Agreement with Terracon Consultants, Inc. aoa- 3053 ([
AGREEMENT BETWEEN
CITY OF MIAMI BEACH
AND
TERRACON CONSULTANTS, INC.
FOR
PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL
RENEWAL AND REPLACEMENT PROJECTS PURSUANT TO REQUEST FOR
QUALIFICATIONS NO. 2018-141-ND
DISCIPLINE:
ENGINEERING - ENVIRONMENTAL SERVICES AND TESTING
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
TERRACON CONSULTANTS, INC.
FOR
PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED
CATEGORIES ON AN "AS-NEEDED-BASIS"
This Agreement made and entered into this day of , 20
(Effective Date), by and between the CITY OF MIAMI BEACH, a municipal corporation existing
under the laws of the State of Florida, having its principal offices at 1700 Convention Center
Drive, Miami Beach, Florida, 33139; (hereinafter referred to as City), and Terracon Consultants,
Inc., a Delaware corporation registered to do business in Florida, and having its local office at
16200 NW 59 Avenue, Suite 106, Miami Lakes, FL. 33014 (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 Terracon Consultants,
Inc., and, if successful, execute an agreement with the Consultant pursuant to the RFQ; and
WHEREAS, City and the Consultant have negotiated the following agreement pursuant
to the RFQ; and
NOW THEREFORE, City and Consultant, in consideration of the mutual covenants and
agreement herein contained, agree as follows:
ARTICLE 1. DEFINITIONS
1.1 Definitions. The definitions included in this Section are not exhaustive of all definitions
used in this Agreement. Additional terms may be defined in other Contract Documents. The
following terms shall have the meanings specified herein unless otherwise stated herein:
ADDITIONAL SERVICES: "Additional Services" shall mean those services, in addition to the
Basic Services in this Agreement, as described in Article 5 and the Consultant Service Order,
4
which the Consultant shall perform, at the City's option, and which must be duly authorized, in
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
5
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`"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 entity contracting with City for performance of the Work
covered in the Contract Documents.
DESIGN CRITERIA PACKAGE or DQP: "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 iprofessional 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
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.
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 Ln 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 themajority of the stock of a corporate
consultant.
3.6.3 The City Commission shall approve or consider all Contract Amendments that
exceed the sum of fifty thousand dollars ($50,000.00) (or other such amount as may be
specified by the City of Miami Beach Procurement Ordinance, as amended).
3.7 Except where otherwise expressly noted in this Agreement, the City Manager shall serve
as the City's primary representative to whom administrative (proprietary) requests for decisions
and approvals required hereunder by the City shall be made. Except where otherwise expressly
noted in this Agreement or the Contract Documents, the City Manager shall issue decisions
and authorizations which may include, without limitation, proprietary review, approval, or
comment upon the schedules, plans, reports, estimates, contracts, and other documents
submitted to the City by Consultant.
3.7.1 The City Manager shall have prior review and approval of the Project Manager
(and any replacements) and of any,Subconsultants (and any replacements).
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 Conultant, 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 (+/-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, atits 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 allcosts 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 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,E 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.
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 thereof without
permission from the Consultant or without any additional compensation to the Consultant. The
Consultant shall be released from any liability resulting from such modification.
9.5 The Consultant shall bind all Subconsultants to the Agreement requirements for re-use
of plans and specifications.
ARTICLE 10. TERMINATION OF AGREEMENT
10.1 TERMINATION FOR LACK OF FUNDS: The City is a governmental entity and is
subject to the appropriation of funds by its legislative body in an amount sufficient to allow
continuation of its performance in accordance with the terms and conditions of this Agreement.
In the event there is a lack of adequate funding either for the Services or the Project (or both),
the City may terminate this Agreement without further liability to the City.
10.2 TERMINATION FOR CAUSE: The City, through the City Manager, may terminate this
Agreement for cause, upon written notice to Consultant, in the event that the Consultant (1)
violates any provision of this Agreement or performs same inibad 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
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
Mees 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:
Terracon Consultants, Inc.
16200 NW 59 Avenue, Suite 106
Miami Lakes, FL. 33014
Tel: (305) 820-1997
Fax: N/A
Email: lucas-barroso(c�terracon.com
Attn: Lucas Barroso-Giachetti
All notices,mailed to either party shall be deemed to be sufficiently transmitted if sent by certified
mail, return receipt requested.
ARTICLE 16. MISCELLANEOUS PROVISIONS
16.1 VENUE: This Agreement shall be governed by, and construed in accordance with, the
laws of the State of Florida, both substantive and remedial, without regard to principles of
conflict of laws. The exclusive venue for any litigation arising out of this Agreement shall be
Miami-Dade County, Florida, if in state court, and the U.S. District Court, Southern District of
Florida, in federal court. BY.ENTERING INTO THIS AGREEMENT, CONSULTANT AND CITY
EXPRESSLY WAIVE ANY RIGHTS EITHER PARTY MAY HAVE TO A TRIAL BY JURY OF
ANY CIVIL LITIGATION RELATED TO, OR ARISING OUT OF, THIS AGREEMENT.
16.2 EQUAL OPPORTUNITY EMPLOYMENT GOALS: Consultant agrees that it will not
discriminate against any employee or applicant for employment for work under this Agreement
because of race, color, national origin, religion, sex, gender identity, sexual orientation,
disability,_ marital or familial status, or age, and will take affirmative steps to ensure that
applicants are employed and employees are treated during employment without regard to race,
color, national origin, religion, sex, gender identity, sexual orientation, disability, marital or
familial status, or age.
16.3 PUBLIC ENTITY CRIMES ACT: In accordance with the Public Entity Crimes Act
(Section 287.133, Florida Statutes), a person or affiliate who is a consultant, who has been
placed on the convicted vendor list following a conviction for a public entity crime may not
submit a bid on a contract to provide any goods or services to the City, may not submit a bid on
a contract with the City for the construction or repair`of a public building or public work, may not
bid on leases of real property to the City, may not be awarded or perform work as a contractor,
supplier, subcontractor, or subconsultant under a contract with the City, and may not transact
business with the City in excess of the threshold amount provided in Section 287.017, Florida
Statutes, for Category Two, for a period of 36 months from the date of being placed on the
convicted vendor list. For violation of this subsection by Consultant, City shall have the right to
terminate the Agreement without any liability to City, and pursue debarment of Consultant
16.4 NO CONTINGENT FEE: Consultant warrants that it has not employed or retained any
company or person, other than a bona fide employee working solely for Consultant, to solicit or
secure this Agreement, and that it has not paid or agreed to pay any person, company,
corporation, individual or firm, other than a bona fide employee working solely for Consultant,
any fee, commission, percentage, gift, or other consideration contingent upon or resulting from
the award or making of this Agreement. For the breach or violation of this subsection, City shall
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 r In addition to the requirements in this subsection 16.5.2, the
Consultant agrees to abide by all applicable Federal, State, and City
procedures, as may be amended from time to time, by which the
documents are handled, copied, and distributed which may include,
but is not limited to, each employee of Consultant and Subconsultants
that will be involved in the Project being required to sign an
agreement stating that they will not copy, duplicate, or distribute the
documents unless authorized by the City Manager, in writing.
16.5.2.2 The Consultant and its Subconsultants agree in writing that the
Project documents are to be kept and maintained in a secure location.
16.5.2.3 Each set of the Project documents are to be numbered and the
whereabouts of the documents shall be tracked at all times.
16.5.2.4 A log is developed to track each set of documents logging in the date,
time, and name of the individual(s) that work on or view the
documents.
16.6 CORRECTIONS TO CONTRACT DOCUMENTS: The Consultant shall prepare, without
added compensation, all necessary supplemental documents to correct errors, omissions,
and/or ambiguities which may exist in the Contract Documents prepared by Consultant,
including documents prepared by its Subconsultants. Compliance with this subsection shall not
be construed to relieve the Consultant from any liability resulting from any such errors,
omissions, and/or ambiguities in the Contract Documents and other documents or Services
related thereto.
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 intent of the Agreement is for the Consultant to provide design and
other services, and to include all necessary items for the proper completion of such
services for a fully functional Project which, when constructed in accordance with the
design, will be able to be used by the City for its intended purpose. The Consultant shall
perform, as Basic Services, such incidental work which may not be specifically
referenced, as necessary to complete the Project.
16.10.2 This Agreement is for the benefit of the parties only and it does not grant
rights to a third party beneficiary, to any person, nor does it authorize anyone not a party
to the Agreement to maintain a suit for personal injuries, professional liability, or property
damage pursuant to the terms or provisions of the Agreement.
16.10.3 No acceptance, order,'payment, or certificate of or by the City, or its
employees or agents, shall either stop the City from asserting any rights or operate as a
waiver of any provisions hereof or of any power or right herein reserved to the City or of
any rights to damages herein provided.
16.11 This document incorporates and includes all prior negotiations, correspondence,
conversations, agreements, or understandings applicable to the matters contained herein; and
the parties agree that there are no commitments, agreements, or understandings concerning
the subject matter of this Agreement that are not contained in this document. Accordingly, the
parties agree that no deviation from the terms hereof shall be predicated upon any prior
representations or agreements whether oral or written. It is further agreed that no modification,
amendment or alteration in the terms or conditions contained herein shall be effective unless
memorialized in written document approval and executed with the same formality and of equal
dignity herewith.
28
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.
Attestc____V CITY OF M ,# % B • H:
CITY ERK , \\e� •. s.► !v1R
h
Attest 9 f yT •"` ° C��,�: 1, N ., INC.
(Yge f / - ' —
E l'-'-': Li) -
Signature/Secret:ry � �,� Sign to P�'resi%ent
)/YI i c areef J + �, 'I�.%'..'E,;..•.•.....• f�• nQU_I 1 4 �`�oto �uifili '
Print Name` ';,�,-,.,6/ 2 it' � � ... U(r '',
�1 P 'Nam: ,�`�+. ....I.:,�.,�
▪ •
i.4.2 grO Cl�F N
"1".. ° SEAL •"=
•-i/ . 2003 .▪ �
i
APPROVED AS TO tiq�L AW P ``��
FORM &LANGUAGE
&FOR EXECUTION
, T. 1--' 1_23
C
City Attorney RpreDate
29 ,
SCHEDULE A
PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND
TERRACON CONSULTANTS, INC
CONSULTANT SERVICE ORDER
Service Order No. for Consulting Services.
TO: Terracon Consultants, Inc.
16200 NW 59 Avenue, Suite 106
Miami Lakes, FL. 33014
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 Consultant's Competitive Negotiation Act(CCNA),is applicable to the selection of professional
services consultants(architecture,professional engineering,landscape architecture,or registered surveying and mapping)by public agencies for projects valued
up to the amount established in Category 5,Section 287.017,Florida Statutes(currently$325,000 or as amended by law)or for a planning or study activity
valued up to the amount established in Category 2,Section 287.017,Florida Statutes(currently$35,000 or as amended by law).
30
SCHEDULE B
CONSULTANT COMPENSATION
Schedule of Payments
Planning Services * $) 000000(
Design Services* $)00)0(00(
Bidding and Award Services $)000000(
Construction Administration ** $))0)000(0
Reimbursable Allowance*** ; $)0))000(0
Note*: These services will be paid lump sum based on percentage complete of each
phase as identified in the individual tasks.
Note**: Construction Administration will be paid on a monthly basis upon
commencement of construction.
