ 0 93 3 100 0 700 •2 15 4
•
SRS Engineering,Inc. 95 0 95 5 _ 98 0 _ 98 1 94 0 O4 2 -98 0 98 •7=. 15 4
CPH.Inc. 94 0 94 8 96- - 0_ __International
0- •92 S - 90 0 _ 90 8 98 0 - 98 7 23 9
Na.ew Your.Pe:eu i 1.1111a—ct..
305c0n0.0r m..U.0 at 5
Com...Cw. ..e a 1 a
Oler.PloweAasuidies 0 5
CR.,04 0 0
vow woo aM.aoa..04 0 0
5C0001-St aWn 0 A.s on 10 0 0
SOS Frt=,g 5 0 0
r.Y la In*a 0 0
FOR DISPLAY PURPOSES ONLY.FINAL RANKING DOES NOT CONSTITUTE AN AWARD RECOMMENDATION.
Page 443 of 1637
,..,
. .
ATTACHMENT A
. ENGINEERING-ENVIRONMENTAL SERVICES AND TESTING
•
"-- . .....
IININ1s.1414lb RTMESSIONAL :
ARCHITECTURAL AND ETILWEERINS
.. n Low g
Lily Alvarez Pi
E. lar Caurin Elizabeth Esteyee Francisco Garcia S.
SERVICES FOR CAPITAL RDiEwAL Nab .E Ye
c
.7, c t Aggregate :g .
REPLACEMENT PROJECTS
L. cc a - 4 Totals c?
Qualitative– Quannutiva Subtotal Qualitative Quantitative Subtotal QuabtatIve • Quantitative Subtotal ' Qualitative 0 nantltallve Subtotal
.,.. .. .
E Sciences.Inc. 96 0 96 1 95 0 95 :2 96 0 –86 1 100 0 100 1
—---•
Terracon Consultants,Inc 96 0 96 1 95 0 95 .2 88 0 BB 3 100 0 100 1 i 2
EBS Engineering,Inc. • 95 0 95 4 98 0 98 ;1 92 0 82 2 100 0 100 1 I a
CSA Central.Inc. 96 0 96 1 89 0 69 1 a
_ 87 0 67 4 100 0 100 1 10 4
Flonda Technical Consultants, _
LLC 94 0 94 5 82 0 82 :5 92 p _ 82 5 94 0 94 5 20 5
P....... 11.1..1..a.ls.TotelOwnIVAINs
CSACentral,Inc 0 1 '.. 0
0 I a -
FPS 1.00ozning irc D 1 0
f WM redncalCeadtrrna.11.0 n 0 _,
.1r,....n Camay.gm S ! 0
FOR DISPLAY PURPOSES ONLY.FINAL RANKING DOES NOT CONSTITUTE AN AWARD RECOMMENDATION. ,
•
(
Page 444 of 1637
•
ATTACHMENT A
ENGINEERING-MECHANICAL,ELECTRICAL.AND PLUMBING
UQ 1l.tN4D PRorE$$I0 1 u W co ._._ _._ _. _ ._
ARCNnEc1vRAL AND ENaINEERLRc LIIy Alvarez ` Pilar Laurin ` ETizabath Eatevaz Y Francisco Garcia .E Low c
SER1ICES FOR SAPCIAL RENEWAL AND Y y
e c c Aggregate g
RFPIAGEYE1fI PROJECTS li 12 — 12 Totals
Qualitative Quantitative Subtotal Qualitative I Quantitative i Subtotal Qualitativa I Quantitative subtotal Quallatlao Quantitative r Subtotal
ICSA Central.Inc. 95 . 0 • 95 1 96 0 96 1 89 0 89 2 ' 100 ^ 0 100 1 5 • 1
Ross S Baruzzini.Inc. 95 - 0 95 1 95 0 95 2 92_ 0— 92 . 1 _ 100 0 100 ' 1 5 f
• 3FM Engineering,Inc. 90 0 90 3 94 0 __ 94 3 88 0 88 3 98 0 1 98 4 I 13—_ .:3
jUC1 Engineering.Inc. 90 0 90 3 SO 0 90 4 86 0 80 4 ' 98 ' 0 j 99 3 I 14 4
•
.• aroaaw Velem.,Pointe TaYaCWMW
ar .
MAI EnemaOQ inn 0 0
CSr Cutd,ae. 0 a __
Rost a Siouan IW a ••••–•-0 • .
UU Frgeiq,ee 0 0
FOR DISPLAY PURPOSES ONLY.FINAL RANKING DOES NOT CONSTITUTE AN AWARD RECOMMENDATION.
J
Page 445 of 1637
•
•
ATTACHMENT A
ENGINEERING-STRUCTURAL
RF01D1LId1.Nb PIIOEFSSIONAL _-- - --.. . .. ---— .
AROSIECfuRLLAROE SINEERIRG c e C Co Low e
Lily Alvarez Filar Cantle Elizabeth Estevez Francisco Garcia
SERVICPSPOR CAPITAL RENEWAL AND JO
c sJo
RcRACEWATeRojccTS
OuaBta1 m c Aggregate I c
Wa Quantitative Subtotal
Qualitative quamilative Subtotal ° Qualitative I Ouantitalive Subtotal qualitative Ouentitative Subtotal
SOS Consulting Engineers,LLC 95 _ 5 100 1 88 5 93 1 79 5 84 5 100 • 5 105 1 8 1
Eastern Engineering Group -••-
Company 95 0 95 3 92 0 92 2 90 0 90 1 100 0 100 2 8 1
CES CoosuOants,Inc. 97 0 97 2 91 0 91 3 87 0 87 3 100 0 - 100 .5 10 3
Master Consulting Engineers, --' _ --
Inc. 95 0 95 3 84 0 84 5 89 0 89 2 i 99 0 98 .4 14 4
i
UCI Engineenrtg,Ina 94 , 0 __ 94 5 _ 91 0 91 3 87 0 87 3 94 0 94 _ 5 i 15 5 1
Diaz.Carreno.scolio& --"- 1
Fanners.Inc. 92 0 92 6 81 0 _-81 - 5_ 75 0 - 75 : 6 92 0 - _ 92 6 24 '6 j
•.._ ••:' YNwMY Po:. TaWeu.alaasl I
I ope,r
305 COFy E.o.m..LIC 5 a '
n5Y
CESCaee03r.1.nt. a i 0 1
nw.Cow.S,90,4..ur..W a 4
Fallon Frgmary runup Cary,af F a
las Fnerwx,q kc —- - -_-•- _
W,n Cmawna Cgltecn.be •.••••—0 0 I
I
FOR DISPLAY PURPOSES ONLY.FINAL RANKING DOES NOT CONSTITUTE AN AWARD RECOMMENDATION. I -
•
•
•
•
•
•
Page 446 of 1637
ATTACHMENT A
INTERIOR DESIGN I SPACE PLANNING
I I
—•• _
I010.141410 PROFESSIONAL zo 01
ARCHITECTURAL AND ENGINEEONO
Lily Alvarez Pllar Caurin •E Elizabeth Estevez • c Francisco GardA
a Low
SERVICES FoovutaaL RENEWAL ANO :
w re
REPLACEMENT PROJECTS gggate
Fr
Totals ,2
Qualitative Cluantitatiebtotal i Qualitative trTaantilatIve Subtotal Quattivo Quantitative Subtotal Qualitative Quantitative I Subtotal
TGAO Design Gr •oup.
Incorporated 95 0 95 I 93 0 93 ,1 93 93 1 1 100 _1 100 1 4
MC Designers,Inc j93 0 93 2 87 0 -- 87 2 89 0 89 2 98 0 so 2 1 -6
rz
POW,• ••
Raps.. Uses.PCs= Tool OumMallim
0
Ddlowl Gem0.1(kanalatiel 0
FOR DISPLAY PURPOSES ONLY.FINAL RANKING DOES NOT CONSTFTUTE AN AWARD RECOMMENDATION. " -
•
•
Page 447 of 1637
• _
ATTACHMENT A
SURVEYING
RFQ2016,141•0PRCFESSIQNAL ! -• - _
ARCHITECTURAL AND ENQOVEEHINOL t - Pilar Cathie c• Elizabeth Estevex Y Francisco Garcia Iso Low e
SERviCES FORCAPRALRENEWAL AND Lily Alvarez
Sc
REPLACEMENT PROJECTS e l c Aggregate
a ¢ I 2 _ _ _ _: Totate i�I
Qualitative Quantitative Subtotal qualitative Quantitative Subtotal Qualitative Quantitative Subtotal Qualitative Quantitative Subtotal
Srhwet Shisiin S —
Ase•ociats,inc _ 95 0 95 1 08 0 981 95 0 95 1 100 . O 100 t, 4 _,11
•
•
14upw�. YMraWs Fulnit TotalhwUWn
mrlCw.Sraa.s Acscoauc.u,c j S t t
FOR DISPLAY PURPOSES ONLY.FINAL RANKING DOES NOT CONSTITUTE AN AWARD RECOMMENDATION.
•
•
Page 448 of 1637
Rossj3aruzzini
7200 NW 19'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,AlA
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
MIJ� � B E1C HProcurement Department
/�J �/ 1 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 18,2018
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
own 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@miamibeachfl.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.
Sin ,-ly,
.
/
lexis
Pro -ment Director
RFQ No.2018-141-ND
Addendum#7 I f
4/18/2018
f /` I /\tv\/ I BEACH
Procurement Department1 V1755 Meridian Ave, 3rd Floor, Miami Beach, Florida 33139
www,miamibeachfl.gov
ADDENDUM 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, 3rd Floor
Miami Beach, Florida 33139
•
Late submittals will not bg accepted. Proposers are cautioned to plan sufficient time to allow
for traffic or other delays for which the Proposer is solely responsible.
No furtherquestionswill 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
/
lex D-.' •
Procurement Director
•
RFQ No.2018-141-ND
Addendum#6 •
4/16/2018
M I A tv\I B EACHProcurement Department
1755 Meridian Ave,3rd Floor, Miami Beach, Florida 33139 .
www.miamibeachfl.gov
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
M fA /� , BEAC H Procurement Department
V 1755 Meridian Ave,3rd Floor, Miami Beach, Florida 33139
www.miamibeachfl.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 •
4/13/2018
M IAI u EAC n Procurement Department
1755 Meridian , ,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?
A11: 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
NII /\tv\I B EACHProcurement Department
1755 Meridian Ave,3rd Floor, 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 th,e 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
M.1 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 95 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
/V\ I AA/\ Procurement Department
I B EAC H 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? 0
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
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 0
IAJ\/\ B EC H Procurement Department
1755 Meridian , , Miami
Beach, Florida 33139
www.miamibeachfl.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 nataliadelgadoanmiamibeachfl.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
I V 1 I AI V 1 I B EACHProcurement Department
1755 Meridian Ave,3rd Floor, Miami Beach, Florida 33139
www.miamibeachfl.gov
Q43: Are there 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
1 V 1 I A M I BEACHProcurement Department
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 projects relevant to
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-P.
.curement Director
•
RFQ No.2018-141-ND •
Addendum#5
4/13/2018
IV\ I 1A/\'\ I B EIAC
n Procurement Department
1755 Meridian , , 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, i.
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 1 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 I. 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.
ta
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,
• 3 • and year(s) and term of engagement.
•
TAB 4 Ex erience&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 those services 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 responsibility of the Proposer. The Proposer shall request the SQR report
RFQ 2018-141-ND
•
MIAMI BEACH
from D&B at:
https:/lsupplierportal.dn b.com/webapplwcs/sto res/servletlSuppl ierPortal?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).
•
•
•
•
•
•
•
•
i
RFQ 2018-141-ND
II
NII A/ i\ Procurement Department
I B EAS H 1755 Meridian Ave,3rd Floor, Miami Beach, Florida 33139
www.miamibeachfl,gov
•
Exhibit B •
Revised Appendix C, Minimum Requirements & `Specifications
•
•
RFD No.2018-141-ND
Addendum#5
4/13/2018
- i
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. 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 fess 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/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 g 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 Conservation/Energy 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-Cyding 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
Y Il I EPC H Procurement Department
1755 Meridian , , Miami
Beach, Florida 33139
www,miamibeachflgov
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, 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.
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 ective Bidders"questionnaire with the reason(s)for not submitting a proposal
c ly,
AxDes
rocu ent Director •
RFQ No.2018-141-ND
Addendum#3
, 4/11/2018
. i
. ,
MIAMI
BEACH Procurement Department
1755 Meridian , , 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 16,2018,at the following location:
:
City of Miami Beach ,
Procurement Department
1755 Meridian Avenue, 3rd Floor
I 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 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.,,, ,
e
(-4-mrooris
' o urement Director
RFQ No.2018-141-ND
Addendum#3
3/28/2018
V 1 f� � I A /` IBE ' '
1 ! Y t /'� 1700 Convention Center Drive, Miami Beach, Florida 33139
www.miamibeachfl.gov
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.
r
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
i 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 v nis P'K
Prr ement Director
i .
RFQ No.2018-141-ND
Addendum#2
3/6/2018
V IAn I B EAC H Procurement Department
1700 Convention Center , Miami
Beach, Florida 33139
www.miamibeachfl,gov
Exhibit A •
Pre-Proposal Meeting Sign-In Sheet
•
. i
RFQ No.2018-141-ND
Addendum#2
3/6/2018
MIAMIBEACH
CITY OF MIAMI BENCH
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,-mmitt.gAiim:[tut mrlitirkoF Pllurstriv“,..i:,, *.v I,vvici ftp,'
1,41,,iti,A1 N.,,.,44,..,,keuti„ pl:z!,,.!„,,,%1,..,,,,;4: ii.44,vz:„:„.,,,qT-1, „,4.414,1N i liz.A 1 ft.*
!.,,[01IMIt.VtAIV:Zo, '04 1.....tt M.:..%.,:',V,91,i. gal
' Natalia Delgado Procurement-CM-13 305-'673-7000
nataliadelgitdo@miamibeachfl.gov Ext.6263
Bog-673.-
700w
P-••.--1-..7-44..- --t-m,ww,e s is-LA.--1-4.,-6,-.-•a c9 1.Z.4....:64.41,-fl•_94 Li X 2-*9'1 1
Vap;t'sci._ ' • - . A (710.2- ----.--ad
VeMel• —CIA-MI b •
I)ell Goye-r a„„\,5 tLif 45.. -(51.1,4 30_5--1/61 —
3I/So 4- Soa
. •0 -f- A 4 ii, ,ss , 1.L2;2 .de
,
3 DS-ZOO-
S-2Si Fa-ra..-h., begyori-- 4L2 bbArnkkv".'”- ced14--
Ex4. io s
c-Me 1-tr561: 1 11,g6, 09.5,i4l‘IS:11, ,
f-g.Ilit 64Z04 6R 016,GAgeMeCtA&,.60tA al- ,t1.0 -,- A
Qua c1 3°5 - gq1.-- 7,-7
miKe_ 51A-40.gielA (Ai . - . s• , 1 a
,
26,ff
,,:-TvAAA,A_. aCkinta- Pratitis.cjgco4 ,-a-,..e itac,,,,-Lostiva
v
• ',,'/ /4n l'clo 7-Y 4/r7
. 44-0
r.4.. llerIze 0•/0,7110 ar)7y//'„ Calfr7
e cisvey,r\ er,s,,Nzin c--,(009
6 wmaj Co
- A.A.,(\szklk0 eak9ertrNe . --Q -
.1.
_._
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 RENEWALr� AND REPLACEMENT PROJECTS
i, y� li t k ¢ "�f "yT� ^erl' 5�' sF r� CY, £ ,,,p ,,,i
£S 1 rF%J I !h Ni ���Gfhll r.-Att !1 t +P Tr'
1,,,,, � �.�a ask 6� t P i+'u^a�k w � -s F �, x " �';16:4.'
II 1 '1tt m� b, ',. ;' ;fit a 1 + u._," iii, G PSF
t 1, l lX., c\ i@ !3 'T" ,,44,,A,S9p !P�`9'" `. r: ` 14, ,bD1? ` 1114^ a f � � w yy L�u��y Ylh !�r.?i°k.. �i.. .:tk,l4.kaxtravt :�ptk�'rrvt m3i ;ircy;,,, uvk, m �^<. w �,-�r til i,,,r,
I7g$ ENG-tNEb1C5 M173 A-Ectf TarS
51-1-Agivta siDDtawE 5saft,
lazouo:Ds_ENa.cam -7-86-44-14-14o
bR 13 Fngin12K6 at 4f&I&
gal iqrn►r - ,-p,-44I-5410
114rvtIrQ.b^B-5111U.eorn
lid- R'( 4 JOC C 1 !✓00W Pr�Joclarzl
L�MFNAe-2 d C►t Mooitz�',cop„ 3�r��z(4)s
VF acat occi NC t' ' 9��i -7f�,
zek.,(3- Z _€acsc d^M.CG3\16Lrd- . cal{
t�br dCa.ban AIa2fo�Jbuilc1lroenu:1-y•cor9 2OS'-
((, \7Gv' -V'a2_Z 'du l r1^n(A -1_:,,,y,,,•;-,,/ hra,4 Ves. _ 301-37A
ftnetl�t n a NIM AA t k1 C rti,104-}•ct. e�r10,501/o'n is-
1-NAA..4,-e'er vott-- ;'r 11c r -CAts`44.
Le,,,,,-tor-e vo laxrvt c.co,-, ��t3)2G'i 6461
3\ .-e.--r1E (1M-VE ., -[?C) DES1(Ai (.,21.UP 305-674 Dago SBE-DBE
-TSA,6 p&31610
C�'--a J ("ewe ,,.tjtrne(P2 @ISAGs:6St6u.00NI
I»ucr= coNna
sot--A2G1d , INc SoL_-AR-GH, Ion. 305740 0123 3as7400418
be SOL-o.P-a1-l.C.or{
•
,TAt r-e ?q,\'''';^ Hlo C6A Picho l
-lin.-31ci-z357-
J eabo,eroCtrµcanol .c..�r
u ��tN - ' 4t f'
s b1,-Gtske- a ..t- f. z
co1in..
A lIAMI BEACH
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,
10,.„..t&?W
} �'" ,LVPkil ,ziLi Nam • yL+lt c '�4" r� a I�a ��. G,f� �� p,� I��y., t� y �.� } � t Xa r a �t :l' �.. ,�x, 4frlla�,- �;=1T F F ,„Ft..,,. 0 am era:,�f2S hr . ...Z .,.�, >. a `1,i, . U,:a+:c_fit, P.4
CACAO CVCA. L.CNV\14. CYKkSwr— G\00inv.,40o1e.,n0-
t G 305 4f63rq/i 3osS�3�� y
D. ,5lc..s 17;0E7s,,,, Latdscolre DE._
0 u-6 i.SQ Lue.dscuoeDE. c,,,,,,, 3os-zls--9683 ---
kgik II ,^, / rr''ii ff ,
37 vi W ee, :111'A/1'1.10U/1e, t
41 Vero G6r6ts .3'1 N k o S ac ,LLC 9,1
. ,pr-o.'+k�rr 'rriscaly .carr, ��S'
folk mil JD lrl /D(? A L V-i�j ( ku
31,15@Sr -r , z coi t€L$TS
(LK�R UzUN CP}1
iOzu11ecyphu,c•r•coN1 3o5L744005 3o5Z7?13e7
LI.?(--k=15 T-- gZA LCD/ 6786)
gns"(o5o-61/1648-r $-t-7-x_1.36 3
A-Lpegg)J'CAI2Ker•lalPt? OW Carz2E► 5cv F-1 y ri<kc c 3°� Slo
@o7j3carveno vcSto-3e•C'm+ti
CI cu t.da'a
tkanrzctve2 6'-A rn1�ro,,merl+4.I 561 60/ �4c' )896-
r S3,5 ,e 2.2
ornanr=erIc4014 evwzfOh nenlJ.420 yoi=g. £eo
61z -- ).e,,. NVLcuraU r c-fi,re P-i6,), 30;
N \111--1-` , gcievi)!/@ya1loo.ccm, -7g.,� -
Y(if GG 32:7- C).
JaiIAMEBEAC .
CITY OF MIAMI BEACH
PRE-SUBMITTAL MEETING ,
SIGN-IN SHEET
DATE: February 27,2018
TITLE: RFQ-2018-141-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR
CAPITAL RENEWAL AND REPLACEMENT PROJECTS
iF� 'N^"�V� ��:i� fS�� �. � ni Aa14$e.'���4; '�;K'!x� f ,�r!x ikypg k tN 3.�r "14-41$40,4,
�i *It- S°':fi tS �ppt rf �t
� t akti 4t T 5 ? ttillt : . °�yi �" d' 11 n,x \1� 3 �0 1 ,1;ltr
Y n Q^ g � E �� w RS , �TT w ¢e„.„ '‘vg
�4x
.1,,,:;,w''..e,i i a � 4'�avtNi<+ I'10=h:2.� .< $ 4U 4.1)1. 5''kN l �m4 � � .. &,Yl� X Y k-,,.0,.,,tnx +l �r�.
c�a @ aecu4wor/i, cai 4000
C
1 f / C\Ov c .3Q
J &6-7—
0 ?'I 51arowac� -\* -aSSoc—es,C.ih 4� q
ta-te Dettii5. D -s {c/Lvitckkvk02„ -4.Q--�' L-6oej-56s- -7:5Z-
VsG}R_eckaiiiS-eVty t YdV1Wv1 O1v1 1554 ti/Q-
f,(l�- t_1 P/1 / �l iS $!5 / 7'/9 f3 Z$•
< J
` /} _ AE E. ie.,- OD, 3os X34-nyz 3os ks-'3-tso
Eck°, M....e 1 30r-+15.-,i1 So
Q r v e— N 0.:12.461Q-.corn
Su.....-1--.rSas .698. 9'1!0
(JOTBRo 0 HA te.s_N�T -156.229-?A(a I
14"1.NA KambF.a1`.K„,,,,/- 8P s` u-.--d-s [�
VFIcrnguY,-,.s ic4e[a ,+,et..P.1.1,4 .- ,Y8-S�G-
2g 7 5 `2
Rtcart a l d'rvv triSKLLION i�IENzt z"v CO.
d 3o5-3/STs$ ,..../..
Pie.aN/tFi V MS6tzLLON^C.�gd 6eK
'j.4..-coea Irk Ea5vk ISA- 3DB 4 LiIS`l-1
0,-se, AAN
JoSauyto N ,,tc-
WhAN1EeoTfl@..-gvu-coot{E4. N.w,-A x -lo-b
13'r`21' 111°55 ,IDrei @nips&-arch,con, 3ds-7N!-6677 14‘f_ __.,
-
Pi s Ara,,e *re-i-(),s,tl/,
&r.o A- L - rte- 1. -1$37
ts-1UAN J�
-N CSP`- 1uc.iacv360�vcacon,t :t,cm
4
MIAMI BEACH
CITY OF MIAMI BEACH
PRE-SUBMITTAL MEETING
SIGN-IN SHEET
DATE: February 27,2018
TITLE: RFQ-2018-141-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR
CAPITAL RENEWAL AND REPLACEMENT PROJECTS
r "'g " t- TY m � Ja y i,..T d i ry r d ,)
�Jr a fpr 8;7414^yam^r"" y3 2 �`t,µ�` 1 r M a a si h z f,T'0 4`#F'd .411:P' 4 k
�` "�, �F LC'��T>�L[Nn '��'�� a., a �a+'^F�J� G ,��F 'S t fir" ��, n � na��$�� `t � � u L " "�
:tea he �11. 5r c � t sa,; ara w r_ �.� � t? 7 " ,5� .i�
�,t�, \A► 1 I cnn Po.,d.4n
.1l,
\It1f1yam N4ed��'t(In Ae611-t-e, - `P.A -
i )1
--IlteA-r\ov • i
A O 1OP1.0v_aL, 2
. .e.,,,„ 3"...pytrt.
C'
,Q 2
ddiNc 14-It -s, r .A . _
�4a1[G' e.onsuI-it.; c
- Q Y-
.....,
,_,„,,,,,L T-L.,v2 -60 lbwe_),l.,9
"""w e_ch 1w, ie.sz.)
1-c7-7-Trie..P-0.n t 04 Aksoi 0
�Q� r
et0 0?- G (D00-0/q
--& 3. S ikkl I leers, Ck-r�f
.e,A(,), -- _,,,,,A,
2
MIAMI BEACH
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
1447 ' ,vaF '1 'L` Fyas' V ; 6W n " E" `l
a
1-- ---
9 � , " l ttL a
� igi } a :I3�a X1µDif ill%ifi � C 6` + gY �i t,, �
14 �] :hg .!� +5tt,.,t{'. :eAl wA4,fiP r} 64'. y14,14,kW Al qr'L
", ..
3 0P_a-2- f\I l" .. .ac- ' e-
-
' cpAan a5 (:),..,ad2,s. �,
I s Cam tirii-.s. I
- Edici....o'Id AI's
Li s \efell i-t-ee,k-s.
I -2 i2__D I-4-Q 124-___s -in
a_.), So c- -NE"-- -K5s4.s--t-oc,,4--,-, 0
,
V--teknoclez._
a--S
-tP...Q-YIoZ g12� ,
()----
1
�211 2n 0 - 0_,ct-te_S.
ik--e_c31 rt
3
. MIAM1BEACH
Procurement Department
1700 Convention Center Drive, Miami
Beach, Florida 33139
www.miamibeachfl.gov
•
ADDENDUM NO. 1
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 RFQ 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: 1142644 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, .
f
ex �.
rocur- f ent Director
RFQ No.2018-141-ND
Addendum#1
2/26/2018
REQUEST FOR QUALIFICATIONS
( RFQ )
PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES.
FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS
RFQ 2018-141-ND
•RFQ ISSUANCE DATE: FEBRUARY 1.5, 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
1
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
I
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
f 1
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.publicpurchase.com) for automatic notification of competitive solicitation
opportunities and document fulfillment, including the issuance of any addendum to this RFQ. Any prospective
proposer who has received this RFQ by any means other than through PublicPurchase must register immediately
with PublicPurchase to assure it receives any addendum issued to this RFQ. Failure to receive an addendum
may result 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. agenciesfor 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 this solicitation 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.gov ; 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
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:
httD://www.miamibeachfl.aov/city-hall/procurement/procurement-related-ordinance-and-procedures/
• 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 foregoingpreference, the adjusted prices of two (2) or more proposers which are a
small business concern owned and controlled by a veteran(s) or a service-disabled veteran business enterprise
constitute the lowest proposal pursuant to an RFQ or oral or written request for quotation, and such proposals are
responsive, responsible and otherwise equal with respect to quality and service,then the award shall be made to the
service-disabled veteran business enterprise.
19. DETERMINATION OF AWARD. The final ranking results of Step 1 & 2 outlined in Section 0400, Evaluation of
Proposals, will be considered by the City Manager who may recommend to the City Commission the Proposer(s)
s/he deems to be in the best interest of the City or may recommend rejection of all proposals. The City Manager's
recommendation need not be consistent with the scoring results identified herein and takes into consideration Miami
Beach City Code Section 2-369, including the following considerations:
(1)The ability,capacity and skill of the Proposer to perform the contract.
(2)Whether the Proposer can perform the contract within the time specified,without delay or interference.
(3)The character, integrity, reputation,judgment, experience and efficiency of the Proposer.
(4)The quality of performance of previous contracts.
(5)The previous and existing compliance by the Proposer with laws and ordinances relating to the contract.
The City Commission shall consider the City Manager's recommendation and may approve such recommendation.
The City Commission may also,at its option, reject the City Manager's recommendation and select another Proposal
or Proposals which it deems to be in the best interest of the City,or it may also reject all Proposals.
20. NEGOTIATIONS. Following selection, the City reserves the right to enter into further negotiations with the
selected Proposer. Notwithstanding the preceding, the City is in no way obligated to enter into a contract with the
selected Proposer in the event the parties are unable to negotiate a contract. It is also understood and
acknowledged by Proposers that no property, contract or legal rights of any kind shall be created at any time until
and unless an Agreement has been agreed to;approved by the City; and executed by the parties.
RFQ 2018-141-ND 6
MIAMI BEACH
21. POSTPONEMENT/CANCELLATION/ACCEPTANCE/REJECTION. The City may, at its sole and absolute
discretion, reject any and all, or parts of any and all, responses; re-advertise this RFQ;,postpone or cancel, at any
time, this RFQ process; or waive any irregularities in this RFQ, or in any responses received as a result of,this RFQ.
Reasonable efforts will be made to either award the'proposer the contract or reject all proposals within one-hundred
twenty(120) calendar days after proposal opening date.A proposer may withdraw its proposal after expiration of one
hundred twenty (120) calendar days from the date of proposal opening by delivering written notice of withdrawal to
the Department of Procurement Management prior to award of the contract by the City Commission.
22. PROPOSER'S RESPONSIBILITY. Before submitting a response, each Proposer shall be solely responsible for
making any and all investigations, evaluations, and examinations, as it deems necessary, to ascertain all conditions
and requirements affecting the full performance of the contract. Ignorance of such conditions and requirements,
and/or failure to make such evaluations, investigations, and examinations, will not relieve the Proposer from any
obligation to comply with every detail and with all provisions and requirements of the contract, and will not be
accepted as a basis for any subsequent claim whatsoever for any monetary consideration on the part of the
Proposer.
23. COSTS INCURRED BY PROPOSERS.All expenses involved with the preparation and submission of Proposals,
or any work performed in connection therewith, shall be the sole responsibility (and shall be at the sole cost and
expense)of the Proposer,and shall not be reimbursed by the City.
24. RELATIONSHIP TO THE CITY. It is the intent of the City, and Proposers hereby acknowledge and agree, that
the successful Proposer is considered to be an independent contractor, and that neither the Proposer, nor the
Proposer's employees, agents, and/or contractors, shall, under any circumstances, be considered employees or
agents of the City.
24. OCCUPATIONAL HEALTH AND SAFETY. In compliance with Chapter 442, Florida Statutes, any toxic
substance listed in Section 38F-41.03 of the Florida Administrative Code delivered as a result of this proposal must
be accompanied by a Material.Safety Data Sheet(MSDS)which may be obtained from the manufacturer.
25. ENVIRONMENTAL REGULATIONS. The City reserves the right to consider a proposer's history of citations
and/or violations of environmental regulations in investigating a proposer's responsibility, and further reserves the
right to declare a proposer not responsible if the history of violations warrant such determination in the opinion of the
City. Proposer shall submit with its proposal, a completehistory 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 dateand 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. Proposersare expected to examine the terms, conditions, specifications, delivery schedules,
proposed pricing, and all instructions pertaining to the goods and services relativeto 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 mut 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
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 to be supply to the City.
35. ASSIGNMENT. The successful Proposer shall not assign, transfer, convey, sublet or otherwise dispose of the
contract, including any or all of its right, title or interest therein, or his/her or its power to execute such contract, to
any person,company or corporation,without the prior written consent of the City.
36. LAWS, PERMITS AND REGULATIONS. The Proposer shall obtain and pay for all licenses, permits, and
inspection fees required to complete the work and shall comply with all applicable laws.
37. OPTIONAL CONTRACT USAGE. When the successful Proposer (s) is in agreement, other units of government
or non-profit agencies may participate in purchases pursuant to the award of this contract at the option of the unit of
government or non-profit agency.
38. VOLUME OF WORK TO BE RECEIVED BY CONTRACTOR. It is the intent of the City to purchase the goods
and services specifically listed in this solicitation from the contractor. However, the City reserves the right to
purchase',_any goods or services awarded from state or other governmental contract, or on an as-needed basis
through the City's spot market purchase provisions.
39. DISPUTES. In the event of a conflict between the documents,the order of priority of the documents shall be as
follows:
. A. Any contract or agreement resulting from the award of this solicitation; then
B. Addendum issued for this solicitation,with the latest Addendum taking precedence;then
C. The solicitation;then
D. The Proposer's proposal in response to the solicitation.
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 feesand costs of defense,
which the City or its officers, employees, agents or instrumentalities mayy incur as a result of claims, demands, suits,
causes of actions or proceedings of any kind or nature arising out of, relating to or resulting from the performance of
the agreement by the contractor or its employees, agents, servants, partners, principals or subcontractors. The
contractor shall pay all claims and losses in connection therewith,and shall investigate and defend all claims, suits or
actions of any kind or nature in the name of the City,where applicable, including appellate proceedings, and shall pay
all costs, judgments, and attorney's fees which may be incurred thereon. The Proposer expressly understands and
agrees that any insurance protection required by this Agreement or otherwise provided by the contractor shall in no
way limit the responsibility to indemnify, keep and save harmless and defend the City or its officers, employees,
agents and instrumentalities as herein provided. The above indemnification provisions shall survive the expiration or
termination of this Agreement. '
41. CONTRACT EXTENSION. The City reserves the right to require the Contractor to extend contract past the
RFQ 2018-141-ND 9
MIAMI BEACH
stated termination date for a period of up to 120 days in the event that a subsequent contract has not yet been
awarded.Additional extensions past the 120 days may occur as needed by the City and as mutually agreed upon by
the City and the contractor.
42. FLORIDA PUBLIC RECORDS LAW. Proposers are hereby notified that all Bid including, without limitation, any
and all information and documentation submitted therewith, are exempt from public records requirements under
Section 119.07(1), Florida Statutes, and s. 24(a),Art. 1 of the State Constitution until such time as the City provides
notice of an intended decision or until thirty (30) days after opening of the proposals, whichever is earlier.
Additionally, Contractor agrees to be in full compliance with Florida Statute 119.0701 including, but not limited to,
agreement to (a) Keep and maintain public records that ordinarily and necessarily would be required by the public
• agency in order to perform the services; (b) provide the public with access to public records on the same terms and
conditions that the public agency would provide the records and at a cost that does not exceed the cost provided in
this chapter or as otherwise provided by law; (c) Ensue 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 allorders and decrees of bodies or tribunals
having jurisdiction or authority which, in any manner, may affect the scope of services and/or project contemplated
by this RFQ (including, without limitation, the Americans with Disabilities Act, Title VII of the Civil Rights Act, the
EEOC Uniform Guidelines, and all EEO regulations and guidelines). Ignorance of the law(s) on the part of the
Proposer will in no way relieve it from responsibility for compliance.
44. CONFLICT OF INTEREST. All Proposers must disclose, in their Proposal, the name(s) of any officer, director,
agent, or immediate family member(spouse, parent,sibling,and child)who is also an'employee of the City of Miami
Beach. Further, all Proposers must disclose the name of any City employee who owns, either directly or indirectly,
an interest of ten (10%)percent or more in the Proposer entity or any of its affiliates.
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 andtime 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 lettersof 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 the discharge of his official duties.
49. SUPPLEMENTAL INFORMATION. City reserves the right to request supplemental information from Proposers
at any time during the RFQ solicitation process.
50. ADDITIONAL SERVICES. Although this solicitation and resultant contract identifies specific goods, services or
facilities ("items"), it is hereby agreed and understood that the City, through the approval of the Department and
Procurement Directors (for additional items up to $50,000) or the City Manager (for additional items greater than
$50,000), may require additional items to be added to the Contract which are required to complete the work. When
additional items are required to be added to the Contract, awarded vendor(s), as applicable to the item being
requested, under this contract may be invited to submit price quote(s) for these additional requirements. If these
quote(s) are determined to be fair and reasonable, then the additional work will be awarded to the current contract
vendor(s) that offers the lowest acceptable pricing. The additional items shall be added to this contract by through a
Purchase Order(or Change Order if Purchase Order already exists). In some cases,the City may deem it necessary
to add additional items through a formal amendment to the Contract, to be approved by the City Manager.
The City may determine to obtain price quotes for the additional items from other vendors in the event that
fair and reasonable pricing is not obtained from the current contract vendors, or for other reasons at the
City's discretion.
Balance of Page Intentionally Left Blank
RFQ 2018-141-ND 11
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. Proposals received electronically, either through
email or facsimile,are not acceptable and will be rejected.
2. LATE PROPOSALS. Proposals are to be received on or before the due dateestablished 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. Hardcopy 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 andwillnot be considered.
TA61'`was ;; 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 REQ.
(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 is separate and distinct proposal for Architecture—Landscape.
'. TAB.2:rr:`' , 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 / Enaineerina Firm. Provide copies of that thefirm is certified by the Florida Department)of
Business and Professional Regulation to do business in Florida.
b) Principle and Account Representatives. For the principleand 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.
TAB2'„': 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 experience and 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 planning/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 year(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://suoolierportal.d nb.com/webapp/wcs/stores/servlet/SupplierPortal?storeld=11696
Proposals are responsible for the accuracy of the information contained in its SQR. It is highly recommended that each
proposer review the information contained in its.SQR for accuracy prior to submittal to the City and as early as possible
in the solicitation process. For assistance with any portion of the SQR submittal process, contact Dun & Bradstreet at
800-424-2495.
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..
r ".,TAB ."' 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 eachrespondent 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 in scope 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 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.
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).
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 willscore 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 evaluationof 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 Cntena `; '7 '• ' ';' • • Maximum Points
Experience of the Proposing Firm 50
Experience of the Team 50
:TOTALAVAILABLESTEP1 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 r i +', _' Maximum.Points''-',
Veterans Preference 5 .
TOTALAVAIL'ABLESTEP 2.POINTS " 5.: 'i `• , • •
2
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
B C
Ste. 1 Points 82 76 80
.'
Committee Ste.2 Points 22 ' 15 12
• i.1ethber.1' • Total 104 91 92 r- '
Ste• 1 Points 79 85 72
• committee Ste.2 Points 22 15 12
• Member 2 Total 101 100 84
Ste. 1 Points 80 74 66
Committee Ste.2 Points 22 15 12
Member 2.• • Total 102 89 78
•
Rank '1 2 3
Low Aggregate Score. ;�,y's ", `• 3 , ' 7 8
EiriaURanking*' . . ., 'T.•, • 2 • - 3 '
* Final Ranking is presented to the City Manager for further due diligence and
recommendation to the City Commission. Final Ranking does not constitute
an award recommendation until such time as the City Manager has made his
recommendation to the City Commission, which may be different than final
ranking results.
•
RFQ 2018-141-ND
16
APPENDIX A
MIAMI BEACH
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
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 NATALIADELGADO a(�.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 besubmitted 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 othersource(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. Veteran Owned Business.Is 1_1:mar 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 public sector agency?
YES b an 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.cov/city-halllorocurement/
RFQ 2018-141—ND 19
7. _ ...
benefits:
benefit's.
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 http:llwww.miamibeachfl.00v/city-halllorocurementforocurement-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,ttie 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,is 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 hasreceived 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 1 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 all or any part of an agreement.
The City and all Proposals will be bound only as,if and when a Statement of Qualifications,as same may be modified,and the applicable
definitive agreements pertaining thereto,are approved and executed by the parties, and then only pursuant to the terms of the definitive
agreements executed among the parties.Any response to this solicitation may be accepted or rejected by the City for any reason,or for no
reason,without any resultant liability to the City.
The City is governed by the Government-in-the-Sunshine Law, and all'Statement of Qualifications and supporting documents shall be
subject to disclosure as required by such law.All Statement of Qualifications shall be submitted in sealed proposal form and shall remain
confidential to the extent permitted by Florida Statutes, until the date and time selected for opening the responses. At that time, all
documents received by the City shall become public records.
Proposals are expected to make all disclosures and declarations as requested in this solicitation. By submission of a Statement of
Qualifications,the Proposer acknowledges and agrees that the City has the right to make any inquiry or investigation it deems appropriate
to substantiate or supplement information contained in the Statement of Qualifications,and authorizes the release to the City of any and all
information sought in such inquiry or investigation.Each Proposer certifies that the information contained in the Statement of Qualifications
is true,accurate and complete,to the best of its knowledge,information,and belief.
Notwithstanding the foregoing or anything contained in the solicitation, all Proposals agree that in the event of a final unappealable
judgment by a court of competent jurisdiction which imposes on the City any liability arising out of this solicitation,or any response thereto,
or any action or inaction by the City with respect thereto, such liability shall be limited to $10,000.00 as agreed-upon and liquidated
damages. The previous sentence, however, shall not be construed to circumvent any of the other provisions of this Disclosure and
Disclaimer which imposes no liability on the City.
In the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation,it is understood that
the provisions of this Disclosure and Disclaimer shall always govern.The solicitation and any disputes arising from the solicitation shall be
governed by and construed in accordance with the laws of the State of Florida.
RFQ 2018-141—ND
22
. . , 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
containedin 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
•
APPENDIX B
M I AM BEAC H,
" No Bid " Form
RFQ No. 2018- 141 -ND
PROFESSIONAL ARCHITECTURAL AND
ENGINEERING SERVICES FOR SMALL
PROJECTS
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
Note: It is important for those vendors who have received notification of
this solicitation but'have.decided not to respond„to complete and submit
the ctacled "Statement of No Bid.'"The "Statement of No Bid" provides
the City with. 'inforri atibrl- on howl to, improve::the solicitation ,process_'
Failure tosiibrr it a "Statement of N B'id'r may result in not being notified
of future solicitations b : the Ci,
RFQ 2018-141-ND • 24
lr
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 r
_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/\AI BEACH
Minimum Requirements
& 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 bedeemed non-responsive and
shall not have its proposal considered.
1. Firms. Firms must be certified by the Florida Department of Business and Professional
Regulationas 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:
•Arch itecture—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.
RFQ 2018-141-ND 27
` 1
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
• 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 Plaih Studies
compliance • Roofing Assessments,Replacements
• Contamination Assessment: • Swimming Pools
o Environmental Site Assessments • Testing&Inspection Services
o Oversee and 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
https://fp.state.fl.us/docs/DMSAEFeeGuidedefinition.asp
RFQ 2018-141—ND 28
� I
APPENDIX D
A/\ JA/V\ IIIEACH
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
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
MIA/v\ I
BEACH
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
1
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
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
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 1 54
ARTICLE 15. NOTICE 54
ARTICLE 16. MISCELLANEOUS PROVISIONS 54
RFQ 2018-141-ND 34
SCHEDULES:
SCHEDULE A 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" 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 theelements 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 alsobe considered
Basic Services.
RFQ 2018-141-ND 36
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 Work for the Project("Construction Cost"),
as set forth in the Consultant Service Order:
CONSTRUCTION DOCUMENTS: "Construction Documents" shall mean the final (100% completed) plans,
technical specifications, drawings, schematics, documents, and diagrams prepared by the Consultant
pursuant to this Agreement, setting forth in detail the requirements for the construction of the Project. The
Construction Documents shall set forth in full all details necessary to complete the construction of the Project
in accordance with the Contract Documents. Construction Documents shall not be part of the Contract
Documents, until (a) the Consultant has submitted completed Construction Documents to the City and (b)
they have been reviewed and.approved by the City and any agencies having jurisdiction in accordance with
the procedures as otherwise provided by the Contract Documents. However, approval by the City shall not in
any way be construed, interpreted and/or deemed to constitute a waiver or excuse Consultant's obligations to
ensure the Construction Documents are constructible, in compliance with all Applicable Laws and in
accordance with the Contract Documents.
CONSULTANT: The named entity on page 1 of this Agreement, the "Consultant" shall mean the
qualified and properly professionally licensed design professional in the State of Florida and as otherwise
required by any entities, agencies, boards, governmental authorities and/or any other professional
organizations with jurisdiction governing the professional practice area for which the design professional has
been engaged by City and who will perform (or cause to be performed through Subconsultants acceptable to
the City) all architectural, design and engineering services required under this Agreement and/or Consultant
Service Order and will serve as the "architect of record" and/or"engineer of record"for the Project. When the
term "Consultant" is used in this Agreement it shall also be deemed to include any officers, employees, or
agents of Consultants, and any other person or entity acting under the supervision, direction, or control of
Consultant to provide any architectural, design, engineering or similar professional services with respect to a
Project ("Subconsultants"). The Consultant shall not be replaced by any other entity, except as otherwise
permitted in this Agreement. Further, any Subconsultant that may perform services on behalf of the
Consultant shall be a qualified and properly professionally licensed design professional in the State of Florida
and as otherwise required by any entities, agencies, boards, governmental authorities and/or any other
professional organizations with jurisdiction governing the professional practice area for which the
Subconsultant has been engaged by Consultant to perform professional design services in connection with
the Project. The Subconsultants in Schedule "C", attached hereto, are hereby approved by the City Manager,
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 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.
Project Cost: The "Project Cost", shall mean the estimated total cost of the Project, as
prepared and established by the City, including the estimated Construction Cost and Soft Costs.
The Project Cost may, from time to time, be revised or adjusted by the City, in its sole discretion,
to accommodate approved modifications or changes to the Project or scope of work.
Project Scope: The "Project Scope" shall mean the description of the Project, as described in
the Consultant Service Order.
PROJECT ADMINISTRATOR: The "Project Administrator" shall mean the individual designated by the
City Manager, 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 shalt 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 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
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 servicesshall 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
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 shall not 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
•
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 hasproperly 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 (+/-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 aspart 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 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 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.
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 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.
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, postageand 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
1 ,
7.4 Approved Reimbursable Expenses shall be paid in accordance with Article 6 hereto, up to the "Not to
Exceed" Reimbursable allowance amount in the Consultant Service Order hereto. Any request for payment of
Reimbursable Expenses shall also be included with Consultant's payment request. No mark-up shall be
allowed on Reimbursable Expenses.
7.5 ESCALATION: The initial hourly rates shall remain constant for the Initial Term of the agreement.
Ninety (90) days prior to expiration of the Initial Term, the City may consider an adjustment to the preceding
year's unit costs for the subsequent year. Only request for increases based on a corresponding increase in
the Consumer Price Index for All Urban Consumers; U.S. City average (1982-84=100), as established by the
United States Bureau of Labor Statistics ("CPI"), or material adjustments to the scope or requirements of the
RFQ by the City, including (but not limited to) living wage increases, will be considered. In the event that the
City determines that the requested increase is unsubstantiated, the Consultant agrees to perform all duties at
the current cost terms.
7.6 No retainage shall be made from the Consultant's compensation on account of sums withheld by the
City on payments to Contractor.
7.7 METHOD OF BILLING AND PAYMENT. Consultant shall invoice the Project Administrator in a timely
manner, but no more than once on a monthly basis. Invoices shall identify the nature and extent of the work
performed; the total hours of work performed by employee category; and the respective hourly billing rate
associated therewith. In the event Subconsultant work is used, the percentage of completion shall be
identified. Invoices shall also itemize and summarize any Additional Services and/or Reimbursable
Expenses. A copy of the written approval of the Project Administrator for the requested Additional Service(s)
or Reimbursable Expense(s) shall accompany the invoice.
7.7.1 If requested, Consultant shall provide back-up for past and current invoices that records hours
for all work(by employee category), and cost itemizations for Reimbursable Expenses (by category).
ARTICLE 8. CONSULTANT'S ACCOUNTING AND OTHER RECORDS
8.1 All books, records (whether financial or otherwise), correspondence, technical documents, and 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 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
whichmay 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 thisdetermination, 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
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 acopy 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
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 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, 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 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 willi 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 and assigns to the other party of the Agreement and to the
partners, successors, legal representatives, and assigns of such party in respect to all covenants of this
Agreement. The Consultant shall afford the City (through the City Commission) the opportunity to approve or
reject all proposed assignees, successors or other changes in the ownership structure and composition of the
Consultant. Failure to do so constitutes a breach of this Agreement by the Consultant.
16.9 PROVISION 1OF 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
RFQ 2018-141-ND
56
J
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 XXXXX)0X) 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 $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)
RFQ 2018-141-ND 60
. SCHEDULE C
APPROVED SUBCONSULTANTS
j •
RFQ 2018-141-ND . 61
•
i
j
APPENDIX F
MIAMI
BEACH
STAN DAR D FORM 330
• RFQ No. 2018- 141 -ND
PROFESSIONAL
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
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(MIVICS),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. Branch Office: A geographically distinct place of business or
the basis of professional qualifications as required by 40 U.S.C. subsidiary office of a firm that has a key role on the team.
chapter 11, Selection of Architects Engineers,and Part 36 of the
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 1-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
Parti 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, 3, 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 for 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 proposadl1Q.a_spacificeontract.andsubmitted with-Part-- .-.--or--joint-venture-that-the-agency—can-contact-for-additional
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 toe 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 I
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. '
22.
•
12. Name. Self-explanatory. 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 experlenbe blank 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 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) i
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
on current relevant professional registration(s)in a State or 24. Brief Description of Project and Relevance to this
possessionColumbia
c the United States,t 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. I.
STANDARD FORM 330(REV.8/2016)
PAGE 2 OF INSTRUCTIONS
1 -
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 •
•
• I
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
i
I
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 II
2a-2e. Firm(or Branch Office)Name and Address. Self- is prepared for a branch office,enter the number of employees
•
explanatory. by discipline in column c(2)and for the firm in column c(1).
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
• 4. Unique Entity Identifier. Insert the unique entity identifierexperience categories which most accurately reflect the firm's !
, 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 thg same numerical order.
After the listed experience categories,write in any unlisted j
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 +
Industry Classification System(NAICS)code in the public the firm or branch office for performing that type of work. A
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 small 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 II is prepared. Enter the appropriate.revenue
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 i
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 Government,either as the prime contractor or j
to speak on contractual and policy matters. subcontractor),non-Federal work(all other domestic and foreign 1I
work,including Federally-assisted projects),and the total. If the
7. Name of Firm. Enter the name of the firm if Part II 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 1
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 .
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.
.
•
•
STANDARD FORM 330(REV.8/2016)
PAGE 4 OF INSTRUCTIONS
•
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
f 13 Communications Engineer 44 Oceanographer
14 Computer Programmer 45 Photo Interpreter
15 Construction Inspector 46 . Photogrammetrist
16 Construction Manager 47 Planner: Urban/Regional 1
17 Corrosion Engineer 48 Project Manager
18 Cost Engineer/Estimator 49 Remote Sensing Specialist
19 Ecologist i 50 Risk Assessor 1
20 Economist 51 Safety/Occupational Health Engineer
21 Electrical Engineer 52 Sanitary Engineer
22 Electronics Engineer 53 Scheduler i
23 Environmental Engineer 54 Security Specialist
24 • Environmental Scientist 55 Soils Engineer - I `
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 i
• 30 Geologist 61 Value Engineer
31 Health Facility Planner 62 Water Resources Engineer
i
I
i
i
••
4
•
•
•
STANDARD FORM 330(REV.8/2016)
PAGE 5 OF INSTRUCTIONS
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
A05 Airports; Navaids;Airport Lighting;Aircraft Fueling E06 Embassies and Chanceries
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 El 1 Environmental Planning
Al2 Automation;Controls; Instrumentation E12 Environmental Remediation
E13 Environmental Testing and Analysis
B01 Barracks;Dormitories
B02 - Bridges F01 Fallout Shelters;Blast-Resistant Design
F02 Field Houses; Gyms;Stadiums
C01 Cartography . F03 Fire Protection
•
I CO2 Cemeteries(Planning&Relocation) F04 Fisheries;Fish ladders
F05 Forensic Engineering
CO3 Charting: Nautical and Aeronautical F06 Forestry&Forest products
C04 - Chemical Processing&Storage
COS Child Care/Development Facilities G01 Garages;Vehicle Maintenance Facilities;
C06 . Churches;ChapelsParking Decks
C07 '• Coastal Engineering G02 Gas Systems(Propane;Natural,Etc.)
C08 Codes; Standards;Ordinances G03 Geodetic Surveying:Ground and Air-borne
C09 Cold Storage; Refrigeration and Fast Freeze G04 Geographic Information System Services: •
C10 'Commercial Building(low rise);Shopping Centers Development,Analysis,and Data Collection •
C11 Community Facilities G05 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 Surveying Facilities
C17 Corrosion Control;Cathodic Protection;Electrolysis H02 Hazardous Materials Handling and Storage ,
C18 Cost Estimating;Cost Engineering and H03 Hazardous,Toxic,Radioactive Waste
Analysis;Parametric Costing;Forecasting Remediation
C19 Cryogenic Facilities H04 Heating;Ventilating;Air Conditioning
H05 Health Systems Planning
D01 Dams(Concrete;Arch) H06 Highrise;Air-Rights-Type Buildings
D02 Dams(Earth;Rock);Dikes;Levees H07 Highways; Streets;Airfield Paving; Parking
Lots
D03 Desalinization(Process&Facilities) HOB Historical Preservation
• D04 Design-Build-Preparation of Requests for Proposals H09 Hospital&Medical Facilities
D05 Digital Elevation and Terrain Model Development 1110 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
•
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
RO1 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
L06 Lighting(Exteriors;Streets; Memorials; RO8 Research,Facilities
Athletic Fields, Etc.)
R09 Resources Recovery;Recycling
MO1 Mapping Location/Addressing Systems R10 Risk Analysis
M02 Materials Handling Systems; Conveyors;Sorters R11 Rivers;Canals;Waterways;Flood Control
M03 Metallurgy R12 Roofing
M04 Microclimatology;Tropical Engineering
SO1 Safety Engineering;Accident Studies;OSHA
M05 Military Design Standards Studies
M06 Mining&Mineralogy SO2 Security Systems;Intruder&Smoke Detection ••
M07 Missile Facilities(Silos;Fuels;Transport) S03 Seismic Designs&Studies
MO8 Modular Systems Design; Pre-Fabricated Structures or SO4 Sewage Collection,Treatment and Disposal
Components
S05 Solis&Geologic Studies;Foundations
S06 Solar Energy Utilization
NO1 .Naval Architecture;Off-Shore Platforms S07 Solid Wastes;Incineration; Landfill
NO2 Navigation Structures; Locks • SO8 Special Environments;Clean Rooms,Etc.
NO3 Nuclear Facilities;Nuclear Shielding •
SO9 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) T01 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
T05 Towers(Self-Supporting&Guyed Systems)
P07 Plumbing&Piping Design T06 Tunnels&Subways
P08 Prisons&Correctional Facilities
•
• STANDARD FORM 330(REV.8/2016)
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
•
•
I i
II
\ I
STANDARD FORM 330(REV.8/2016)
PAGE 8 OF INSTRUCTIONS
•
ARCHITECT - ENGINEER-QUALIFICATIONS
PART I -CONTRACT-SPECIFIC QUALIFICATIONS
A. CONTRACT INFORMATION
1. TITLE AND LOCATION (City and State)
2. PUBLIC NOTICE DATE 3. SOLICITATION OR PROJECT NUMBER
B. ARCHITECT-ENGINEER POINT OF CONTACT
4. NAME AND TITLE
•
5. NAME OF FIRM
,i
6. TELEPHONE NUMBER 7. FAX NUMBER 8. E-MAIL ADDRESS
C. PROPOSED TEAM
(Complete this section for the prime contractor and all key subcontractors.)
(Check)
Z0
'z
m° 9. FIRM NAME 10, ADDRESS 11. ROLE IN THIS CONTRACT
aN�
•
a.
E CHECK IF BRANCH OFFICE .
•
b.
❑CHECK IF BRANCH OFFICE
•
C.
❑CHECK IF BRANCH OFFICE
d.
❑CHECK IF BRANCH OFFICE
e.
❑CHECK IF BRANCH OFFICE
f.
❑CHECK IF BRANCH OFFICE
D. ORGANIZATIONAL CHART OF PROPOSED TEAM ❑ (Attached)
AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330(REV.8/2016)
. i
I
. F
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 :
{I
15. FIRM NAME AND LOCATION (City and State) •
16. EDUCATION(Degree and Specialization) 17. CURRENT PROFESSIONAL REGISTRATION(Slate 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.
I
1
(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 0 Check if project performed with current firm
b,
(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 0 Check if project performed with current firm •
c,
I
I
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
PROFESSIONAL SERVICES CONSTRUCTION(If applicable)
I
d.(3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLELi Check if project performed with current firm j •
i
I
. j
(1)TITLE AND LOCATION(City and State) , (2)YEAR COMPLETED
PROFESSIONAL SERVICES CONSTRUCTION(If applicable)
'I
(3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm • j
e. j
i
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 State) 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)
•
•
•
•
•
f - I
25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT
(1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE
a.
•
2)FIRM LOCATION Cit and State
(1)FIRM NAME ( (City ) (3)ROLE
b.
• i . .
(1)FIRM NAME (2)FIRM LOCATION(City and State) (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
0.
(1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE •
f.
STANDARD FORM 330(REV,8/2016)PAGE 3
•
I
•
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'X"under project key number for participation in same or similar role.)
1 2 3 4 5 6 7 8 9 10
r
•
•
I
I
T r , I
1
.
l
•
I
I
I
•
1
' I
•
29. EXAMPLE PROJECTS KEY
NUMBER TITLE OF EXAMPLE PROJECT(From Section F) NUMBER TITLE OF EXAMPLE PROJECT(From Section F)
1 6
2 7 .
I
3 8 1
4 9
5 10
STANDARD FORM 330(REV. 8/2016)PAGE 4 I
t s
4 a
H. ADDITIONAL INFORMATION
30, PROVIDE ANY ADDITIONAL INFORMATION REQUESTED BY THE AGENCY. ATTACH ADDITIONAL SHEETS AS NEEDED.
•
•
•
•
•
•
•
1
• I
1
fIf
I. AUTHORIZED REPRESENTATIVE
The foregoing is a statement of facts.
•
31. SIGNATURE 32. DATE
33. NAME AND TITLE
•
STANDARD FORM 330(REV.8/2016)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
• 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
•
a.Function b.Discipline b.Experience Number
- Code (1)FIRM (2)BRANCH Code (see below)
••
I ;
I � 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 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 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
EAYEA 0t1f
org r1r,LPl^-r,;:, -r'Ic, 1
an official 7tare AT F?uritd n:fiat_
Department of State / Division of Corporations / Search Records / Detail By Document Number/
Detail by FEI/EIN Number
Florida Profit Corporation
SRS ENGINEERING, INC.
Filing Information
Document Number P95000070762
FEI/EIN Number 65-0607552
Date Filed 09/14/1995
Effective Date 09/11/1995
State FL
Status ACTIVE
Last Event AMENDMENT
Event Date Filed 09/12/2005
Event Effective Date NONE
Principal Address
5001 SW 74TH.CT.
201
MIAMI, FL 33155
Changed:02/20/2008
Mailing Address
5001 SW 74TH. CT.
201
MIAMI, FL 33155
Changed:02/20/2008
Registered Agent Name&Address
SERRALTA, IGNACIO
5001 SW 74TH.CT.
201
MIAMI, FL 33155
Address Changed: 02/20/2008
Officer/Director Detail
Name&Address •
Title P/D •
SERRALTA, IGNACIO
http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inqui... 1/8/2019
Detail by FEI/EIN Number Page 2 of 3
. 5001 SW 74TH.CT.;SUITE 201
MIAMI, FL 33155
Title ST/D
PEREDA, RALPH A •
5001 SW 74TH.CT., SUITE 201
MIAMI, FL 33155
Annual Reports
•
Report Year Filed Date
2016 01/27/2016
2017 01/09/2017
2018 01/11/2018
Document Images
01/11/2018—ANNUAL REPORT View image in PDF format
• 01/09/2017—ANNUAL REPORT View image in PDF format
01/27/2016—ANNUAL REPORT View image in PDF format
01/12/2015—ANNUAL REPORT View image in PDF.format
01/13/2014—ANNUAL REPORT View image in PDF format
01/23/2013--ANNUAL REPORT View image in PDF format -
01/17/2012—ANNUAL REPORT . View image in PDF format
01/11/2011—ANNUAL REPORT View image in PDF format
02/18/2010--ANNUAL REPORT View image in PDF format
03/24/2009—ANNUAL REPORT View image in PDF format •
02/20/2008--ANNUAL REPORT View image inPDF format
02/22/2007—ANNUAL REPORT View image in PDF format
01/31/2006—ANNUAL REPORT View image in PDF format
09/12/2005—Amendment View image in PDF format
09/12/2005—Off/Dir Resignation View image in PDF format
05/03/2005--Name Change View image in PDF format
•
04/25/2005—Off/Dir Resignation View image in PDF format
04/21/2005—ANNUAL REPORT View image in PDF format
06/21/2004--Off/Dir Resignation View image in PDF format
03/17/2004—ANNUAL REPORT View image in PDF format
04/04/2003--ANNUAL REPORT View image in PDF format
04/02/2002—ANNUAL REPORT View image in PDF format
01/10/2002--Amendment and Name Change View image in PDF format
01/30/2001--ANNUAL REPORT View image in PDF format
01/27/2000—ANNUAL REPORT View image in PDF format
04/30/1999--ANNUAL REPORT View image in PDF format
03/26/1998—ANNUAL REPORT View image in PDF format
04/03/1997—AMENDMENT View image in PDF format
03/10/1997—ANNUAL REPORT View image in PDF format
04/17/1996--ANNUAL REPORT View image in PDF format
09/14/1995--DOCUMENTS PRIOR TO 1997 View image in PDF format
http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inqui... 1/8/2019
Detail by FEI/EIN Number Page 3 of 3
Florida Department of State,Division of Corporations
http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inqui... 1/8/2019
Name History 1 Page 1 of 1
•
Florida Department of State DIVISION OF CORPORATIONS
Jsvt�fc)l i of
5wL, .org J' p;Cr' .(3r :�
!til;1,r/fr'!r!!.%'(if i"/it£i_t'r webLf!u
Department of State / Division of Corporations / Search Records / Return to Detail Screen /
Return to Detail Screen
Events
SRS ENGINEERING,INC.
Document Number P95000070762
Date Filed 09/14/1995
Effective Date
Status Active
Event Type Filed Effective Description
• Date Date
•
NAME CHANGE AMENDMENT 05/03/2005 OLD NAME WAS: SERRALTA REBULL SERIG,
INC.
AMENDMENT AND NAME 01/10/2002 OLD NAME WAS :SERRALTA AND ASSOCIATES,
CHANGE INC.
NAME CHANGE AMENDMENT 04/03/1997 OLD NAME WAS :CIVIL-TECH GROUP INC.
Return to Detail Screen
• Florida Department of State,Division of Corporations
http://search.sunbiz.org/Inquiry/CorporationSearch/NameHistory?aggregatel... 1/8/2019
-....
r
- __,
. ��} City of Miami Beach
riiieNs.,
CA
� , � - MIAMII3EAL
, -N.
N i „. :;1,1 I
41
Request for Qualifications
for
} " Professional Architectural and
„A.,... - :--
;; ' ,-�_ Engineering Services for Capital
. - Renewal and Replacement
Projects
4. tt" xr� ` RFQ No.: 2018-141-ND
•
-..f - ��� � ,.+.A„
;
t- Submitted: May 7th, 2018
10
COPY ``�
` - -
ENGINEERING,INC.
5001 SW 74TH COURT, SUITE 201, MIAMI, FLORIDA 33155
•.F.,x ,,..,,.,,..�. . - TEL: 305-662-138137 FAX: 305-562-8858
;, �" WWW.SRS-CORP.COM EB-00007317
1 ! t
1 ! t
•
V"
CO
Li
MIAMEACH _�
r Z
Z
TAB 1
Cover Letter & Table of Contents
Response Certification,
Questionnaire & Requirements
Affidavit
A►�
5001 SW 741-!1 COURT. SUITE 201. MIAMI. FLORIDA 33155
TEL: 305.662-01387 FAX: 305-662-8858
WWW.SRS•CORP.COM EE•00007317 GL•
��1I
ENGINEERINO,INC.
May 7'h, 2018
Ms. Natalia Delgado
Procurement Contact
City of Miami Beach
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
Re: RFQ for Professional Architectural and Engineering Services for Capital Renewal and
Replacement Projects; RFQ #2018-141-ND
Dear Selection Committee Members:
We sincerely appreciate the opportunity to be considered for the above referenced contact and to
acquaint you with our Firm. SRS Engineering, Inc. is very familiar with the work to be performed as
Municipal Civil Engineering Consultants and feel our firm is uniquely qualified to provide the services
required. We are submitting our qualifications for the category of work: Engineering—Civil.
SRS Engineering, Inc. (SRS) ralont. Int7gr ity. Innovation. SRS is a local consulting civil engineering
firm dedicated to providing professional engineering and construction management services to local
governments and municipalities, as well as the private sector. Our staff is a highly motivated,
experienced group of professionals including engineers, designers, construction managers, field
inspectors and support staff. SRS can offer the City of Miami Beach a broad spectrum of engineering
services from investigation and feasibility reports to design, project management, construction
administration, and construction observation. We have extensive experience in the design and
construction management of municipal projects.
SRS has been providing similar engineering services for over 23 years to municipalities and local
governments. We are currently under contract to provide continuous miscellaneous civil engineering
services to the City of Hialeah, City of Miami, Town of Medley and the City of South Miami. We have
extensive experience providing miscellaneous services to municipalities. Recent projects include new
roadways, drainage improvements, water and sewer pipelines and pumps stations, environmental
studies, water, sewer, and roadway master planning, municipal buildings and parking areas, parks and
recreational facilities, construction administration services and construction inspections.
EXPERIENCE PROVIDING SERVICES TO MUNICIPALITIES AND THE PUBLIC SECTOR
SRS has had the opportunity to serve several local municipalities and governmental agencies as
consulting engineers, designing roadways, drainage systems, water and sewer pipelines, pump
stations, parks, and provided construction management and inspection services on many more
projects. SRS is currently providing Miscellaneous Engineering Services to the Cities of Miami,
Hialeah, South Miami, Town of Medley and Miami-Dade Water& Sewer Dept.
We have also provided various Civil Engineering services to the following governmental agencies:
4
May 7th, 2018
City of Coral Gables, Public Works Department
City of Hialeah, Streets Department 7eF.x��cE�
City of Hialeah, Water& Sewer Department
City of Hialeah Gardens
City of Homestead
City of Florida City 00000�
City of Miami, Department of Capital Improvements FLU
City of North Miami Beach
City of South Miami
City of Sweetwater � (1, ',�
Florida Department of Transportation
Florida International University SUMOII PG
t Florida Memorial University co,M‘,,���
Homestead Air Reserve Base
• Monroe County , °F r`cA'ov
South Florida Water Management District •
• State of Florida Department of Management Services
State of Florida Department of Military Affairs
4 U.S. Department of Labor < oFANSQ
Village of Bal Harbour
Miami-Dade County Public Schools
Miami-Dade County HOME
Miami-Dade County Aviation Department
Miami-Dade County DERM
Miami-Dade County Fire Rescue Departmentci- ►
Miami-Dade County Housing Authority -'JS..7,11 71.