In the event that, through no fault of the Consultant, Construction Administration J
services are required to be extended, which extension shall be subject to prior City
approval, and what shall be at the City's sole discretion, the Consultant agrees to extend
said services for$XXX)0(X, 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
Construction) $ 94'88
32
SCHEDULE D
APPROVED SUBCONSULTANTS
33
ATTACHMENT A
RESOLUTION, COMMISSION ITEM, AND COMMISSION MEMORANDUM
J
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, SCOTTI & PARTNERS, INC., FOR
THE DISCIPLINE OF STRUCTURAL ENGINEERING; AUTHORIZING THE
ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH TSAO DESIGN
GROUP, INCORPORATED, AND MC DESIGNERS, 1NC., FOR THE DISCIPLINE OF
INTERIOR DESIGN I SPACE PLANNING; AUTHORIZING THE ADMINISTRATION
TO ENTER INTO NEGOTIATIONS WITH SCHWEBKE-SHISKIN & ASSOCIATES,
INC. FOR THE DISCIPLINE OF SURVEYING; AND FURTHER AUTHORIZING THE
MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH EACH OF THE
RECOMMENDED PROPOSERS UPON CONCLUSION OF SUCCESSFUL
NEGOTIATIONS BY THE ADMINISTRATION.
WHEREAS, on February 14, 2018, the City Commission approved the issuance of
Request for Qualifications (RFQ) No. 2018-141-ND for Professional Architectural and
Engineering Services for Capital Repair and Replacement Projects; and
WHEREAS, Request for Qualifications No. 2018-141-ND (the "RFQ") was released on
February 15, 2018; and
WHEREAS, a voluntary pre-proposal meeting was held on February 27, 2018; and
WHEREAS,on May 7, 2018, the,City received thirty-seven (37) proposals; and
WHEREAS, on February 26, 2018 the City Manager via Letter to Commission (LTC) No.
105-2018, appointed an Evaluation Committee (the "Committee"), consisting of the following
individuals: Lily Alvarez, Construction Manager, Property Management Department, City of
Miami Beach; Pilar Caurin, Construction Manager, Office of Capital Improvement Projects, City
of Miami Beach; Elizabeth Estevez, Parks and Capital Projects Manager, Parks and Recreation
Department, City of Miami Beach; and Francisco Garcia, -Construction Manager, Property
Management Department, City of Miami Beach;and
WHEREAS, the Committee convened on August 6, 2018 to review and score the
remaining proposals; and
WHEREAS, the Committee was provided an overview of the project, information relative
to the City's Cone of Silence Ordinance and the Government Sunshine Law, general information
on the scope of services, and a copy of each proposal; and
WHEREAS, the Committee was instructed to score and rank each proposal pursuant to
the evaluation criteria established in the RFQ; and
WHEREAS, the Committee's ranking for the discipline of General Architecture was as
follows: William B. Medellin Architect P.A., as the first ranked proposer; CSA Central, Inc., as
the second ranked proposer; Schindler Architects, Inc. and TSAO Design Group, Incorporated,
tied as the third ranked proposers; CPH, Inc., as the fifth ranked proposer; Sol-ARCH, Inc., as
the sixth ranked proposer; William Lane Architect, Inc., as the seventh ranked proposer; Moss
Architecture and Design Group, Inc., as the eighth ranked proposer; Alleguez Architecture, Inc.,
as the ninth ranked proposer; R.J. Heisenbottle Architects, and P.A., as the tenth ranked
proposer; Vitalini Corazzini, P.A., as the eleventh ranked proposer; ArcBuilders and Group
Incorporated, as the twelfth ranked proposer; Alejandro Pardo Architecture, Inc., as the,
thirteenth ranked proposer; and 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 Q.A., CSA Central, Inc., Schindler Architects, Inc., TSAO
Design Group, Incorporated, CPH, Inc., Sol-ARCH, Inc., William Lane Architect, Inc.,
Moss Architecture and Design Group, Inc. Alleguez Architecture, Inc., R.J. Heisenbottle
Architects, and P.A., Vitalini Corazzini, P.A., for the discipline of General Architecture.
Savino & Miller Design Studio, P.A., Keith and Schnars, P.A., CPH, Inc., Curtis& Rogers
Design Studio, Inc., Chen-Moore Associates, and Miller, Legg &Associates, Inc., for the
discipline of Landscape Architecture.
Schwebke-Shiskin & Associates, Inc., CES Consultants, Inc., Chen-Moore Associates,
305 Consulting Engineers, LLC, Miller, Legg &Associates, Inc., and SRS Engineering,
Inc., for the discipline of Civil Engineering.
E Sciences, Inc., Terracon Consultants, Inc., EBS Engineering, Inc., and CSA Central, •
Inc., for the discipline of Environmental Services and Testing Engineering.
CSA Central, Inc., 3FM Engineering, Inc., and UCI Engineering Inc., for the discipline of
Mechanical, Electrical, and Plumbing Engineering.
305 Consulting Engineers, LLC, Eastern Engineering Group Company, CES
Consultants, Inc., Master Consulting Engineers, Inc., UC1 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 I 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 a er 2018.
ATTEST:
1QJ3a'1Y
RAF EL E. GRANADO, CITY CLE , .z DAN GELBER, MAYOR
E:IPURC\Solicitations1201812018-141-ND �QiOL'ii 'r. ,4s110-AwardIRESO 2018-141-ND.doc
:V( : . y APPROVED AS TO
r.> FORM &LANGUAGE
&FOR EXECUTION
t; tNQORP1 'ORATED
tib •. if
0-196� city Attorney ,�,� Date
Resolutions-C7 P
MIAMI BEACH
•
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 PA, 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-MiLLEFt, LEGG & ASSOCIATES, INC., FOR
THE DISCIPLINE OF LANDSCAPE ARCHITECTURE; AUTHORIZING THE
ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH SCHWEBKE-
SHISKIN & ASSOCIATES, INC., CES CONSULTANTS, INC., CHEN-MOORE
ASSOCIATES, 305 CONSULTING ENGINEERS, LLC, MILLER, LEGG &
ASSOCIATES, INC., AND SRS ENGINEERING, INC., FOR THE DISCIPLINE OF
CIVIL ENGINEERING; AUTHORIZING THE ADMINISTRATION TO ENTER INTO
NEGOTIATIONS WITH E SCIENCES, INC., TERRACON CONSULTANTS, INC.,
EBS ENGINEERING, INC., AND CSA CENTRAL, INC., FOR THE DISCIPLINE OF
ENVIRONMENTAL SERVICES AND TESTING ENGINEERING; AUTHORIZING
THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH CSA CENTRAL,
INC., 3FM ENGINEERING, INC., AND UCI ENGINEERING INC., FOR THE
DISCIPLINE OF MECHANICAL, ELECTRICAL, AND PLUMBING ENGINEERING;
AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH
305 CONSULTING ENGINEERS, LLC, EASTERN ENGINEERING GROUP
COMPANY, CES CONSULTANTS, INC., MASTER CONSULTING ENGINEERS,
INC., UCI ENGINEERING INC., AND DIAZ, CARRENO, SCOTT! & PARTNERS,
INC., FOR THE DISCIPLINE OF STRUCTURAL ENGINEERING; AUTHORIZING
THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH TSAO DESIGN
- GROUP, INCORPORATED, AND MC DESIGNERS, INC., FOR THE DISCIPLINE
OF INTERIOR DESIGN / SPACE PLANNING; AUTHORIZING THE
ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH ,SCHWEBKE-
SHISKIN & ASSOCIATES, INC. FOR THE DISCIPLINE OF SURVEYING; AND
FURTHER AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN
Page 436 of 1637
AGREEMENT WITH EACH OF THE RECOMMENDED PROPOSERS UPON
CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION.
RECOMMENDATION
Adopt the Resolution
ANALYSIS
On September 28, 2004, through Resolution 2004-24697, the City Commission created the Capital
Renewal and Replacement Program (the "CRR Program"). The intent of the CRR Program is to
provide funding for proactive renewal and replacement of the City's facilities and the building systems
within those facilities (e.g., HVAC, roofs, fire safety systems, etc). The CRR program is also used to
execute small repairs, remodels or renovation projects, with total project budgets under $325,000.
The average value of the current CRR projects is approximately $158,000, but can be as low as
$25,000 or less. In addition to CRR projects, award(s) of this RFQ may also be used for other small
projects.
Section 287.055, Florida Statutes, commonly known as the Consultant's Competitive Negotiation Act
(CCNA), is applicable to the selection of professional consultant services (architecture, professional
engineering, landscape architecture, or registered surveying and mapping) by public agencies for
projects valued up to the amount established in Category 5, Section 287.017, Florida Statutes
(currently $325,000 or as amended by law) or for a planning or study activities valued up to the
amount established in Category 2, Section 287.017, Florida Statutes (currently $35,000 or as
amended by law). Even for projects below these thresholds,an architect or engineer is often required
to develop construction documents for construction and permitting. Award of this RFQ will expedite
the selection of architects and engineers as required for small projects.
In order to maximize the cost effectiveness of small projects, through this RFQ the City sought to
establish a pool of qualified architectural and engineering consultants interested in providing the City
with professional services for small projects. The categories of work are, as further defined in
Appendix C, Architecture — General, Architecture — Landscape Architecture, Engineering —
Environmental Services and Testing, and Engineering — Mechanical, Electrical & Plumbing,
- Engineering—Structural.
RFQ PROCESS
On February 14, 2018,the City Commission approved to issue the Request for Qualifications (RFQ)
No. 2018-141-ND for Professional Architectural and Engineering Services for Capital Repair and
Replacement Projects, On February 15, 2018, the RFQ was issued. A voluntary pre-proposal
conference to provide information to proposers submitting a response was held on February 27,
2018. Seven addenda were issued. The Procurement Department issued bid notices to 275
companies utilizing www.publicpurchase.com website. 263 prospective bidders accessed the
advertised solicitation. RFQ responses were due and received on May 7, 2018,
The City received proposals in response to the RFQ from the following 37 firms for a variety of
categories as indicated in Attachment A:
305 Consulting Engineers, LLC
3FM Engineering, Inc.
Alejandro Pardo Architecture, Inc.
AlleguezArchitecture, Inc.
ArcBuilders and Group Incorporated
Page 437 of 1637
Calvin, Giordano&Associates, Inc.
CES Consultants, Inc.
Chen-Moore Associates
CPH, Inc.
CSA Central, Inc.
Curtis & Rogers Design Studio, Inc.
Diaz, Carreno, Scotti&Partners, Inc.
E Sciences, Inc.
Eastern Engineering Group Company
EBS Engineering, Inc.
Florida Technical Consultants, LLC
Keith and Schnars, P.A.
Landscape DE, LLC
Master Consulting Engineers, Inc.
MC Designers, Inc.
Miller, Legg&Associates, Inc.
Moss Architecture and Design Group, Inc.
R.J. Heisenbottle Architects, P.A.
Ross&Baruzzini, Inc.
Savino&Miller Design Studio, P.A.
Schindler Architects, Inc.
Schwebke-Shiskin&Associates, Inc.
Sol-ARCH, Inc.
SRS Engineering, Inc.
T.Y. Lin International
Terracon Consultants, Inc.
TSAO Design Group, Incorporated
UCI Engineering Inc. •
UCI Engineering, Inc. D/B/A UCI Design, Inc.
Vitalini Corazzini, P.A.
William B. Medellin Architect PA
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, 2016, to consider proposals received. The
Committee was comprised of Lily Alvarez, Construction Manager, Property Management Department,
City of Miami Beach; Pilar Caurin, Construction Manager, Office of Capital Improvement Projects,
City of Miami Beach; Elizabeth Estevez, Capital Projects Manager, Parks and Recreation
Department, City of Miami Beach; and Francisco Garcia, Construction Manager, Property
Management Department, City of Miami Beach. The Committee was provided an overview of the
project, information relative to the City's Cone of Silence Ordinance and the Government Sunshine
Law. The Committee was also provided with general information on the scope of services and a copy
of each proposal. The Committee was instructed to score and rank each proposal pursuant to the
evaluation criteria established in the RFQ.
The evaluation process resulted in the ranking of proposers as indicated in Attachment A.
Subsequent to the evaluation of proposals, Ross & Baruzzini, Inc. submitted the attached letter
indicating that without local MEP resources it no longer wished to be considered for award.