Miami-Dade County Parks & Recreation Department Miami-Dade County Performing Arts Center
Miami-Dade County Police Department 'o
Miami-Dade County Water& Sewer Department
SRS has provided Construction Engineering and Inspection Services to the following governmental
agencies:
Naranja Lakes Community Development Agency
Miami-Dade County Office of Capital Improvements
Miami-Dade County Department of Environmental Resource Management MIAMI. E
4 City of Miami Office of Capital Improvements
City of Hialeah COUNTY
• City of Coral Gables
DESIGN EXPERIENCE WITH ROADWAY AND DRAINAGE PROJECTS
SRS has extensive experience in the design and construction management of roadway projects. SRS
has designed roadways of several municipalities, Miami-Dade County and many private land
development projects. Our most recent relevant project experience encompasses several roadway
and drainage improvement projects including NW 58th Street and West Dixie Highway for Miami-Dade
County and several roadways for the City of Hialeah totaling over 26-miles of roadways including W.
36th Avenue (NW 97th Avenue) and NW 138th Street and adjacent canal. Other roadway projects
.a
5
May 71h, 2018
include the design of the Miller Drive (SW 56th Street) widening, the extension of SW 120th Street, the
widening of, and the Collins Avenue Roadway Beautification Project.
NW 138th Street, in particular, was recently constructed with a construction cost of over$12,450,000.
This roadway project consisted a of 6-lane divided roadway including continuous drainage system and
street lighting (1.4 Miles); signalized intersections at NW 97th Avenue, NW 102nd Avenue, and NW
107th Avenue with double left turns and deceleration lanes; new 50' wide drainage canal including
culverts and a canal wall along the north side of NW 138th Street between NW 97th Avenue and 1-75.
This project also required extensive permitting including City permits with Hialeah, Hialeah Gardens,
Miami-Dade County, RER (DERM), FDOT, SFWMD, COE, and DEP. An Environmental Resources
Permit (ERP)was required, cut and fill calculations, and wetland mitigation.
In addition to our County and Municipal roadway design experience, SRS has planned and designed
over 2,200-acres of land developments projects within Miami-Dade County which included the design
of all roadways and storm water management systems associated with those developments and many
within Wetland/Environmentally sensitive areas.
Furthermore, as an example of our ability to manage large and complex projects, SRS was the program
manager (Master Consultant)for the DERM FEMA/DORM Program. The FEMA/DORM project was a
jointly funded effort supported by the Federal Government, State of Florida, and Miami-Dade County
intended to mitigate problems that arose as a result of Hurricane Irene (October 1999) and the "No
Name Storm" (October 2000). As a Master Consultant we were responsible for the coordination of
twelve (12) engineering design consultants and seven (7) land surveying firms involved in the design
of approximately four hundred ninety (490) mitigation projects. These projects ranged from drainage
improvements to total roadway reconstruction, canal dredging, culvert cleaning, and canal bank
restoration. Additionally, we oversaw the construction efforts of five (5) contractors performing work
with an estimated construction value of$35,000,000.00. Finally, we were responsible for all document
control related to these projects, approval of payment for design, survey, geotechnical reports, and
construction in accordance with FEMA required guidelines.
Throughout our 23-year history, SRS Engineering, Inc. has been providing civil engineering design and
construction administration services to several local municipalities.
Over the years we have had the opportunity to complete the ; �►
following roadway projects, some of which will be outlined in detail :. • ,
throughout this document.
\tom ,.
City of Key West •
• 20 Bus stop aprons along US 1 from Marathon Key ;
to Key West
` �0°
Miami-Dade County
• West Dixie Highway from NE 164 Street to NE 173 , •
Street
• NW 58th Street from Palmetto to NW 97th Avenue i
• SW 120th Street \,
• SW 56th Street (Miller Drive) v
City of Hialeah/MDCPW
• NW 170th Street \' .'!
• NW 97th Avenue from NW 154th Street to NW 170th
Street
6
May 7th 2018
• NW 97th Avenue from NW 138th Street to NW 154th Street
• NW 138th Street from 1-75 to NW 107th Avenue
City of Miami
• NE 2nd Avenue from NE 20th Street to NE 36th Street 4 .x• , --
• NE 2nd Avenue DCP -from NE 69th Street to NE 84th t� iiit
• Street :
f 1
• NW 7th Street Road Drainage Improvements ' It
• Day Avenue and McDonald Street Traffic Circler ! ilt',
• SW 15th Street Roadway Improvements � 7
Town of Medley 1
• NW 91st Street i
• NW South River Drive
• NW 114-115 Way . 'l'
• NW 138th Street Drainage Improvements I,.-'' U
• NW 74th Street Drainage Improvements 'tt it
City of Sunny Isles Beach
• Collins Avenue Roadway Beautification Project
• City of Florida City k. 4 1
• NE 1st Court Roadway Improvements
• NW 3rd Avenue Roadway Improvements
City of Coral Gables
• Merrick Way -II
City of Hialeah
• NW 142nd Street from NW 97th Avenue to NW 107th =•.
• Avenue .I "
• W 16th Avenue (North) Roadway Improvements f 4.
• W 68th Street Roadway and Canal Bank Restoration .;
• W 76th Street Roadway Improvements 1
A
• W 16th Ave (South) Roadway Improvements f
• W 18th Avenue Roadway Improvements t..
• W 53rd Street Roadway Improvements t
• W 80th Street Roadway Improvements L
tfcr
• SE 4th Avenue Roadway Improvements , ; �'"
• E 13th Street Roadway Improvements
• E 63rd Street to e 65th Street Roadway Improvements }
O
• E 61st Street Roadway Improvements -
• E. 60th Street Roadway Improvements , '
• E 9th to East 21st Street (4 phases) Roadway x a
ImprovementsEs �, �
• NE 4th Street Roadway Improvements
• W 21st Court Roadway Improvements
• W 77th Street Roadway Improvements
• W 33rd Street to W 37th Street Roadway Improvements ;�`` .'
a.
• W 14th Avenue and W 26th Place Roadway
Improvements
• E 4th-6th Ave to E 7th —9th Street Roadway Improvements
• W 36th Avenue (South) Roadway Improvements
• W 64th Drive Roadway Improvements
. 117
7
May 7th, 2018
• W 79th Street &W 79th Place Roadway Improvements
• W 25th Place Roadway Improvements
• SE 7th Ave Roadway Improvements
• Park Drive Roadway Improvements
• W 23rd Street Roadway Improvements
• W 35th Street Roadway Improvements
• W 74th Place and 7th Avenue Roadway Improvements
• W 33rd Street Roadway Improvements
• SE 11th Court Roadway Improvements
• Hialeah Drive Roadway Improvements
DESIGN EXPERIENCE WITH RECREATIONAL AND PARK DEVELOPMENT PROJECTS
SRS has designed many recreational projects for local parks and for private developments. Our
experience includes a multi-year consulting contract with Miami-Dade Parks and Recreation
Department providing engineering design and construction management services. The following is a
list of parks and recreational projects we have completed. These projects include several
walkways/trails and bike paths, trail bridge, access roads, site development including clubhouses,
restrooms, park facility buildings, picnic areas, an equestrian center with equestrian trails,canoe ramps,
playgrounds, parking areas, water and sewer improvements, drainage improvements and marinas. In
total, we have designed over 22 park and recreational projects.
For most these projects, our tasks included the planning of site
improvements including laying out of park facilities such as park
administration and maintenance buildings, parking lots, access -� ., $'
roads, field drainage improvements, water and sewer systems, ;
sewer pump stations, and various walkways and bike paths. ` ;, •
Our scope of work included the project management, ^
coordinating the work with all the subconsultants, design and ,
preparation of construction documents, specifications, . .0„ ;• '
preparation of construction cost estimates, permitting through _'
the various regulatory agencies and departments, bid phase
services including conducting pre-bid meeting and review of dr
bids; and construction phase services which included 1 ,
conducting site inspections, responding to RFI's and review of
ot
shop drawing, and final close out. _- , :7-'
PARK PROJECTS • !; W
Crandon Park Marina and Golf Course — Miami-Dade / ` 4414.
County •
f • t.011 ,
Palmetto Golf Course—Miami-Dade Count
Miller Lakes Park—Miami-Dade County
Matheson Hammock Marina—City of Coral Gables {,a •
14 se.4
Three Lakes Park—Miami-Dade County ; ",. ' r
North Trail Park—Miami-Dade County _ k ~"
Martin L. King Park-City of Miami
Reach Park-Miami-Dade County
Deerwood Park-Miami-Dade County
8
May 7th, 2018
ea
at u
Miller Lakes Park-Miami-Dade County 70.
- � y �. " �� "••:4:
Eureka Villas Park-Miami-Dade County -
Eureka Park-Miami-Dade County
Casas Park-City of Hialeah "-" - -
Southern Estates Park—Miami-Dade County
Spanish Lakes Park—Miami-Dade County
Virrick Park-City of Miami --• '''
A.D. Barnes Park-Miami-Dade County
Chapman Field Park-Miami-Dade County "4
Kendall Indian Hammocks Park—Miami-Dade County �r�
Tropical Park Equestrian Center—Miami-Dade County
Riviera Park-City of Coral Gables
Salvador Park-City of Coral Gables
EXPERIENCE WITH (FDOT) LAP/ARRA PROJECTS
SRS Engineering is a FDOT pre-qualified firm to perform engineering services. We are very familiar
with FDOT LAP (ARRA) requirements. SRS has recently completed the design of W. 53`d Street
Roadway Improvement Project for the City of Hialeah in accordance with the ARRA/LAP guidelines. In
addition, SRS also provided CEI services for several new LAP/ARRA projects for the City of Hialeah
and Coral Gables. These projects include the 1-75 Ramp/NW 138th Street, W. 4th Avenue, and Ponce
de Leon Boulevard.
DESIGN EXPERIENCE WITH SITE/LAND DEVELOPMENT
SRS is one of the top south Florida land development design firms. We have been the engineers on
over 54 large land development projects within Miami-Dade, Broward, and St. Lucie Counties. Our firm
provides full land development services from initial due diligence and feasibility studies to complete
design all site improvement including roadways, drainage systems, stormwater management, lakes,
canal,water and sewer systems, pump station,cut and fill studies, and all associated permitting.Among
our recent projects include the following:
Kendall Commons - SRS prepared all civil engineering design plans and specifications for the
construction of an approximately 160-acre traditional neighborhood district development comprised of
1,256 residential units, including Cityhouses, single family homes, live/work units, lofts, and flats; as
well as over 132,000 SF of commercial retail, 15-ac lake, and a 9-acre school. SRS services included
the civil design of a regional sewer pump station (wet well/dry well) as well as on-site roadway, paving
and grading, drainage and storm water
management systems, water and sewer systems,
design of off-site water and sewer systems and
•-t, • _ roadway improvements to SW 167'h Avenue and
Kendall Drive. Other services included contracting
; and coordinating all topographical surveys and
♦ f • / f �* geotechnical investigations; all environmental
ib — - studies including wetland mitigation reports and
Ator Now preparation of ERP permit. Permitting included all
applicable regulatory agencies including FDOT,
9
May 7th, 2018
SFWMD, US Army Corps. Of Engineers (USACE), DERM, MDWASD, MDPWD, FIRE, and Health
Dept.
Century Prestige—a±96-acre development north of Miami Lakes and south of the Broward line off of
1-75. This project is comprised of 402 single-family homes with
a 5-acre lake and 3-acre marsh wetland with a tree island
Flagler Countyline is a Commercial/Industrial land !€'
development consisting of 504 Acres and approximately 8.3
million square feet of warehouse/office buildings located within
the City of Hialeah annex area
Bonterra - 152-acre single-family and Cityhome residential
development comprised of 1,171 residential units, including
487 single family homes, 118 Cityhouses, 253 villas, 314
apartments, and single family homes; as well as 16-acre lake.
The project is located in the Hialeah Annex Area. _ '.
1011
Coral Keys Homes - 44-acre Multi-family/Cityhome
development comprised of 614 Cityhouse units. The project is
located north of E. Palm Drive (SW 344th St.) and SW 172nd Avenue in Florida City. SRS services
included the civil design of all on-site roadways, paving and grading, drainage and storm water
management systems, on-site lake and wetlands, on-site water and sewer systems, design of off-site
water and sewer systems and design of SW 172nd Avenue roadway between Palm Drive and NW 7th
Street. Other services included contracting and coordinating all topographical surveys and
geotechnical investigations; all environmental studies including wetland mitigation reports and
preparation of ERP permit.
DESIGN EXPERIENCE WITH WATER SUPPLY AND WASTEWATER SYSTEMS
Master plans of water and sanitary sewer systems, hydraulic network - . _ _
—.
analysis by computer, sanitary sewer collection and transmission —. 1 ! -
systems including forces mains and gravity systems,water distribution
and transmission systems, pump stations, wells, water treatment
plants and special structures.
Hialeah Annex Water and Sewer Systems and Master Plan - This
work included the preparation of a water and sewer master plan for
the area to determine the current and future service needs and the i.
size and location/alignment of water and sewer main lines needed
along the major arterial roadways. It also included the design of an
8.06 MGD regional sewer pump station with backup generator with '+"'
sufficient capacity to serve the entire annexed and adjacent areas. ,,
Additional work included the design of approximately 1,480 LF of 24-
inch gravity sanitary sewer mains, approximately 10,724 LF of 24-inch
force main extensions, approximately 3,229 LF of 36-inch force main
extensions, and approximately 12,166 LF of 36-inch water main
extensions.
10
May 71h, 2018
EXPERIENCE PROVIDING CONSTRUCTION MANAGEMENT AND SUPPORT SERVICES
In addition to our firm's vast experience designing local -
roadway and site/land improvement projects, our firm ,::-.
also specializes in providing municipalities withill '" .. r f.. 'i ,,
construction administration support services and ra' .- I
is construction engineering inspection (CEI)services. Our L,e' `
most recent relevant experience includes several x r r' .- , /'+M .",.,
roadwayand drainage improvement projects/contracts '` "` i
9 P P 1 :d �
for Miami-Dade County Public Works, DERM, City of " ' �� "'
Miami, City of Hialeah, and as Construction "'
Consultants to the Naranja Lakes CRA. Among these µ_
projects were the NW 3rd Street and SW 69th Street
Storm Sewer Projects for the City of Miami Office of
Capital Improvements which had a combined
construction cost of $2.3 million in roadway
restorations, Pinehurst Storm Sewer Retrofitting Project which included roadway restoration and
drainage improvements with a construction cost of$1.6 million and Avalon Storm Sewer Project which
includes both roadway restoration and drainage improvements and has an estimated construction cost
of over$3 million. Our firm has been contracted to provide CEI services to several FDOT ARRA(LAP)
projects for the City of Hialeah and Coral Gables.
OUR MANAGEMENT TEAM 0
Our Team will be led by Mr. Ignacio Serralta, P.E., who will serve as Principal- 0 'x
In-Charge. Mr. Serralta has over 28 years of experience in civil engineering
planning, design, and management for a wide range of public works, site
development, and infrastructure projects. Mr. Serralta will be personally
overseeing the management of this project and coordinating between the City
and the SRS Team.
Our Senior Project Manager will be Mr. Mark Tomczyk, P.E. who has more
than 25 years of municipal project management and engineering design
experience. Mr. Tomczyk's design expertise includes projects for local,
'' county, state and federal entities. Key services include, regional roadway/
, neighborhood street design, storm water management and drainage,
intersection improvement, safe streets design implementation, stormwater
management/drainage design, floodplain management issues engineering,
grading (earthworks), drainage and erosion control, traffic improvements,
environmental design and restoration, construction specification,
commissioning, environmental/municipal permitting, and procurement
through all local, county, state and other governmental entities. As a former
employee of the City of Miami Beach, Mr. Tomczyk provided construction management for more
than $100 million of roadway, neighborhood and public works related projects. In this capacity, he was
also responsible for overseeing construction, including plan review, take-offs, procurement, payment
processing, change orders, quotes and all associated contract administration to final acceptance by the
owners. He also gained extensive knowledge of the City's standards and procedures. Mr. Tomczyk
11
May 7th, 2018
will be responsible for quality control reviews and as technical advisor, and will assist the Project
Manager as needed to assure the successful completion of the project.
Mr Tomaczyk will be assisted by Mr. Gil Garcia in the Management of projects
for this contract. Mr. Garcia has over 32 years of experience in Inspection,
tet
Design, Project Management, Construction Management, Constructability
Review, and Claim Review. Throughout his professional career, he has served
as a Director of Engineering, Technical Expert, and Director of Construction on
Civil engineering projects. His civil engineering experience includes: Water /
Wastewater Treatment Plants, Gravity Sewer, Sewage Lift, Pump, and
Boosters Stations, Force Main, CSO, Transportation, Water Mains,
Geotechnical Works, Storm Drainage Collection System and Pumping, and
Service Tunnels plus Underground Construction fields, such as Hand Mining,
Compress Air, TBM, EPBM, Slurry Shields, Rock Header, Drill and Blast, Etc.
He has extensive experience completing complex projects for the City of Miami Beach, including West
Avenue Neighborhood Improvements (North and South Contracts), and La Gorce Neighborhood
Improvements (North, Central, and South Contracts).
Our Lead Civil Engineer will be Mr. Jean-Claude Fontaneau, who has
twenty-two years of experience in civil engineering design. He has been
responsible for the planning and design of numerous roadway improvement
projects. Mr. Fontaneau is primarily responsible for the engineering design
and preparation of plans and specifications including the design of roadway
and drainage improvements, pump stations, water and sanitary sewer
pipelines, and site development projects. Mr. Fontaneau was the project
manager in charge of the design of several roadway improvement projects
for the City of Miami including the NE 2nd Avenue, and the McDonald
Street/Day Avenue Traffic Circle.
WHY SELECT SRS
SRS has the experience, capability, local knowledge, and proven track record to successfully
complete the projects assigned. Our combined strengths and capabilities will ensure the projects
successful and timely completion. In addition to possessing the qualifications and experience required
to meet the challenges of this contact, we believe the following items makes our firm uniquely qualified:
Qualifications of Key Staff - Our key staff is exceptionally qualified with proven management
and extensive municipal design experience.We are extremely familiar with local design standards
and permitting regulations. From our Project Manager to our Design Engineers, the SRS Team is
a top notch experienced group of professionals. This is the same group of design professionals
that worked on most our municipal projects. :xceptional/y qualified professionals!
Knowledge and Past Experience of Similar Type Projects -The SRS Team has a thorough
understanding of the scope of work and requirements of municipal projects. We have the unique
experience having previously provided similar services to several local municipalities. We have
been providing engineering services to local municipalities for over 22 years. SRS has provided
City Infrastructure Master Planning, Designed Roadways, Drainage Improvements, water and
sewer systems, municipal facilities, fueling stations, maintenance yards, parks, and City
Entrances. We have no learning curve!
12
May 71h, 2018
Knowledge of Project Scope — The SRS Team has a thorough understanding of the scope of
work from initial studies and reports, master planning and modeling, to design and permitting,
construction management and inspection services and final close-out certifications. Our project
manager will be tracking all our projects, keeping project schedules and assuring the quality of
our team's work products and services. We have done it before!
Ability to Provide Required Services within Schedule and Budget —SRS is an efficient and
responsive firm. We fully understand the importance of providing quality services and staying
within schedule and budget. Our firm prides itself on our local expertise and our ability to quickly
respond to our client needs. At SRS, we can provide the same professional engineering services
as larger firms, but in a more responsive and cost-effective manner. When dealing with our firm
you will be dealing directly with Principals who have the experience and authority to respond
effectively to the County's needs. We responsive to your needs!
In summary, The SRS Team will provide City of Miami Beach with a well-articulated and dynamic group
with talent, professional depth and proven experience. We are committed to the highest standards of
excellence and dedicated to providing you with the best service possible. We value our commitment
to the City and if selected for this Contract, the SRS is committed to meeting its assignments, project
requirements and schedules. We are accustomed to designing and managing small, as well as, large
and complex projects. What sets us apart is our commitment to principal involvement on every project.
Our Principals and Project Managers understand the importance of exceeding our client's expectations
which is evident by our long list of continued clients.
Again, thanks for this opportunity to present ourselves. We are extremely interested in this assignment
and we do look forward to working with the City of Miami Beach.
Respectfully submitted,
C;Q;ce,Aftj • 'a7,4":4
Ignacio Serralta, P.E.
President
a .a.,
Orris
isms
W IRstsse
mi▪sirtzlift
l�1
.7116
13
Li
MIAMEACH
taiZ
lib
:• V C1
W
TABLE OF CONTENTS
TAB1
• Cover Letter & Table of Contents 3
Response Certification, Questionnaire &
Requirements Affidavit 14
TAB2
Minimum Requirements 29
TAB 3 4''
• Experience & Qualifications of the firm 32 w
CD
TAB 4 }+
• Experience & qualifications of the team 56
TAB 5 0
• Required Forms 70
0
CD
14
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 NATALIADELGADO a(�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: SRS Engineering, Inc.
NO.OF YEARS IN BUSINESS:23 NO.OF YEARS IN BUSINESS LOCALLY: 23 NO.OF EMPLOYEES: 15
OTHER NAME(S)PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: N/A
FIRM PRIMARY ADDRESS(HEADQUARTERS): 5001 SW 74th Court,Suite 201
CITY: Miami
STATE: Florida ZIP CODE: 33155
TELEPHONE NO.: (305)662-8887
TOLL FREE NO.: (305)662-8887
FAX NO.: (305)662-8858
FIRM LOCAL ADDRESS: 5001 SW 74th Court,Suite 201
CITY: Miami
STATE: Florida ZIP CODE: 33155
PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: Ignacio Serralta
ACCOUNT REP TELEPHONE NO.: (305)662-8887
ACCOUNT REP TOLL FREE NO.:
(305)662-8887
ACCOUNT REP EMAIL: Ignacio@srs-corp.com
FEDERAL TAX IDENTIFICATION NO.: 65-0607552
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
15
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 http://www.miamibeachfl.aov/citv-hall/procurement/
RFQ 2018-141—ND 19
16
1. Effective January 1, 2018, covered employees must be paid a living wage rate of no leaf than $11.62 per hour with
benefits.
2. Effective January 1, 2019, covered employees must be paid a living wage rate of no leaf than $11.70 per hour with
benefits.
3. Effective January 1, 2020, covered employees must be paid a living wage rate of no lest 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?
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 Yes Yes
Sick Leave Yes Yes
Family Medical Leave Yes Yes
Bereavement Leave Yes Yes
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.aov/city-hall/procurement/procurement-related-ordinance-and-
procedures/
RFQ 2018-141—ND 20
17
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 Confine Initial to Confirm Initial to Confirm
Receipt Receipt Receipt
Received Addendum 1 Received Addendum 6 Addendum 11
Received Addendum 2 Received Addendum 7 Addendum 12
Received Addendum 3 Addendum 8 Addendum 13
Received Addendum 4 _ Addendum 9 Addendum 14
Received Addendum 5 Addendum 10 Addendum 15
If additional confirmation of addendum is required,submit under separate cover.
RFQ 2018-141—ND 21
18
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.
RFQ 2018-141—ND 22
19
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:
Ignacio Serralta President/Owner
Signature of Proposer's Authorized Representative: Date:
4/19/2018
State of FLORIDA ) On this 19thday of April ,2018,personally
appeared before me/C-n(AciC �anA,ngFi9
County of Merl)- ) stated that (s)he is the PArs'f Dr
of 51t4' e->Ji • i'.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 :
#0'4k, RALPH A.PEREDA Notary Public f r the State of Florida
1°4
� MY COMMISSION K F986936 My ComVmission Expires: 4 -1 2 3, J...1.:149"tea n EXPIRES:July 23,2020
RFQ 2018-141-ND 23
20
Client References
List of Client References (minimum of three), including name, title, company, address,
telephone and facsimile numbers and email address:
1. Mr. Aurelio J. Carmenates, P.E.
City of South Miami
Capital Improvements Project Manager
4795 SW 75 Avenue
Miami FL 33155
Telephone: (305) 403-2072
Fax: (305) 663-6345
Email: ACarmenates@southmiamifl.gov
2. Mr. Keith Ng
Project Manager
City of Miami
444 SW 2nd Avenue, 8th Floor
Miami, Florida 33130
Telephone: (305)416-1298
Fax: (305)416-2168
Email: keithng@miamigov.com
3. Mr. Jose Sanchez
Streets Engineer
City of Hialeah Streets Division
5601 East 8th Avenue
Hialeah, Florida 33013
Telephone: (305)687-2615
Fax: (305)687-2632
Email: JOSanchez@hialeahfl.gov
4. Mr. Jorge E. Corzo, P.E.
Town Engineer
Town of Medley
7777 NW 72nd Avenue
Medley, FL 33166
Telephone: (305) 887-9541 x143
Fax: (305)887-6928
Email:jcorzoetownofinedley.com
ARS
03
¢i
ENGINEERING,INC.
21
Client References
ii
M AMI.0A0
� RN9. Mi.'ri-lhale('muds
cy Pok k R�wunn[)npan,ncn
/\ 215 NW'. ,J flan
Mk,Hanka 13120
MIAMI-DARE PARK&RECREATION DEPARTMENT ,. bpep$„�nit3,of„:
t
1'R' lamer,5.'-011 __. atep&
M c a
.-'
on Re.Miami Dade Port and Bouton Department u,p'~+. 'tea N.20.. Ve1 y
A” W" n "�
Chapman Field Park Phase)Ile,et,pnent Present ,I'
^� yar5"' ..q w.am" el~ra. _aft. 't c%n,
sInen
1 ,^�- mem awu NOP to .-a" ,,r'„n^^'`>^"e rp In armear.,u,uwn °+,ems KA°"° .bM
-3� 0..-7.-....•i•O �� ..n .,M I e*1,. rnlaser sasses fy Nx 3RD I'o0 o o Inc was aonI 1Od n the C "Wypt„t
pdnr ` pM 'I:0'
^a f e .g ruh. he Anthem or Rm,nl,)end n,he Endue dee. -,y,
..�...^ ti. ti P'"er °ta",de' a� a°.a Renard,n u r lli competed the amitxn yr,i.m,aN,y.k Launch), <+bt dee.—,7e,..,„
c y m,3 i,
A ,.." ./M_.,�p p 0, poP�nM end xtrfP l z Path Charman Richt Pot. 'nee C..)::. 11,7 0,Ne:mn1.
... a'+� 00 0. °r Cyrrr 4q�Ma 'Rrt qt"SR.S �
r •�' `� M Sus bl f the M41 ,-, bTMe�yf"',. •'Topa b s
✓ '.•,,.� !�pOM�P•aPp ..aa"i.ne'g ,�,� 'e.+M a R M ted to OmmabY,rovtw, .b.a hroy s. ) U".10,'W.,
P. ri _„ar-10....,..f...,... _.rp .,la' Jrd 6 n 1 N 1 R Rc f M lNbwing xope clotex ,yCN-••.n °"qpa uc. $
Mr .0� ..g gf , br peat I k n nW I b T 1 od c Ilndge dtm ,,�+1� ,i i,,,,4,'" .rare 1. ,77 a -mar,
,�,,.. ‘,...-7,...,---- ea0�p �0aas0�.w^' ..,.m ya 1b,"^rr N., n*re,•..4''''.4.
A i.e,,; n
�,r. gari d_,,,,, `a' CRs nm aft the daps 03 nonnc M this project III a molt'taxi erlk 2 � bat .,.., '•tare!!*'°0O k','',4"",
, rV
�. ,rgo+Nwkn �e�,ara°p' i " w �n,.v•aetr,,; ro„Jnr.
_.",...r` tem✓.�,► •..'" rim t.olea..n...ly ludo nxvarvoinn..ml.scheduled eWu,p, p''.nr4Yol R IInc;:4'y'""k.et,,��� ab ,,,gab .,.
• .r/"' /O'er ., n
AM .N ...+. ,,. 1N1Sxfl11. ,,,. 'm,yx Wda n oo a,"I2''''n aW4,fi.
„t om„qn� ''fie bad�b f,',a'� ,ivp, ,
Comments: SRS has met all the requirements in a timely and .�,4,� �`'�w• ,,,,b. ""'{ .„.
herb .,
efficient manner. ,,,.„,. „,
Comments: This Department applauds your firm for a job
extremely well done, and look forward to maintaining our
=%= .,....00011Pr professional relationship.
Comments: most impressed by their accessibility and
responsiveness to complex inquiries... would be the utmost
pleasure to work again in the future....
1ZillIs)
EN GIN E E RI N G,INC.
22
Additional References
..RCw1EC T NsSEER Ra.SI C.4CR
4aw.e4.yN.paS.W.wY.w. ._ MIWIpCIIBRIa®11101R61R 0401
,......r Imp Mw.0m...we MO.Ramo 1.n... A.w..aEq��SNRN.r.Yd
.nrw'yM1 Y1w4[I�IIYRw.6 __..._.._. 7,31•7331atlFaAflilLlbasYwR_.—..._
T R.YmNmwtl�sa (..... I.".
. RN.wsanon.,ww
}(NOON i.N mR MOW, .DOOR
/ .,.A W.o�w rms.AAA M..w.'@.1MO�nw Somas
WS N.N•MON u• a 1MRPdwN'aN.wM[wseuM..r)MaF.y.sna5ws
2 ww.....wf1.C.0,Magara11.15110 v1
wMb Our monmn*Not no.,
,./ S.MOM caN..Itl wmn44>_L_vw 1Y4.?.ma,wm�siNaNYauar FY
.YytR- ,°9°.5� wom.4rA r.10..gsa..
.PnV ....m . YMY....m) ♦ WOONaa.#R w[m.s.M.asye,.
M' adY� j w_ra g a i w.r.sw[.wwmro+
Dom_,®'" aww..a.wvan..c+.cwraR.� V_'.w_".
5,0000.°
.N•'w4�_-apt ' .w... ,S ow.1...mmeaReOO
• ,R''n•'�.ew"rw.e:""°a' .->-.*-3707....-
✓" ;�E New,w An mw w.^, 'M.v
a+'»Aryan` �' w+"'• 3.437' .33733 T 1ea....w :'1
n-.E+MuMx.N.m Jrea.a.
'' n. w _d'.,
te1NR RSO
o
n ,M�W."-
.77. r.... . w AM1, 'w. '..,.•w. '°•77,• w.woarr .a.w.R.» %�"A°� _� ...'" ".. 4E. ' war....
T:5.--,,,,,A...." a %,..›4•3, +.�' ,
p ".• ---4...., N7" a
ram s
Comments. Delivery of project was delayed due to performance of CM. SRS provided
excellent coordination with MDWASD and construction administration services. SRS went above and
beyond the typical CA services in order to try to help the CM and subcontractors deliver a quality
product to FIU.
Comments: SRS provided excellent construction documents for the low bid project and
provided excellent Construction Administration services. Project was very successful.
Comments: Highly recommend this very Professional Firm
fr
ENOINEERINO,INC.
23
'MIAMI-DADS'
PARKS Miami-Dade County
Park&Recreation Department
ktrii 275 NW 2nd Street, 4th Floor
iI Miami, Florida 33128
MIAMI-DADE PARK & RECREATION DEPARTMENT
January 5, 2011
Re: Miami Dade Park and Recreation Department
Chapman Field Park Phase I Development Project
To whom it may concern:
This letter serves to certify that SRS Engineering Inc. was contracted as the Civil
Engineering sub-consultant to the Architect of Record, and as the Engineer of
Record, has successfully completed the design of a Canoe/Kayak Launching Pier
and Bike/Pedestrian Path to serve Chapman Field Park.
SRS was responsible for the engineering related to geometry, paving, grading,
drainage, pavement marking and signage for the following scope elements: Parking
lot, Improvement of existing dirt road, 1 mile Trail, and a Bridge allowing canoe
access across waterways.
SRS met all the design requirements of this project in a timely and efficient manner.
This project is currently under construction and is scheduled to finish by
Jan/15/2011.
If you have questions,please contact me at 305 755-5456.
Sincery;2
yja6_,/ s
Lydia . Salas, Construction Manager II
Project Management Division.
cc: Maggie Tawil,P.E., Project Management Division Chief
p��ofTMEC�T> 24
4. � 9n
f t
K •
a
• 4'
1rMtSTFW
THE CITY OF KEY WEST
Post-Office Box 1409 Key_West,_FL_33041-1409 (305)809-3700
Judith Clarke, P.E.
Director of Engineering Services
Monroe County Engineering Department
1100 Simonton Street, Room 216
Key West, FL 33040
Re: Proposer Reference to the
RFQ - Engineering Design and Permitting for the
Stock Island II Roadway Improvement Project
Greetings,
I understand SRS Engineering is a proposer to the above Request for Qualifications and I would like to
share the City of Key West (City) experience engaging SRS Engineering, Inc (SRS). The City selected
SRS through a RFQ selection process for participating in the Lower Keys Bus Aprons Project TS1102.
SRS is currently providing the City of Key West Transit Department design and construction phase
consulting services of 20 New Asphalt Bus Aprons with Concrete Bus Shelter Pads and ADA accessibility
along US 1 in the FDOT Right of Way between Big Coppitt Key and the City of Marathon. The Federal
Transit Administration is fully funding this project at $ 1,000,000.
I first became involved with this project when negotiating a Master Service Agreement with SRS in May
2014 and I am the current Project Manager with daily involvement in this project. SRS has been the
utmost attentive through providing project design concepts and identifying various proposed apron location
constructability issues relating to line of sight, previous improvement encroachments and environmental
issues and the absolutely best at recommending a multitude of options in overcoming these constructability
issues. The present design has received 100% City review and this design currently resides at the State
Department of Transportation level review before beginning various environmental agencies review and a
final review by the Federal Transit Administration.
In addition to SRS providing an impressive engineering knowledge and relationship with the Florida
Department of Transportation and State Environmental Agencies, SRS administrative staff is very attentive
to providing City timely monthly invoicing and detailing schedule of values through reporting personnel
hours and progress.
I highly recommend consideration of engaging SRS on future projects as their engineering common sense
and approach to customer service is quite refreshing.
Sincerely,
Devon Steckly
Senior Project Manager
dstecklyna cityofkeywest-fl.Qov
305.809.3747
?fey to the Caribbean—average yearry temperature 77 ° Fahrenheit.
25
Environmental Resources Management
M 1 A M I•DADE Water Management Division
33 SW 2nd Avenue • 2nd Floor
Miami, Florida 33130-1540
T 305-372-6529 F 305-372-6425
ADA Coordination miamidade.gov
Agenda Coordination
Animal Services
Art in Public Places
Audit and Management Services
Aviation
Building
Building Code Compliance
Business Development
Capital Improvements
Citizens'Independent Transportation Trust January 19, 2006
Commission on Ethics and Public Trust
Communications
Community Action Agency
Community&Economic Development
Community Relations To whom it may concern:
Consumer Services
Corrections&Rehabilitation
Cultural Affairs This is to attest that Mr. Ignacio Sen•alta, P.E., while working as the lead
Elections design engineer under CAS Engineering Inc., successfully completed the
Emergency Management design of three (3) Stormwater pump stations. These pump stations are:
Employee Relations
Empowerment Trust 1. Biscayne Gardens Stormwater pump station located at NE 150 Street
Enterprise Technology Services
Environmental Resources Management and N. Spur Drive
Fair Employment Practices 2. NE 26 Avenue and NE 205 Street Stormwater pump station
Finance 3. The Arch Creek Stormwater pump station located east of NE 18
Fire Rescue Avenue along NE 143 Street.
General Services Administration
Historic Preservation
Homeless Trust All the above pump stations were built and they currently are in operation.
Housing Agency
Housing Finance Authority Should you have any questions, please contact me at(305) 372-6529.
Human Services
Independent Review Panel
International Trade Consortium
Juvenile Assessment Center Sincerely,
Medical Examiner
htebanning OrgActanization Plan
Metropolitan Planning Organization
Park and Recreation
Antonio Cotarelo, P.E., Chief
Planning and Zoning
PoliceWater Management Division
Procurement Management
Property Appraisal Cc: Clerk of the Board.
Public Library System
Public Works
Safe Neighborhood Parks
Seaport
Solid Waste Management
Strategic Business Management
Team Metro
Transit
Task Force on Urban Economic Revitalization
Vizcaya Museum And Gardens
Water&Sewer
26
Department of Environmental Resources Management
Division of Recovery and Mitigation
MIAM MADE 33 SW 2nd Avenue, 3rdFloor
Miami, Florida 33130-1540
COUNTYT 305-372-6970 F 305-372-6459
ADA Coordination miamidade.gov
Agenda Coordination
Art in Public Places
Audit and Management Services
Aviation
Building Code Compliance August 10, 2005
Building
Business Development
Capital Improvements Mr. Ignacio Serralta
Citizens Independent Transportation Trust President
Communications Serralta, Rebull, Serig
Community Action Agency 14160 Palmetto Frontage Road
Community&Economic Development
Community Relations Suite 22
Consumer Services Miami Lakes, Florida 33016
Corrections&Rehabilitation
Countywide Healihcare Planning RE: FEMA Restoration Projects
Cultural Affairs
Elections Dear Mr. Serralta:
Emergency Management
Employee Relations
Enterprise Technology Services For the past three and a half years, your company has contributed to the
Environmental Resources Management management of one of the most ambitious engineering projects ever
Fair Employment Practices accomplished in Miami-Dade County. From the inception, your
Finance professionalism, dedication, and hard work were evident. Although we were
Fire Rescue embarking on a very complex project, in coordination with multiple agencies
General Services Administration and with tight deadlines, your company consistently delivered a quality
Historic Preservation product while remaining within budget limits.
Homeless Trust
Housing Agency
Housing Finance Authority With your committed effort and support, this massive project was completed
Human Services under budget and ahead of schedule. This Department, especially the
Independent Review Panel members of the "DORM Team", applauds your firm for a job extremely well
International Trade Consortium done, and we look forward to maintaining our professional relationship.
luvenile Assessment Center
Medical Examiner Sincerely,
Metropolitan Planning Organization
Park and Recreation
Planning and Zoning k
Police f�
Procurement Management ' \
Property Appraiser Dorian K. Valdes, P.E., Chief
Public Library System Division of Recovery and Mitigation
Public Works
Safe Neighborhood Parks cc: John W. Renfrow, P.E., DERM
Seaport
Solid Waste Management Carlos Espinosa, P.E., DERM
Strategic Business Management Eduardo A. Vega, P.E., DORM
Team Metro Mercedes Barreras, DORM
Transit
Urban Revitalization Task Force r I/
Vizcaya Museum and Gardens —_ / /% y `./ (.i. L L(It t(.0/r c A to/ Y7
Water and Sewer "J v/
27
City of Hialeah
Department of Water & Sewers
A Of Hid/
u. cEt
106,V• ..1,0.y
•
y cJ
o
yma
January 19, 2006
�AP0p
Julio
Robaina
Nlavw RE: City of Hialeah
Sewer Pump Station No. 200
Esteban Bovo
Council President
Eduardo Gonzalez To whom it May Concern:
Council Vice-President
This letter is to certify that SRS Engineering, Inc. as consultants to the
Council Member City of Hialeah were contracted to design a new regional sewer pump
Jose F. Caragol station to serve the newly annexed area of the City.
Luis E. Gonzalez
Carlos Hernandez The design is for a large sewer pump station capable of handling 8.06
Cindy Miel MGD. The pump station will be the largest in the City of Hialeah
Jose Yedra consisting of a two-story wet well/dry well building with four 470-
horsepower pumps, electrical control systems, telemetry and backup
'' ? generator with a fuel tank. The project also includes the design of the
��•• P j g
.fi
' ' ` pump station site area and approximately 2,800 if of 36-inch sewer force
'. R main; 10,600 If of 24-inch sewer force main and approximately 1,5001f of
,y•o .
'4tr;;;•......•' 30-inch gravity sewer main.
Armando Vidal, P.E. SRS has met all the requirements of this project in a timely and efficient
Director manner.
Please feel free to contact me with any questions.
Sincerely,
202&C'
&/.4--'?
Jose Rodriguez P.E.
Engineering Coordinator
JR: mn
cc: Armando Vidal, P.E. Director
3700 W.4TH AVENUE•HIALEAH.FLORIDA 33012-4298
TELEPHONE:(305)556-3800
ci
o
MAMIBEACH
Z
4.. v" z
W
N
m
.11N
m
TAB2
L<Minimum Requirements I
29
Minimum Requirements
k
State ofFlorida
Department of State
I certify from the records of this office that SRS ENGENEERING.INC_is a
corporation organized under the laws of the State of Florida.filed on September
14. 1995,effective September 11. 1995.
1,
The document number of this corporation is P9500007076.
C
I further certify that said corporation has paid all fees due this office through
December 31.201S.that its most recent annual repos uniform business report
was filed on January 11,201$.and that its status is active.
I further certify that said corporation has not filed Articles of Dissolution.
k
Gwen under my hand and the
Great Seal of the State of Florida
at Tallahassee,the Capital,this I'
the Eleienth day of January_,2018
,; ii t;71
i
6r
" :
,` ' Secretin ' o State
Imam:Number:CC 5416430908
To authenticate this certibrate,visit the following site,eater this number,and then z-
follow the instructions displayed
ihttps:/iservices.suabiz.ort+/FihacsiCertiScateOStatns/CertificateAutheaticatioaf
ENG IN E ER I Nei,INC.
30
Minimum Requirements
f FloridaState o
Board of Professional Engineers
Attests that
SRS Engineering, Inc.
FBPE
, 11 I)Kgu),,II4)K3)OI
Is authorized under the provisions of Section 471.023,Florida Statutes,to offer engineering services
to the public through a Professional Engineer,duly licensed under Chapter 471,Florida Statutes.
Expiration: 2/28/2019 CA Lic.No:
Audit No: 228201902702 R 7317
State of Florida
Board of Professional Engineers
Attests that
Ignacio Serralta , P.E.
Is licensed as a Professional Engineer under Chapter 471, Florida Statutes
Expiration: 2/28/2019 P.E.Lic.No:
Audit No: 228201919277 R 4561139
•
State of Florida
,
Board of Professional Engineers
Attests that
Mark E. Tomczyk , P.E. F BPF
Is licensed as a Professional Engineer under Chapter 471, Florida Statutes
Expiration: 2/28/2019 P.E.Lic.No:
Audit No: 228201903424 a 63171
ns
lIet_
.4I
ENtSINEERINa,INC.
t,
MAMJBF.... ACH
t
V
A Z
M
m
M
TAB3 CCI
Experience & Qualifications of
the firm
32
RELEVANT EXPERIENCE -. _ �,,,�,�,L,NS
,_
Si
mo-
Project Name: City of Miami Continuing — r.��z 1' V- 5
Services Contract-NE 2nd "'i"`"��' �
--
SR:
Avenue Improvements _ "
--
from NE 42nd Street to NE '- '�" �' �.._........
51st Street, Miami, FL _
__
Client's Name: City of Miami, CIP "" �i -
Jeovanny Rodriguez, P.E.
305-416-1225 r-F`•-11,.7o= ;;;;7-+_ti-- --
rg.�sJ Y'r-..'
Type of Facility or City of Miami Roadway _ ��� ,_ -. __ __ --- ,, 'e
Services: Drainage Improvements I, , =-� ,, , -, n,- ,� rte. ,.�h
SRS Project Fees: $161,923.51 � �ir
r - j 7t1
Construction Costs: ',R.ew1 lli ,71'6
YS1W"
..... _
Project Dates: 12/2015 �` -
Key Individuals Ignacio Serralta, P.E. z , 0 1 'gig*, , 1 - �f"�'
Involved: Mark Tomczyk, P.E. -•-_•' ,: • , :" - �. ` �-
Oliverio Sanchez. P.E. »-• t •:�v- .- .1.- " �i�- J • .
Jean-Claude Fontaneau, El °'� I - �� "" "" '"'"�` "
oroanur Awe.mamas :
Project Description:
Services included professional civil engineering services �rg ;
and project management for the design and preparation f. , ig , �-
*„i ij
of complete construction documents for the roadway and i; > I�r�=T ; o 'a
sidewalk reconstruction, drainage, street lighting, $ :',iii u; a ,
signalization, and landscaping improvements along NE e -�.____1 �� ,�, 4 .`�_�. r ,,_ -
2nd Avenue from NE 42nd Street to NE 51st Street. . f:=w -- - --. - r _ �
I...t
Services included the preparation of all construction ':;:..._ _ ( °_ I Imt.,,c ^
documents includingdesign drawings, specifications, } "-- 'r - �� i f" - 7-- --':::X-.;; '
9 9 P P , :MP I 7 �i �,
cost estimates, plans processing and permitting, bid }� Q i ii'i, , , i. I Qg
phase services and limited construction phase services II*, 1i '® �fi r3
as needed. 6 ""i t ®` '• `- ' ,3
�. I... ........ .,,,v,..,. =ram.mpitmen. —
c‘1.1 OP
,
-
h }
1NCORV ORAL f #
e
ENO INEERINO,IN C.
33
RELEVANT EXPERIENCE ERM
isaimismimmemi....1
� _ . .
. „�� .
ilki
PROJECT NAME: FEMA/DORM `'�.�. + �`' . .%.',4
es. _, '
CLIENT'S NAME: Miami-Dade County .41111111k...--------4.46.. r i --- -, i. '�"
DERM r - kV 1 -
.
Mr. Dorian Valdes --�*�' rt -* -
4
TYPE OF FACILITY FEMA/DORM Project . .• -4
OR SERVICES: Master Consultant x� , ..., ; fr'
SRS PROJECT FEE: $4,500,000 , �`
COMPLETION DATE: December 2005 ' . . '
raj
KEY INDIVIDUALS Ignacio Serralta, P.E. '
INVOLVED: Oliverio Sanchez, P.E. '
PROJECT DESCRIPTION: 1 ' v „ `.'
SRS has performed as a Master Consultant for thisXI ,',`h`' 4. -•''' -
FEMA/DORM program since November of 2001. The ) ‘ ir...
FEMA/DORM project is a jointlyfunded effort supported .t ,
by the Federal Government, State of Florida, and Miami- 4x
Ir
Dade County intended to mitigate problems that arose as • r�.. -
a result of Hurricane Irene (October 1999) and the "No �'7``` . .
Name Storm" (October 2000). As a Master Consultant ,; `'V0'
we are responsible for the coordination of approximately /w'l is '
twelve (12) engineering design consultants, eight (8) '1 ' '.geotechnical firms and nine (9) land surveying firms " " p,
involved in the design of approximately four hundred �1 '
ninety (490) mitigation projects. These projects range
from drainage improvements to total roadway "'t` -
reconstruction, canal dredging, culvert cleaning, and
canal bank restoration. Additionally, we oversee the
construction efforts of nine (9) contractors performing '»` =
work with an estimated construction value of ,-4; "� 8,
$35,000,000.00. Finally we are responsible for all
document control related to these projects, approval of ' a V-'
payment for design, survey, geotechnical reports, and sem
construction in accordance with FEMA required _
guidelines. ,� ' ' ,,.t
.
.'4"*"#'' ' 1116174,* 40,4-Y .k4 4,.:*c' . , , ‘
4G'
ca
NV
ENOINEERINO,INC.
: . 34
RELEVANT EXPERIENCE
111111111.1111111111111111111111111111.111111111111111111
PROJECT NAME: South Miami Police
Fueling Station
Improvements
CLIENT'S NAME: City of South Miami rif - `" i
- . .rwr,
..
Mr. Kelly Barket, Jr.
305-403-2071 +,
TYPE OF FACILITY Civil Engineering Design quomio.
OR SERVICES: of drainage pipeline and k` _
retention area
SRS PROJECT FEE: $32,630
CONSTRUCTION )
COST: $163,096 '
t
COMPLETION 2015 •
DATE:
,re ,: . of
KEY INDIVIDUALS Ignacio Serralta, P.E. 4
t
INVOLVED: Mark Tomczyk, P.E. N. ,M d,
_ ..4
Jean-Claude Fontaneau, EI
Alex Morales
PROJECT DESCRIPTION: '
Project included site investigations, preliminary
engineering design and preparation of conceptual 4 ,4110*
site plans, final design and preparation of
construction documents, permitting and construction
phase services for improvements to the exiting p-
Police Fueling Station located at the City Hall
Complex. Renovations included a new prefab metal li
canopy, lighting and camera on canopy, new P0,,
concrete access drive along the south side of the
existing fuel pump, new hose bib, electrical outlet _ _ ;
connection, vacuum system, air compressor and I SOUTh MIAMI POLICE
storage cabinet at the service island. ;° 1.111r ~—:• ,::'
o - • C
1ST
y,
a
4
ARSGM
ENGINE ERIN 0,IN C.
:„ ,, • ...m ,,F, >,, ,, _, ,, ,,,: 35
RELEVANT EXPERIENCE
.
Project Name: NW 1381h Street
Client's Name: City of Hialeah 7!#ti ,"iiiiik• , r_Y,a, I. !
Streets Department - ---- --,.-
5601 East 8th Avenue,
Hialeah, FL 33013 -"
Mr. Jorge Hernandez
Streets Director
(305)687-2656
Services Provided: Civil Engineering Services i
Professional Fees: ilw-I , ` r
Original: $417,374 r : l
Actual Fees: $417,374 oF ')
Construction Costs- ' '
a '
Original: $12,450,000 ,yam •
Final: n/a " - -,
Start Date: 2007 •> , " s i r-rf
, , , ,:,,,,,::::
Completion Date: 2008
Construction Start Date: 2008 ' , .4 -
Completion Date: n/a ,
9 f
Project Description: a-
f
SRS was responsible for the engineering design, preparation .''' " , - - --
of construction documents, plans permitting (Miami-Dade =� ,.
County Public Works, DERM, SFWMD, & FDOT), pre- _ 1
construction phase support services to the City of Hialeah for ' % ':.'` • � '''''"I
the construction of NW 138th Street between 1-75 and N.W. ''''- ;s -:`:*'. '
107th Avenue. The work includes the preparation of designs
for the construction of drainage improvements, street lighting '" '� 1
and signalization, together with the design of a new 50'wide
canal including culverts and a canal wall along the north side - .
of NW 138th Street between NW 97th Avenue and 1-75. The -,... •'" • ,
new design includes a 6-lane divided roadway, double left
turns and deceleration lanes, and signalized intersections at .
NW 97th Avenue, NW 102nd Avenue, and NW 107th Avenue. " " tz."***';`.4*:"", '�-
Construction administration support and inspection services
during the construction including review shop drawings, _ f:
3.
RELEVANT EXPERIENCE ,<S-OFff tt
-4.
MaiiiiiiiiMMEMEMEME r _
PROJECT NAME: West 24th Avenue 'OIHi 'I
PLANS FOR PRCPCSED
CLIENT'S NAME: City of Hialeah ROADWAY AND DRAINAGE IMPROVEMENTS
ALCNC WEST KM AVENUE
Streets Department _ FROU WEST e05 STET TO WEST Gln STREET
HALF-A/ RCRDA
Mr. Jorge Hernandez,PE -- — -'1
(305) 687-2656
TYPE OF FACILITY Roadway & Drainage _ -
OR SERVICES: Improvements W 24th - _ _ �' .+ t,
Ave. _ _ --= .. °
SRS PROJECT FEE: -
CONST. COST: — =I&
COMPLETION DATE: April 2014 CITY OF HIALEAH
KEY INDIVIDUALS Ignacio Serralta, P.E. Vizt_'-j 111= {
INVOLVED: Jean-Claude Fontaneau
PROJECT DESCRIPTION: ,:
SRS provided engineering design, preparation of
construction documents, plan permitting (RER),
and pre-construction phase support services to - ' =-= T»=MRK«p-
the City of Hialeah for the construction of W. 24tH
Avenue between N.W. 60th Street and N.W. 68th ,.-AL
Street. Work included the preparation of designs �7•m=a '
for the construction of paving, grading and
drainage improvements, signal improvements at —.
W. 60th Street and W. 68th Street and street TPZA �AA.. .NA,d.e g
lighting associated with the new roadway
construction. The project included meeting with - yzs a.m..,:r.
City of Hialeah staff and local regulatory agencies _
to establish design guidelines, conduct a utility
search and identification of existing utilities and
traffic controls, and review roadway design
standards. We also designed and prepared the
construction documents for the project that ,. •N -
included the preparation of summary of ./..„7,7; `'
quantities, signage and marking plans and = - •' ....MOW . -- -
quantities, MOT plan, specifications, and ;_ 11 $ s , ..._,,,—A.,,�/',,
engineer's estimate of probable construction cost. "'""'"d'I" -
SRS performed pre-construction support services,
including attending pre-bid meeting, responding
to pre-bid request for information, and review of
Bids. Also, providing supplemental information
and clarification of construction documents to "'60.1.0""`
prospective bidders in the bid solicitation process,
review bid submittals, and attend bid-opening
meeting.
A►.
017
k.
ENGINEER ING.IN C.
37
RELEVANT EXPERIENCE
i
IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIMIIIMIIIII
PROJECT NAME: W 16th Avenue fromKAM ROADWAY AND DRAINAGE IMPROVEMENTSFrm aa "0M
W 76 Street to W 84 ' T 16^AVENUE
FROM WEST 78.STREET TO WEST 8s°STREET ,
Cl-. WW1. MALU
EAH FLOHA 3�;:
aFN 534.427034 3-50-01
CLIENT'S NAME: City of Hialeah r— -le.15 r}z w-,,.� r~
Streets Department 7 it' s lv,w '.'"x v *I`' �--" -=
Mr. Jorge Hernandez �°�°^ `°G"�-„„' -"" ''°`=='�-
305-687-2656 ' -- �,
TYPE OF FACILITY Roadway & Drainage -- _ 8113-w,
OR SERVICES: Improvements = --- • -
.. _.= PIVE1,1£0 MR 181141134.. ----
.moA....m CfrY OF HIALEAH "
SRS PROJECT FEE: $95,446 = _ '"
COMPLETION DATE: August 2012 --- a-m —
KEY INDIVIDUALS Ignacio Serralta, P.E.
INVOLVED: Oliverio Sanchez, P.E.
Jean-Claude Fontaneau - 8 a ,M `,',-,, .
PROJECT DESCRIPTION: r• 3 ,
SRS provided engineering design, preparation of _ 0 to
"* s, ri
construction documents, permitting (MDCPW,
DERM, FDOT), and construction phase support
services to the City of Hialeah for the
reconstruction of 2,550 LF of W. 16th Avenue from ,. _ - :
W. 76th Street to W 84th Street. Design work
included roadway milling and resurfacing, new ' t, ,
curbing and drainage improvements, relocation of x ',; "� ``
water mains in conflict with drainage structures,
preparation of summary of quantities, signage and t , r _. W „, ,: N. <... . . : "
marking plans, street lighting, signage and
marking quantities, MOT plan, specifications - '
, !
including FDOT requirements, and engineer's , M ''
estimate of probable construction cost. Design .INL x
documents were prepared incorporating ARRA/LAP "�. i a
requirements and in accordance FDOT . ., ..
requirements. --
SRS also performed construction phase services,
which included attending pre-bid meeting,
responding to pre-bid request of information, and
review of bids, reviewing shop drawings, • -
_ - -•.
responding to RFIs. This also included providing
supplemental information and/or clarification of - - --
construction documents during construction and , ,
provided construction site visits as required as
engineer of record.
.a
RS
ENGINEERINO,INC.
38
RELEVANT EXPERIENCE
Project Name: City of Miami Continuing Services
Contract-B-50904, NW 7th Street 4 - 1
Road Drainage Improvements =�
between NW 9th Court and NW North
River Drive, City of Miami, FL Q
;
Client's Name: City of Miami "" '"'- - ii '
444 SW 2nd Avenue, 8th Floorr, ,
__ ::. :u::
Miami, FL --
� 5
Jeovanny Rodriguez . __._ r _
Director of Capital Improvements
and Transportation Program ti I �=
305-416-1225 ---
/ §A".
=
/ i____
Services Provided: Civil Engineering Services ai,
Professional Fees:
Original: $ 95,438
Actual Fees: $ 95,438
Construction Costs 1 7111P
- $8,570,603
Original: n/a :'.r-•- ,
urix•tFinal: s_ =' ,_ �I 4
mom Rrr.va[..moRm r
Start Date: 2016 40.:. ', 1 •
Completion Date: 2017 (Date: tbd Est.) * •_..--w-_ _
Construction Start 2017 1 "� -
x-r.-
in
Completion Date: • '-"-
Project Description: rsoh.... , - --
Services included professional civil engineering services and ;i ''"'" y S.0
project management for the design and preparation of ,I _ ""--'-------- _-
11 ;1�C
jlRWORTN
complete construction contracts plans for the roadway and rc•
sidewalk reconstruction,drainage, street lighting, signalization
and landscaping improvements as needed along NE 2nd
Avenue from NE 42nd Street tot NE 51st Street. Elements of / N _ 1 ! 'nI
work shall include roadway, draining and signing and Illi ��~.�r� - _
avement markingas requirements. Additional) weprovided ',?? -, ,N r`a � `
P 4 Y, � �►���• - - �• ��
limited construction phase services as needed. ,, • - _ "� ,\N .. i
ir, " '--- :•:1"..-
\\may► ;� M t I
tf "7:7--=:---- ins....rerv-': I ov;
%; ."43t- .V: i � 1 ` F_. 1 1c
E NOIN EER IN O,IN C.
39
RELEVANT EXPERIENCE
PROJECT NAME: City of Hialeah
NW 142nd Street Water
and Sewer Improvements, -
Hialeah, FL .. E
CLIENT'S NAME: City of Hialeah Water & a
Sewer Dept. .µ L 1.-- .ter- - i
Mr. Armando Vidal, PE . ;,,,, � �
305-556-3800 ---� " --•' I
TYPE OF FACILITY Water and Sewer r ='_-=' • ,,I.f., �y ��; trolimiiin ,,
OR SERVICES: Improvements I • •- `P - .gi. s"
I
i, i p_-
y aSRS PROJECT FEE: $121,000 =W =- i
CONSTRUCTION $2,495,000 !
COST: :: -_ ii
COMPLETION DATE: 2015 to 03-2017 `�.'n®_ ^-� m
(Estimated)
KEY INDIVIDUALS Ignacio Serralta, P.E.
INVOLVED: Oliverio Sanchez, P.E. ��
Mark Tomczyk, P.E. a .- - rY. -----:—'-^�=__ - ✓;"� ( r
Jean-Claude Fontaneau -F=----r- �, ,x- / ?,'••:7-7.-77_=-7,--
5
PROJECT DESCRIPTION: -- ; ""' �..,'
As an Engineering Consultant to the City of Hialeah, __ iz_, 7..,-
-
SRS Engineering, Inc. was responsible for the ' ; ,+_
project management, design and preparation of -(4— - - -,
construction documents for the construction of water ;; • t,.3 ; ;
and sewer improvements along NW 142nd Street , 4,-t - ._ gni- '
between NW 97th Avenue to NW 107th Avenue; and !s ,i �~__ ;
along NW 107th Avenue between NW 138th Street to �' b+---- •.. ..,„ .: .17as ,
NW 142nd Street within the City of Hialeah Annex - _m .- .....:: 1-$15` �""""'"�
Area. This work shall include contracting and
coordinating all work with subconsultant firms
including Environmental Scientist, Surveyors,
Geotechnical, and Electrical Engineers; and the •
New 1275 LF of 16 inch Water Main along
preparation and submittal of design calculations, NW 107th Ave. from NW 142nd St. to NW
applications and plans for "dry-run" and "final" review 138th St.
by local regulatory agencies including City of Hialeah, •
New 1470 LF of 8-inch Sewer Force Main
Fire Department, RER (DERM), and Health along NW 142nd Street from NW 102th
Department. Avenue to approximately NW 104th Avenue.
• New 2,702 LF of 8-inch Gravity Sewer Main
The proposed improvements will consist of the along NW 142nd Street from NW 102th
following: Avenue to approximately NW 105th Avenue.
• New City Sewer Pump Station at NW 142nd
• New 5325 LF of 16-inch Water Main along NW Street and approximately NW 104th
142nd St. from NW 97th Ave. to NW 107th Ave. Avenue.
Ar.
G':
*2I
ENGINE ER IN G,IN C.
40 , i
RELEVANT EXPERIENCE
,fro.
1111111111111111111111111111111111111111111111111111111111
South'Miami
PROJECT NAME: City of South Miami Sanitary TlI-iln (>f- ,i-><a\T Rlm.
Sewer Master Plan SANITARY SEWER
CLIENT'S NAME: City of South Miami MASTER PLAN
Reference Name:
Kelly Barket Jr.
Phone Number: N,esbar7.2016 '"
305-403-2071
kbarket@southmiamifl.gov
TYPE OF FACILITY Sewer Master Plan �` '•.
OR SERVICES: S\
SRS PROJECT FEE: $98,845 �,> ------•=.
Est. $46,800,000 Const.
Costs
COMPLETION DATE: November 2016
_ . [ _ , . •, _
KEY INDIVIDUALS Ignacio Serralta, P.E.
INVOLVED: Mark Tomczyk, P.E. j j
Michael Gonzalez, P.E.
PROJECT DESCRIPTION: '
SRS Engineering, Inc. provided civil engineering —. TMs -= LLQ_
services for the preparation of a sanitary sewer master ,,,,
plan which includes obtaining information on existing
sewer systems, developing a conceptual master plan
which includes layout of proposed sewer systems and -' ""'="' i-
estimated costs of projects.
1 '��~ '
ects.o p J
Services included general project management which
included attending City meeting with City of South
Miami staff to establish project guidelines and
requirements, additionally attended meetings with
MDWASD. Additionally, we gathered all available data �3 Q 0 1-
,141_, 11 '
by performing site visits and reviewing available utility U ■ �;r ti
records, MDWASD sewer atlas and as-build drawings. n.
The preparation of the conceptual master plan includes �,' oa ` °'
12 subarea master plans, design conceptual layout Q \_--.a ' ' iii
.�ry
plans, determined if pump station and force mains are ma ��' ,-- Witt'� #t°MED 1_
needed, scheduled and attended meetings with the -•- L__r , Ii i
rLai
City to submit and review the Master Plan layoutsir �. iiii3i]` .,
plans and conceptual designs. Preparation of project ,, �''$
cost estimates, calculated quantities, etc. `
n►.
.96s
ENG INEERINO,INC.
RELEVANT EXPERIENCE '° ` `.-' ••.•••.q fel
c a .�j.
If `` �. .�
i ,, :w
N
Project Name: City of Hialeah Annex Area - ` � ' �C �•� �0
Water and Sewer ''1 17 + `;r DA• .•..�
� `.-• it, �
Clients Name: City of Hialeah
Water&Sewer Dept. . , - "' '
Armando Vidal, P.E. "`
(305)556-3800 _. -... =t
Services Provided: City of Hialeah Annex Area = t *y!^,e;
Water&Sewer improvements ' i SY'1
Professional Fees: , - .. r>,
Original: $ 403,280 a ,rer> ¢t .1 `�� t��
Actual Fees: $ 403,280 :-5,• f-_W:�
Construction Costs- w.
• ► 11 1' 1Sok,
Original: $2,789,856
Final: n/a
Map 3:MoistPhotography114
Start Date: 02-2005
Completion Date: 02-2006 " / O
Feet
Construction Start o`^'°�"� `®
Date: 01-2007 0*WO
Completion Date: 05-2009
Ili MI"'Project Description: / .mike-� '"
This project consisted of the engineering design of water f + - -
and sewer infrastructure required to serve the newly i' ' - .;._
annexed area to the City of Hialeah. This work included -- v. - ..
the preparation of construction documents and permitting -
assistance to the City. Our work included the preparation ,, - •
of a water and sewer master plan for the area to 4""'` A •
determine the current and future service needs and the s. •,
�:
size and location/alignment of water and sewer main "' ;w1&.
lines needed along the major arterial roadways. It also - °
included the design of a regional sewer pump station with
backup generator with sufficient capacity to serve the dr: :M.. :„ -" "�
entire annexed and adjacent areas. Additional work -
included the design of approximately 1,480 LF of 24-inch _ - "°"= ,,
gravity sanitary sewer mains, approximately 10,724 LF of
24-inch force main extensions, approximately 3,229 LF of . .•- , r ^
.
36-inch force main extensions, and approximately 12,166
LF of 36-inch water main extensions. - -
SRS was Prime Consultant) I t , ;
. wormAt.
NV
ENGINEER IN 00 NC.
1111111111111111111111111...111.111.1.11.111111111
RELEVANT EXPERIENCE
111111.111111.111111111111111111111111111111111111111.1111
Project Name: MDWASD Pump Stations "
' .xn.v.-'.v.,. • k rip
Upgrades
Client Name: Miami Dade County Water . 1 a . ,,,,
7
& Sewer Dept. ., P ����� abi{�
3071 SW 38th Ave., Miami, ,n !Hi'3; II'`I Hill;hi
FL 33146 ,.
Reynaldo Abreu, PE, .� j ^t w W
Design Manager
786-268-5289 • ...... ►.._ - ` '"M
Services Provided: Civil Engineering Services `" , °`' `" °
Professional Fees:
Original: $ 530,087
Actual Fees: $ 530,087
Construction Costs– • .A , ;,'
Original: $3,000,000 ��i..-
Final: n/a ....4s
t' h
C t
Start Date: May 2008 4.- _.Y',: �. . ,
s
Completion Date: 2012 filltlll�� ?Y: -. ',.-:; :'..41::..
Construction Start Date: 2012 � �� 1 n..�a= ,L�raaaasnrr
Completion Date: n/a �r ��r r d! . . ',
PROJECT DESCRIPTION: j) "'
SRS provided engineering design and preparation of
construction documents (Plans and Specifications) for
the construction of upgrades to existing Pump Stations. ' '' `' '°
Upgrades included new pumping units, new electrical ` '" . •"•:
control panels, new electrical services, new telemetry :- -
systems, replacement of PS piping, new valve vaults and
fittings, new wet wells, demolition of existing pump
r stations, and associated site improvements. Services
also included plans processing and permitting; and bid
phase services.
mrww n,.• .•
SRS also provided limited construction support services .
•including attending construction meetings, respond to I
RFI's, review shop drawings, review and approval to
change order requests, attend PS Start Up Inspection. f i
aPs
MDWASD Pump Stations Nos. 7, 64, 140, 427, 430, 502, ' g ( , a'*3 ; ` 42.12!
7110).
767, and 1018. '' - 1,„40,41i.."',
` .. '..,.'
„Iwo , 1
i�� �' , 2
......,_ ,,,,,,... I
MIAMI•DADE w - y-" ,,.
COUNTY
,,,,, I ,
.
err
ENGINEERING,INC.
0F. R4!.''
f
RELEVANT EXPERIENCE 9
•y
11... .