Due to the large number of responses, a summary of each top-ranked firm or the firm's proposal is
available upon request.
Page 438 of 1637
CONCLUSION
After reviewing all the submissions and the results of the evaluation process, I note that the City is
fortunate to have received a large number of responses to the RFQ. In determining the number of
firms to award in each category,staff has recommended the number of firms believed to be necessary
to complete the volume of work available for each category. Awarding too many firms in any given
category would not be in the City's best interest as, an insufficient volume of projects may cause, the
awarded firms to become disinterested and not provide the necessary level of service to the City.
Therefore, I recommend that the Mayor and City Commission approve the Resolution authorizing the
Administration to enter into negotiations as follows:
William B. Medellin Architect P.A., GSA Central, Inc., Schindler Architects, Inc., TSAO Design
Group, Incorporated, CPH, Inc., Sol-ARCH, Inc., William Lane Architect, Inc., Moss Architecture and
Design Group, Inc., Alleguez Architecture, Inc., R.J. Heisenbottle Architects, and P.A., Vitalini
Corazzini, P.A., for the discipline of General Architecture.
Savino & Miller Design Studio, P.A., Keith and Schnars, P.A., CPH, Inc., Curtis & Rogers Design
Studio, Inc., Chen-Moore Associates, and Miller, Legg & Associates, Inc., for the discipline of
Landscape Architecture.
Schwebke-Shiskin & Associates, Inc., CES Consultants, Inc., Chen-Moore Associates, 305
Consulting Engineers, LLC, Miller, Legg & Associates, Inc., and SRS Engineering, Inc., for the
discipline of Civil Engineering.
E Sciences, Inc., Terracon Consultants, Inc., EBS Engineering, Inc., and CSA Central, Inc., for the
discipline of Environmental Services and Testing Engineering.
CSA Central, Inc., 3FM Engineering, Inc., and UCI Engineering Inc.,for the discipline of Mechanical.
Electrical,and Plumbing Engineering..
•
305 Consulting Engineers, LLC, Eastern Engineering Group Company, CES Consultants, Inc.,
Master Consulting Engineers, Inc., UCI Engineering Inc., and Diaz, Carreno, Scotti & Partners, Inc.,
for the discipline of Structural Engineering.
TSAO Design Group, Incorporated, and MC Designers, Inc., for the discipline of Interior Design /
Space Planning.
Schwebke-Shiskin &Associates, Inc.for the discipline of Surveying.
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.
1- gistative Tracking
Property Management/Procurement
Page 439 of 1637
ATTACHMENTS_
Descript ion
o Attachment A
❑ Ross and Barazzuni Letter
Resolution
Page 440 of 1637
ATTACHMENT A
ARCHITECTURE-GENERAL
W02011411•41PItOFESSIONAL --- _ --�- i
at ce
AAGNIIECIINW.AND ENGINEERING LIIy Alvarez 9 Pilar Ceurin F1'..! Elizabeth Eetevez a Francisco Garciac Low c
SERVICES FOR CAPITAL RENEWAL AND X -lcrg
REPLACEMENT PROJECTS t� n A99regate
C Totals :tY
Qualitative I Quantitative ! Subtotal I Qualitative Quantitative Subtotal 1 Qualitative Quantitative Subtotal Qualitative Quantitative Subtotal
Mani B.Medellin Architect i _- _-.-_-.-•�
P.A. 96 0 96 1 95 _ 0 95 4 92 0 92 3 100 0 10D 11 9 1
CSA Central,Inc. •.., - 96 0 96 1 98 0 98 1 91 0 91 4 96 0 96 5 11 2
'Scturtdlet Archilecis,Inc. 95 0 95 6 _ 94 0 94 5 95 0 95 1 99 0 99 3 15 3
TSAO Desgn 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 96 _ 1 86 0 86 7 98 0 { 98 5- 196
William Lane Architect __Inc 96 [ 0 _ 56 t 87 0 87 10 90 0 90 5 93 0 93 11 27 .7
Moss Architecture and Design t
Group.Inc. 95 0 95 •6 90 0 90 8 86 0 86 7 97 0 97 8 29 0
Allo9uezArchitecture.Inc. 95 0 86 1 89 0 89 9 80 0 80 11 EN 0 94 9 30 9
R.J.Heisenbattle Architects.
P A. 94 0 , 94 10 91 0 91 7 88 0 88 6 94 0 94 9 32 10
YteSni Corazzini•P.A. 94 -0 - - 94 •10 82 0 82 12 02 0 B2 10 98 0 '- 98 537 •i 11
ArcBuilders and Group -- -'---•-- -
Incorporated 94 0 94 10 84 0 •, ,• 84 11 75 0 I 75 14 84 - 0 84 12 47 12
Alejandro Pardo Architectvro, •
Inc. 93 0 93 13 BO 0 _—i 80 .13 79 0 79 12 79 0 79 13 51 13
UCIDesign.Inc. 88 0 88 14l 69 0 I __69 _j14 78 I 0 78 13 76 0 __ 78 14 IIIIEMIKEI
pate,
Proposer YMaan a Pak. raiJC*IiIra
N4eaIP Pada NOIMa4wm in. 0 0
ANaaar Amhactum Inc 0 . a
Nreueoto n Gra*h.ea'Paanca 0 0
GYN.me 0 0
C.c_,4 Me ... _.0 0
AM. m aro Cauca Os. .Me. —.•_o —.-0 .•.
PJese
•
R I NP�a.ey04 A.O.rts.3.P.A 0 0 '
SWIM A.aMaaa K 0 0
30-AR01•K ••• •• •••-p 0 .
MAO rtaq Gap,hratOronO 0 0
Ila EAONwrg,Inc d0UUC.Down,Inc 0 0
'aJoiCot amoi PA 0 0 -
WI6m0 t100elinAvAOay PA .0 - a
WING IANf1110e.Mc..._•.. 1- _ 0 __ ___— -_.
-
FOR DISPLAY PURPOSES ONLY.FINAL RANKING DOES NOT CONSTITUTE AN AWARD RECOMMENDATION.
Page 441 of 1637
- ATTACHMENT A
ARCHITECTURE-LANDSCAPE
....RF02OIl.t4 W PROfESSIt%WL ' • r. —
ARDIRECTURAL NW
sE8Y1082F'OR CAPRCAP TM RDILw AND
Lily Alvarez--- Y Pian Caurin :5 Elizabeth Estevez Francisco Garcia
c LoW �c
ItTPIACEYF TPRWELT8 I m e Aggregate
tbt_—_-...--- I C —___J`y9 Totala
Qualitative Quantitative Subtotal 21 Qualitative Quantitative Subtotal i Qualitative Quantitative SubtotalI Qualitative Quantitative I Subtotal I
Edwina&Miller Design Studio. I --•--
P A 97 0 97 1 95 0 95 ,4 94 0 94 1 100 7 1
Keith and Schnars.P.A. 96 _ 0 _ 96 3 97 0 97 2 92 0 92 2 100-- 0 1 100 1 8 2
CPR,Inc 96 CI 96 3; 97 0 .• 97 2 86 0 86 6 100 0 I 100 1 12 —T S
Curls&Rogers Design Studio.
Inc. 96 _ _0 _ 96 3 98 0 98 1 87 0 87 •, 5 98 0 98 6 14 •4
Chen-Moore Associates 87 0 97 1 ' 91 0 91 6 90 0 _ 90 4 98 0 1 g8 :6 16 :8 -
Miller,Legg&Associates.Inc. 95 0 95 6. - 88 0 88 7 91 0 91 3 100 0 100 1 I 17 i 6
Calvin.Giordano&Associates. - — —- - - - - -It
Inc. 95 0 95 6 92 0 92 _5 __ 06 0 86 6 96 0 • 96 .7 24 7
Landscape DE.LLC 93 0 93 ,8 , •83 • 0 -83 •• 8 60 0 _ 80 8 96 D 96 7 j 31 •8
.:.• • :-.::-.:.Caeea:rY6aifs;ii..ii'::+iii:ii:l::'",:• .
'repo.. Vpw.o.Pania TMnePDmuaw
r—.t Cod...•Ana...be o 0
cae,.Imo NP00PPea o
.
cpn mP. -.__...o.-. o
Guto a 000s Devq.a6Ao.be a 0 -
esesd0av..PA. a 0
1..230aooOE.LtI: 0 a
mos ion 4 AavoLoco.K 0 0
900,00•NOV D in 60,00 P.A. 0 D •
FOR DISPLAY PURPOSES ONLY. AL RANKING DOES NOT CONSTITUTE AN AWARD RECOMMENDATION. —
FIN
Page 442 of 1637
ATTACHMENT A
ENGINEERING-CIVIL
r-----.. .- - --• - -• ---. ._...__..__...-• -- - _ _
Rig m16161 HIS PROFESSIONAL - --_—
ARCH1�TUitALI71DEMCIMEERB/G °r O1 ev e IOW ••_• c
Illy Alvarez E Mar CElizabeth EstI
SERVICES COR CaRTAL RENEWAL AMO Castle y evez :>< Francisco Garcia
RERACf:MENT PROJECTS c e A99 Negate
_ Totals 1p
Ouallorthie Quantltathro SubtotalQuaflaUs QuanMptNo Subtotal Qua/RANGuantltative Subtotal Qua Motive 1 Quantitative Subtotal-
-. �_......_.—_
SChweblte-Shiskin 8 --- • ..--.._. _._ .
i
Associates.Inc. 95 0 95 5 97 0 97 3• 95 0 95 1 100 0 100 2 11 1
CES Consultants.Inc. 97 0 97 2 95 0 95 4• 92 0 92 5 100 0 100 2 13 2
Chen-Moorere Assoclates 97 0 97 2 91 0 91 7. 93 0 93 3 100 0 100 2 14 3
305 Consulting Enoneers_LLC 95 5 100 1 84 5 89- 8 1 87 5 92 5 98 5 103 1 15 4
Milec, ILAssociates.Inc. 95 0—•• -• 95 5 94 0 94 5- "--'—
�99 •—.-----..._. ._.. .. _ .. ---- _--.. --• ...@3 0 93 3 100 0 IOD 2� 15 4
SRS Engineering.Inc. 95 0 95 5 96 0 98___ 1 94 p 94 2 98 0 98 •7 15 4
-T----.-- 100 2 18 7
CPM.InC. 94 0 94 8 98 0 90 1 91 0 91 7 100 0
T Y.Lin International - 97 0 97 '2 .92 ,. 0___ _._.02 _ 6 -'90 0--- 90 8 98 0 98 7 23 '—_ a.
/ Ro aw Yau.f.taieb 11.41QrNave
405 Canary Dynan.LLC i 0 1 5
CESCa1
na..Ys D 5
C.nen.FicaeM.ui.4 0 D
CP14..c 0 0
Mar Lon 6H60...0s.bC 0 0
m1t-Shalt6Mas aLc 0 0
CNS r4im.,9 k 0 0
r.Y li.Mor_ 0 5
1
FOR DISPLAY PURPOSES ONLY.FINAL RANKING DOES NOT CONSTITUTE AN AWARD RECOMMENDATION.
Page 443 of 1637
ATTACHMENT A
- ENGINEERING-ENVIRONMENTAL SERVICES AND TESTING
.-- .•. . .....
Me 201.14140 puovEssiObal. •
aitcNITECTURAL AND ENGNEERNG g . 8:„
Lily Alvarez E. PilarElizabeth Estevez aggregate
caurin E Francisco Garcia .E Low g
SERVICES POR CAFITALREMEWAL AND x :11. s
c
:g
REPLACEMENT PROJECTS
Qualitative Quantitative Subtotal Qualitative Quantitative Subtotal Qualitative • Quantitative Subtotal • Qualitative QUantitative Subtotal Totals 12
....
E Sciences.Inc. 96 0 96 1 95 0 95 i 2 96 0 88 1 100 0 100 1 5 t
Terrace!)Consuliants,Inc 96 0 96 1 95 0 95 ,2 88 —•–• –
0 86 3 100 0 100 1 " • •
i .2
EBS Engineering,Inc. • 95 0 95 4 98 0 98 ;1 92 0 92 , 2 100 0 100 1 S 3 ---—
—-
CSA Central.Inc. 96 0 96 1 es 0 89I 4 , 87 0 67 4 100 0 10 4
-Florida Technical Consultants. 100 1 •••-•
LLC 94 0 94 5 .82 0 82 ;5 82 p . ...._ 82 5 94 0 94 5 20 . 5_
1:;:'",',';'::,..'?,q;'-';'•'•WW:;;;;;.'441.i'l•.:':"I';ill,?:/•":"..' .
wove.. wi.u.e.ftwo T04112yolOARS•
OSA Cealal.Irc 0 1 •
E SMK•S 00 0 ; 0
FRS FRP!...49 vc 0 1 0
rkolda Tianc1;10:....Lie 0 : 0
!rm000n Casummt. a ! 0
FOR DISPLAY PURPOSES ONLY.FINAL RANKING DOES NOT CONSTITUTE AN AWARD RECOMMENDATION.
.\
•
_ .
•
Page 444 of 1637
- .
•
- ATTACHMENT A
ENGINEERING-MECHANICAL,ELECTRICAL,AND PLUMBING
Rip 1DN•I4INO PROfESSIONAI • _.._ _. _ ._
ARCHITECTURAL ANO
O r Qf
� roURt.aPftwREnOwEWLL+tGND LOy Alvarez
re •a Pilar Caurin x Elizabeth Eatevax Francisco Garcia E Lnw
REPCE5E9T PROJECTS a c A9gre9ate
12z ._,_ ag Totals 2, _
OealltatNe Quantitative Subtotal Qualhative I Quantitative Subtotal Qualitative I Quantitative gubtotal Qualitative Quantitative ' Subtotal
!CSA Central,Inc. 95 0 95 1 96 0 96 1 89 0 89 2 100 o 100 1 5 • 1
Rosa S 8aruzzinl.Inc. 95 0 95 1 • 95 0 95 2_ 92 _0 J--i.-- _
• 1 100 0 100 ' 1 5 1
:3FM Engineering.Inc. 90 0 90 '3 94 0 94 -�- 3 -' 88 T 0 ---B8 3 98 0 I 98 4 i 13 •3
IUC1 Engineering.Inc. 90 0 90 3 90 0 90 4 86 0 86 4 99 0 _i— 99 _3 I 14 4
Proaufr Vwnn'Y PQM TcelQOueea''
3IM EnPrvDo MD • D e
CSA Cooa,lrc. 0 0
f0ff ICMfan fi ...- 0 0
UG ExTO.sko D 0
FOR DISPLAY PURPOSES OM.Y.FINAL RANKING DOES NOT CONSTITUTE AN AWARD RECOMMENDATION.
•
Page 445 of 1637
•
ATTACHMENT A
ENGINEERING-STRUCTURAL
.. ----'-'^...
RFO 10144414M PROtF551PROFESSIONALPROFESSIONAL --� --- ---..
ARCenECnew.AND FAaatIEERAiG c C C e Low e
Lily Alvarez Pilar Caulks Elizabeth Estevez Francisco Garcia
SFRVICESKRCAPITAL RENEWAL ANO c e e t A9g ra9ate c
RERAC€MENf PROJECTS n p
C _.-..-..._.- -.__...... .aC .. rY _... . ..._.._-_..__ Totals 1 i
___Qualitative Quantitative Subtotal Qualitative Quantitative Subtotal i Quantitive I Quantitative Subtotal Qualitativa� Quantitative Subtotal
305 Consulting Engineers.LLC 95 5 100 1 88 S 95 1 79 5 84 5 100 5 105 ' I 8 t
Eastern Engineering Group III
Company 95 0 95 3 92 0 • 92 2 90 - 0 -_ 90 1 100 - 0__ 100 28
CES Consultants,Inc. 97 0 97 2 91 0 91 3 87_ _ 0. ,,. -.. 87 3 100 _•-_ 0 100 .2 _ 10 3
Master Consulting Engineers. •
Inc.' 95 0 95 3 84 0 84 5 89 0 89 2 . 96 0 98 .4 14 4
•
UCl Engineering,Inc. 94 0 94 5 91 0 91 3 87 0 87 3 94 t 0 94 5 i 16 5_•
Diaz.Carreno.Scotty 8 '- ---- --•- -- -- - - - --•--. T-
Partners.Inc. 92 0 92 6 81 0 - 81 6 75 0 75 I. 6 92 0 92 8( 24 '8 I
Ympnr V.m..wiva TaWOouaI.a . ,
]pSCwufrq bgraeF.itC a aI
.
CES Caa.pnf.rx. a . a 1
rL r.Cin...S.m 4 P.t.n.uc 0 a •
Fzum Frgrstrop Crup Caysr a a
INN Fogel mq Inc
Must Comovra Com..In — .• •.. ••--a a 1
r
FOR DISPLAY PURPOSES ONLY.FINAL RANKING DOES NOT CONSTITUTE AN AWARD RECOMMENDATION.
•
I
Page 446 of 1637
ATTACHAAENT A
INTERIOR DESIGN 1 SPACE PLANNING
• •• —• —-
RFC i010,141•NO PROFESSIONAL •
co' 42L
ARCHITECTURAL AND ENGINEERING
• c
Aggregate I '
Llly Alvarez Pilar Caurin 11 Elizabeth Estevez Francisco Garcia
smas Foa curia REIEWAl.AND 31
REPLACEMENT PROJECTS
cc cc 12
=MALI VA_FC-1138 ntliativ Subtotal Quarnative Quantitative Subtotal , Qualitative Qv antitativa Subiotal Totals
TSO Design Group.
Incorporated 95 0 95 I 93 0 93 1 93 _O 93 1 1001 0 100 A I
MC Designers,Inc. E-93 0 93 2 87 0 -- 87 2 89 89 2 98 I 0 98 7.2 1 8 12
- •
WIAAW•NAM Tau.CluaNZAA•
MC Raw.... 0 0
TS.Mao CAA,.neap:ow0 0
FOR DISPLAY PURPOSES ONLY.FINAL RANKING DOES NOT CONSTITUTE AN AWARD RECOMMENDATION.
•
•
•
Page 447 of 1637
ATTACHMENT A
SURVEYING
•
RFQ2tI1-14140 PROFESSIONAL •
ARGIITECISILLL AND ENCINEERIXO Lily Alvarez Pilar e• c e Lew
Cinar aurElizabeth Estevez Francisco Garcia
SERVICES FORCAPITAL RENEWAL AND Sc
REPLACEYENIPROIECTS ;I ! i •e Aggregate e,
a Totals I 1
Qualitative Quantflattve Subtotal Qualitative QuanthatMe Subtotal Qualitative Quantitative Subtotal ' Qualitative QuantitativeSubtotal i
Srhwebke-Sbiskin 8
Asebciales_NIc.____ 95 0 95 1 98 0 _•_9S 1 95 0 95 1 100 Y,0_,1 100 1 4 _ I1 1
vnworereea I Tonal aarwm. _
9arArtxpan..a Ksruae.'v I 0
FOR DISPLAY PURPOSES ONLY.FINAL RANKING DOES NOT CONSTITUTE AN AWARD RECOMMENDATION.
•
•
•
Page 448 of 1637
Rassa3aruzzrnl
7200 NW 19th Street,Suite 305
Miami,Florida 33126
305.477.8338
October 2,2018
Ms.Natalia Delgado
City of Miami Beach
Procurement Department
1755 Meridian Avenue,3'Floor
Miami Beach,Florida 33139
RE: RFQ 2018-141-ND,Professional Architectural and Engineering Services for Capital Renewal and
Replacement Projects,Engineering-Mechanical,Electrical&Plumbing
Dear Ms.Delgado and Members of the Selection Committee,
This letter is a follow-up to our submission submitted to the City of Miami Beach on May 7 relative to On-Call
Mechanical/Electrical/Plumbing (MEP) Engineering Services. We understand that Ross & Baruzzini is being _
considered as a candidate for award of the On-Call Contract.
We wanted to inform the)City of Miami Beach that our local resources have changed since we submitted our
Proposal:
• Our local office remains strong in the security,communications and technology disciplines and our firm
will continue to offer these services form our local office.
• We no longer have mechanical,electrical and plumbing(MEP)resources in our local office;but.do have
these resources within our headquarters in St.Louis.
.
We remain interested in the contract relative to security,communications and technology focused projects;but
without local MEP resources it may be in your best interest to consider firms with local MEP resources for projects
that are MEP focused.
We thought it best to inform the City of Miami Beach of this change in local resources since our submission and
understand any ramifications relative to selection of firms for the contract.
Respectfully,
Michael E.Shea,AIA
Senior Vice President,Government Market
M:314.378.6082;mshea@rossbar.com
Cc:Susan Dimond,Bill Overturf
rossbar,com
Page 449 of 1637
ATTACHMENT B
REQUEST FOR QUALIFICATIONS (RFQ) &ADDENDUMS
35
MI /� f� � I B EACH Procurement Department
/-'�' �/ t [,.. 1755 Meridian Ave, 3rd Floor, Miami Beach, Florida 33139
www.miamibeachfl,gov
•
ADDENDUM NO.7
REQUEST FOR QUALIFICATIONS NO. 2018-141-ND
PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND
REPLACMENT PROJECTS(the RFQ)
April 18,/018
This Addendum to the above-referenced RFQ is issued.in response to questions from prospective proposers, or
other clarifications and revisions issued by the City.The RFQ is amended in the following particulars only (deletions
are shown by strikethrough and additions are underlined).
1. RFQ DUE DATE AND TIME. The deadline for receipt of submittals is extended until 3:00 p.m., Monday,
May 7,2018,at the following location:
City of Miami Beach
Procurement Department
1755 Meridian Avenue, 3rd Floor .
Miami Beach, Florida 33139
•
Late submittals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or
other delays for which the Proposer is solely responsible.
•
No further questions will be considered.
2. RESPONSES TO QUESTIONS RECEIVED.
Q1: The answer to Q17 states that the City already has.a pool of professional surveyors and the City will
not consider adding this category to the list of services. Under the Revised Statement of Work
Required —Exhibit B (Revised Exhibit C), Surveying has been listed as a category of work. Please
clarify whether surveying is included as a category in this RFQ proposal or not.
Al: Please refer to Addendum No. 5, Exhibit B: Revised Appendix C, Minimum Requirements
&Specifications,surveying has been added to the categories of work.
Any questions regarding this Addendum .should be submitted in writing to the Procurement Management
Department to the attention of the individual named below, with a copy to the City Clerk's Office at
RafaelGranado@miamibeachfl.gov
Contact: Telephone: Email:
Natalia Delgado 305-673-7000 ext. 6263 nataliadelgado@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 reasons)for not submitting a proposal.
Sin -ly,
Pro -ment Director
RFQ No.2018-141-ND
Addendum#7
4/18/2018
AJV I B E " C H Procurement Department
1755 Meridian , , 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 be accepted. Proposers are cautioned to plan sufficient time to allow
for traffic or other delays for which the Proposer is solely responsible.
- i
No further--questions will be considered:
Any questions regarding this Addendum should be submitted in writing to the Procurement Management
Department to the attention of the individual named below, with a copy to the City Clerk's Office at
RafaelGranado@miamibeachfl.gov
Contact: Telephone: Email:
Natalia Delgado 305-673-7000 ext.6263 nataliadelgado@miamibeachfl.gov
Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Potential
proposers that have elected not to submit a response to the RFQ are requested to complete and return the"Notice to
Pros ctive Bidders"questionnaire with the reason(s)for not submitting a proposal.
n 'ely,
lex D, •'
Procurement Director
•
RFQ No.2018-141-ND
Addendum#6
4/16/2018
M I/-11 Y l( 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
REPLACMEN'f 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
7
MIA /� I B' ,AC Procurement Department/ V ' 1755 Meridian Ave,3ni 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 REQ. 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?