IF
saimmimmommaimmi
PROJECT NAME: Section 26 Sewer
Improvements ``
�, t ,
CLIENT'S NAME: City of Hialeah -- 7.- -
Water & Sewer Dept. f t '
Mr. Armando Vidal, P.E. � u. � '
305-556-3800k �: � "P. .�°. �� @.431113.8 �'
• i
TYPE OF FACILITY Regional Pump Station 1-',' i ` -
OR SERVICES: _ �' "!:h hli
SRS PROJECT FEE: $672,272.00
41. ._._-.t__
1 %� ,�__ 1
( it
COMPLETION DATE: 2011 �'. a� I '� I
KEY INDIVIDUALS Ignacio Serralta, P.E. - -.: !- �-' - , —27,k1.__ ,,,
INVOLVED: Oliverio Sanchez, P.E. --•-- - -__ -_,____ � - -.-_ ' ._
Jean-Claude Fontaneau E_._.-._ -_. ---_.-_.: - 'ii-~�
•
-1- --. • i ••••.- ! =-.... 1
PROJECT DESCRIPTION: •--•
SRS prepared construction drawings for a new T I y
regional pump station consisting of a submersible - "� ;„ 1�
pump station with 4 submersible pumping units ' ;�
(215 HP) with a peak capacity of 8,880 GPM (12.8 _s "`
MGD) and valve chamber. The pump station site I 1 q.,. ,‘
included a building housing the electrical control r„:„„,.„,..,... + I �s"'"''��,"' ,
room and a storage area; an odor control unit; � " ~-,I
MDWASD flow meter, emergency generator, and '"-`� "� "' 1K r
other improvements. The project also included the --.-..W _. , s
design of upgrade improvements to 11 existing •
pump stations (PS 132, PS 133, PS 134, PS 135, PS I mo,.... • -
137, PS 138, PS 139, PS 140, PS 141, PS 142, & PS
144). Upgrades included replacement of existing .,
pumping units, new electrical control panels, new
electrical services, replacement of PS piping, new
valve vaults and fittings, demolition of existing WE Mdd -k I ; , �,,•, z ,, 4: ;
well tops and reconstruction with new hatches, WE e �'-N� ` ,' ,l ') I -�'- -
well refurbishment, new telemetry systems, an - '� '' .� H f 44N ''
emergency generators with fuel tanks. 1 '� ma'�ii' "' ,/ ' '-
-ieu I 1
SRS also prepared construction drawings fc Ri 4; Iii; , e " , /1 1 $ . $� f
approximately 15,600 LF of sewer force mai it Ii ii !I $4 ------- ,••• ' i '
pipelines (8-inch to 30-inch diameter), and 8,22 ....."r
LF of 48-inch and 3,999 LF of 36-inch transmissio P' "'`.4...L'
sewer force main pipelines, including 48-inch pip _ -�N_
canal crossing. "u`� -- // is
ENGINLLPING.INC:-
44
RELEVANT EXPERIENCE
MIAMI•DADE
COUNTY
PROJECT NAME: MDWASD Pump ...5:
Stations Upgrades `z: -"" :
CLIENT'S NAME: Miami Dade County 11- I 'Prowi 11�"'•' :-
Water r.v► -.iai..=cliy. pic . I ads...
Water & Sewer Dept. a - t�`h-" -� , rI SII II
Reynaldo Abreu, PE "; ; + .~,;I„~ , '� II : I ,.° -...
786-268-5289 r% 11: II _=:•= ! I.~4J-- l
TYPE OF FACILITY Sewer Pump Stations _+ t ,_ -,. e�►K -- -
OR SERVICES: - * //17 ” -
=:tee >" ... -.,_...._
-=sem PLAN/W��WFLL ANTI VM VF�A1llI
SRS PROJECT FEE: $530,087 >d PLAN/ ®m®
COMPLETION DATE: May 2008 - 2012 -- "' -Ism -iw, „ •
_ E_
KEY INDIVIDUALS Ignacio Serralta, P.E. s ~- - it
=^�' �� .4--
,-...--
=--
7,,,,..
M
INVOLVED: Oliverio Sanchez, P.E. - u FiJ I I- II.1mw I=4=lop '::h?C>�11=m
Delcy Munoz �r,TM -. ;� Ix ��n Ili' ' - ~~
Ramon Lopez ---- z..-
opez „h�, _, i`I ,~ L.. ��...iiiiiirdiivia.. ' .--p
PROJECT DESCRIPTION: - ' I
SRS provided engineering design and preparation 11 I* , m --
of construction documents (Plans and .a ! `” i'•.
Specifications) for the construction of upgrades to � / `` "• r-:7'\i/"="
existing Pump Stations. Upgrades included new -7.,„-m.,
1(52.. , IVANIjFDPIPC SUPPORT DETAIL"m�: 1. ,Y �' 9.
pumping units, new electrical control panels, new -,m..m
electrical services, new telemetry systems,
replacement of PS piping, new valve vaults and - .�.•
fittings, new wet wells, demolition of existing ' ]N ,17.1.==.:":" ®_
pump stations, and associated site improvements. �7iga '-77 --•
Services also included plans processing and __`1al, ���,
permitting; and bid phase services. 14-!L li r
SRS also provided limited construction support ;, ��,, I ---•
services including attending construction ''.&-711,-,:',
, i ; T I ,_
meetings, respond to RFI's, review shop .F11=-" -_- ,41---f-L-- _ '.-,''1-7,,!!,-,_ _ _.''--_77=---' ,' . _W
drawings, review and approval to change order \-N `-y ;. r.�,7
requests, attend PS Start Up Inspection. . i ` ;::: :
MDWASD Pump Stations Nos. 7, 64, 140, 427
430, 502, 767, and 1018. t- �- -- -
1.11
.---------- P ,nidi 00 4�����y�,...W --- ---=-
o AI
I
ENGINE ERIN O,IN C.
RELEVANT EXPERIENCE
IIIIIIIIIIIIIIIIIIIIIIIIIEIIIIIIIIIIIIIIIIIIIIIIII
PROJECT NAME: City of Hialeah
Reverse Osmosis Water
Treatment Plant Raw Water
Pipeline and Well Sites, t.
Annex Area, Hialeah, FL .
CLIENT'S NAME: City of Hialeah Water & • ►y =,i` *
Sewer Dept.
Mr. Armando Vidal, PE -
305-556-3800 " .. _ ,
TYPE OF FACILITY Roadway and drainage
OR SERVICES: improvements
SRS PROJECT FEE: $297,033 ; " . .°.'
CONSTRUCTION $3,543,594 w
COST: � ,
COMPLETION DATE: 2012 to 2014 �'
KEY INDIVIDUALS Ignacio Serralta, P.E.
INVOLVED: Oliverio Sanchez, P.E. �.
Jean-Claude Fontaneau , ., ' `s.
PROJECT DESCRIPTION: " *'4 "
1 4 fan , •
r"'
This project consisted of the civil engineering design # ° ,
and preparation of construction documents for the 1,:,,
construction of new high density polyethylene pipe `°
(HDPE) raw water pipelines, canal culvert crossing, 91), .
maintenance access road, and well pad sites. This . ,,
work included contracting and coordinating all work ,..17.:_:,..x
„.a ”' .`'n
with specialty firms (Surveyors, Geotechnical and .%.,,,,16.. .,,t.,,:„... ..
, ,- �-
Electrical Engineers); and the preparation and '"
submittal design calculations, applications and plans for , "‘•74:7. .,„ -
"dry-run" and "final" review by local regulatory �°
agencies. • 8,731 LF of 12-inch diameter of HDPE Raw
water pipeline and Well Maintenance Pipeline.
The project consisted of the construction of pipelines • 3,930 LF of Access Road
and associated equipment along NW 102nd Avenue • 50 LF of 84-inch corrugated metal pipe (CMP)
from NW 166th Street to NW 170th Street and along culvert crossing.
NW 170th Street from NW 102nd Avenue to NW 107th 8,500 LF of Electrical Conduits and Equipment
Avenue and along the Graham Property adjacent to
Florida Turnpike to connect with the City of Hialeah's • The project included the followings permits:
Reverse Osmosis Treatment Plant. • Approval from Department of Regulatory and
• 1,245 LF of 30-inch diameter of HDPE RAW water line Economic Resources (RER) - Department of
• 3,307 LF of 24-inch diameter of HDPE RAW water line Environmental
• 1,020 LF of 20-inch diameter of HDPE RAW water line • Management (DERM) - Class IV permit
• 1,020 LF of 16-inch diameter of HDPE RAW waterline • Approval from RER - DERM - Class III
• Approval from US Army Corps of Engineers
(USACE) and Florida Department of
Environmental Protraction (FDEP)
IRS
ENGINEERING,INC.
RELEVANT EXPERIENCE r ' 1,0
,
10r
Project Name: Friedland Manor a..
Drainage Systems ....,----i,---
Improvements and Retention •
Area ° - ----- -- .., ..
Client's Name: City of Florida City
404 W. Palm Dr.
Florida City, FL 33034
Mr. Pedro Gonzalez, PE, City
Engineer
305-247-8221q—"NW-3i21)'S1 ma a 1c�.=` V `
Services Provided: Civil Engineering Services I 1 iST st - j vi
Professional Fees: '?VPatm•br el la-ic:17�11Rciii„
' --
Original: $ 37,500 "�sw 1ST-St I
Actual Fees: $ 37,500 • - 4 I _ • ' '
SW=:r.lo;1
Construction Costs-
Original: $1,602,000 I I � � #
^,N-1R D•51 x,
$W-3RL)-i erti 4..
Final: n/a o '1• - s•SW4TH;St,,, j{, 1
1 ..n - -•- 1 y ),' ! "
=;4 o ,1,—LISW-STH-St-� lll!!!
f 4 .?,Q a 14 In
Start Date: 2007 :�-�_y�' , ® � .4 � o.� �.'�
Completion Date: 2009 a -5 t �� i c ,x
Construction Start Date: 20091sw eTH�Ter y , .IA ;'
Completion Date: 2010
ac
Project Description: ., ,-.::. .:.,, - -.',- !
The purpose of this project was to provide storm water -t Z\ in `, s m °? y _ , ;,
retention for the drainage relief system of the Friedland '-' N Fad . _- _-- { .
•Manor neighborhood in Florida City. The proposed retention °1� D , .3:.; 1 ''-.4`►
area is connected to an existing pumping system inside the 5' ! •.,,.,... ,p,:
Friedland Manor area via a 30" diameter storm sewer pipe. ------•••• '36°TH=st "
SRS conducted the storm water conveyance and retentiont_
basin modeling, prepare construction documents and .n _
assisted the City in obtaining environmental permits for the
Project. The project included the design of a 10-acre dry
retention basin, inlet structure with energy dissipation — — — -- -
features, a water level control devise with wireless remote
pump controls and solar/battery capabilities, and seepage ,,, EETDE;;s
trenches for storm water relief. In addition, 1,200 LF of 30" CM — -- —.
diameter storm sewer pipe and 2,180 LF of unpaved access >v _—, t i-- 1
road were designed for this project. . ! 1 1• DEPTH
OC
GRA
The Project was permitted through South Florida Water -` it ` = • _
Management District and Miami Dade County D.E.R.M. in — WT.�_IP
conjunction with the City of Florida City. —M'�µ�,'6EO MTH COO THRUST BLOCK
''`—•STA.Ie.70.63•14.00•Lr.
PROP.70'-4 WC■TN CPIs.ROOST BLOCK
i,00'
12.61' '.1.00' _I 10.60' 1
A4
Ct:
ENGINEERING,INC.
47
RELEVANT EXPERIENCE
.4I r
PROJECT NAME: Miami-Dade County
Fire Rescue Stations r
CLIENT'S NAME: Landera Associates, :: :: :a.
in
II°
P.A. ••. •.+. •+
Mr. Osvaldo L. Landera
305-662-1660II`Lauri DadeCounty Fire Hc.cur Department
Homc.tcad Fire Rc.c Station No.16
TYPE OF FACILITY Fire Rescue Stations 4., yam' „t-
OR SERVICES: ' *if ,
SRS PROJECT FEE: $124,415
COMPLETION DATE: 2007 to .m+•41111110 rt�
2012 LT ••• ■••t ■•••
•••11111111E 115.15111 -
KEY INDIVIDUALS Ignacio Serralta, P.E. -"
INVOLVED: Oliverio Sanchez, P.E.
PROJECT DESCRIPTION: MIAMI-DADEFIRE RESCUE
DORAL NORTH FIRE RESCUE II
STATION NO69
wa,
SRS prepared the site civil engineering design --'', 4. . =`
plans and specifications for the construction of four 4
new fire rescue stations for Miami-Dade County. , IL' ,' .
Services rendered included the design of site .
utilities (water, fire and sewer), parking area -
paving and grading, site grading, and drainage
plans. Work included preparation of ERP permits
for wetlands and DERM coastal permits .w
Model Cities Fire Rescue Station No.21111
SRS also coordinated with local regulatory agencies WAW DADE ner REAV E DI PAR[AUNT
to obtain approvals on utility connections, prepared
and submitted plans and applications for "dry-run"
and final review by regulatory agencies, and
attended project meetings and pre-design field site
visits. Construction Phase services included weekly .... ...........
o-
construction meetings, reviewing shop drawings, __
responding to RFI's, providing periodic construction :v „....0„....0
observations, and preparing close-out documents. ,•,/”` LI
Stations included: ---- ' --44,:
• Homestead Fire Rescue Station No. 16 ' , .
ill �_ � ---
• Doral North Fire Rescue Station No. 69 y,4'�, .;' ti:'` I :.u_ ti r rp..►
• Model Cities Fire Rescue Station No. 2 'fi=r'.■ m.
• Sunny Isles Beach Fire Rescue Station No. 10
Miami Dade Fire Rescue Department ■
Sunny Isles Beach Fire Rescue Station No.10
+ y
A►. 1
G':
ENGINEERING,INC.
4$
RELEVANT EXPERIENCE
PROJECT NAME: Chapman Field Parkz 7 d -•.
New Pedestrian/Bike
Paths and Parking Lot -
CLIENT'S NAME: Miami Dade County
Park & Rec. Depart
Ms. Lydia Sales . ..
305-755-5456 ..
lydias@miamidade.gov -
TYPE OF FACILITY Pedestrian/Bike Path,
OR SERVICES: Access Road, Canoe
Ramp, and Parking Lot
SRS PROJECT FEE: $55,818 — -----
CONSTRUCTION
_"CONSTRUCTION
y
COST: $1,663,022,000
COMPLETION DATE: Design: August 2008 y�
Const. September 2011 �
KEY INDIVIDUALS Ignacio Serralta, P.E.
*+«--
INVOLVED: Oliverio Sanchez, P.E. *T
Jean-Claude Fontaneau
PROJECT DESCRIPTION: ----.--
Ai.
SRS provided the engineering design, permitting / ....0and construction phase services of a / -� "
pedestrian/bike path, access road, parking area, -
and canoe ramp. The work included the u .ut-,
geometric design of the pedestrian/bike paths wr.v. . • �... /�
and parkinglot, design site paving, and %. .rd ,
drainage plans. Work within a previous landfill >k Yt , `t
site and contaminated soils. Coordinating the ¶ ic
," ,
work with other subconsultants including �'- .. 4:• ` `
Surveyors, Geotechnical, Structural Engineers ' • 1 ` pik
and environmental consultants. Our scope of z Cr "
°
work also included preparing and submitting 4i.` �k `�'µ'` ,�, J
permit applications and construction plans for ° /' <► i4 )r1 -.,k-
"dry-run" and "final" review by local regulatory ,mss;.;- ;2. .- -�'• * ;may �'' •.'
RI
agencies including Miami-Dade County Building , - '` �-
Department, Miami-Dade Public Works Dept., -i. , ��" , 5,
and DERM (Class I IV & VI)• as well as, ',",,,:-.. . :i-.-'..:,!",,'''__
Environment Resources Permit (ERP) for costalx,- \., .\ ::
construction and impacts to wetlands and r '-
mangroves. „ Ay u _ +. -
Construction Phase services included weekly �x" "�. ' --� ' -
construction meetings, reviewing shop drawings, X1'.4, �, -
responding to RFI's, providing on-site daily ;' ." ,•'-
construction observations, and preparing close- zw :* ;_ _
out documents.
ii
AR)
ENGINEERING,INC.
49
RELEVANT EXPERIENCE
IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII -. . /
PROJECT NAME: FIU Biscayne Campus '
Boat Storage Yard ` " � '
CLIENT'S NAME: Florida International , `"
Universityt.`" '
Mr. Honoriu Filimon
(305) 919-5423 -:7-t---
19 5423 '1 =
SRS PROJECT FEE: $29,116 " ' Ail i,_ ,�;, , : ;= = =r+,*.:. v
CONST. COST: $288,628 uM
-
COMPLETION DATE: Feb. 2012
' �-rrcwY:[rwe
KEY INDIVIDUALS Ignacio Serralta, P.E.
INVOLVED: Oliverio Sanchez, P.E. T :p
Jean-Claude Fontaneau -,_,,-,� r s
PROJECT DESCRIPTION: v.Y .�,i .`° .— r ),„ ',
SRS studied four on-campus sites for the construction
of a new boat storage (parking) area for the Marine `'"
Biology Department. Each analyzed and site plans
were prepared including vehicle turning moments and '- .`;!�`'' '-
construction estimates. Once a site was approved,
SRS prepared construction documents for the
construction of the boat parking area. The design
included site geometry plan, site paving, grading and .
drainage, pavement marking and signage, LED site 1 `p
lighting, irrigation and landscaping. Special boat tie-
down were designed to secure the boats during
hurricane events.
SRS also provided construction phase services
including bid review, review of shop drawings,
responding to RFIs, conducted periodic construction
observations, review contractor's request for payment,
and final close-out and certification. .
\FJ u r
.414'/N .411 _ -
? 9
a
-.a
•.a
ii
ENGINE ERIN G•INC.
50
RELEVANT EXPERIENCE
f ,
Project Name: Flagler Countyline Corporate Park " ,.. - 46 `
Client's Name: Flagler Global Logistics , =`
Jose Gonzalez,VP . ' ° >° • --7r' '+w'
305-520-2372 i • 4 e 1
Type of Facility or Land Development ,..--.......7.7-'-:;;-...-:7-:Services: I ii i
SRS Project Fees: $526,460 r.� ' 1 i!
1411
11,1
Construction Costs: $28,200,000 (Est.) i "1 I I, i"
Project Dates: 02/2017 1 - Ir
Key Individuals Involved: Ignacio Serralta, P.E. 1 1 ~_- o. 1
Mark Tomczyk, P.E.
Michael Gonzalez, P.E. iW ' 1; €, _
Gil Garcia, CGC (.
i" 1i i 1' I
Project Description: ii. ,, #1
Flagler Countyline is a Commercial/Industrial land development , _
consisting of 504 Acres and approximately 8.3 million square feet of L.__ —. -
warehouse/office buildings located within the City of Hialeah annex Vaster
StePlan
area. SRS services included assisting in the site plan development
and the civil design of all on-site roadways, paving and grading, ,;'+.,,,,' :::,P.. r
drainage and storm water management systems, water and sewer ® b
systems, and a sewer pump station. Services also included design of - ;;
roadway improvements along adjacent portions of NW 97th Avenue,
NW 102nd Avenue, NW 158th Street and NW 162nd Street. Other
services included contracting and coordinating all geotechnical i ate~^- "
investigations; all environmental studies including wetland mitigation
reports and preparation of ERP permit. Phase I of the overall °`! °
development plan is approximately 160 Acres and is a portion of a
previously permitted construction and demolition material landfill site. illi I
P y �: i
SRS was responsible for the preparation of civil engineering design , , ,,;,. i •
plans and specifications for the site paving, grading, and drainage, j I i;
as well as, site infrastructure necessary for the construction of - E f t ; i
$ 1,
approximately 2.3 million square feet of industrial buildings for Phase 1
I alone. The sewer design comprised of approximately 2,600 LF of d 1 ;1j ,.
8-inch sanitary sewer force main, over 15,000 LF of 8-inch gravity '"2,,`.'".,,vw-ic.'s-A.Ali: 71,::.-.-"liosi,Nt'Xilew-Afn--V-r..:14
sewer mains, and the design and permitting of a City of Hialeah
sewer pump station to provide service for the 160 Acres. The „ -,
proposed force main will connect to the existing 24" sanitary sewer
force main along NW 97th Avenue. The Phase I pump station has N
capacity for a 119,700 GPD peak flow. The water mains includej. ' ,1
approx. 2,640 LF of 16-inch DIP water main along NW 158th Street •
., , g 4 ' ,
as well as 18,000 LF of 12-inch DIP water main within the property I 1P1 ti • '
which will provide the Industrial business based development with ., .. , -1
adequate fire protection and municipal water service. L ,, 16 _-1 .
1
.vl
ENL3INEERING,INC.
51
RELEVANT EXPERIENCE
1111111111111111111111111111111111111111111111111111111111111 0
PROJECT NAME: Bonterra
CLIENT'S NAME: CC Devco, LLC/Lennar BONTERRA
Jimmy Wright, P.E.
(786) 453-3013 Great Community.Great Homes.Great Value.
TYPE OF FACILITY 152 Acres Residential
OR SERVICES: Development
COMPLETION DATE: 04-2016
KEY INDIVIDUALS Ignacio Serralta, P.E.
INVOLVED: Oliverio Sanchez, P.E. ,. Jr?aI
1
PROJECT DESCRIPTION:
SRS prepared all civil engineering design plans _
and specifications for the construction of an -KW
Preparation of civil engineering design plans and ;1
� . ao
specifications for the construction of an
approximately 152-acre single-family and 4 „ �p
townhome residential development comprised of
1,171 residential units, including 487 single
family homes, 118 townhouses, 253 villas, 314
apartments, and single family homes; as well as
16-ac lake. The project is located east of NW
97th Avenue between the NW 146th Street and
NW 154th Street in the City of Hialeah. SRS B O 1V�T
T E R R A
services included assisting in the site plan BY C C D E V C O HOMES i L E N N A R HOMES
development and the civil design of all on-site N,v,.;,-„STREET
roadways, paving and grading, drainage and : ,”:
-. 1 17,'.,, 1•1
storm water management systems, water and .':, s• :::a�:.�:::• :-
sewer systems, and a sewer pumpstation. , .•��•' .: nun ,,
Y i renTal ,; ,. •
..--"� ttttttttttitt
Services also included design of off-site roadway Ss -''a,,cvNa.,�3�,
improvements along adjacent portions of NW vol �;. h ::15.:::a.•%%%•s';
97th Avenue and new roadways - NW 146th
:1,,,rii.,,,,,e.7.14,1:+ity,""
- ' '`.s.t r.:.. : ;Street and NW 154th Street. Other services '; ` • ri�s+:'i " �,s:•stt tat assts.included contracting and coordinating all • '' '�ttttt:tsitttyeotechnical investi ations; all environmental .t .studies including wetland mitigation reports and ` •moi{isat: 3
'-'. .: net r N lt4• r
preparation of ERP permit. Z r:�
1 peg '7.:l a'' r s• •♦ • .
Permitting included all applicable regulatory ,.' %
agencies including FDOT, SFWMD, COE, RER, `, :x� ; 2-�� y ; ,,4 . , ::
MDCPWD, City of Hialeah Water and Sewer Dept, l ' `' -, -4 . . ' "�`' i •• E
Street Dept., and Fire Dept, and Health Dept. '� `1L:i 'a . Ili ' ,.
42." r 7 .t 1
t 4tt%%% V. tstis :. • 'wrl (wr
.ter= r. �...'41. .........
Vw,aaT, STREe
1 - s
ENGINEERIN G,IN C.
52
RELEVANT EXPERIENCE a F
1 . M.,0,,4.,3 s s' l
i 4£ € 111 ,sgtit'w
£ s y
IINIMIIIIIIIIIIIIIIIIIIIIIMIIIIIIIIIMIIIII
WAR OW Mvwsr � _ - y Ste, 11,
3
40Msiw.r
WX,CR
PROJECT NAME: Naranja Lakes CRA 414;;„re '''' g� Mr,
Mi
ci a.,...,e X
, =5 i 3 $�. 1 a 1 1,.,..,
CLIENT'S NAME: Naranja Lakes CRA 4 ? 4 ' If 09
t 0."..,4, ,,,
Jorge Fernandez 3 i , ,”'"�,� ,�' }�;. 8
,. Mme,.-
A Mxrms*S d
(305) 375-1543 0.....„..,,,
M]Mrtr" g .+aP.P 2
TYPE OF FACILITY Const. Management ' ; I Mnano Lr ! 1 ti _ "~# r
OR SERVICES: Consultant 5 t 1 u i;' 3 r i ' r,
A Ma.rwn V t $ iwxer...y g 9 8
SRS PROJECT FEE: $ 208,000 �. �' s ;
CONSTRUCTION C0041001.X WO°"1110 �" Y
y,.notn rww,�.w � { ��� ;w�.cr" .,r'�ro � 3 p
COST: $ 17,745,355 ".'"1,.« ff�'.°"°`„"8 a' M "" ' '
p0...... woe+t�i+Kwu..:o.� >; ."mwm re. F ra*.n7
COMPLETION DATE: 5/2007 to 10/2011
KEY INDIVIDUALS Ignacio Serralta, P.E.
INVOLVED: Jean Claude Fontaneau
PROJECT DESCRIPTION: „`
•
As Construction Consultant, SRS's responsibilities , -
included the review and recommendation of contract ' f . — - ,'
reward to the Developer, the review and approval of r -'
payment requests submitted by Developer, review and --"4-' ,�--- "
make recommendations pertaining to change orders, ,.................----..------------r---7-7, `''`',',
design changes and budget reallocations, meeting with ,r : , � ' `''"" _ '
the Developer on a regular basis regarding the ' ' n ... -,: r
construction schedule and related issues, conducting
regular site visits of the construction site to observe on-
going construction, and attend all meetings, as directed
by the CRA, to provide consultation to the CRA.
As an initial task, SRS prepared a "Preliminary Report" • � , I r,,,,
consisting of an analysis of the amounts previously paid �" :' ►- � :-
to the Developer to date as set forth in the twenty-one j'
(21) Request for Payment submitted by the Developer to 9 a r:. A .,
the CRA and the County including an analysis of
changes in scope, materials and quantities from what isir
t �` ''!
set forth in the revised Master Plan of Improvements ;) , " s ,, 1,
attached to the First Amendment to the Redevelopment 14 A '
Agreement as well as any amounts paid over budgeted 11_._.-._..— ., - --
amounts all as reconciled to the approved Schedule of . .i"`' °"' - -~- `•
Values.
Construction improvements included roadways,
landscaping, new bridge, water and sewer pipelines and
sewer pump stations.
Al, .1
IL..
NAR..ANJA ,ly `
�.
LAMS C ) ,
RuhuUdlny Jur 1 ..
O'orrun unity 4.i
ENGINE ER IN G,IN C.
r . •A�F
IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII
. .
RELEVANT EXPERIENCE pf. H�
) i53y
PROJECT NAME: City of Hialeah- F 4CORppi �O t'* '_
1-75 and NW 138th Street Interchange
(CEI) (ARRA/LAP) 1 _ - -
CLIENT'S NAME: City of Hialeah O N o, ,y:-,
Streets Division
Jorge Hernandez - '. •••305-687-2656 .j ,C,
TYPE OF FACILITY Roadway and Drainage Construction '
OR SERVICES: I '
SRS PROJECT FEE. $197,409.79 I t
.....f
COMPLETION DATE: 4/2010 to On-going
KEY INDIVIDUALS Ignacio Serralta, P.E.
INVOLVED: Oliverio Sanchez. P.E.
PROJECT DESCRIPTION:
Construction administration support and inspection services ' - 1.:-..,‘ .-.s.
during the construction of the SR 93 I-75 and NW 138th Street r'.i
Interchange project as required by the Department to meet t" 1t^ :T' , !' r-� = '
FDOT s LAP Program requirements. Scope of Work included, but x i° _ °`, ;f.
not limited to, the following:
• Provided CEI and construction administration services as
required for the LAP Program.
• Attended pre-construction meeting and prepared minutes for
distribution.
• Reviewed shop drawings submitted by Contractor for
adherence to construction documents. it .
• Attend bi-weekly progress meetings and prepared the minutes ,-'Q • , .' 2., 't
t
for distribution. _� .. _ •.6,
• Responded to Contractor request for information and
'
clarification of contract documents.
• Coordinated utility issues/conflicts. '� ,�� . , q
• Processed all construction correspondence and documents. --.74.,,.-. '- �.
• Reviewed and recommend Contractor payment requisitions. �'
• Reviewed Contractor's certified payrolls.
• Conducted labor interviews to ensure wage rate compliance. -
• Verified Contractor's Disadvantaged Business Enterprise (DBE)
on-going training program.
• Reviewed Contractor EEO requirements. wmcs,
• Provided On the Job Training (OJT) monitoring and reporting.
Reviewed and recommended Contractor change order requests, • Provided photo history of project in
• if any. digital format.
• Provided full-time inspector (40 hours per week). • Other construction phase engineering
• Conducted semi-final inspection and prepared punch list. services as requested by the
• Conducted final inspection, punch list, and contract close-out. Department.
• Construction cost $864,793.35
• QA/QC - limited materials and density testing provide
independent assurance testing and coordinate with testing lab
to obtain sampling and testing. Compared test
results and document in project records. AIC
=:v
e%
1.
END IN E ERIN D,IN C.
RELEVANT EXPERIENCE U't' r
' -
t ;
Iii,.
i.,_ am
d „
PROJECT NAME: Ponce de Leon Blvd. CEI P 0 gm
CLIENT'S NAME: City of Coral Gables Depart. of _ ,,
Public Works •a
Mr. Ernesto Pino, RA ,., "` w
(305)460-5004
TYPE OF FACILITY Construction Inspection Services ` : , i.
OR SERVICES: w ^�
SRS PROJECT FEE: $ 194,663.53
CONSTRUCTION $ 1,816,772.42 ,; I - '"!A
COST: _ '•
COMPLETION DATE: 01/05/2012 �� , -`a
KEY INDIVIDUALS Ignacio Serralta, P.E. --1 4,iititt. , a
INVOLVED: Oliverio Sanchez. P.E. iii / -.
Ralph Pereda
Luis Hurtado 4 #. P '
PROJECT DESCRIPTION: I 1 , 15 r•
Construction administration support and inspection services -i - _ ! '�;
during the construction of Ponce de Leon Boulevard Median t - • -�: iT ' ,14
Beautification project as required by the Department to meet Vii! d - •
FDOT's LAP Program requirements. Scope of Work included, • , , ;� .. N .' ,I t'_ ' I:
but not limited to, the following: :, it , .
• Provide CEI and construction administration services as required for
the LAP Program.
• Attend pre-construction meeting and prepare minutes for distribution. -
• Review shop drawings submitted by Contractor for adherence to
construction documents.
• Attend bi-weekly progress meetings and prepare for minutes for nn::aiai
distribution. x SISSS1S�
• Respond to Contractor request for information and clarification of _
contract documents. •.,.' • -= _
• Coordinate utility issues/conflicts. + ,� �- r'F ; ' - ••
• Process all construction correspondence and documents. - 11
• Review and recommend Contractor payment requisitions. • "°'r _
• Review Contractor's certified payrolls. •— -
• Conduct labor interviews to assure wage rate compliance.
• Verify Contractor's Disadvantaged Business Enterprise(DBE)on- ►1. - _
going training program. _
• Review Contractor EEO requirements. `i - _ 1
• Provide On the Job Training (Off)monitoring and reporting. il
• Review and recommend Contractor change order requests, if any. . --a �„
• Provide full-time inspector(40 hours per week). ! :am
• Conduct semi-final inspection and prepare punch list. ----41111, /""
• Conduct final inspection, punch list,and contract close-out.
• QA/QC - limited materials and density testing Provide independent /• i
assurance testing and coordinate with testing lab to obtain sampling
and testing. Compare test results and document in project records. x,
• Provided photo history of project in digital format. -
• Other construction phase engineering services as requested by 1
the Department. 'r`
.v
atz
OW
ENGINEERINO,INC.
MIAMI F C
41t a
.r z
M�
LW
TAB4 CCI
Experience & Qualifications of
the Team
,
` " RFQ for Professional Architectural and Engineering Services 56 - , "
---,:....4r--
". for Capital Renewal and Replacement Projects
'r " .,,_.. RFQ No. 2018-141-ND
.F .t �
TjiL, ice. *-. _ ...Yk. . iplat .. M».7,-;
r f
City of Miami Beach . 1,,,:',L,4, --,',,.,
MIAMI BEACH
Project Manager
I
SRS DESIGN
,, ,, SR. PROJECT MANAGER .---
TECHNICAL DESIGN GROUP . Mark Tomczyk, P.E. —, PRINCIPAL IN CHARGE/
Design Project Manager QUALITY CONTROL
SR. DESIGN ENGINEER — Ignacio Serralta, P.E.
Jean-Claude Fontaneau, E.I.
_..
CIVIL ENGINEERING CONSTRUCTION SUPPORT ADMINISTRATIVE
. AND INSPECTION GROUP SERVICES
DESIGN ENGINEERS CONSTRUCTION ENGINEER
Gil Garcia, MS, CGC, CCM COMPTROLLER/
Steven Fazekas
Nelson Mojarena, PSM CONTRACT SPECIALIST
Adriana Ferrera FIELD ENGINEERS Ralph Pereda
Marilys Falcon AND INSPECTORS
Jorge Castaneda ADMINISTRATIVE
DESIGN/CAD SUPPORT SUPPORT/MARKETING
Patricia Bosch Maria Garcia
Yinet Prieto • Construction Management
Ana Salazar • Construction Inspections
Alex Morales • Review and Process RFIs and • Document Control
Orlando Barreto Espinosa Shop Drawings • Accounting/Invoicing/HR
• Review Change Order Request • Marketing/Community
• Review and Process Outreach
• Establish design standards, ;ki Contractors Payment Requests • LAP Procedures and Reviews
procedures and coordination • Adherence to LAP • Employee Interviews
with Team Requirements • Certified Payroll Review
• Prepare Engineering Reports • Project Construction Close-out • Wage Rates Review
• Prepare Design Drawings • Public Liaison &Awareness • Administrative Support Services
• Prepare Const.Specifications 7.11
• Prepare Const.Cost Estimates
• Permitting and Plans Processing
IS
Organizational Chart -
.0
ENGINEERING.INC.