AS: 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 I A! V 1 I B EAC JJProcurement Department
1755 Meridian Ave,3rd Floor, Miami Beach, Florida 33139
www.miamibeachfl.gov
Q10: Insurance Requirements-Are we required to carry Workers'Comp,General Liability, and
Automobile Liability?We do carry the 1 M professional liability being an engineering firm.
A10: Yes, the Consultant will need to maintain the minimum levels of insurance indicated in •
Appendix D, Insurance Requirements.
Q11: Could the City please clarify intent?"Teams"with the"Prime"being the discipline under which you •
• are submitting or Single-discipline proposals with no sub-consultants included?or will both types of
submittals be allowed in which case..is it up to the Proposer?
All: See response to item Q4 above.
Q12: Tab 2 Section 2.2 asks for client references,Tab 3 Section 3.1.1 also asks for client references, and
item 3 of the Response Certification, Questionnaire & Requirements Affidavit also asks for
references. Can these references be the same?
Al2: No, references requested under Appendix A and Tab 3 are for the firm. References
requested under Tab 4 are for the Proposer's individual team members (architects and
engineers). •
•
Q13: Can the proposer include references from City of Miami Beach staff?
A13: Yes,the proposer can include references from the City, providing they are specific to a
project.
Q14: Is there a preponderance of vertical or horizontal tasks anticipated from this contract?
A14: The City anticipates there to be a preponderance of vertical tasks resulting from the
award of this solicitation.
Q15: While we understand that the industry is generally called Architectural/Engineering Services, Page
27 item C2 lists categories being sought grouped categorically as either "Architecture" or
"Engineering". In the case of, for example, "Architecture — Landscape", the fact that it is written
where landscape is appended to architecture it could be misunderstood to read.that a landscape
architectural firm must be a sub or part of architectural team because of the way it 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
V 1 I !11 V t t B EAC HProcurement 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 the list of services.
Q18: Mechanical, Electrical and Plumbing services are all grouped together, however there are many
highly qualified firms that provide one and not all three of those services. Will the City consider •
breaking each of these out into separate categories?
A18: See response to item Q16 above.
Q19: If the City will not break-out Mechanical, Electrical and Plumbing services into separate categories, •
will the City clarify if a firm that does not provide all three services in-house will preclude them from •
being eligible to submit.
A19: 'See response to item Q16 above.
Q20: During the Pre-Proposal Conference it was stated that firms could submit individually or as a part of
a team. Concerns were brought up by several of the participants and attendees that that structure
would result in disadvantageous situations for the applicants. Seldom are projects, even the small
ones,only the product of one sole discipline. Therefore, an applicant may be selected by the City as
part of a 'pool', for example for.Landscape Architectural or Civil Engineering Services. If, for
example, a project is then given to an Architect for a building renovation or annex that will also
require landscape and civil work, and if that Architect's RFQ submittal included a Civil Engineer or
Landscape Architect as a part of their 'team', then the contracted firm in the pool of qualified
•
consultants selected by the City will not see the benefits of having submitted to perform any
necessary intersecting services required as a part of the scope for that specific building renovation
project. We think that the option to submit independently or as a part of a team may result in (a)
bulking-up all the RFQ responses that will be received by the City to include both prime and
consultant services which will make the task of an apples-to-apples comparison by the evaluation
committee very difficult — or it may (b) dissuade qualified applicants from submitting altogether
because they have not formed the established relationships other 'teams' may have in place —
ultimately reducing the options for qualified professionals available for the City to choose from and
setting the City at a disadvantage.
We would respectfully recommend that all responses be made solely for the primary in-house
service offered and that the option to also submit as part of a team be eliminated. That way, each
applicant will be solely evaluated based on that primary service they are providing. The City could
request that each applicant could state what firms they have had past experiences with thatprovide
what would be sub-consultant services in a new Tab 2.4 to be included in Page 13. The City could
then clarify that as a project becomes available, it would be the City's responsibility to assemble the.
project team solely from those within the pool. If a prime has a stated working relationship with
another firm that is also in the pool, then the City could favorably select that second firm to be a part
of the team, or not. Ultimately,this will be in the City's best interest because(a) it will ensure that all
team-members have been properly vetted through the selection process, and (b) it will clarify the
process to those of us responding to this RFQ. .
RFQ No.2018-141-ND
Addendum#5
4/13/2018
n /� IAM I B EAC H�/ 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 tobe
independently submitted as well as a part of a team.
A20: See response to item Q4 above.
•
Q21: We understood from the statements made during the Pre-Proposal Conference that, for ease and •
facility of review, all submittals for each different service category should be submitted as separate
packages, independently. Therefore, 1 firm who submits for 3 different service categories will
provide 3 separate submittals. We certainly understand the effectiveness of this request; we simply •
want to confirm if our understanding is correct.
A21: The City confirms that for ease and facility of review all submittals for each different
service category must be submitted as separate packages,independently.
Q22: Appendix A.What tab does the questionnaire affidavit fall under.Should Appendix A be a tab unto
itself?
A22: See response to item Q5 above.
Q23: 2.3 Financial Capacity. Do we request D&B SQR after the bid opening upon notification from the City
or do we have D&B send the SQR to the City now?
A23: As stipulated in Section 0300, Submittal Instructions and Format, 4. Financial
Capacity, Proposer shall arrange for Dun & Bradstreet to submit a Supplier Qualifier Report
(SQR)within three (3)days of request by the City.
Q24: The numbering under the Submittal Instructions and Format seems to be off starting on page 12.Will
you be updating that?
A24: See response to item Q5 above.
Q25: Are you looking for teams or individual firms for each"category"?
A25: See response to item Q4 above.
Q26: Civil engineering is not listed but structural is listed twice. Please clarify.
A26: See response to item Q16 above.
Q27: Is the City of Miami Beach looking to award individual Agreements for each Discipline or only (1)
Agreement with a Prime and Sub-consultants. Also, if it will only be(1)Agreement,who shall be the
Prime?
A27: Sub-consultants are not being considered at this time. The City of Miami Beach is
looking to award individual agreements for each discipline. In the case were a firm is
awarded various disciplines, one agreement will be executed and will indicate the various
•
disciplines.
RFQ No.2018-141-ND
Addendum#5 •
4/13/2018(1
/v\ /\/\/\ RFl I ( V Ei\' 1755 Meridian Ave,3rd Floor, Miami Beach, Florida 33139
www.miamibeachfl.gov
Q28: Would the City be able to provide a list of the firms that currently hold contracts and expiration date
of those contracts?
•
A28: The City currently does not have a contract for professional architectural and
engineering services for capital renewal and replacement projects.
,Q29: Is the Architectural and Engineering Services for this RFQ associated with the cost less than
$325,000?
A29: Yes, this RFQ is for professional architectural and engineering services for capital
renewal and replacement projects usually expected to cost less than$325,000.
Q30: Page 27 lists Engineering-Structural as a category two times. Is another category of engineering
required?
A30: See response to item Q16 above.
Q31: Please elaborate on the type of testing &inspection services required under the Master Agreement.
A31: No testing or inspection services are required.See response to item Q16 above.
Q32: Can a firm submit as a prime consultant&be a subconsultant on other firm's teams?
A32: See response to item Q4 above.
•
Q33: Under which category(ies)does the following services fall under? •
-Lab Testing
-Soils&Geologic Studies, Foundations
-Roofing Assessments, Replacements
• -Testing &Inspection Services
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
MIAMI
B E/" (2H 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:
ackage.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 nataliadelgado(a?,miamibeachfl.gov.
Q41: In Section C2. Statement of Work Required(Page 27 of RFQ), could the City please clarify what the
scope of items are for the Engineering—Environmental Services and Testing category? -
A41: See response to item Q34 above.
Q42: We would like to know how we should structure the proposal in regards to Tab 2 (Page 12 of RFQ).
Would the City like two tabs for#2,one in front of item 1.3 and one in front of item 2.1?
A42: See response to item Q5 above.
RFQ No.2018-141-ND
Addendum#5
4/13/2018
f /� I /� n /� I B E/\c Procurement Department
V / 1 V 1 L.� 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
V I M ) B EAC �I Procurement Department
1755 Meridian , ,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 projectsrelevant 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 AIS ely,
Al•xD- '
• ecurement Director
•
RFQ No.2018-141-ND '
Addendum#5
4/13/2018
I /A / /\ I B EAC (�t''\ / �! t n 1755 Meridian Ave, 3rd Floor, Miami Beach, Florida 33139
www.miamibeachfl.gov
Exhibit A
Revised Section 0300, Submittal Instructions and Format
•
RFQ No.2018-141-ND
Addendum#5
4/13/2018
MIAMI BEACH
SECTION 0300 SUBMITTAL INSTRUCTIONS AND FORMAT •
1. SEALED RESPONSES. One original Proposal (preferably in 3-ring binder) must be submitted in an opaque,
sealed envelope or container on or before the due date established for the receipt of proposals.Additionally,ten (10)
bound copies and one (1) electronic format (CD or USB format) are to be submitted. The following information
should be clearly marked on the face of the envelope or container in which the proposal is submitted: solicitation
number, solicitation title, proposer name, proposer return address. Statement of Qualifications received
electronically, either through email or facsimile, are not acceptable and will be rejected. .
2. LATE BIDS. Statement of Qualifications is to be received on or before the due date established herein for the
receipt of Bids. Any Bid received after the deadline established for receipt of Statement of Qualifications will •
be considered late and not be accepted or will be returned to proposer unopened. The City does not accept •
responsibility for any delays, natural or otherwise.
3. STATEMENTS OF QUALIFICATIONS FORMAT. In order to maintain comparability, facilitate the review process
and assist the Evaluation Committee in review of Statement of Qualifications, it is strongly recommended that
Statement of Qualifications be organized and tabbed in accordance with the sections and manner specified below.
Hard copy submittal should be tabbed as enumerated below and contain a table of contents with page references.
Electronic copies should also be tabbed and contain a table of contents with page references.
TAB 1 Cover Letter&Table of Content
1.1 Cover Letter.The cover letter must be signed by a principal or agent able to the bind the firm and contain the
following:
(a) Prime Proposer. Include the name and location of the Prime Proposer, Primary Proposer's Representative
•
for the RFQ, Representative's Contact.Joint Ventures are not allowed under this RFQ.
(b) Selected Category of Work. Proposer must indicate the category of work for which proposal is submitted. •
Categories of Work: include: Architecture — General;_Architecture — Landscape; Engineering —
Environmental; Engineering—Mechanical,Electrical&Plumbing; Engineering—Structural.
Proposers shall submit separate proposals for each category of work for which a proposal is
submitted. Example: a firm which provides general architecture and landscape architecture shall submit
one proposal for Architecture—General and a separate and distinct proposal for Architecture—Landscape.
1.2 Response Certification, Questionnaire & Requirements Affidavit (Appendix A). Attach Appendix A fully
completed and executed.
TAB 2 j Minimum Requirements
2.1 Minimum Qualifications Requirements. Submit verifiable information documenting compliance with the
minimum qualifications requirements established in Appendix C Minimum Requirements and Specifications,
including
a) Architect / Engineering Firm. Provide copies that the firm is certified by the Florida Department of
Business and Professional Regulation to do business in Florida.
b) Principle and Account Representatives. For the principle and account representative(s) submitted
under Tab 2 below, submit copies that individuals are licensed by the Florida Department of Business
and Professional Regulation to do business in Florida. Proposer should also submit copies of
architect/engineer license for all licensed firm employees.