IC.7
ENGINEERING,INC.
Ignacio Serralta, PE
Principal
Mr. Ignacio Serralta has more than 28 years of experience in civil engineering
planning, design and management for a wide range of public works, site development
and infrastructure projects. He has been responsible for the design of roadway
improvements, storm drainage systems, water and sanitary sewers transmission
pipelines, as well as reservoirs and pump stations. He is familiar with the many facets
of public and private project management and has served as Project
Manager/Engineer on many projects. Mr. Serralta will head the team on this project
and be responsible for all facets of the operation.
City of Hialeah — NW 142"d Street Water and Sewer Improvements, Hialeah,
Florida Principal-In-Charge in charge of the civil engineering design and preparation Role:
of construction documents for the construction of 1,470 LF of an 8-inch force main, Principle
2,702 LF of an 8-inch gravity sanitary sewer, 5,325 LF of a 16-inch water main and
pump station number 1. The new force main constructed on NW 142nd Street from Years with SRS: 25
NW 105"' Avenue to NW 102nd Avenue to a connection point with the existing
MDWASD force main located at NW 102nd Avenue, to serve the newly annexed area Education
to the City of Hialeah. This work included contracting and coordinating all work with • B.S. Civil
specialty firms (Surveyors, Electrical and Geotechnical Engineers); and the Engineering,
preparation and submittal design calculations, applications and plans for "dry-run" California State
and "final" review by local regulatory agencies. Duties included attending meetings University, Los
and assisting the City in coordinating the project with MDWASD and the City of Angeles,
Hialeah;conducting a hydraulic analysis of the proposed force main and pump station California
to determine size of line and pump and verify compliance with previous prepared
Annex Area Water and Sewer Master Plan.
Registration &
MDWASD Pump Stations Upgrades, Multiple Locations, Miami-Dade, Florida. Certifications
Principal-In-Charge for the engineering design and preparation of construction • Registered Civil
documents (Plans and Specifications) for the construction of upgrades to existing Engineer,California
Pump Stations. Upgrades included new pumping units, new electrical control panels, No.C47828, Florida,
new electrical services, new telemetry systems, replacement of PS piping, new valve No.PE45609
vaults and fittings, new wet wells, demolition of existing pump stations, and • Certified Uniform
associated site improvements. Services also included plans processing and Building Code
permitting; and bid phase services. Pump Station Nos. 7,64, 140,427,430, 502, 767, Inspector(UBCI)
and 1018. • Former Board
Member,Florida
Section 26 Sewer Improvements, Hialeah, Florida. Principal-In-Charge for the International
preparation of construction drawings for a new regional pump station consisting of a University Honors
submersible pump station with 4 submersible pumping units (215 HP) with a peak College
capacity of 8,880 GPM (12.8 MGD)and valve chamber. The project also included the
design of upgrade improvements to 11 existing pump stations (PS 132, PS 133, PS
134, PS 135, PS 137, PS 138, PS 139, PS 140, PS 141, PS 142, and PS 144).
Including replacement of existing pumping units, new electrical control panels
replacement of PS piping, new valve vaults and new telemetry systems. Oversaw
construction drawings for approximately 15,600 LF of sewer force main pipelines (8-
inch to 30-inch diameter), and 8,226 LF of 48-inch and 3,999 LF of 36-inch
transmission sewer force main pipelines, including 48-inch pipe canal crossing.
City of Hialeah Annex Area, Regional Pump Station No.200, Hialeah, Florida.
Principal-In-Charge for the engineering design of a new regional sewer pump station.
58
Ignacio Serralta, PE
(Continued) 2
Work included coordinating with the city and MDWASD approximately 160-acre traditional neighborhood district
as well as the surveyor and geotechnical firms. Design development which was comprised of 1,256 residential
work included preparing hydraulic calculations and units, as well as over 132,000 SF. of commercial retail,
construction documents for a 29 MGD regional/booster 15-acre lake, and a 9-acre school. Duties included the
sewer pump station consisting of a two-story wet/dry civil design of on-site roadways, paving and grading,
well building with four 470-HP pumps, electrical control drainage and storm water management systems, water
systems, telemetry, odor control unit and backup and sewer systems, design of off-site 24-inch water
generator. main and 20-inch sewer force main extensions, regional
sewer pump station with two 100-HP pumps and backup
County Line, Hialeah, Florida. Principal-In-Charge for generator.
the development of 504 Acres into an Industrial business
center. Phase I of the overall development plan is Master Plan and Water/Sewer Transmission Mains
approximately 160 Acres and is a portion of a previously City of Hialeah Annex Area, Hialeah, Florida.
permitted construction and demolition material landfill Principal-In-Charge for the engineering design of a
site located within the City of Hialeah annex. This project water and sewer infrastructure required to serve the
consists of the preparation of civil engineering design newly annexed area to the City of Hialeah. The project
plans and specifications for the infrastructure necessary included the preparation of a water and sewer master
for the construction of approximately 2,246,400 square plan for the newly annexed area. Preparation of
feet of Industrial buildings for Phase I alone. The sewer construction documents for water and sewer
design will comprise approximately 2,600 linear feet of transmission mains to serve the annexed area including
16-inch and 20-inch sanitary sewer force main the design of approximately 1,480 LF of 24-inch gravity
combined,over 15,000 linear feet of 8-inch gravity sewer sanitary sewer mains, 10,724 LF of 24-inch force main
main, and the design and permitting of a City of Hialeah extensions, 3,229 LF of 36-inch force main extensions,
sewer pump station which will provide service for the and 12,166 LF of 36-inch water main extensions.
160 Acres. The water facilities design for this project
includes approximately 2,640 linear feet of 12-inch water FEMA/DORM Restoration Project Various Sites,
main along NW 158th street as well as 18,000 linear feet Miami-Dade County, Florida. Principal-In-Charge from
of 8-inch water main within the property which will November 2001 through December 2005. The project
provide the Industrial business based development with was a jointly funded effort supported by the Federal
adequate fire protection and municipal water service. Government, the State of Florida and Miami-Dade
County and was intended to mitigate problems that
Homestead Air Force Base, Pump Station No. 934, arose as a result of Hurricane Irene(October 1999) and
Homestead, Florida. Principal-In-Charge for the the "No Name Storm" (October 2000). As Master
preparation of construction documents for upgrading PS Consultant, we oversaw the construction efforts of nine
#934 to MDWASD standards. Responsible for design of contractors performing work with an estimated
construction documents, demolition drawings, structural construction value of $35,000,000.00. Additionally, we
details, new electrical controls, SCADA, and new 12- were responsible for the coordination of approximately
inch force main. Obtained permits, construction twelve engineering design consultants, eight
management, inspections, and close out. geotechnical firms and nine land surveying firms
involved in the design of approximately four hundred
Crandon Golf Course, Park and Marina, Key ninety mitigation projects. These projects ranged from
Biscayne, Florida. Project Civil Engineer for the design drainage improvements to total roadway reconstruction,
and construction phase services of new sewer systems. canal dredging, culvert cleaning and canal bank
These projects involved the design of approximately restoration. Finally, we were responsible for all
1,900 LF gravity sewer mains and two sewer pump document control related to these projects, approval of
stations. Work also included abandoning the existing payment for design, survey, geotechnical reports and
septic tanks and drain fields and obtaining permits from construction in accordance with FEMA required
DEP, DERM and the Building Department. Services guidelines.
included weekly construction meetings, reviewing shop
drawings, responding to RFI's, providing construction
observations and preparing close-out documents.
Kendall Commons, Kendall Drive and SW 169
Avenue, West Miami-Dade, Florida. Principal-In-
Charge for the preparation of civil engineering design
plans and specifications for the construction of an
[46
cs
.oo
ENGINE ER ING,IN C.
Mark Tomaczyk, PE LEED Green Assoc.
Vice President
Mr. Tomczyk has more than 25 years of municipal, general civil engineering
and business development experience, with a specialty in Municipal
Engineering/Construction, DoD (NAVFAC/USACOE) and Private Land
Development projects (design/build and design/bid/build), stormwater
management, floodplain modeling, permitting and private development
engineering and construction administration/management. He has "` -~` k
extensive experience the design/ implementation of grant funded public ;r .$'
and quasi-public entities in the generation of technical specification and
grant management. Additionally, Mr. Tomczyk has been utilized as an
expert witness for courtroom testimony for land use and stormwater
management/ floodplain management issues.
Coconut Creek Casino, Coconut Creek, FL: Project oversight for Engineering
design of stormwater management, drainage, potable water and sanitary sewer for Role.
the Coconut Creek Casino expansion. The Casino is a complex project located on Sr. Project
49-acres of Tribal Land at the intersection of SR-7 and Sample Road in the City of Manager
Coconut Creek. The project was a design build between Moss-Anderson and the
Tribe. Years with SRS: 2
Waste Management — CNG Pompano Beach, FL: Project Principal / Project Education
oversight for Engineering design of stormwater management and fire main extension • B.S. Civil
for Waste Management site. The proposed improvements include bringing in Engineering,
compressed natural gas (CNG) lines to the existing site in order to fuel the vehicle Penn State
fleet. The project scope involved drainage and parking lot improvements, expansion University,
of a fire line and County/State permitting. The project is located on 20+/-acres along University Park,
Powerline Road, un-incorporated Broward County. PA
Waste Management — Medley Facility, Town of Medley, FL: Project Principal / • M.S.
Project oversight for Engineering design. Development project for an existing vacant Environmental
site totaling approximately 18 acres and located in Town of Medley, Florida. The Engineering,
project entailed development of the site for use as a truck parking and maintenance Penn State
facility with office space also provided. Responsibilities included design of the site University,
plan, water mains for potable water and fire protection, sanitary sewer, paving, Harrisburg, PA
grading, and drainage, pavement marking & signage, parking lot design, onsite lake
design and permitting. The project scope also included the design and permitting for Registration &
the improvement of a Public Road required to provide access to the new site. Certifications
•
University of Miami, Internal Road and Miller Dr.Intersection,Coral Gables, FL: Rngintered
Project Principal/client liaison for the design preparation of construction documents Engineer:
for an internal circulation roadway throughout the University of Miami campus. The Florida#63171
lead project engineer for the production of paving and grading, water and sewer and
roadway plans for various phases of the projects that the University must complete in
order to comply with several City of Coral Gables ordinances.
University of Miami, Dickinson Drive Relocation, Coral Gables, FL: Project
Principal/client liaison for the design preparation of construction documents for an
internal circulation roadway throughout the University of Miami campus. The lead
project engineer for the production of paving and grading, water and sewer and
roadway plans for various phases of the projects that the University must complete in
order to comply with several City of Coral Gables ordinances.
i
60
Mark Tomaczyk, PE LEED Green Assoc.
(Continued) 2
University of Miami, UHealth Medical Center,Coral
Gables, FL: Project Principal/client liaison for the
design preparation of construction documents for the
new medical building in the University of Miami
campus. The lead project engineer for the production
of paving and grading, water and sewer and roadway
plans for various phases of the projects that the
University must complete in order to comply with
several City of Coral Gables ordinances.
Monroe County EAR, Comprehensive Plan Update
and Land Development Code Re-Write, Monroe
County, FL: Monroe County has contracted with Keith
and Schnars to update their Comprehensive Plan
Policy and Technical Documents to the 2010-2030
planning timeframe; the last update occurred in 1995.
Keith and Schnars is also providing services to
prepare the EAR for the County. Monroe County's
current regulations were drafted in 1985 and have
been appended numerous times over the years. The
goal of this project is to realign the LDR sections to
make it more user friendly, incorporate modern
planning strategies, and implement the Goals,
Objectives and Policies of the Comprehensive Plan.
Mr. Tomczyk is responsible for analyses of potable
water, sanitary sewer, and drainage.
ENGINEERING,INC.
Gil Garcia, M.S.MinEng. CGC, CCM
Project Manager
Mr. Garcia has over 32 years of experience in Inspection, Design, Project
il
Management, Construction Management, Constructability Review, and Claim
Review. Throughout his professional career, he has served as a Director of
Engineering, Technical Expert, and Director of Construction on Civil engineering
projects. His civil engineering experience includes: Water / Wastewater Treatment ;
Plants, Gravity Sewer, Sewage Lift, Pump, and Boosters Stations, Force Main, CSO, k'
Transportation, Water Mains, Geotechnical Works, Storm Drainage Collection
System and Pumping, and Service Tunnels plus Underground Construction fields,
such as Hand Mining, Compress Air, TBM, EPBM, Slurry Shields, Rock Header, Drill
and Blast, Etc.
Key Projects
Role:
West Avenue Infrastructure Improvements—City of Miami Beach,FL Conceptual Project Manager
and final design for the replacement of approximately 12,000 feet of drainage, water
and sewage collection systems, and construction of a 135 CFS drainage. The project Years with SRS: >1
is part of the Sea Level Rising with a budget of approximately $44,000,000. During
the design of this project several errors and omissions were identified in the Design
Criteria Package that lead to numerous change orders that were submitted to the Education
Owner. • M.S. Mining and
Earth Systems
La Gorce Improvements —City of Miami Beach, FL Preparation of the Technical Engineering,
Proposal. In general, the project included: the 3 new sewage pump stations, Colorado School
rehabilitation of a regional sewage pump stations, replacement of 43,200 feet of water of Mines, Golden,
mains, gravity sewer, and storm drainage collection systems. Also, the construction Colorado
of 3 large drainage pump stations,the restoration of 3 sea wall, raising 21,000 feet of • B.S. Civil
roads, and harmonization of the raised road to the edge of property. Engineering,
Florida
North District Wastewater Treatment Plant R&R Program — MDWASD International
Assessment and development of recommendations for improvements and University, Miami,
rehabilitate to the existing equipment, processes, and facilities. Few of the evaluated Florida
facilities were:
• Grit removal
• Primary electrical infrastructure, Registration
• Primary clarifiers 1-6 constructed in 1978, 1989, and 1996, Certifications
• Secondary clarifiers 1 through 12, and • General Contractor
Deep Injection well pump stations 5 and 6 with a rated of 16,000 GPM License,State of
• Florida No.
CGC058260
Central District Wastewater Treatment Plant—MDWASD
Evaluation and recommendations to the existing return and waste activated sludge Certificate on
systems to determine the required modifications to meet the future treatment Construction
capacity. Management(CCM)
Broward County Water and Wastewater Water Treatment Plan Upgrade -
BCWWS, FL Technical specifications for the demolition and lead paint abatement of
a settling thank and 2 elevated water storage tanks.
Pump Station 301 — MDWASD Inspection and evaluation of the entire facility to
handle the projected sewage flow to the
NDWWTP.
62
Gil Garcia, M.S.MinEng. CGC, CCM
(Continued) 2
PSIP (2015) — MDWASD's Consent Decree Upgrade was tunnel through a contaminated superfund site and
of 15 sewage PS. These projects also included the very loose sandy silt that cause major settlement in spite
design of force mains that included microtunneling and of the significant extraordinary efforts by the contractor.
HDD crossings. Also perform the start-up and The claim was approximately $15,000,000 and settled
certification for each project. with the Owner.
Broward County Sewage Pump Stations Lift Station 87 Claim - Westra Construction Cop. /
Improvements- BCWWS, FL Construction services for Huxted Tunneling, Inc. This project consisted on the
the demolition, rehabilitation and startup of PS 450 and installation of a 450 feet of 36 inch clay pipe microtunnel
456. section through marine and tidal weak claystone that
expanded and squeezed the clay pipe during the
North District Transmission System Improvements installation. The project cost was approximately
—MDWASD Conceptual design of 21,000 feet of 48-inch $6,000,000 but its redesign and claim more that double
diameter force main from sewage PS 306 to the the cost of the project to do a different site condition 1
intersection of NW 2nd Ave. and 163rd St. and 2.
Improvement of the Water Distribution System-City
of Miramar, FL Construction services for the open cut
installation of approximately 44,000 feet of 6-inch
diameter water distribution system including 500 feet of
HDD. The project also includes the bacteriological
sampling and pressure tests. This project also required
settlement with the contractor due to the inconsistency
between the design drawings and the technical
specifications.
San Agustin CSO Microtunnels—CAEM,Mexico City
Construction of 12,500 feet of 104-inch diameter CSO
microtunnel and 24 -40'x30'24 shafts. This project also
required the construction and repair of several 45 feet
depth shafts to different site conditions. Also, the
preparation of claims dur to a different site condition
claim Type 1 that resulted in the failure of a 40'x30'sheet
pile shaft.
Sewer Collection System Improvement and
Expansion — Atlatec, Trinidad Tobago Contraction
estimate for the construction of approximately 433,000
feet of gravity sewer varying in diameter from 12 to 30
inches by means of open cut, microtunneling and pilot
tube as wells as numerous shafts.
Chimalhuacan Tunnel — CONAGUA, Mexico City
Construction of 11,875 feet of 21-foot diameter for CSO
tunnel, and construction of 5 — 50-foot diameter shafts,
and rehabilitation of 5 - 20 to 25 MGD CSO pump
Stations. Also, in change of preparing a large and
comprehensive change order due to delays and poorly
prepared Design Criteria Package. In addition,
suggested the use of an Earth Pressure Balance (EPB)
shield rather than the Owner provided Okumura shields
that were about$20 years old.
Gowanus Canal Flushing Tunnel Claim — Northeast
REMSCO This project consisted in the installation of
approximately 6,000 of 24, 26, and 48 inch RCP that
AG
.c�
ENGINEERING,INC.
Jean-Claude Fontaneau, El
Project Manager
Mr.Jean-Claude Fontaneau has more than 20 years of experience in civil engineering
design. He has been in charge of the planning and design of a variety of municipal
and site development projects. Mr. Fontaneau is primarily responsible for the
engineering design and preparation of plans and specifications including the design
of roadway improvements, storm drainage systems, water and sanitary sewer '
pipelines, pump stations and site development projects.
Key Projects
Hialeah Transmission Force Mains,City of Hialeah Annex Area, Hialeah, Florida.
Senior design engineer responsible for the design and preparation of construction
documents for the construction of a new transmission force main.The new force main Role:
constructed from NW 87th Avenue and W. 80th Street to a connection point with the Project Manager
existing MDWASD force main located at W. 8th Avenue and W. 76th Street, to serve
the newly annexed area to the City of Hialeah. This work included contracting and Years with SRS: 18
coordinating all work with specialty firms (Surveyors, Geotechnical, and Structural
Engineers); and the preparation and submittal design calculations, applications and
plans for"dry-run" and "final" review by local regulatory agencies. Education
. B.S.,Civil
Miami-Dade Water and Sewer Department, various projects have included: Engineering,
• Installation of 1,800 LF of 8-inch ductile iron pipe(DIP) Force Main in Franjo Road, Florida
to SW 89th Ct., and SW 200th St. to P.S. 702. International
• Installation of 1,400 LF of 12-inch D.I.P. Force Main in Caribbean Boulevard from University, Miami,
Whispering Pines to SW 192nd Dr. to P.S. 707. Installation of 3,250 LF of 20-inch Florida, 1996
D.I.P. Force Main in SW 163rd St., SW 101st Ave., SW 162nd St., SW 99th Ave. to
P.S. 709. Registration &
• Installation of 2,250 LF of 12-inch D.I.P. Force Main from P.S. 718 in SW 104th Certifications
Ave. and SW 168th St. • Engineer Intern,
• Installation of 42-inch Prestressed Concrete Cylindrical Pipe Sanitary Sewer Force Florida No.
Main in SW 25th Terr. from SW 32nd Ave. to SW 22nd Ave. 1100004978
• Installation of 8-inch D.I.P. Force Main in SW 79th Ave. from SW 34th St. to SW
32nd St., in SW 32nd St. from SW 79th Ave. to SW 78th Ct., in SW 78th CT. from SW
32nd St. to P.S. 753.
• Installation of 36-inch D.I.P. Water Main in NW 107th Ave. from NW 41st St. to NW
74th St.
• Installation of 36-inch D.I.P. Water Main in NW 107th Ave. from NW 21st St. to
NW 41st St.
• Installation of 36-inch D.I.P. Force Main in SW 32nd St. from SW 117th Ave. to SW
112th Ave. and in SW 112th Ave. from SW 32nd St. to 47th Ter.
• Installation of 48-inch Prestressed Concrete Cylindrical Pipe Sanitary Sewer
Force Main in SW 47th Ter. from SW 117th Ave. to SW 107th Ave. and in SW 48th
St. from SW 107th Ave. to SW 97th Ave.
These projects include preparation of general plans and notes, design of plans and
profiles, preliminary maintenance of traffic and calculations of restraint pipes.
MDWASD Pump Stations Upgrades, Multiple Locations, Miami-Dade, Florida.
Senior design engineer responsible for the design and preparation of construction
documents (Plans and Specifications) for the construction of upgrades to existing
Pump Stations. Upgrades included new pumping units, new electrical control panels,
new electrical services, new telemetry systems, replacement of PS piping, new valve
64
Jean-Claude Fontaneau
(Continued) 2
vaults and fittings, new wet wells, demolition of
existing pump stations, and associated site Master Plan and Water/Sewer Transmission
improvements. Services also included plans Mains, City of Hialeah, Hialeah, Florida. Senior
processing and permitting; and bid phase services. design engineer responsible for the design of a water
Pump Station Nos. 7, 64, 140,427,430, 502, 767, and and sewer infrastructure required to serve the newly
1018. annexed area to the City of Hialeah. The project
included the preparation of a water and sewer master
Homestead Air Force Base, Pump Station No. 934, plan for the newly annexed area. Preparation of
Homestead, Florida. Senior design engineer construction documents for water and sewer
responsible for the preparation of construction transmission mains to serve the annexed area
documents for upgrading PS No. 934 to MDWASD including the design of 1,480 LF of 24-inch gravity
standards. Responsible for design of construction sanitary sewer mains, 10,724 LF of 24-inch force main
documents, demolition drawings, structural details, extensions, 3,229 LF of 36-inch force main extensions,
new electrical controls, SCADA,and new 12-inch force and 12,166 LF of 36-inch water main extensions.
main. Obtaining permits, construction management,
inspections, and close out. Hialeah Transmission Water Mains,City of Hialeah
Annex Area, Hialeah, Florida. Senior design engineer
City of Hialeah Annex Area, Regional Pump responsible for the design and preparation of
Station No. 200, Hialeah, Florida. Senior design construction documents for the construction of a new
engineer responsible for the design of a new regional transmission water main from the MDWASD Preston
sewer pump station. Services included coordinating Water Plant to a connection point at NW 87th Avenue
with the city and Miami-Dade County Water & Sewer and W. 80th Street, to serve the newly annexed area
Department (MDWASD) as well as the surveyor and to the City of Hialeah. This work included contracting
geotechnical firms. Design work included preparing and coordinating all work with specialty firms
hydraulic calculations and construction documents for (Surveyors, Geotechnical, and Structural Engineers);
a 29 MGD regional/booster sewer pump station and the preparation and submittal design calculations,
consisting of a two-story wet/dry well building with (4) applications and plans for review by local regulatory
470-HP pumps, electrical control systems, telemetry, agencies.
odor control unit and backup generator.
Century. Prestige Residential Development - NW
Section 26 Sewer Improvements, Regional Pump 87th Avenue and NW 186th Street, Miami, Florida.
Station, Hialeah, Florida. Senior design engineer Senior design engineer responsible for the preparation
responsible for the drawings for a new regional pump of civil engineering design plans and specifications for
station consisting of a submersible pump station with a 96-acre development of 402 single-family homes
4 submersible pumping units (215 HP) with a peak with a 5-acre lake and 3-acre marsh wetland with a
capacity of 8,880 GPM (12.8 MGD) and valve tree island. Duties included assisting in the site plan
chamber. The pump station site included a building development and the civil design of on-site roadways,
housing the electrical control room and a storage area; paving and grading, drainage and storm water
an odor control unit; MDWASD flow meter, emergency management systems, water and sewer systems, and
generator, and other improvements. The project also design of regional sewer pump station and force main;
included the design of upgrade improvements to 11 and design of off-site water and sewer systems
existing pump stations (PS 132, PS 133, PS 134, PS including the design of a 36-inch water main
135, PS 137, PS 138, PS 139, PS 140, PS 141, PS extension.
142, and PS 144). Upgrades included replacement of
existing pumping units, new electrical control panels, City of Hialeah, Water Mains for Reverse Osmosis
new electrical services, replacement of PS piping, new Water Treatment Plant,City of Hialeah Annex Area,
valve vaults and fittings, demolition of existing wet well Hialeah, Florida. Senior design engineer responsible
tops and reconstruction with new hatches, wet well for the preparation of civil engineering design plans
refurbishment, new telemetry systems, and and specifications for the construction of maintenance
emergency generators with fuel tanks. He was also and water mains from HROWTP to serve the
responsible for the preparation of construction Annexation Area along NW 102nd Avenue and NW
drawings for approximately 15,600 LF of sewer force 170th Street. The construction documents included
main pipelines(8-inch to 30-inch diameter), and 8,226 approximately 7,640 LF of 12-inch maintenance water
LF of 48-inch and 3,999 LF of 36-inch transmission mains and 7,640 LF of 12-inch, 16-inch, 20-inch and
sewer force main pipelines, including 48-inch pipe 24-inch raw water mains combined.
canal crossing.
65
e/INGH 9
Marilys Falcon ENGINEERING,INC.
Project Engineer
Mrs. Marilys Falcon has over 28 years of experience in civil engineering planning,
and design for a wide range of public works, site development and infrastructure
projects. She has been responsible for the design of roadway improvements, storm
drainage systems, water and sanitary sewers transmission pipelines, as well as
reservoirs, pump stations and site development projects. She is extensively familiar :.,
with the diverse elements of public and private project design and coordination. For
five years, she served as a Water and Sewer Engineer for the City of Hialeah where 1 .1
her areas of focus were in planning and designing water lines, gravity sewer lines and
force mains.
City of South Miami — South Miami Sanitary Sewer Master Plan, South Miami,
Florida. Project Engineer. SRS Engineering, Inc.provided civil engineering services Role:
for the preparation of a sanitary sewer master plan which includes obtaining Project Engineer
information on existing sewer systems, developing a conceptual master plan which
includes layout of proposed sewer systems and estimated costs of projects. Services Years with SRS: >1
included general project management which included attending meetings with City of
South Miami and MDWASD staff to establish project guidelines and requirements. Education
Additionally, we gathered all available data by performing site visits and reviewing • B.S. (Bachelor of
available utility records, MDWASD sewer atlas and as-build drawings. The Science in Civil
preparation of the conceptual master plan includes 12 subarea master plans, design Engineering)
conceptual layout plans, determined if pump stations and force mains are needed, University of
scheduled and attended meetings with the City to submit and review the Master Plan Havana,Cuba
layouts plans and conceptual designs. Preparation of project cost estimates, 1980
calculated quantities, etc. Preparation of final report including our findings and
recommendations, maps and subarea plans, calculations, impacts due to sea level
rise, and estimated cost of construction and to City property owners.
Aquabella Section III, Miami, FL, Project Engineer for the civil engineering design
plans and specifications for the construction of an approximately 135-acre single-
family and townhome residential development comprised of 948 residential units,
including 191 single family homes, 300 townhouses, 212 villas, 245 apartments, and
single-family homes;as well as a 22-acre lake. The project is located east of NW 97th
Avenue between the NW 162th Street and NW 170th Street in the City of Hialeah.
SRS services included assisting in the site plan development and the civil design of
all on-site roadways, paving and grading, drainage and storm water management
systems,water and sewer systems, and a sewer pump station. Services also included
design of off-site roadway improvements along adjacent portions of NW 97th Avenue
and new roadway - NW 170th Street. Other services included contracting and
coordinating all geotechnical investigations; all environmental studies including
wetland mitigation reports and preparation of ERP permit.
Southern Cove, Miami, Florida. Project Engineer for the Civil Engineering review of
contractor's bid submittals for the Southern Cove Phase I residential development.
The project also involves preparation of site drainage(10,25&100 year)calculations
to meet local regulatory requirements (RER& SFWMD) including stage-storage and
cut and fill calculations to meet drainage basin requirements. Additionally, SRS will
prepare On-Site Water& Sewer Utility Plan & Profiles, and Typical Notes & Details.
This task shall include meeting with MDWASD, Fire and RER to obtain system
requirements, points of connection, and allocation verification. (it is assumed only
one water and sewer point of connection at SW 224th Street and SW 130th Avenue.)
66
Marilys Falcon
(Continued) 2
3,229 LF of 36-inch force main extensions, and 12,166
Bonterra, Hialeah, FL, Project Engineer for the civil LF of 36-inch water main extensions, and permitting
engineering design plans and specifications for the
construction of an Preparation of civil engineering Section 26, City of Hialeah Sewage Pump Stations
design plans and specifications for the construction of Improvements
an approximately 152-acre single-family and townhome Design Engineer participating in the design, agencies
residential development comprised of 1,171 residential coordination and permitting of 11 existing pump stations
units, including 487 single family homes, 118 (PS 132, PS 133, PS 134, PS 135, PS 137, PS 138, PS
townhouses, 253 villas, 314 apartments, and single- 139, PS 140, PS 141, PS 142, & PS 144) located
family homes; as well as 16-ac lake. The project is throughout this section of City of Hialeah and the design
located east of NW 97th Avenue between the NW 146th of a new pump station with flows of 2,430 GPD and 4
Street and NW 154th Street in the City of Hialeah. SRS 280 HP VFD motor driven pumps. Design work included
services included assisting in the site plan development analysis of existing pump station conditions and
and the civil design of all on-site roadways, paving and required hydraulic calculations to bring non-compliant
grading, drainage and storm water management pump stations to current standards, preparation of
systems, water and sewer systems, and a sewer pump construction documents and specifications,
station. Services also included design of off-site coordination with other governmental agencies and
roadway improvements along adjacent portions of NW permitting.
97th Avenue and new roadways - NW 146th Street and
NW 154th Street. Other services included contracting New Northside Runway, Miami International Airport.
and coordinating all geotechnical investigations; all Civil Engineer for new runway 8,600 feet long by 150
environmental studies including wetland mitigation feet wide at Miami International Airport. Project included
reports and preparation of ERP permit. Permitting construction of AOA Gate, Interior Service Road, and
included all applicable regulatory agencies including reconstruction of N.W. 67th Avenue. Assignments
FDOT, SFWMD, USACE, RER, MDCPWD, City of included, but were not limited to the preparation of
Hialeah Water and Sewer Dept., Street Dept., and Fire Conceptual, Geometry, Cross Section, Grading,
Dept., and Health Dept. Drainage, Signage and Pavement marking plans,
Earthwork Computations and tabulation of Quantities.
MDWASD Pump Stations Upgrades, Multiple
Locations, Miami-Dade, Florida. Project Engineer for Miami International Airport- Engineer for the H-J
the engineering design and preparation of construction Utilities and Pavement Expansion Project. Design of the
documents (Plans and Specifications) for the storm sewer and close coordination with various
construction of upgrades to existing Pump Stations. engineers from other firms assigned to this project.
Upgrades included new pumping units, new electrical
control panels, new electrical services, new telemetry Countyline Corporate Park, Hialeah, FL, Project
systems, replacement of PS piping, new valve vaults Engineer for the development of 504 Acres into an
and fittings, new wet wells, demolition of existing pump Industrial business center with approximately 8.3 million
stations, and associated site improvements. Services square feet of warehouses. Water and Sewer Master
also included plans processing and permitting; and bid Planning for the overall 504 Acres includes the design
phase services. Pump Station Nos. 7,64, 140,427,430, of four City of Hialeah pump stations, approximately
502, 767, and 1018. 37,500 linear feet of gravity sewer mains, 6,500 linear
feet of sanitary sewer force mains and 30,175 linear feet
Master Plan Water and Sewer Transmission Lines, of 12-inch to 16-inch water main within the public right-
City of Hialeah Annex Area, Hialeah, Florida of-way alone. Phase I of the overall development plan is
Project Engineer for the master planning and approximately 160 Acres and is a portion of a previously
engineering design all water and sewer infrastructure permitted construction and demolition material landfill
required to serve the newly annexed area to the City of site located within the City of Hialeah annex.This project
Hialeah. The project included the preparation of a water consists of the preparation of civil engineering design
and sewer master plan for the newly annexed area in plans and specifications for the infrastructure necessary
coordination with the City of Hialeah Department of for the construction of approximately 2.3 million square
Water and Sewers and Miami-Dade WASD. feet of Industrial buildings for Phase I alone. The Phase
Preparation of construction documents and I sewer pump station has sufficient capacity to service
specifications for water and sewer transmission mains the 119,700 GPD peak flows generated by the Industrial
to serve the annexed area including the design of Center.
approximately 1,480 LF of 24-inch gravity sanitary sewer
mains, 10,724 LF of 24-inch force main extensions,
67
ARS
Nelson Mojarena, PSM, El ENGINEERING,INC.
Project Engineer
Mr. Nelson Mojarena has more than 5 years of experience in civil engineering design
for a wide range of public works, site development and infrastructure projects. He is
also a Professional Land Surveyor with more than 13 years of experience in
surveying, mapping and GIS analysis. In addition, Mr. Mojarena passed the
Fundamentals of Engineering Exam and is a certified Florida Stormwater, Erosion,
and Sedimentation Control Inspector. He has been responsible for the design of
RN-:
roadway improvements, storm drainage systems, water and sanitary sewers
transmission pipelines, as well as reservoirs and pump stations.