RFQ 2018-141-ND •
MIAMI BEACH
TAB 3 Experience&Qualifications of the Firm
3.1 Qualifications of Proposing Firm. Submit detailed information,regarding the firm's history and relevant •
experience and proven track record of providing architecture or engineering services, preferably to public sector
agencies, for non-residential small projects (construction costs below $325,000 and planning/studies below
$35,000), Submit at least three (3) small projects relevant to the category of work for which the proposal has been
submitted, performed in the last five (5) years as evidence of requested experience, preferably to public sector
agencies. For each small project submitted,the following is required:
• project name,
• project description (including cost/budget),
• agency/client name,
• agency/client contact,
• contact telephone&email,
• • and year(s) and term of engagement.
•
TAB 4 Experience&Qualifications of the Team
4.1 Qualifications of Proposer's Individual Team Members (Architects and Engineers). Provide an
organizational chart which indicates, at a minimum,the principles of the firm,account representatives and individual
team members to be assigned to any award by the City of Miami Beach pursuant to this RFQ. Include details on
the role that each team member will play in providing the services detailed herein and each team members'
qualifications. A resume of each individual, including education, experience, and any other pertinent information,
shall be included for each respondent team member to be assigned to this contract. THIS SECTION IS NOT
DIRECTED AT SUB-CONSULTANTS. SUB-CONSULTANTS ARE NOT TO BE SUBMITTED AT THIS TIME.
4.1.1 Project Experience. For each architect and engineer (Firm's individual team members), include
information for three (3) relevant projects, performed in the last five (5) years for public or private sector
clients. Retevant 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://s u pplierportal.dnb.com/webapp/wcs/stores/servietlSupplierPortal?storeld=11696 •
Proposers are responsible for the accuracy of the information contained in its SQR. It is highly
recommended that each Proposer review the information contained In its SQR for accuracy prior to
submittal to the City and as early as possible in the solicitation process. For assistance with any portion of
the SQR submittal process,contact Dun & Bradstreet at 800-424-2495.
•
•
5. ADDITIONAL INFORMATION OR CLARIFICATION. After proposal submittal, the City reserves the right to
•
require additional information from Proposers (or Proposer team members or sub-consultants) to determine:
qualifications (including, but not limited to, litigation history, regulatory action, or additional references); and financial
capability (including, but not limited to, annual reviewed/audited financial statements with the auditors notes for each
of their last two complete fiscal years).
•
•
•
•
•
•
•
RFQ 2018-14-1-ND
,AJVIV EAC H Procurement Department
1755 Meridian , , Miami
Beach, Florida 33139
www.miamibeachfl,gov
•
•
Exhibit B
Revised Appendix C, Minimum Requirements & Specifications
RFQ No.2018-141-ND
Addendum#5
4/13/2018
Cl. Minimum Eligibility Requirements:The Minimum Eligibility Requirements for this solicitation
are listed below. Proposer shall submit, with its proposal, the required submittal(s) documenting
compliance with each minimum requirement. Proposers that fail to include the required submittals
with its proposal or fail to comply with minimum requirements shall be deemed non-responsive and
shall not have its proposal considered.
1. Firms. Firms must be certified by the Florida Department of Business and Professional
• Regulation as architecture or engineering business.
2. Architects/Engineers. Architects and engineers must be licensed by the Florida
Department of Business and Professional Regulation for their area of work.
C2. Statement of Work Required.
It is the intent of the City of Miami Beach to select multiple firms within each category that may be
contacted on an "as-needed basis" during the term of the contract to submit consulting proposals
on small projects whose estimated construction value is less than the amount established in
Category 5, Section 287.017, Florida Statutes (currently$325,000 or as amended by law) or for a
planning or study activity valued up to the amount established in Category 2, Section 287.017,
Florida Statutes(currently$35,000 or as amended by law)..
The categories of work shall include:
•Architecture—General
•Architecture—Landscape
.Engineering—Environmental Services and Testing
•Engineering—Mechanical,Electrical &Plumbing
•Engineering—Electrical
•Engineering—Plumbing
• •Engineering-Mechanical
•Engineering—Structural
•Engineering—Civil
•Interior Design I Space Planning
•LEED Commissioning
•Surveying S •
The Administration will negotiate with a consultant(s)deemed to best qualified for the project based
on an hourly rate (see Appendix E) or on a negotiated lump sum basis per project. If agreement is
reached with the consultant for a specific project, a Consultant Service Order (CSO) will be issued,
along with a Purchase Order(PO). No work is authorized, nor shall the City be liable for payment,
until the CSO and PO are issued. The select consultant will be required to perform the
architectural and engineering services in accordance with the Master Agreement(Appendix E) and
the CSO.The highest professional standards shall be utilized for all work,
RFQ 2018-141-ND 27
•
The selected consultant will be required to retain and be responsible for all sub-consultants
necessary to achieve the assigned scope of work. Sub-consultants shall be included in the CSO.
The City may reject the use of any sub-consultant.
The services authorized under the resulting Master Agreement, include(but are not limited to):
Acoustics,Noise Abatement • Fire Protection
• Air Pollution Control • Heating;Ventilating;Air Conditioning •
• Auditoriums and Theaters • Interior Design;Space Planning
• Automation;Controls;Instrumentation • Irrigation;Drainage
• .Boundary Survey • Landscape Architecture
• Codes;Standards;Ordinances • Lighting(Interior,Display,Theater,etc.)
• Communications Systems;TV;Microwave • Lighting(Exterior,Streets,Memorials,Athletic Fields,
• Conceptual Studies etc.)
• Construction Administration • Plumbing and Piping Design
• Cost Estimating • Recreation Facilities(Parks,Marinas,etc.)
• Energy 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
/\t'/\ BEIALC
H Procurement Department
1755 Meridian , , Miami
Beach, Florida 33139
www,miamibeachfl.gov
ADDENDUM NO.4
REQUEST FOR QUALIFICATIONS NO, 2018-141-ND
PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND
REPLACMENT PROJECTS (the RFQ)
April 11, 2018
This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers, or
other clarifications and revisions issued by the City. The RFQ is amended in the following particulars only(deletions
are shown by strikethrough and additions are underlined):
1. RFQ DUE DATE AND TIME. The deadline for`receipt of submittals is extended until 3:00 p.m., Monday,
April 23,2018,at the following location:
City of Miami Beach
Procurement Department
1755 Meridian Avenue, 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
•
MI /� n /� I B EIAc. � Procurement Department/�' �/ 1 1755 Meridian Ave,3rd Floor, Miami Beach, Florida 33139
www.miamibeachfl,gov
ADDENDUM NO.3
REQUEST FOR QUALIFICATIONS NO. 2018-141-ND
PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND
REPLACMENT PROJECTS(the RFQ)
March 28,2018
This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers, or
other clarifications and revisions issued by the City, The RFQ is amended in the following particulars only(deletions
• are shown by strikethrough and additions are underlined).
• 1. RFQ DUE DATE AND TIME. The deadline for receipt of submittals is extended until 3:00 p.m., Monday,
April 16,2018,at the following location:.
City of Miami Beach ,
Procurement Department
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
Late submittals will not be accepted. Proposers are cautioned'to plan sufficient time to allow
' for traffic or other delays for which the Proposer is solely responsible.
A FORTHCOMING ADDENDUM WILL CONTAIN RESPONSES TO QUESTIONS RECEIVED.•
Any questions regarding this Addendum should be submitted in writing to the Procurement Management
Department to the attention of the individual named below, with a copy to the City Clerk's Office at
RafaelGranado@miamibeachfl,gov
Contact: Telephone: Email:
Natalia Delgado 305-673-7000 ext. 6263 nataliadelgado@miamibeachfl.gov
Proposers are reminded to acknowledge receipt 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.
c:re •
4
_i kei
Z:1rr. is
tt0,�`'''—o urement Director
I 1
RFQ No.2018-141-ND
Addendum#3
3/28/2018 •
MI /� I B E AProcurement Department
/�"l/A /�Y 1 / 9 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.
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.
c rely,
Ale nis Pot
Pry, ement Director
RFQ No.2018-141-ND
Addendum#2
3/6/2018
V I \ n I B E " C H Procurement Department
1700 Convention Center , Miami
Beach, Florida 33139
www.miamibeachfl.gov
Exhibit A
Pre-Proposal Meeting Sign-In Sheet
•
•
RFQ No.2018-141-ND
Addendum#2.
3/6/2018
1R «EACH
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
i' a s 'atF ��l}t'x '"`r ��,/{.'° t gyp{ ip1'� (may♦� h ,
IT' ''. i' F �i 7✓h a'f RiiiiiY" A^"_ m $ R N 9.ii R � '. KR ti sk`
proN,a t � � � w � �.n �� '� � at �t Ii I��`�ji"� .I •� m ,.
�' d j z r �' � " ,�xim »d �„i �i.fY, � '.�" � ��.� � � w h��j i'�}�1 Il �l ('�� f
a � c3fi�3 n; 1 .LaI`�FYt��s!i ,1Rlss �i� �,t� ��.R.WJ Hn� RY � `A"
�e-t q,y aM 44 1 lb ,I,I,.t,M.ss#4ii4m
Natalia Delgado Procurement-CMB 305-673-7000
nataliadelgado@miamibeachfl.gov Ext.6263
P�a�arf, 305'-673^ �
7000.
MaprH:- -c i"..iz•E S M<-4-6o.4.n d M.`¢....,6zal.-P1•
< yob x 2N 9 9
Vim Vpe eM00,ri.{oeuthg lea I. & OZ ad -
1.. '•
el u a„,\,5
` -(51,,,,1-„„))_ 30 6
t/ 1 —
. fv ( ? , u• os ,. •it,• 3NSof3oa
-�'eL@ bbamiq mi. corn. 3 o5-ZOO-
f-a s"a./{v bou�c o i., szs 1
sx4. l 0 5
C-M ti rkfq MG. (),501-141,iSZ
f--�u�c � 6R3t6, idg Q %.6. 61-1. t -s'�.,r,�-
0/-14114.e-14114.e— Sk�l,►�dl.PIA M5krk ? '
' s'o _ ((g ) '5y0—
Jt_ lJlotvC{1j -Przwy.ej'c..c, rt ie NA -0' 264 ` (J 1
r3,f/ /1,1'V.' T Y 1../r75°. 3 o s .
Qv.,.r%/eihw,finido d9lyL/s1eafr7 4So 01'3G
e owceVC\ swwQVIY J c•ii p
vmmtli 1—ol-ea°
c.1Yl2llc eca.SaevrPo _cc>M 3DC - ..,.Q---
i
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
e�rt� Trav,:n 11
Z
rJ
z.• �N v.l..r,tta��artt�rr^,�".es., tE�s, w � � ++�„; ymw..",' x
Dg g ENG-tNEEKs#t kkcUtrars .
Stt RMIr stJ7DtG o 551-1)13 1,5:2 _DS-avEr.Coto g6-441-st zo
b213 Eng"rtieRS ad_A04l
}�2ic Amy 11grrtlood L AB-E,JC�.eom -441-5110
0)10194-19-
i
G-RFC�(L�( /vlFNor2 Crt NtooW pr/l06-14-w_r
�MslQe2 a tJ► .4Moow .co i„ 541-162-(4.18
• v�Zes,V• 2- e.MGs lGlnf-M. 26. cal{
r \I caa..Q13t lalotaenu:TY•com 3os
(A\7CM Vi aZ Vine1c1r. T�qe ? %-/ c I/es•
{r11GtpetrrA N Ifsl aAif;1 &rZu Jt)e.{-}ct.(tory, 0,50110717r
•
Lme ..T -t e!- h U7 ' `'r •
•
1 �srrter@ V�1ta�rt�tc-co
�,, ,,y3)2676467
JISSt11E (SIMf1VE-2_ "7C� Dc6,\ nI (,e6up 30749 58E-DBE
-MAO 065161
6E,060 6e.o.J9 YwrtP� Q1S413. tc u-CCIA
()'Lee erOND
SoL-AfLal „ 1NG SOI,-A►LGf{, ING_
30S-740 0123 3oc 740 07 18
b@ soL-aRc1I.CoP►
140(IcA1/4
(y� lin.-31°1-a3sz
oro
^gci '. .9 , uor
� s�t?: V- - 1 r'� •3y37Y9— 2
bhctsk ,wLo•('C'a c (.
cow
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
a � " ,p 8s ,.„12.41,14R.,n [4.a' <: <a�� iEigk : `/ki ixF"N I
� ��� �,.a rt 4r W ..,a � y 1h ti
;�, .I MpITiAt) 1 S lit
w z t;W �.ta�e".+�i:�i'i� '�� ts�i'4:.R «d ,hX.t�:#'i:i-« .3 �.,, ;ad:'� u.'3�'X '-:i.,... y„. ,�,,. v'�"r* ;X}
00_,..0c.\\0,. \..cw,A C.mmvvr- 60mv., : Q- 1 e.,,eti-
3o5- 3 17 q
t G 305 4/63r9i Y
?ou jlcS.11;01son Lan45clre DE
Doty L.S&Lu.-dscurelftvt .ca-.-. 3°S-ZIS ---
-9 83
14: i1.- ,k � ou:i1: L --� -- -vo k.
wtozA4 e e,(0,(1.aviLlotoe. 44;q4/1 3 711-
Al UOYO SGA AN c ,t LC, -1,6a
l'hcck 'S('1 I E,)3 -t- " t"I N D{i-Z Dg--4i-k ISE--1-3
NS-10 b 32,�
.ial5 kz_ci�1:rrs,t o
fi.. e UzUN GP i-1
0zUfn alcpticor� c.oM 30 2?44co� 3027 �J�
Lu6._RI5 - -Eg:E.,4 Lok.) . 6786)
gARTloso-GiPc `r err?-y363
/_U A5•3AIr_eovr�s�1. e4rr AJ.�
ALeegg),j• 6iz4e-1J01Pk ow coc z 5c0-(-h.i, f°dkct,-S Sod”-2c ,
aa-r✓¢n.c, VCSt9-2e.eom qo71
cl uxdl°a., i
jkanrZetue.1 (i+=/k EnII2ronmerltQ.1 t
8-4/_,60/ (4/03-)6i4 c:-
,s39 ,82.2
cvnn;;',/,vr. 4.awtroovnei-il.4,‘,1 4e;85I-So8
6)2:6-60e,`( NVVLal,► &k i+e c/fl&re e-A- ;0.
-
NVILLI, 3118Yi)i�I'1@yotkoc�.cowl .7 ,F;, _ 1.—..
. .
MIAAA1BEACH .
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
ritalli4Allir ''I'll11:1151154,11:14114111.1*-6; 1 t i41:410.4°I
01131ir&L)41kOktk;113pr itYpiml'iuttit4iekegliAir it, ftr:.':,., 1 1 ii,‘,‘',.',':gilt':‘/.4.°':,I
Si* 4,:ef, Nd s,,AIL ,,,W.cs i.1:.• .4'RI':, '7'W-lic,..1:1.'tA, 1 4,4,110A.f:q*', ,;,..! a:-.&1,,,tiA "s- 'T,.,.',i , ikak,k,..,2::,,„-%:.,
41ok\O5 Colik icA k-Al As6c0
,
, ttc„
ad e
c)14;,_. @ oteciumorld,cow
4,000
_V1- -1-N) A ,...SocItot-i-f 30S—‘96-7
5rimr-bri. ?)eliklb sbroaooAe-vklii-0, 064--esscoi C41 LI
64'8 Pew't5 Daksi 5 ‘SZY2----
1 -5-Lt
lisaft Qaavis-onviv-tinvntAkia-Olvt.
...
TM.-Zq54596, 5c5.5-7c/9.t.5 eg
1,k)vv1- e,4 Jeii, fri b
plr
1Y ' 4. tAll ci-L. ',.._' _ LL).Y; -, 1-z...
PTE Mel;ex-,0.0,-(0-
gand,vAe,1
extncAvc.tee;0 coa4ell er.corn
NetivA ,?--texe-.0
H A KS i estaitna.A.V,A.24.4-.:4 4,(........1Cs....- f .."6
1u...1.2,1.206,i
0 0-,t9.0 0 HA 5.1'4 el
Kamb4 ' y"KaId? C4745(.41-12-45 rize.,
ilecmatt,t,,utb4c_o_e_10,(. 42.u.x.vwp .;.98-.--g16-28'1 A60-S16-2"455
' )
6
- - s
R(CAwit.? t4,-/va 'reiSKtLior, e-Agpuze,einl) CO.
3o5-30-112$
tle d.uvr+eti ms PczLioiv
1 bps A4Ar1
o,-,c., .5(1.10Amt.rro 4k--
51's'IkaAlEt-DTIDe--15..)11--ro,ov‘ze. k-k.c.,..-A X -10-b
Pt-P---4- 1)°.252'Elt3 VeRELQ 0-scoar,peNer4g-L,-erdet.,on '--..5.2'-'1-11-11-
—,
20-e—if Pi 055 bed}@moss-0,(c-i,(e,,, 305-7(4/-6677- • , ;
14655 Arai 7teckw+0,Fs
3O6-VB3.-1-
_ L-QUAN3-Ps CA35A- VALI t-1,?.
-ut:41
4
MIA` • I 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
a3�Kd Ys kt1 �e4 lr� si 1 �3) �
1
Q"?«+
z',r n
1%r7;i13
, S k � `�'f r
5-opho Q1 t��►1brz
�,t,, �' \Attic cnn f ,dJ-11,n
\11 t11tQm + 1lln kt4-e,Q_+- -
\ sSQ uksz ( 6-.1,4-e, 9,
c1190\tarizoldai
( n C'
.\."Alt, esistn
u�. 2_
lA�
ddccht4-s,te� T. .
A
Q
�� 1VOgQ �sui-1u�o
To,)2_ 10.1 rbw,el •
Bch(NsA9, Qt.)41.6.eue_. t le.,cAk3eQ-) j �.-,.
I tf7t 2140e? CAA 9-n/
S. Ikea),4e.C_4-S Cl,f -ealc)
OiErn
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
dlIiS n d rri 'Pt
t � a �
ar
'----_.
11 tit � ii . F4 f�� Nk �� {t7fi "
. ,f140,' t o L l3 � aD2 _ 'CI Y � ' 0/106 �
"
c arrix)Pte• .n c .
ton asecta S. `'T--,
G t S0....111, C'_, -s
I sem.>4+crTh}-s
I.
Ed1 \mai_oi . 7`)l. '2-0/1 4210 i _ n
....__
, I
I- ►.)‘,s cC.hl eecsl-s. . 2
•
0-2--IK1ar\ck 0 0- 11'e..0
I i2."7 A120-2-\t4-2C -S
0 _
r1 'NE -I\Ssi s-FQrld-- -7-,,
ORP-rl0 fLeZ, P��.
12I1�Q,2n I&O st
_ . --- c_.-1G-te S (4— .
er.3 l; .
C
i
3
• MIAMI
B E C H 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) isencouraged 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: 1142614 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@miamibeachfI.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. •
ly,
•exDef .
tl
rocur- 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 15, 2018
RESPONSES:DUE: APRIL 2, 2018 @ 3:00 PM
ISSUED BY: NATALIA DELGADO
MIAMIBEACH
PROCUREMENT DEPARTMENT
1755 Meridian Avenue, 3RD Floor, Miami Beach, FL, 33139
305.673.74901 www.miamibeachfl.gov
MIAMI BEACH
TABLE OF CONTENTS
SOLICITATION SECTIONS: PAGE
0100 NOT UTILIZED .N/A
0200 INSTRUCTIONS TO RESPONDENTS & GENERAL CONDITIONS 3
0300 SUBMITTAL INSTRUCTIONS & FORMAT 12
0400 EVALUATION PROCESS 15
APPENDICES: PAGE
APPENDIX A RESPONSE CERTIFICATON, QUESTIONNAIRE AND AFFIDAVITS 17
APPENDIX B "NO BID" FORM 24
APPENDIX C MINIMUM REQUIREMENTS &SPECIFICATIONS 26
APPENDIX D INSURANCE REQUIREMENTS 29
APPENDIX E SAMPLE CONTRACT - 31
APPENDIX F STANDARD FORM 330 1 62
RFQ 2018-141-ND . 2
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 PubllcPurchase (www.publicpurchase.com) for automatic notification of competitive solicitation
opportunities and document fulfillment, including the issuance of any addendum to this RFQ. Any prospective
proposer who has received this RFQ by any means other than through PublicPurchase must register immediately
with PublicPurchase to assure it receives any addendum issued to this RFQ. Failure to receive an addendum
may result in disqualification of proposal submitted.
2. PURPOSE. On September 28, 2004, through Resolution 2004-24697, the City Commission created the Capital
Renewal and Replacement Program (the "CRR Program"). The intent of the CRR Program is to provide funding a
proactive renewal and replacement of the City's facilities and the systems within those facilities (e.g., HVAC, roofs,
fire safety systems, etc). The CRR is also used for approved for small repair, remodel or renovation projects,usually
expected to cost less than$325,000.The average value of the current CRR Projects is approximately$158,000, but
can be as low as$25,000 or less. In addition to CRR projects,award(s)of this RFQ may also be used for other small
projects.
Section 287.055, Florida Statutes, commonly known as the Consultant's Competitive Negotiation Act (CCNA), is
applicable to the selection of professional services consultants (architecture, professional engineering, landscape
architecture, or registered surveying and mapping) by public agencies for projects valued up to the amount
established in Category 5, Section 287.017, Florida Statutes (currently $325,000 or as amended by law) or for a
planning or study activity valued up to the amount established in Category 2, Section 287.017, Florida Statutes
(currently$35,000 or as amended by law). THEREFORE,CCNA IS NOT APPLICABLE TO THIS RFQ.
In order to maximize the cost effectiveness of small projects, through this RFQ the City seeks to establish a pool of
qualified architectural and engineering.consultants for those projects whose value is below the thresholds stipulated
in CCNA. The categories of work are, as further defined in Appendix C, Architecture — General, Architecture —
Landscape, Engineering — Environmental Services and Testing, Engineering— Mechanical, Electrical & Plumbing,
Engineering.—Structural.
Because of the nature and size of the small projects being considered under this RFQ, the City desires to engage
firms with sufficient experience in small projects.
3.SOLICITATION TIMETABLE.The tentative schedule for this solicitation is as follows:
Solicitation Issued FEBRUARY 15,2018
Pre-Submittal Meeting FEBRUARY 27,2018 @ 10:OOAM 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.00v ; 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: Etna:
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
receivedno 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:
http://www.miamibeachfl.aov/city-hall/procurementlprocurement-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 I
• 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 notsubmit 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 compliedwith, 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
1
MIA I 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, includingthe 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, contractor legal rights of any kind shall be created at any time until
and unless an Agreement has been agreed to;approved by the City; and executed by the parties.
RFQ 2018-141-ND 6
ti
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 inany 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 38F41.03 of the Florida Administrative Code delivered as a resultof this proposal must
be accompanied by a Material Safety Data Sheet(MSDS)which may be obtained from the manufacturer.
25. ENVIRONMENTAL REGULATIONS. The City reserves the right to consider a proposer's history of citations
and/or violations of environmental regulations in investigating a proposer's responsibility, and further reserves the
right to declare a proposer not responsible if the history of violations warrant such determination in the opinion of the
City. Proposer shall submit with its proposal, a complete history of all citations and/or violations, notices and
dispositions thereof. The non-submission of any such documentation shall be deemed to be an affirmation by the
Proposer that there are no citations or violations. Proposer shall notify the City immediately of notice of any citation
or violation which proposer may receive after the proposal opening date and during the time of performance of any
contract awarded to it.