Beacon Logistics Park, Miami, FL Staff engineer responsible for creating the
Conceptual Civil Design for the construction of this 71-Acre site. Basic Professional Rote:
Services consisted of conceptual site grading, paving and drainage plans showing Project Engineer
typical grades and preliminary drainage system, conceptual water and sewer system
plans including sewer pump station and conceptual roadway cross sections. Years with SRS 2
Countyline Corporate Park, Hialeah, FL, Project Engineer for the development of Education
504 Acres into an Industrial business center with approximately 8.3 million square . B.S. in Civil
feet of warehouses. Water and Sewer Master Planning for the overall 504 Acres Engineering at
includes the design of four City of Hialeah pump stations,approximately 37,500 linear Florida
feet of gravity sewer mains, 6,500 linear feet of sanitary sewer force mains and 30,175 International
linear feet of 12-inch to 16-inch water main within the public right-of-way alone. Phase University, Miami,
I of the overall development plan is approximately 160 Acres and is a portion of a Florida
previously permitted construction and demolition material landfill site located within
the City of Hialeah annex. This project consists of the preparation of civil engineering
design plans and specifications for the infrastructure necessary for the construction Registration &
of approximately 2.3 million square feet of Industrial buildings for Phase I alone. The Certifications
Phase I sewer pump station has sufficient capacity to service the 119,700 GPD peak • Professional
flows generated by the Industrial Center. The water facilities design for this project Surveyor and
includes approximately 2,640 linear feet of 16-inch water main along NW 158th street Mapper, Florida No.
as well as 18,000 linear feet of 12-inch water main within the property which will LS6966
provide the Industrial business based development with adequate fire protection and • Engineering Intern,
municipal water service. Florida No.
1100017640Qualified
Stomwater
City of Miami Continuing Services Contract — B-50904, NW 7th Street Road Management
Drainage Improvements between NW 9th Court and NW North River Drive, City Inspector, Florida
of Miami, FL, Project Engineer for drainage improvements to address area resident No. 30128
concerns of street flooding and standing water caused by recent severe storms or
high tides. Roadway and drainage improvements including reconstruction of the
existing roadway and sidewalks, installation of an outfall that drains into the Seybold
Canal, curbs and gutter upgrades, replacing drainage components with larger sized
diameter pipes, raising the back of sidewalks, harmonizing with adjacent area to
restrict sheet flow of rain water into private property, regarding, milling and
resurfacing, permitting with government agencies such as USACE, FDEP, RER and
City of Miami. Services provided along NW 7th Street Road between NW 9th Court
and NW North River drive.
10710 SW 24 Street Sanitary Sewer Connection Miami, FL, Project engineer for
the civil engineering design, permitting and associated construction phases services
68
Nelson Mojarena
(Continued) 2
for the construction of a new gravity sewer lateral
connection to serve the existing property.
Signature Charter Terminal and GSE, Miami, FL,
Professional civil engineering design services for the
development of a Charter Terminal, and GSE Shop at
Miami International Airport.The 3,500 SF Sports Charter
Terminal will include a 2,500 SF Ground Service
Equipment Shop. Role: Project Engineer
0.
mD
o
cin
tri
001,9s
TAB 5 4
ENGINEERING,INC.
TAB 5
70
ARCHITECT- ENGINEER QUALIFICATIONS
PART I-CONTRACT-SPECIFIC QUALIFICATIONS
A.CONTRACT INFORMATION
1.TITLE AND LOCATION(City and State)
Request for Qualifications(RFQ)for Professional Architectural and Engineering Services for Capital Renewal and
Replacement Projects
2.PUBLIC NOTICE DATE 3.SOLICITATION OR PROJECT NUMBER
02/15/2018 RFQ#2018-141-ND
B.ARCHITECT-ENGINEER POINT OF CONTACT
4.NAME AND TITLE
Ignacio Serralta, PE,President
5.NAME OF FIRM
SRS Engineering, Inc.
6.TELEPHONE NUMBER 7.FAX NUMBER 8.E-MAIL ADDRESS
305-662-8887 305-662-8858 Ignacio@srs-corp.com
C.PROPOSED TEAM
(Complete this section for the prime contractor and all key subcontractors.)
(Check)
9.FIRM NAME 10.ADDRESS 11.ROLE IN THIS CONTRACT
o0
m
CC
N 1-
SRS Engineering,Inc. 5001 SW 74th Court,Suite 201, Civil Engineering Services
Miami, FL 33155
a. ® ❑ ❑
CHECK IF BRANCH OFFICE
b. ❑ ❑ ❑
❑ CHECK IF BRANCH OFFICE
c. ❑ ❑ ❑
❑ CHECK IF BRANCH OFFICE
a. ❑ ❑ ❑
n CHECK IF BRANCH OFFICE
D.ORGANIZATIONAL CHART OF PROPOSED TEAM ® (Attached)
w
.; .,
, .
,„„
kr RFQ for Professional Architectural and Engineering Services 71
for Capital Renewal and Replacement Projects
RFQ No. 2018-141-ND
CI
vs
City of Miami Beach
M I AM I BEACH Project Manager w'
CNGiNCCNINQ,INC.
,
I
SRS DESIGN
SR. PROJECT MANAGER
TECHNICAL DESIGN GROUP — PRINCIPAL IN CHARGE/
Mark Tomczyk, P.E. QUALITY CONTROL
Design Project Manager
SR. DESIGN ENGINEER Ignacio Serralta, P.E.
Jean-Claude Fontaneau, E.I.
I i
CIVIL ENGINEERING CONSTRUCTION SUPPORT ADMINISTRATIVE
AND INSPECTION GROUP SERVICES
DESIGN ENGINEERS CONSTRUCTION ENGINEER
Gil Garcia, MS, CGC, CCM COMPTROLLER/
Steven Fazekas
Nelson Mojarena, PSM CONTRACT SPECIALIST
Adriana Ferrera FIELD ENGINEERS Ralph Pereda
Marilys Falcon AND INSPECTORS
Jorge Castaneda ADMINISTRATIVE
DESIGN/CAD SUPPORT _ SUPPORT/MARKETING
Patricia Bosch Maria Garcia
Yinet Prieto • Construction Management
Ana Salazar • Construction Inspections
Alex Morales • Review and Process RFIs and • Document Control
Orlando Barreto Espinosa Shop Drawings • Accounting/Invoicing/HR
• Review Change Order Request • Marketing/Community
• Review and Process Outreach
• Establish design standards, Contractors Payment Requests • LAP Procedures and Reviews
procedures and coordination • Adherence to LAP • Employee Interviews
with Team Requirements • Certified Payroll Review
• Prepare Engineering Reports • Project Construction Close-out • Wage Rates Review
• Prepare Design Drawings • Public Liaison &Awareness • Administrative Support Services
• Prepare Const.Specifications
• Prepare Const.Cost Estimates
• Permitting and Plans Processing
el
Organizational Chart
..
EN3INEERINt3,INC.
E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT 12
(Complete one Section E for each key person.)
12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE
Ignacio Serralta, PE Civil Engineer a.TOTAL b.WITH CURRENT FIRM
28+ 22
15.FIRM NAME AND LOCATION(City and State)
SRS Engineering,Inc., Miami,FL
16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE)
BS Civil Engineering,California State University 1991/Civil Engineer/California C47828
Los Angeles,CA-1988 1992/Civil Engineer/Florida PE45609
Uniform Building Code Inspector
18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.)
19.RELEVANT PROJECTS
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
Continuing Services Contract—City of South Miami PROFESSIONAL SERVICES CONSTRUCTION(If applicable)
Task Order:City of South Miami Police Fueling Station Improvements 2013 2015
South Miami,FL
(3)BRIEF DESCRIPTION(Brief scope,size,costetc.)AND SPECIFIC ROLE ® Check if project performed with current firm
a. Project included site investigations, preliminary engineering design and preparation of conceptual site plans,final design and
preparation of construction documents, permitting and construction phase services for improvements to the exiting Police
Fueling Station located at the City Hall Complex. Renovations included a new prefab metal canopy, lighting and camera on
canopy,new concrete access drive along the south side of the existing fuel pump, new hose bib,electrical outlet connection,
vacuum system,air compressor and storage cabinet at the service island.$32,630 Role:Civil Engineer or Record
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
Continuing Services Contract—City of Miami PROFESSIONAL SERVICES CONSTRUCTION(If applicable)
Task Order:B-50904—NW ph Street Road Drainage Improvements 2016
between NW 9th Court and NW North River Drive,City of Miami, FL
(3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ® Check if project performed with current firm
Drainage improvements to address area resident concerns of street flooding and standing water caused by recent severe
b. storms or high tides. Roadway and drainage improvements including reconstruction of the existing roadway and sidewalks,
installation of an outfall that drains into the Seybold Canal,curbs and gutter upgrades, replacing drainage components with
larger sized diameter pipes, raising the back of sidewalks, harmonizing with adjacent area to restrict sheet flow of rain water
into private property, regarding, milling and resurfacing,permitting with government agencies such as USACE, FDEP, RER and
City of Miami.Services provided along NW 7th Street Road between NW 9th Court and NW North River drive.$95,438 Role:Civil
Engineer of Record
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
Miami-Dade County Pump Station Upgrades PROFESSIONAL SERVICES CONSTRUCTION(If applicable)
Miami-Dade County, FL 2008 2012
(3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ® Check if project performed with current firm
SRS provided engineering design and preparation of construction documents(Plans and Specifications)for the construction of
c. upgrades to existing Pump Stations. Upgrades included new pumping units, new electrical control panels, new electrical
services,new telemetry systems,replacement of PS piping,new valve vaults and fittings,new wet wells,demolition of existing
pump stations, and associated site improvements. Services also included plans processing and permitting; and bid phase
services.SRS also provided limited construction support services including attending construction meetings,respond to RFI's,
review shop drawings,review and approval to change order requests,attend PS Start Up Inspection.Upgrades were provided
to Pump Station Nos.7,64,140,427,430,502,767 and 1018.$530,087 Role:Civil Engineer of Record
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
Ponce de Leon Boulevard Construction Engineering Inspection PROFESSIONAL SERVICES CONSTRUCTION(If applicable)
Services, Coral Gables, FL 2010 2012
(3)BRIEF DESCRIPTION(Brief scope,size,cost;etc.)AND SPECIFIC ROLE ® Check if project performed with current firm
d. Construction administration support and inspection services during the construction of Ponce de Leon Boulevard Median
Beautification project as required by the Department to meet FDOT's LAP Program requirements.$194,663 Construction Costs:
$1,816,772 Role:Civil Engineer of Record
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED I'�
NW 142nd Street Water and Sewer Improvements PROFESSIONAL SERVICES CONSTRUCTION(If applicable)
Hialeah, FL 2015 2017(Est.)
(3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE E Check if project performed with current firm
As an Engineering Consultant to the City of Hialeah,SRS Engineering,Inc.was responsible for the project management,design
and preparation of construction documents for the construction of water and sewer improvements along NW 142nd Street
between NW 97th Avenue to NW 107th Avenue;and along NW 107th Avenue between NW 138th Street to NW 142nd Street
within the City of Hialeah Annex Area.This work shall include contracting and coordinating all work with subconsultant firms
including Environmental Scientist, Surveyors, Geotechnical, and Electrical Engineers; and the preparation and submittal of
design calculations, applications and plans for "dry-run" and "final" review by local regulatory agencies including City of
Hialeah, Fire Department,RER(DERM),and Health Department.$121,000 Construction Costs:$2,495,000 Role: Civil Engineer
e.
of Record
The proposed improvements will consist of the following:
• New 5325 LF of 16-inch Water Main along NW 142nd Street from NW 97th Avenue to NW 107th Avenue.
• New 1,275 LF of 16-inch Water Main along NW 107th Avenue from NW 142nd Street to NW 138th Street.
• New 1,470 LF of 8-inch Sewer Force Main along NW 142nd Street from NW 102th Avenue to approximately NW 104th
Avenue.
• New 2,702 LF of 8-inch Gravity Sewer Main along NW 142nd Street from NW 102th Avenue to approximately NW 105th
Avenue.
• New City Sewer Pump Station at NW 142nd Street and approximately NW 104th Avenue.
E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT I4
(Complete one Section E for each key person.)
12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE
Mark Tomczyk, PE, LEED Green Sr. Project Manager a.TOTAL b.WITH CURRENT FIRM
Associate 25 2
15.FIRM NAME AND LOCATION(City and State)
SRS Engineering, Inc.,Miami,FL
16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE)
2004/Professional Engineer/Florida PE 63171
BS Civil Engineering,Penn State University, University Park,PE 1995/Professional Engineer/Pennsylvania PE 048718E
MS Environmental Engineering, Pennsylvania State University, 2007/Professional Engineer/Alabama PE 29062-E
Harrisburg, PA 2007/Professional Engineer/Mississippi PE 18259
2008/Professional Engineer/Georgia PE 033059
2016/LEED Green Associate/10434573
18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.)
19.RELEVANT PROJECTS
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
NW 142"d Street Water and Sewer Improvements PROFESSIONAL SERVICES CONSTRUCTION(If applicable)
Hialeah, FL 2015 2017(Est.)
(3)BRIEF DESCRIPTION(Brief scope,size,cost etc.)AND SPECIFIC ROLE ® Check if project performed with current firm
As an Engineering Consultant to the City of Hialeah,SRS Engineering,Inc.was responsible for the project management,design
and preparation of construction documents for the construction of water and sewer improvements along NW 142nd Street
between NW 97th Avenue to NW 107th Avenue;and along NW 107th Avenue between NW 138th Street to NW 142nd Street
within the City of Hialeah Annex Area.This work shall include contracting and coordinating all work with subconsultant firms
including Environmental Scientist, Surveyors, Geotechnical, and Electrical Engineers; and the preparation and submittal of
design calculations, applications and plans for "dry-run" and "final" review by local regulatory agencies including City of
a. Hialeah, Fire Department, RER (DERM), and Health Department. $121,000 Construction Costs: $2,495,000 Role: Sr. Project
Manager
The proposed improvements will consist of the following:
• New 5325 LF of 16-inch Water Main along NW 142nd Street from NW 97th Avenue to NW 107th Avenue.
• New 1,275 LF of 16-inch Water Main along NW 107th Avenue from NW 142nd Street to NW 138th Street.
• New 1,470 LF of 8-inch Sewer Force Main along NW 142nd Street from NW 102th Avenue to approximately NW 104th
Avenue.
• New 2,702 LF of 8-inch Gravity Sewer Main along NW 142nd Street from NW 102th Avenue to approximately NW 105th
Avenue.
• New City Sewer Pump Station at NW 142nd Street and approximately NW 104th Avenue.
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
Continuing Services Contract—City of South Miami PROFESSIONAL SERVICES CONSTRUCTION(If applicable)
Task Order:City of South Miami Sanitary Sewer Plan 2015 2016
South Miami,FL
(3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ® Check if project performed with current firm
Civil engineering services for the preparation of a sanitary sewer master plan which includes obtaining information on existing
sewer systems,developing a conceptual master plan which includes layout of proposed sewer systems and estimated costs of
projects.
b.
Services included general project management which included attending meetings with City of South Miami and MDWASD
staff to establish project guidelines and requirements.Additionally,we gathered all available data by performing site visits and
reviewing available utility records,MDWASD sewer atlas and as-build drawings.The preparation of the conceptual master plan
includes 12 subarea master plans, design conceptual layout plans, determined if pump stations and force mains are needed,
scheduled and attended meetings with the City to submit and review the Master Plan layouts plans and conceptual designs.
Preparation of project cost estimates, calculated quantities, etc. Preparation of final report including our findings and
recommendations,maps and subarea plans,calculations,impacts due to sea level rise,and estimated cost of construction and
to City property owners.$98,845 Construction Costs:$46,800,000 Role:Sr. Project Manager
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED ID
Continuing Services Contract—City of Miami PROFESSIONAL SERVICES CONSTRUCTION(If applicable)
Task Order:B-50904—NW 7th Street Road Drainage Improvements 2016
between NW 9th Court and NW North River Drive,City of Miami, FL
(3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ® Check if project performed with current firm
`' Project included site investigations,preliminary engineering design and preparation of conceptual site plans,final design and
preparation of construction documents, permitting and construction phase services for improvements to the exiting Police
Fueling Station located at the City Hall Complex. Renovations included a new prefab metal canopy, lighting and camera on
canopy, new concrete access drive along the south side of the existing fuel pump, new hose bib, electrical outlet connection,
vacuum system,air compressor and storage cabinet at the service island.$32,630 Role:Sr. Project Manager
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
Flagler Countyline(504 Acre Comercial/Industrial Park) PROFESSIONAL SERVICES CONSTRUCTION(If applicable)
Miami,FL 2015 2020(Est.)
(3)BRIEF DESCRIPTION(Brief scope,size,cost etc.)AND SPECIFIC ROLE ® Check if project performed with current firm
A Commercial/Industrial land development consisting of 504 Acres and approximately 8.3 million square feet of
warehouse/office buildings located within the City of Hialeah annex area. Project included water and sewer master planning
for the overall site which will include three City of Hialeah sewer pump stations, approximately 37,500 LF of gravity sewer
mains, 6,500 LF of sanitary sewer force mains and 30,175 LF of 12-inch to 16-inch water mains within the public right-of-
d way. Phase I of the overall development plan is approximately 160 Acres and is a portion of a previously permitted
construction and demolition material landfill site. SRS Engineering, Inc. (SRS) was responsible for the preparation of civil
engineering design plans and specifications for the site paving,grading,and drainage,as well as,site infrastructure necessary
for the construction of approximately 2.3 million square feet of industrial buildings for Phase I alone. The sewer design
comprised of approximately 2,600 LF of 8-inch sanitary sewer force main,over 15,000 LF of 8-inch gravity sewer mains, and
the design and permitting of a City of Hialeah sewer pump station to provide service for the 160 Acres.The proposed force
main will connect to the existing 24-inch sanitary sewer force main along NW 97th Avenue. The Phase I pump station has
capacity for a 119,700 GPD peak flow.The water mains include approx. 2,640 LF of 16-inch DIP water main along NW 158th
Street as well as 18,000 LF of 12-inch DIP water main within the property which will provide the Industrial business based
development with adequate fire protection and municipal water service.$526,460 Role:Sr.Project Manager
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
University of Miami Internal Road and Miller Dr.Intersection PROFESSIONAL SERVICES CONSTRUCTION(If applicable)
Coral Gables,FL 2007 n/a
(3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ri Check if project performed with current firm
e.
Design preparation of construction documents for an internal circulation roadway throughout the University of Miami campus.
The lead project engineer to produce paving and grading,water and sewer and roadway plans for various phases of the projects
that the University must complete to comply with several City of Coral Gables ordinances. Role:Project Principal/Client liaison
E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT /b
(Complete one Section E for each key person.)
12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE
Gil Garcia, M.S.MinEng.CGC,CCM Project Manager a.TOTAL b.WITH CURRENT FIRM
32 >1
15.FIRM NAME AND LOCATION(City and State)
SRS Engineering,Inc., Miami,FL
16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE)
M.S.Mining and Earth Systems Engineering,Colorado General Contractor License,State of Florida No.CGC058260
School of Mines,Golden,Colorado Certificate on Construction Management(CCM)
B.S.Civil Engineering,Florida International University,
Miami,Florida
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)
West Avenue Infrastructure Improvements
City of Miami Beach,Florida 2016 2017
a. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE IJ Check if project performed with current firm
Conceptual and final design for the replacement of approximately 12,000 feet of drainage, water and sewage collection
systems, and construction of a 135 CFS drainage.The project is part of the Sea Level Rising with a budget of approximately
$44,000,000. During the design of this project several errors and omissions were identified in the Design Criteria Package that
lead to numerous change orders that were submitted to the Owner.
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
PROFESSIONAL SERVICES CONSTRUCTION(If applicable)
La Gorce Improvements
City of Miami Beach,Florida 2016 2017
b. (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ri Check if project performed with current firm
Preparation of the Technical Proposal. In general,the project included:the 3 new sewage pump stations, rehabilitation of a
regional sewage pump stations, replacement of 43,200 feet of water mains, gravity sewer, and storm drainage collection
systems.Also,the construction of 3 large drainage pump stations,the restoration of 3 sea wall, raising 21,000 feet of roads,
and harmonization of the raised road to the edge of property.
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
PROFESSIONAL SERVICES CONSTRUCTION(If applicable)
North District Wastewater Treatment Plant R&R Program—
MDWASD, Miami, Florida 2016 2017
(3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ❑ Check if project performed with current firm
c. Assessment and development of recommendations for improvements and rehabilitate to the existing equipment, processes,
and facilities. Few of the evaluated facilities were:
• Grit removal
• Primary electrical infrastructure,
• Primary clarifiers 1-6 constructed in 1978,1989,and 1996,
• Secondary clarifiers 1 through 12,and
• Deep Injection well pump stations 5 and 6 with a rated of 16,000 GPM
d (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
PROFESSIONAL SERVICES CONSTRUCTION(If ap�il`icable)
Central District Wastewater Treatment Plant—MDWASD
Miami, Florida 2016 2017
(3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm
Evaluation and recommendations to the existing return and waste activated sludge systems to determine the required
modifications to meet the future treatment capacity.
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
PROFESSIONAL SERVICES CONSTRUCTION(If applicable)
Broward County Water and Wastewater Water Treatment Plan
Upgrade-BCWWS, Miami,Florida 2016 2017
e.
(3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE Check if project performed with current firm
Technical specifications for the demolition and lead paint abatement of a settling thank and 2 elevated water storage tanks.
E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT I
(Complete one Section E for each key person.)
12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE
Jean-Claude Fontaneau Civil Engineer a.TOTAL b.WITH CURRENT FIRM
22 20
15.FIRM NAME AND LOCATION(City and State)
SRS Engineering,Inc., Miami,FL
16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE)
BS Civil Engineering 1999/Engineering Intern/Florida No.1100004978
Florida International University, Miami,FL-1996
18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.)
19.RELEVANT PROJECTS
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
Naranja Lakes CRA PROFESSIONAL SERVICES CONSTRUCTION(If applicable)
Naranja,FL 2007 2011
(3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ® Check if project performed with current firm
As Construction Consultant, SRS's responsibilities included the review and recommendation of contract reward to the
a. Developer, the review and approval of payment requests submitted by Developer, review and make recommendations
pertaining to change orders,design changes and budget reallocations,meeting with the Developer on a regular basis regarding
the construction schedule and related issues, conducting regular site visits of the construction site to observe on-going
construction,and attend all meetings,as directed by the CRA,to provide consultation to the CRA.
Construction improvements included roadways,landscaping,new bridge,water and sewer pipelines and sewer pump stations.
$208,000 Construction Costs:$17,745,355 Role:Project Engineer
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
Miami-Dade County Pump Station Upgrades PROFESSIONAL SERVICES PROFESSIONAL SERVICES
Miami-Dade County, FL 2008 2012
(3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ® Check if project performed with current firm
SRS provided engineering design and preparation of construction documents(Plans and Specifications)for the construction of
upgrades to existing Pump Stations. Upgrades included new pumping units, new electrical control panels, new electrical
b. services,new telemetry systems,replacement of PS piping,new valve vaults and fittings,new wet wells,demolition of existing
pump stations, and associated site improvements. Services also included plans processing and permitting; and bid phase
services. SRS also provided limited construction support services including attending construction meetings,
respond to RFI's, review shop drawings, review and approval to change order requests, attend PS Start Up
Inspection. Upgrades were provided to Pump Station Nos. 7,64, 140,427,430,502,767 and 1018.$530,087 Role:
Project Engineer
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
NW 138th Street PROFESSIONAL SERVICES PROFESSIONAL SERVICES
Hialeah, FL 2008 n/a
(3)BRIEF DESCRIPTION(Brief scope,size,cost etc.)AND SPECIFIC ROLE ® Check if project performed with current firm
SRS was responsible for the engineering design,preparation of construction documents,plans permitting(Miami-Dade County
Public Works, DERM,SFWMD,and FDOT),pre-construction phase support services to the City of Hialeah for the construction
of NW 138th Street between 1-75 and N.W.107th Avenue. The work includes the preparation of designs for the construction of
c.
drainage improvements,street lighting and signalization,together with the design of a new 50'wide canal including culverts
and a canal wall along the north side of NW 138th Street between NW 97th Avenue and 1-75. The new design includes a 6-lane
divided roadway,double left turns and deceleration lanes,and signalized intersections at NW 97th Avenue,NW 102nd Avenue,
and NW 107th Avenue.
Construction administration support and inspection services during the construction including review shop drawings,respond
to RFIs, review payment request, conduct periodic inspections, and engineer certifications. $417,374 Construction Costs:
$12,450.000 Role:Project Engineer
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED /y
Regional Pump Station No.200 PROFESSIONAL SERVICES CONSTRUCTION(If applicable)
Hialeah FL 2008 2012
(3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ® Check if project performed with current firm
dDesign and preparation of documents for the construction of a 29 MGD regional/booster sewer pump station consisting of a
two-story wet/dry well building with four 470-HP pumps, electrical control systems, telemetry, odor control system, and
backup generator.The project also included a meter station to measure flow out of station and the design of approximately
3,060 LF of force main pipeline(24"to 36"diameter),also designed approximately 1,600 LF of 24"force main and 12"gravity
sewer mains.$279,000 Role:Project Engineer
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
Section 26 Sewer Improvements PROFESSIONAL SERVICES CONSTRUCTION(If applicable)
Hialeah,FL 2009 2011
(3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ® Check if project performed with current firm
SRS prepared construction drawings for a new regional pump station consisting of a submersible pump station with 4
submersible pumping units(215 HP)with a peak capacity of 8,880 GPM(12.8 MGD)and valve chamber.The pump station site
included a building housing the electriqal control room and a storage area; an odor control unit; MDWASD flow meter,
emergency generator,and other improvements. The project also included the design of upgrade improvements to 11 existing
e. pump stations(PS 132,PS 133,PS 134,PS 135,PS 137,PS 138,PS 139,PS 140,PS 141,PS 142,and PS 144).Upgrades included
replacement of existing pumping units, new electrical control panels, new electrical services, replacement of PS piping, new
valve vaults and fittings, demolition of existing wet well tops and reconstruction with new hatches,wet well refurbishment,
new telemetry systems,and emergency generators with fuel tanks.
SRS also prepared construction drawings for approximately 15,600 LF of sewer force main pipelines (8-inch to 30-inch
diameter), and 8,226 LF of 48-inch and 3,999 LF of 36-inch transmission sewer force main pipelines, including 48-inch pipe
canal crossing.$672,272 Role:Project Engineer
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
Marilys Falcon Project Engineer a.TOTAL b.WITH CURRENT FIRM
28 7
15.FIRM NAME AND LOCATION(City and State)
SRS Engineering,Inc.,Miami,FL
16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE)
BS Civil Engineering,University of Havana,Cuba 1980
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)
City of South Miami—South Miami Sanitary Sewer Master Plan,
South Miami, Florida 2015 2016
(3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ® Check if project performed with current firm
Project Manager for preparation of a sanitary sewer master plan which includes obtaining information on existing sewer
systems, developing a conceptual master plan which includes layout of proposed sewer systems and estimated costs of
a. projects. Services included general project management which included attending meetings with City of South Miami and
MDWASD staff to establish project guidelines and requirements. Additionally,we gathered all available data by performing
site visits and reviewing available utility records, MDWASD sewer atlas and as-build drawings. The preparation of the
conceptual master plan includes 12 subarea master plans,design conceptual layout plans, determined if pump stations and
force mains are needed,scheduled and attended meetings with the City to submit and review the Master Plan layouts plans
and conceptual designs.Preparation of project cost estimates,calculated quantities,etc. Preparation of final report including
our findings and recommendations,maps and subarea plans,calculations,impacts due to sea level rise,and estimated cost of
construction and to City property owners.
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
PROFESSIONAL SERVICES CONSTRUCTION(If applicable)
Countyline Corporate Park
Hialeah, FL 2015 2017
(3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ® Check if project performed with current firm
Development of 504 Acres into an Industrial business center with approximately 8.3 million square feet of warehouses.Water
and Sewer Master Planning for the overall 504 Acres includes the design of four City of Hialeah pump stations,approximately
b. 37,500 linear feet of gravity sewer mains,6,500 linear feet of sanitary sewer force mains and 30,175 linear feet of 12-inch to
16-inch water main within the public right-of-way alone. Phase I of the overall development plan is approximately 160 Acres
and is a portion of a previously permitted construction and demolition material landfill site located within the City of Hialeah
annex. This project consists of the preparation of civil engineering design plans and specifications for the infrastructure
necessary for the construction of approximately 2.3 million square feet of Industrial buildings for Phase I alone.The Phase I
sewer pump station has sufficient capacity to service the 119,700 GPD peak flows generated by the Industrial Center. The
water facilities design for this project includes approximately 2,640 linear feet of 16-inch water main along NW 158th street as
well as 18,000 linear feet of 12-inch water main within the property which will provide the Industrial business based
development with adequate fire protection and municipal water service. Role:Project Engineer
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
PROFESSIONAL SERVICES CONSTRUCTION(If applicable)
Bonterra
c. Hialeah, FL 2016 2017
(3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ® Check if project performed with current firm
d1
Project Engineer for the civil engineering design plans and specifications for the construction of an Preparation of civil
engineering design plans and specifications for the construction of an approximately 152-acre single-family and townhome
residential development comprised of 1,171 residential units,including 487 single family homes, 118 townhouses, 253 villas,
314 apartments, and single-family homes;as well as 16-ac lake.The project is located east of NW 97th Avenue between the
NW 146th Street and NW 154th Street in the City of Hialeah.SRS services included assisting in the site plan development and
the civil design of all on-site roadways,paving and grading,drainage and storm water management systems,water and sewer
systems, and a sewer pump station.Services also included design of off-site roadway improvements along adjacent portions
of NW 97th Avenue and new roadways - NW 146th Street and NW 154th Street. Other services included contracting and
coordinating all geotechnical investigations;all environmental studies including wetland mitigation reports and preparation of
ERP permit. Permitting included all applicable regulatory agencies including FDOT, SFWMD, USACE, RER, MDCPWD, City of
Hialeah Water and Sewer Dept.,Street Dept.,and Fire Dept.,and Health Dept.
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
PROFESSIONAL SERVICES CONSTRUCTION(If applicable)
Southern Cove
Miami, FL 2015 2017
(3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE E Check if project performed with current firm
d.
Project Engineer for the Civil Engineering review of contractor's bid submittals for the Southern Cove Phase I residential
development.The project also involves preparation of site drainage(10,25&100 year)calculations to meet local regulatory
requirements (RER & SFWMD) including stage-storage and cut and fill calculations to meet drainage basin requirements.
Additionally,SRS will prepare On-Site Water&Sewer Utility Plan&Profiles,and Typical Notes&Details.This task shall include
meeting with MDWASD, Fire and RER to obtain system requirements, points of connection,and allocation verification. (it is
assumed only one water and sewer point of connection at SW 224th Street and SW 130th Avenue.)
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
PROFESSIONAL SERVICES CONSTRUCTION(If applicable)
NW 142nd Street Water and Sewer Improvements
Hialeah, FL 2015 2017
(3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE E Check if project performed with current firm
As an Engineering Consultant to the City of Hialeah,SRS Engineering,Inc.was responsible for the project management,design
and preparation of construction documents for the construction of water and sewer improvements along NW 142nd Street
between NW 97th Avenue to NW 107th Avenue;and along NW 107th Avenue between NW 138th Street to NW 142nd Street
within the City of Hialeah Annex Area.This work shall include contracting and coordinating all work with subconsultant firms
including Environmental Scientist,Surveyors,Geotechnical,and Electrical Engineers;and the preparation and submittal of
e. design calculations,applications and plans for"dry-run"and"final"review by local regulatory agencies including City of
Hialeah,Fire Department,RER(DERM),and Health Department.$121,000 Construction Costs:$2,495,000 Role:Civil Engineer
of Record
The proposed improvements will consist of the following:
• New 5325 LF of 16-inch Water Main along NW 142nd Street from NW 97th Avenue to NW 107th Avenue
• New 1,275 LF of 16-inch Water Main along NW 107th Avenue from NW 142nd Street to NW 138th Street
• New 1,470 LF of 8-inch Sewer Force Main along NW 142nd Street from NW 102th Avenue to approximately NW 104th
Avenue
• New 2,702 LF of 8-inch Gravity Sewer Main along NW 142nd Street from NW 102th Avenue to approximately NW
105th Avenue
• New City Sewer Pump Station at NW 142nd Street and approximately NW 104th Avenue
E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT �1
(Complete one Section E for each key person.)
12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE
Nelson Mojarena,Jr., El,PSM Project Engineer a.TOTAL b.WITH CURRENT FIRM
5 2
15.FIRM NAME AND LOCATION(City and State)
SRS Engineering,Inc.,Miami,FL
16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE)
BS Civil Engineering,Florida International University 2013/Engineering Intern/Florida 1100017640
Miami, FL 2013/Qualified Stormwater Management Inspector/Florida 30128
2013/Professional Surveyor and Mapper/Florida LS6966
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)
City of Miami Continuing Services Contract—B-50904,NW 7th Street
Road Drainage Improvements between NW 9th Court and NW North 2016 2017(Est.)
River Drive,City of Miami, FL
(3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ® Check if project performed with current firm
a.
Drainage improvements to address area resident concerns of street flooding and standing water caused by recent severe
storms or high tides. Roadway and drainage improvements including reconstruction of the existing roadway and sidewalks,
installation of an outfall that drains into the Seybold Canal,curbs and gutter upgrades, replacing drainage components with
larger sized diameter pipes, raising the back of sidewalks, harmonizing with adjacent area to restrict sheet flow of rain water
into private property,regarding,milling and resurfacing,permitting with government agencies such as USACE, FDEP, RER and
City of Miami. Services provided along NW 7th Street Road between NW 9th Court and NW North River drive. Role: Project
Engineer
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
PROFESSIONAL SERVICES CONSTRUCTION(If applicable)
Countyline Corporate Park
Hialeah, FL 2015 2017(Est.)
(3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ® Check if project performed with current firm
Development of 504 Acres into an Industrial business center with approximately 8.3 million square feet of warehouses.Water
and Sewer Master Planning for the overall 504 Acres includes the design of four City of Hialeah pump stations,approximately
b 37,500 linear feet of gravity sewer mains,6,500 linear feet of sanitary sewer force mains and 30,175 linear feet of 12-inch to
16-inch water main within the public right-of-way alone. Phase I of the overall development plan is approximately 160 Acres
and is a portion of a previously permitted construction and demolition material landfill site located within the City of Hialeah
annex. This project consists of the preparation of civil engineering design plans and specifications for the infrastructure
necessary for the construction of approximately 2.3 million square feet of Industrial buildings for Phase I alone.The Phase I
sewer pump station has sufficient capacity to service the 119,700 GPD peak flows generated by the Industrial Center. The
water facilities design for this project includes approximately 2,640 linear feet of 16-inch water main along NW 158th street as
well as 18,000 linear feet of 12-inch water main within the property which will provide the Industrial business based
development with adequate fire protection and municipal water service.Role:Project Engineer
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
PROFESSIONAL SERVICES CONSTRUCTION(If applicable)
Signature Charter Terminal and GSE
`. Miami, FL 2017 2018(Est.)
(3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ® Check if project performed with current firm
Professional civil engineering design services for the development of a Charter Terminal,and GSE Shop at Miami International
Airport.The 3,500 SF Sports Charter Terminal will include a 2,500 SF Ground Service Equipment Shop. Role:Project Engineer
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
PROFESSIONAL SERVICES CONSTRUCTION(If applicable)
10710 SW 24 Street Sanitary Sewer Connection
Miami, FL 2015 2017
d.
(3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ® Check if project performed with current firm
Services include civil engineering design,permitting and associated construction phases services for the construction of a new
gravity sewer lateral connection to serve the existing property. Role:Project Engineer
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
PROFESSIONAL SERVICES CONSTRUCTION(If applicable)
Spring Chicken Restaurant Sidewalk
Coral Gables, FL 2016 2017
e.
(3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ® Check if project performed with current firm
Services include civil engineering design for the replacement of the existing concrete sidewalk in front of the property along
South Dixie Highway(US). Role:Project Engineer
84
F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'
QUALIFICATIONS FOR THIS CONTRACT
(Present as many projects as requested by the agency,or 10 projects,if not s. '
t, w *";r;E� •m 1 •n' i• f.r-. �r�j ,)
21.TITLE AND LOCATION(City and State) 22.YEAR COMPLETED
Continuing Services Contract—City of South Miami PROFESSIONAL SERVICES CONSTRUCTION(If applicable)
South Miami,FL 2013 to Present Varied
I 23 PROJECT OWNER'S INFORMATION
a.PROJECT OWNER b.POINT OF CONTACT NAME C.POINT OF CONTACT TELEPHONE NUMBER
City of South Miami Kelly Barkett,Jr. 305-403-2063
24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost)
Continuing services contract—professional engineering services provided for the
following Task Orders:
Task Order: P0012710
Title: South1''Mlaml
Description of Work:SRS Engineering,Inc.provided civil engineering services for SANITARY SEWER
the preparation of a sanitary sewer master plan which includes obtaining MASTER PLAN
information on existing sewer systems, developing a conceptual master plan
which includes layout of proposed sewer systems and estimated costs of
projects.
11 Services included general project management which included attending City )
meeting with City of South Miami staff to establish project guidelines and =°ef
requirements, additionally attended meetings with MDWASD. Additionally, we
gathered all available data by performing site visits and reviewing available utility
records, MDWASD sewer atlas and as-build drawings. The preparation of the conceptual master plan includes 12
subarea master plans, design conceptual layout plans, determined if pump station and force mains are needed,
scheduled and attended meetings with the City to submit and review the Master Plan layouts plans and conceptual
designs. Preparation of project cost estimates, calculated
quantities,etc.
Professional Fees:$98,845 IN
Construction Costs:$46,800,000
II soling*A* —
Task Order: P0012863 -gent .; --
I o> t
Title:Cambridge Ant Reid ;�n�i r�r�,�,�rt�, ';,.,,,rr;It,
, e�,,� .�. �;- ,° *
Description of Work:The design of a new concrete sidewalk and — `-= •
roadway improvements along SW 78'Street. 1' --0111Maigla
Professional Fees: $6,090 ..�
Task Order: P0012368
Title: -° Frseline St tion Imorn°,mment5
Description of Work: Project included sit investigations,
preliminary engineering design and preparation of conceptual
site plan layouts for future improvements to the exiting Police Fuel Station located at the City Hall Complex.Renovations
included a new prefab metal canopy, lighting and camera on canopy, new concrete access drive along the south side of
the existing fuel pump, new hose bib, electrical outlet connection,vacuum system, air compressor and storage cabinet
at the service island.
Professional Fees:$32,650
(1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE
a. SRS Engineering,Inc. Miami, FL Civil Engineering Services
85
F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S ,` ° ,,M,
QUALIFICATIONS FOR THIS CONTRACT
(Present as many projects as requested by the agency,or 10 projects,if no
„ Complete one Se- .' , prop "1 v. °. .
21.TITLE AND LOCATION(City and State) 22.YEAR COMPLETED
NW 138th Street Roadway and Drainage Improvements PROFESSIONAL SERVICES CONSTRUCTION(If applicable)
Hialeah, FL 2007 2008
a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER
City of Hialeah Street Department Jorge Hernandez 305-687-2656
24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost)
SRS Engineering,Inc. (SRS)was responsible for the engineering _'ii
design,preparation of construction documents,plans permitting ' `` I r -="l
(Miami-Dade County Public Works, DERM, SFWMD,and FDOT), ... . '.- L `��I , ••;;C3�a.. '�'1
pre-construction phase support services to the City of Hialeah for �' 'g`' ` `�`, y 4:
the construction of NW 138th Street between 1-75 and N.W.107th s Y
Avenue. The work included the preparation of construction
documents for the construction of drainage improvements, ,----- Q ' ----- :,
street lighting and signalization, together with the design of a
new 50'wide canal including culverts and a canal wall along the r:,I A,/' f 1 "r
. 1,-, x a _,
north side of NW 138th Street between NW 97th Avenue and I- -: ' I; I `
75. The new design includes a 6-lane divided roadway, double `# r.....-=.—.../ v °
4.left turns and deceleration lanes,and signalized intersections at x« mo—
NW 97th Avenue,NW 102nd Avenue,and NW 107th Avenue.
Construction administration support and inspection services 11'° a ,-,:,,,,It` "�:"L " 'AO
during the construction including review shop drawings,respond ''i, 114', a , ,.VW t444
to RFIs, review payment request, conduct periodic inspections, "" - "
and engineer certifications. 4 -_- "hz"-P .
c IA.: ... , "':..I: iil . _
eta ,a+• a: „ten r:;. �...,
(1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE
a.
SRS Engineering,Inc. Miami, FL Civil Engineering Services
b (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE
86
F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY NUMBER
QUALIFICATIONS FOR THIS CONTRACT
(Present as many projects as requested by the agency,or 10 projects,if not specified.
Crayfete one Section F for each project.)
21.TITLE AND LOCATION(City and State) 22.YEAR COMPLETED
NW 142nd Street Water and Sewer Improvements PROFESSIONAL SERVICES CONSTRUCTION(If applicable)
Hialeah, FL 2015 2017(Est.)
23.PROJECT OWNER'S INFORMATION
a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER
City of Hialeah Water&Sewer Dept. Armando Vidal, PE 305-556-3800
24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost)
As an Engineering Consultant to the City of Hialeah,SRS Engineering,Inc.was responsible for the project management,design and
preparation of construction documents for the construction of water and sewer improvements along NW 142nd Street between
NW 97th Avenue to NW 107th Avenue;and along NW 107th Avenue between NW 138th Street to NW 142nd Street within the City
of Hialeah Annex Area. This work shall include contracting and coordinating all work with subconsultant firms including
Environmental Scientist,Surveyors,Geotechnical,and Electrical Engineers;and the preparation and submittal of design calculations,
applications and plans for"dry-run"and"final" review by local regulatory agencies including City of Hialeah, Fire Department, RER
(DERM),and Health Department.
The proposed improvements will consist of the following:
• New 5325 LF of 16-inch Water Main along NW 142nd St.from NW 970 Ave.to NW 107th Ave.
• New 1275 LF of 16-inch Water Main along NW 107th Ave.from NW 142nd St.to NW 138th St.
• New 1470 LF of 8-inch Sewer Force Main along NW 142nd Street from NW 102th Avenue to approximately NW 104th Avenue.
• New 2,702 LF of 8-inch Gravity Sewer Main along NW 142nd Street from NW 102th Avenue to approximately NW 105th
Avenue.
• New City Sewer Pump Station at NW 142nd Street and approximately NW 104th Avenue.
Professional Fees: $121,000
Construction Costs:$2,495,000
xY.aaPxsr'...
•-•
Fi
yr ..‘ 8t /-11.;;4%;.: -"." #
::
4 .''C'
'C Syk q -� 5 -w_s� j — _ _ - _ r
i i. • I g .- .&
._-.W�� �/1 II aka:,- �.
y - 1 .I_ •
-
_ 4 L11_—
Siii
#a • _ .. ----
t
t....� . J s" TT"
an'ac .... t ' ion .,�E .9R--- —
. .r........ _ .. ,..worn ri....or.o .:. 7
om"'""`ianoruewn
adatilikNUCTION C INVOLVED WITH THIS PROJECT
(1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE
a.
SRS Engineering, Inc. Miami, FL Civil Engineering Services
(1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE
b.
'3 7
, F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PRO•+-
QUAUFICATIONS FOR THIS CONTRACT.
(Present as many projects as requested by the agency,or 10 pr.' .,
21.TITLE AND LOCATION(City and State) 22.YEAR COMPLETED
Continuing Services Contract—City of Hialeah Streets Department PROFESSIONAL SERVICES CONSTRUCTION(If applicable)
Hialeah, FL 2001-2009 Varied
Z3,.PR!C,CEQ N i3SINFORMATIa
a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER
City of Hialeah Street Department Jorge Hernandez 305-687-2656
24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope, City of Hialeah - E 63" Street to e 65th Street Roadway
size,and cost)
Improvements
A continuing services contract with the Streets City of Hialeah E 610 Street Roadway Improvements
City of Hialeah-E. 60th Street Roadway Improvements
Department to provide professional engineering services City of Hialeah E 9`h to East 21s` Street (4 phases)
via a Task orders. Projects included roadway Roadway Improvements
improvements, and associated drainage, concrete City of Hialeah-NE 4th Street Roadway Improvements
sidewalks, new curbs, gutters, and driveways. Our most City of Hialeah W 215`Court Roadway Improvements
recent relevant project experience encompasses several City of Hialeah W 77`h Street Roadway Improvements
roadway and drainage improvement projects for the City City of Hialeah -W 33'd Street to W 37th Street Roadway
of Hialeah totaling over 28-miles of roadways including E. Improvements
9th Avenue, S.E. 7th Avenue, W. 23rd Street and W. 36th City of Hialeah-W 14"Avenue and W 26th Place Roadway
Avenue (NW 97th Avenue). SRS provided professional Improvements
engineering services for the following projects: City of Hialeah-E 4th-6th Ave to E 7th—9th Street Roadway
City of Hialeah - W 16th Avenue (North) Roadway Improvements
Improvements City of Hialeah - W 36' Avenue (South) Roadway
Improvements
City of Hialeah W 68tH Street Roadway and Canal Bank a City of Hialeah-W 64th Drive Roadway Improvements
Restoration a City of Hialeah-W 80th Street Roadway Improvements
City of Hialeah-W 76th Street Roadway Improvements City of Hialeah W 79`h Street & W 79th Place Roadway
City of Hialeah - W 16th Ave (South) Roadway Improvements
Improvements City of Hialeah-W 25th Place Roadway Improvements
City of Hialeah-W 16th Avenue Roadway Improvements City of Hialeah SE 7th Ave Roadway Improvements
City of Hialeah/MDCPW NW 170th Street Roadway City of Hialeah-Park Drive Roadway Improvements
Improvements City of Hialeah-W 23rd Street Roadway Improvements
a City of Hialeah-W 18th Avenue Roadway Improvements City of Hialeah-W 35th Street Roadway Improvements
■ City of Florida City-NE lst Court Roadway Improvements City of Hialeah- W 74th Place and 7th Avenue Roadway
a City of Hialeah-W 53rd Street Roadway Improvements Improvements
a City of Hialeah W 80th Street Roadway Improvements City of Hialeah-W 33rd Street Roadway Improvements
a City of Hialeah SE 4th Avenue Roadway Improvements City of Hialeah-SE 11`h Court Roadway Improvements
■ City of Hialeah-E 13th Street Roadway Improvements City of Hialeah-Hialeah Drive Roadway Improvements
a City of Hialeah/MDCPW — W. 36th Avenue (NW 97th
Avenue) Roadway Improvements
City of Hialeah/MDCPW- NW 138th Street Roadway and
Canal Improvements
(1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE
a.
SRS Engineering, Inc. Miami, FL Civil Engineering Services
(1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE
b.
88
F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S PROJECT
QUALIFICATIONS FOR THIS CONTRACT
'a (Present as many projects as requested by the agency,or 10 projects,if not specified
., Complete one Section F for each project.) '; M
21.TITLE AND LOCATION(City and State) 22.YEAR COMPLETED
Continuing Services Contract-City of Miami-B-50904, NW 7th Street Road PROFESSIONAL SERVICES CONSTRUCTION(If applicable)
Drainage Improvements between NW 9th Court and NW North River Drive 2016
Miami, FL
'3.PROJECT OWNER'S INFORMATION
a.PROJECT OWNER b.POINT OF CONTACT NAME C.POINT OF CONTACT TELEPHONE NUMBER
City of Miami Keith A. Ng,CFM 305-416-1298
24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost)
SRS Engineering, Inc.is providing professional engineering services through a continuing services contract. Projects are assigned
via Task Orders simultaneously.
Description of Work: Drainage improvements to address area resident concerns of street flooding and standing water caused by
recent severe storms or high tides. Roadway and drainage improvements including reconstruction of the existing roadway and
sidewalks, installation of an outfall that drains into the Seybold Canal,curbs and gutter upgrades, replacing drainage components
with larger sized diameter pipes, raising the back of sidewalks, harmonizing with adjacent area to restrict sheet flow of rain water
into private property, regarding, milling and resurfacing, permitting with government agencies such as USACE, FDEP, RER and City
of Miami.Services provided along NW 7th Street Road between NW 9th Court and NW North River drive.
K .::::::.',-.7. \ 4t:49' - --
...... .:__,44itAit:": -- i:-:-Ii.:-.z.
:‘...,,-... - -4."
''' 4, I V\44:1''' ....a.. 1
t ' ....— Ni\'', t i 1 II
\:I", \: O• == '''''"'". \V" .. k)-1 I ,
- .:,..` '7,:.::::' "• \ 11 -,...r--•.-4..t: 7-- 1
....
- ,, ..,,,.. -*5,,,,- , ,,,,,, .......4-4,4„.4. % \ .....* :-..,...._
....„ , . ......, 1 i
-4- 4�.ms �` !a '* ...- 040 -. -�471s- «,
,77
T J 'i II I1� ! .—
A .ty° r 1.7�
_fie .'l ; ,I' - �C—'—
C-3
"' "- .." , ,,,, ' + "I .rLVED WITH THIS PROJECT
(1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE
a.
SRS Engineering, Inc. Miami, FL Civil Engineering Services
(1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE
b.
89
F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOS
QUALIFICATIONS FOR THIS CONTRACT
(Present as many projects as requested by the agency,or 10 projects,if flat S.
a '+.fete one I,
21.TITLE AND LOCATION(City and State) 22.YEAR COMPLETED
Miami-Dade County Pump Station Upgrades PROFESSIONAL SERVICES CONSTRUCTION(If applicable)
Miami, FL 2008 2012
23.PROJECT OWNERS INFORMATION
a.PROJECT OWNER b.POINT OF CONTACT NAME C.POINT OF CONTACT TELEPHONE NUMBER
Miami-Dade County Water&Sewer Dept. Reynaldo Abreu, PE 786-268-5289
24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost)
SRS provided engineering design and preparation of construction documents (Plans and Specifications) for the construction of
upgrades to existing Pump Stations. Upgrades included new pumping units, new electrical control panels, new electrical services,
new telemetry systems,replacement of PS piping,new valve vaults and fittings,new wet wells,demolition of existing pump stations,
and associated site improvements. Services also included plans processing and permitting;and bid phase services.
SRS also provided limited construction support services including attending construction meetings, respond to RFI's, review shop
drawings, review and approval to change order requests, attend PS Start Up Inspection. MDWASD Pump Stations Nos. 7,64, 140,
427,430,502, 767,and 1018.
014.4A411a°ba''' ' ' ''' I
L
PS No. 430
PS No. 7 alof'
!Esti NUMMI IN ummErmii111111
ill I �� ! 1 !iI I
•
(1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE
a.
SRS Engineering, Inc. Miami, FL Civil Engineering Services
(1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE
b.
• 90
- F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY NUMBER
QUALIFICATIONS FOR THIS CONTRACT
(Present as many projects as requested by the agency,or 10 projects,if not specified.
Comp4gfone Section F for each project.) AIL
sus
21.TITLE AND LOCATION(City and State) 22.YEAR COMPLETED
City of Miami Continuing Services Contract—Task Order: NE rd AvenueI
PROFESSIONAL SERVICES CONSTRUCTION(if applicable)
Improvements from NE 42nd Street to NE 51'Street 2015 2016
Miami, FL
a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER
City of Miami Keith A. Ng,CFM 305-416-1298
24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost)
Services included professional civil engineering services and project management for the design and preparation of complete
construction contracts plans for the roadway and sidewalk reconstruction,drainage,street lighting,signalization and landscaping
improvements as needed along NE 2"d Avenue from NE 42' Street tot NE 51st Street. Elements of work shall include roadway,
draining and signing and pavement marking as requirements. Additionally, we provided limited construction phase services as
needed.
X01:
FM
R;�'
&F.]
® Ira-m-,r J i= n�_.n
VIA' / O1S'-" '
' ,=1, OIL nus fro, I '. I J
°'-' -A f�tt�Sl tt (�}Sr _ _
;_�;; ;: I :l 1 .4 "1, ® 1 1 ' � . a Lei
[ *ii p
�'e ea r "6 T 4 'i $r ' , a ' r
nus m.� N.
, K wn,ma '_f., .rem, a nus s-sr swmr., 1 =. -
_ e
am TPA,;Jillf J i •.
- — 187 -
188 00, — ,
•...rm ` ,r swr[rMr�___ • arsm sss , NE Znd t Al•E/ E 110, o '. '+
I�s _
MI:,
/ -- _- �6 psi
-- . , ;1.• -- --- - ---
M ur a
�M� i � \ ` ' ‘L� LEICZ (1148 ) ) 1.t'-':( �. t�•
1143 "`1 r Qr� t r , l
11(3,1V� i�r
� �:r m.
1 II
:: .�&��«e�° M III 1,� r;--r
11 i'� I Zi 3
weer 11,r' �l L l Y�.J I I = 1
r.+r� ® I nea-u I
am
n STOP, r-i
u_.. iii STOP,
® tifrb"a m
I ra-.aI
s<er
ee CITY car MANI
Y ,ow III MUM 9PRV1NP➢AND PAVEMENT 1Q
NE 2 AVEMIAMI-DADE MARKING PLAN s-,
_ .. ...,�
(1)FIRM NAME (2)FIRM LOCATION(City and State) I (3)ROLE
a. SRS Engineering,Inc. Miami, FL Civil Engineering Services
(1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE
b.
91
F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S
QUALIFICATIONS FOR THIS CONTRACT
(Present as many projects as requested by the agency,or 10 projects,if not specified.
Corn. Sect for each project.) r°
k
21.TITLE AND LOCATION(City and State) 22.YEAR COMPLETED
A.D. Barnes Park New Walkways, Bike Paths and Parking Lot PROFESSIONAL SERVICES CONSTRUCTION(/f applicable)
Miami, FL 2005 2006
a.PROJECT OWNER b.POINT OF CONTACT NAME C.POINT OF CONTACT TELEPHONE NUMBER
Miami-Dade County Parks&Recreation Pedro Nunez(Retired) 305-755-7847
Department Fernando Marquez, PE
24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost)
SRS Engineering, Inc. provided the engineering design, .L i w_ - . r •,,„. 41
permitting and construction phase services of a walkway and s $ dr
bike path and parking lot. The project is located within A.D.
Barnes Park along the Coral Gables Canal.The work included the itiktritodia, f
geometric design of the walkways/bike paths and parking lot, ..
design site paving, grading, and drainage plans. We also sa ) •,-
coordinated the work of subconsultants including Surveyors, .'*
Geotechnical, electrical site lighting and Landscaping. Our scope �'N i
}Jail.{ J a n ., "e-i" -
of work also included preparing and submitting permit I - I, I!pi -I L
applications and construction plans for "dry-run" and "final" E°a'
review by local regulatory agencies including Miami-Dade ., a ,-• .: �'
County Building Department, Miami-Dade Public Works Dept., ° /
and DERM.
Nolf1
Construction Phase services included weekly construction ', 4: , `. ` •'q . 'x
meetings, reviewing shop drawings, responding to RFI's, ,' 4.. A
providing periodic construction observations, and preparing , 4";.. ,
Xw
close-out documents. ,.: ?
,}�., 2,t 'pp'.
li, , so?. Ara4::
, -.10, ,- .
q ^' 4.
f
, t... , i ,, .ir-- I
j ,�• z:n, riT' yq
,/ f .,.
•
LVED WITH THIS „.
(1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE
a.
SRS Engineering, Inc. Miami, FL Civil Engineering Services
(1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE
b.
92
F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY NUMB
QUAUFICATIONS FOR THIS CONTRACT n
(Present as many projects as requested by the agency,or 10 projects,if not specified.
.m�. � Com roject)
21.TITLE AND LOCATION(City and State) 22.YEAR COMPLETED
Roadway Improvements to NW 58 Street from NW 97 Avenue to SR-826 PROFESSIONAL SERVICES CONSTRUCTION(If applicable)
Miami, FL 2016 08-2017(Est.)
a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER
Miami-Dade County Lana Moorey, PE 305-375-2863
24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost)
The scope of services includes engineering design and post-design services for the preparation of construction documents to
include master planning and public involvement for the reconstruction of the existing road to a 4-lane roadway with a continuous
center turning lane. The two miles of improvements will also include bike lanes, sidewalks, curbs and gutters, storm drainage
system, pavement marking and signage along with upgrades to traffic signalization, roadway lighting,to include environmental
permitting and construction administration services.
do %,.n _µ.a. .. —
Existing conditions
(1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE
a. SRS Engineering, Inc. Miami, FL Civil Engineering Services-Prime
b (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE
93
F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S
QUALIFICATIONS FOR THIS CONTRACT
(Present as many projects as requested by the agency,or 10 projects,if not specified. {
Complete one Section Ffor each project.)
21.TITLE AND LOCATION(City and State) 22.YEAR COMPLETED
City of Coral Gables Ponce de Leon CEI (LAP Project) PROFESSIONAL SERVICES CONSTRUCTION(If applicable)
Coral Gables, FL 2010 2012
a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER
City of Coral Gables Ernesto Pino 305-460-5004
24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost)
Construction administration support and inspection services during ('
the construction of Ponce de Leon Boulevard Median Beautification 7,`",-. I : r ,
project as required by the Department to meet FDOT's LAP Program . _ -,11 . t
requirements. Scope of Work included, but not limited to, the lz=t ', ,r uz flk
following: - g• ,c.�' .,
• Provided CEI and construction administration services as required . —
for the LAP Program.
IIIN
• Attended pre-construction meeting and prepared minutes for '
distribution.
• Reviewed shop drawings submitted by Contractor for adherence 7i , ' �''\
to construction documents.
• Attended bi-weekly progress meetings and prepared the minutes
for distribution. ,;, -.. t`Mk lit 1
• Responded to Contractor request for information and
clarification of contract documents. i`p. , �; .,4
• Coordinated utility issues/conflicts.
• Processed all construction correspondence and documents.
• Reviewed and recommended Contractor payment requisitions. I
• Reviewed Contractor's certified payrolls. .,.�= -, '"'''" _
• Conducted labor interviews to ensure wage rate compliance. MP —
• Verified Contractor's Disadvantaged Business Enterprise (DBE) I
on-going training program.
• Reviewed Contractor EEO requirements. «......
• Provided on the Job Training(OJT) monitoring and reporting. _ -- ; ,
• Reviewed and recommend Contractor change order requests, if any. _ _
• Provided full-time inspector(40 hours per week). .
• Conducted semi-final inspection and prepared punch list. "" "
• Conducted final inspection, punch list,and contract close-out. ) r
• QA/QC — limited materials and density testing provide independent ,>-' ALI
assurance testing and coordinate with testing lab to obtain sampling and .,,
testing. Compared test results and document in project records. ' 0.00.-""--74
• Provided photo history of project in digital format.
• Other construction phase engineering services as requested by the ,J
Department. Professional Fess: $342,765
•WITH THIS PROJECT
(1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE
a.
SRS Engineering, Inc. Miami, FL Prime
b (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE
ya
G.KEY PERSONNEL PARTICIPATION IN EXAMPLE PROJECTS
29.EXAMPLE PROJECTS KEY
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
(From Section E, (From Section E, 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
Ignacio Serralta, PE Civil Engineer X X X X X X X X X X
Mark Tomczyk, PE, LEED Green
Sr. Project Manager X X X X X
Assoc.
Gil Garcia Project Manager
Jean-Claude Fontaneau Civil Engineer X X X X X X X X X X
Marilys Falcon Project Engineer X X X
Nelson Mojarena Project Engineer X X
G.KEY PERSONNEL PARTICIPATION IN EXAMPLE PROJECTS
29.EXAMPLE PROJECTS KEY
NO. TITLE OF EXAMPLE PROJECT(FROM SECTION F) NO. TITLE OF EXAMPLE PROJECT(FROM SECTION F)
Continuing Services Contract—City of South Miami-Dade County Pump Station Upgrades,
1 Miami,South Miami, FL 6 Miami, FL
NW 138th Street Roadway and Drainage City of Miami Continuing Services Contract—task
2 Improvements, Hialeah, FL 7 Order: NE 2"d Avenue Improvements from NE
42nd Street to NE 51n Street, Miami, FL
NW 142nd Street Water and Sewer A.D. Barnes Park New Walkways, Bike Paths and
3 Improvements, Hialeah, FL 8 Parking Lot
Continuing Services Contract—City of Hialeah Roadway Improvements to NW 58th Street from
4 Streets Department, Hialeah, FL 9 NW 97th Avenue to SR-826, Miami, FL
Continuing Services Contract—City of Miami, NW Ponce de Leon boulevard CEI Services,Coral
5 7 St. Road Drainage Improvements, Miami, FL 10 Gables, FL
H.ADDITIONAL INFORMATION 95
30.PROVIDE ANY ADDITIONAL INFORMATION REQUESTED BY THE AGENCY.ATTACH ADDITIONAL SHEETS AS NEEDED.
BASIC SERVICES OFFERED
• Project Management •Sanitary Sewer Systems Educational &School Board
a Site Master Planning •Water Distribution Systems Due Diligence& Feasibility
•General Site Civil Engineering •Pump Station Design Reports
•Structural Engineering •Lake Excavations/Land Fill Construction Administration
*Site/Land Development ■Marine/Coastal Engineering Construction Inspection
Roadway Design •Environmental Engineering Services
Drainage& Stormwater •Value& Cost Engineering Design-Build Services
Systems $ Plans Processing &Permitting
ROADWAY AND TRANSPORTATION
Roadway design including grading, paving, drainage, signage and markings, maintenance
of traffic plans, traffic calming, bicycle paths,application processing, and permitting.
WATER SUPPLY AND WASTEWATER SYSTEMS
Master planning of water and sanitary sewer systems, hydraulic network analysis, sanitary
sewer collection and transmission systems. water distribution and transmission systems.
pump stations.wells,water treatment plants and special structures.
DRAINAGE SYSTEMS
Master planning of flood control and drainage facilities, hydrology and hydraulic analysis of
drainage systems, flood plain studies, retention/detention water management systems,
storm drains, channels, pump stations,drainage wells, and special drainage structures.
LAND DEVELOPMENT
Subdivision land use planning. zoning submissions, tentative and final tract maps, site
development plans including grading, lakes, roadways, water distribution systems, sanitary
sewer systems, and drainage facilities. Cut and Fill and water management studies, and
permitting.
ENVIRONMENTAL ENGINEERING STUDIES
Environmental impact reports, environmental impact assessments, wetland restoration &
mitigation, and environmental sensitive lands permitting and processing.
STRUCTURAL ENGINEERING
Structural design of concrete buildings, steel frame buildings, multistory buildings, and tilt-up
construction. Marine and port structures induding piers. docks, seawalls, marinas, fender
systems,harbor crane supports,wharf extensions and mooring dolphins
CONSTRUCTION PHASE SERVICES
Bid review, construction coordination, field construction managers and inspectors, monitor
contractors work, review and process contractors' application for payment, maintain daily
project journals, administration of changed work, provide problem resolution,request and
review material testing, coordination with utility companies,and project closeout.
•
it
�.. ENOIN EERING,INC.
AUTHORIZED REPRESENTATIVE
The foregoing is a statement of facts.
31.SIGNATURE 32.DATE
Q �t 04-17-2018
Ignac' Serralta, PE, President
1.SOLICITATION NUMBER(If any)96
ARCHITECT-ENGINEER QUALIFICATIONS RFQ 2018-141-ND
PART II - 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.DUNS NUMBER
SRS Engineering, Inc. 1995 003118853
2b.STREET
5001 SW 74th Court,Suite 201 5.OWNERSHIP
2c.CITY 2d.STATE 2e.ZIP CODE a.TYPE
Miami FL 33157 Corporate
6o.POINT OF CONTACT NAME AND TITLE b.SMALL BUSINESS STATUS
Ignacio Serralta,PE,President SBE,DBE,MBE and CBE
6b.TELEPHONE NUMBER 6c.E-MAIL ADDRESS 7.NAME OF FIRM(If block 2a is a branch office).
305-662-8887 ignacio@srs-corp.com
Ba.FORMER FIRM NAME(S)(If any) 8b.YR.ESTABLISHED Bc.DUNS NUMBER
Serralta&Associates;Serralta Rebull Serig, Inc.
9.EMPLOYEES BY DISCIPLINE 10.PROFILE OF FIRM'S EXPERIENCE AND ANNUAL AVERAGE
REVENUE FOR LAST 5 YEARS
c.No.of Employees b.Experience c.
(1)FIRM (2)BRANCH ELECTRICAL ENGINEERING SERVICES Reven
a.Function a.Profile ue
Code b.Discipline Code Index
Numbe
r(see
below)
02 Administrative 3 C07 Coastal Engineering 2
08 CADD Technician 3 C15 Construction Management 2
12 Civil Engineer 8 E02 Educational Facilities 2
15 Construction Inspector 1 F02 Field Houses;Gyms;Stadiums 2
16 Construction Manager 1 G01 Garages;Vehicle Maintenance 2
Facilities;Parking Decks
H07 Highways;Streets;Airfield Paving; 3
Parking Lots
H11 Housing(Residential/Multi-Family) 3
106 Irrigation;Drainage 3
001 Office Buildings;Industrial Parks 2
P06 Planning(Site,Installation,and Project) 3
R04 Recreation Facilities(Parks,Marinas) 2
504 Sewage Collection,Treatment,Disposal 3
S13 Storm Water Handling 3
Other Employees TO3 Traffic and Transportation Engineering 3
Total 16 W03 Water Supply;Treatment and 3
Distribution
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 to less than$250,000 7.$5 million to less than$10 million
a.Federal Work 1 3.$250,000 to less than$500,000 8.$10 million to less than$25 million
b.Non-Federal Work 5 4.$5000,000 to less than$1 million 9.$25 million to less than$50 million
5.$1 million to less than$2 million 10.$50 million or greater
c.Total Work 6
12. AUTHORIZED REPRESENTATIVE
The foregoing is a statement of facts.
a.SIGNATURE b.DATE
0Q24c€AA"..p,
04-17-18
I
C.NAME AND TITLE
Ignacio Serralta, PE, President
97
trA
M I AM I BEACH
.1-.. s
ENGINEERING,INC.
5001 SW 74Tm COURT, SUITE 2101, MIAMI, FLORIDA 33155
TEL; 305-662-8557 FAX: 303-662-1305S
WWW.SRS-CORP,COM ES-00007317