26.TAXES.The City of Miami Beach is exempt from all Federal Excise and State taxes.
27. MISTAKES. Proposers are expected to examine the terms; conditions, specifications, delivery schedules,
proposed pricing,.and all instructions pertaining to the goods and services 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 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 consideredfrom firms which are regularly engaged in the business of providing the
goods and/or services as described in this solicitation. —
C. Proposers must be able to demonstrate a good record of performance for a reasonable period of time, and
have sufficient financial capacity, equipment, and organization to ensure that they can satisfactorily perform the
services if awarded a contract under the terms and conditions of this solicitation.
RFQ 2018-141-ND
8
MIAMI BEACH
D. The terms "equipment and organization", as used herein shall, be construed to mean a fully equipped and
well established company in line with the best business practices in the industry, and as determined by the City
of Miami Beach.
E. The City may consider any evidence available regarding the financial, technical, and other qualifications and
abilities of a Proposer, including past performance(experience), in making an award that is in the best interest of
• the City.
F.The City may require Proposer s to show proof that they have been designated as authorized representatives
of a manufacturer or supplier,which is the actual source of supply. In these instances, the City may also require
material information from the source of supply regarding the quality, packaging, and characteristics of the
products tobe supply to the City.
35. ASSIGNMENT. The successful Proposer shall not assign, transfer, convey, sublet or otherwise dispose of the
contract, including any or all of its right, title or interest therein, or his/her or its power to execute'such contract, to
any person,company or corporation,without the prior written consent of 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 fees and costs of defense,
which the City or its officers, employees, agents or instrumentalities may incur as a result of claims, demands, suits,
causes of actions or proceedings of any kind or nature arising out of, relating toor 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 11,9.07(1), Florida Statutes, and s. 24(a),Art. 1 of the State Constitution until such time as the City provides
notice of an intended decision or until thirty (30) days after opening of .the.proposals, whichever is earlier.
Additionally, Contractor agrees to.be in full compliance with Florida Statute 119.0701 including, but not limited to,
agreement to (a) Keep and maintain public records that ordinarily and necessarily would be required by the public
agency in order to perform the services; (b) provide the public with access to public records on the same terms and
conditions that the public agency would provide the records and at a cost that does not exceed the cost provided in
this chapter or as otherwise provided by law; (c) Ensure that public records that are exempt or confidential and
exempt from public records disclosure requirements are not disclosed except as authorized by law; (d) Meet all
requirements for retaining public records and transfer, at no cost, to the public agency all public records in
possession of the contractor upon termination of the contract and destroy any duplicate public records that are
exempt or confidential and exempt from public records disclosure requirements. All records stored electronically
must be provided to the public agency in a format that is compatible with the information technology systems of the
public agency.
43.OBSERVANCE OF LAWS. Proposers are expected to be familiar with,and comply with, all Federal, State,
County, and City laws, ordinances, codes, rules and regulations, and all orders and decrees of bodies or tribunals
having jurisdiction or authority which, in any manner, may affect the scope of services and/or project contemplated
by this RFQ (including, without limitation, the Americans with Disabilities Act, Title VII of the Civil Rights Act, the
EEOC Uniform Guidelines, and all EEO regulations and guidelines). Ignorance of the law(s) on the part;of the
Proposer will inno 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, allProposers must disclose the name of any City employee who owns, either directly or indirectly,
an interest of ten (10%)percent or more in the Proposer entity or any of its affiliates.
45. MODIFICATION/WITHDRAWALS OF PROPOSALS.A Proposer may submit a modified Proposal to replace all
or any portion of a previously submitted Proposal up until the Proposal due date and time. Modifications received
after the Proposal due date and time will not be considered. Proposals shall be irrevocable until contract award
unless withdrawn in writing prior to the Proposal due date,or after expiration of 120 calendar days from the opening
of Proposals without a contract award. Letters of withdrawal received after the Proposal due date and before said
expiration date,and letters of withdrawal received after contract award will not be considered.
47. EXCEPTIONS TO RFQ. Proposers must clearly indicate any exceptions they wish to take to any of the
terms in this RFQ,and outline what, if any, alternative is being offered. All exceptions and alternatives shall
be included and clearly delineated, in writing,in the Proposal. The City, at its sole and absolute discretion,
may accept or reject any or all exceptions and alternatives. Incases 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 date established herein for the receipt of
proposals. Any proposal received after the deadline established for receipt of Proposals will be considered'
late and not be accepted or will be returned to proposer unopened. The City does not accept responsibility for
any delays,natural or otherwise.
3. PROPOSAL FORMAT. In order to maintain comparability, facilitate the review process and assist the Evaluation
Committee in review of Proposals, it is strongly recommended that Proposals be organized and tabbed in
accordance with the sections and manner specified below. Hard copy submittal should be tabbed0400
as enumerated below and contain a table of contents with page references. Electronic copies should also be tabbed
and contain a table of contents with page references. Proposals that do not include the required information will be
deemed non-responsive and will not be considered.
,..=TAB.1':,• ;r Cover Letter&Table of Content,
1.1 Cover Letter. The cover letter must be signed by a principal or agent able to the bind the firm and contain the
following:
(a) Prime Proposer. Include the name and location of the Prime Proposer, Primary Proposer's Representative
for the RFQ, Representative's Contact.Joint Ventures are not allowed under this RFQ.
(b) Selected Category of Work. Proposer must indicate the category of work for which proposal is submitted.
Categories of Work, include: Architecture — General; Architecture — Landscape; Engineering —
Environmental; Engineering—Mechanical, Electrical&Plumbing; Engineering—Structural.
Proposers shall submit separate proposals for each category of work for which a proposal is
submitted. Example: a firm which provides general architecture and landscape architecture shall submit
one proposal for Architecture—General and a separate and distinct proposal for Architecture—Landscape.
- '..TAB 2' `;`.- Minimum Requirements
1.3 Minimum Qualifications Requirements. Submit verifiable information documenting compliance with the minimum
qualifications requirements established in Appendix C Minimum Requirements and Specifications,including
a) Architect / Engineering Firm. Provide copies of that the firm is certified by the Florida Department of
Business and Professional Regulation to do business in Florida.
b) Principle and Account Representatives. For the principle and account representative(s) submitted under
Tab 2 below, submit copies that individuals are licensed by the Florida Department of Business and
Professional Regulation to do business in Florida. Proposer should also submit copies of architect/engineer
license for all licensed firm employees.
TAB 2,,` ; Experience&Qualifications of the Firm
2.1 Standard Form 330.The proposing firm shall submit a completed Standard From 330 (attached). No proposal will
be considered without this required form. In addition to 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://suoplierportal.dnb.com/webaDo/wcs/stores/servlet/SuoolierPortal?storeld=11696
Proposals are responsible for the accuracy of the information contained in its SQR. It is highly recommended that each
proposer review the information contained in its SQR for accuracy prior to submittal to the City and as early as possible
in the solicitation process. For assistance with any portion of the SQR submittal process, contact.Dun & Bradstreet at
800-424-2495.
2.3.1 Audited Financial Statements. In lieu of a D & B SQR, the Proposer may submit its latest audited
financial statements which must be dated December 31,2014. or later.:
Experience&Qualifications of the Team
3.1 Qualifications of Proposer Team (Architects and Engineers). Provide an organizational chart which indicates, at
a minimum, the principles of the firm and the account representatives assigned to award by the City of Miami Beach ,
pursuant to this RFQ. Include details on the role that each team member will play in providing the services detailed
herein and each team members' qualifications. A resume of each individual, including education, experience, and any
other pertinent information,shall be included for each respondent team member to be assigned to this contract.
3.1.1 Project Experience: For each architect and engineer, include information for three(3)relevant projects,
performed in the last five (5) years for public or private sector clients. Relevant projects shall include those
projects similar 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
MAMI 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
� � 1
MIAMIBEACH
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
presentationsto the Evaluation Committee. The evaluation of Statementof Qualifications will proceed in a two-step
process as noted below. It important to note that the Evaluation Committee willscore the qualitative portions of the
Statement of Qualifications only. The Evaluation Committee does not make an awardrecommendation to the City
Manager.The results of Step 1 &Step.2 Evaluations will be forwarded to the City Manager who will utilize the results
to make a recommendation to the City Commission. In the event that only one responsive proposal is received,the
City Manager, after determination that the sole responsive proposal materially meets the requirements of the RFP,
may, without an evaluation committee, recommend to the City Commission that the Administration enter into •
negotiations. The City, in its discretion, may utilize technical or other advisers to assist the evaluation committee in
the evaluation of proposals.
2. Step 1 Evaluation. The first step will consist of the qualitative criteria listed below to be considered by the
Evaluation Committee. The second step will consist of quantitative criteria established below to be added to the
Evaluation Committee results by the Department of Procurement Management.An Evaluation Committee,appointed
by the City Manager, shall meet to evaluate each Statement of Qualifications in accordance with the qualifications
criteria established below for Step 1, Qualitative Criteria. In doing so, the Evaluation Committee may review and
score all proposals received,with or without conducting interview sessions.
Step -Qualitative•Critena' #{ Maximum Points ,
Experience of the Proposing Firm 50
Experience of the Team 50
.TOTALAVAILABLESTEP 1 POINTS.; 100
3. Step 2 Evaluation. Following the results of Step 1 Evaluation of qualitative criteria, the Proposer may receive
additional quantitative criteria,points to be added by the Procurement Department to those points earned in Step 1,
as follows.
• Step 2-Quantitative Criteria" ' ' 'µ';` =' �'' ; Maximum,Points
„ "�
Veterans Preference 5
, . .M `',. sr3TOTAEAVAILABLESTEP'2.POINTS,:.. - - 5.'.
RFQ 2018-141—ND 15
1
MIAMI BEACH
4. Determination of Final Ranking. At the conclusion of the Evaluation Committee Step 1 scoring, Step 2 Points
will be added to each evaluation committee member's scores by the Department of Procurement Management. Step
1 and 2 scores will be converted to rankings in accordance with the example below:
Proposer Proposer Proposer
A B C
Ste. 1 Points 82 76 80
Committee' Ste.2 Points 22. 15 12
Member 1_.' Total 104 91. 92
,..Rank', 1 3, ,� _„ . ._-`.2
Ste. 1 Points 79 85 72
Committee Ste.2 Points 22 15 . 12
Member 2 Total 101 100 84
Rank
Ste. 1 Points . 80 74 66
Committee Ste.2 Points 22 15 12
Member,2 Total 102 89 78
Rank =1' 2 t >:, .<31
Low Aggregate,Score :,t ' '3' 7 '8
:
• FinakRanking ,. ,- .. .. 2 1': 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 r=
": EACH
Respons.e 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@MIAMIBEACHFL.GOV
1.2 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: Terracon Consultants, Inc.
NO.OF YEARS IN BUSINESS: 53 NO.OF YEARS IN BUSINESS LOCALLY: 14 NO.OF EMPLOYEES: 4,137
OTHER NAME(S)PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS:Nodarse&Associates, Dunkelberger Engineering &Testing
FIRM PRIMARY ADDRESS(HEADQUARTERS): 10841 S. Ridgeview Road
CITY: Olathe
STATE:KS ZIP CODE: 66061
TELEPHONE NO.:(913) 599-6886
TOLL FREE NO.: (800) 593-7777 •
FAX NO.: (913)599-0574
FIRM LOCAL ADDRESS: 16200 NW 59th Avenue, Suite 106
CITY: Miami Lakes
STATE: FL ZIP CODE: 33014
PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT:
Lucas Barroso-Giachetti, P.E., CHMM
ACCOUNT REP TELEPHONE NO.: (305)820-1997
ACCOUNT REP TOLL FREE NO.: Not applicable
ACCOUNT REP EMAIL: Lucas.Barroso@terracon.com
FEDERAL TAX IDENTIFICATION NO.: 42-1249917
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 6
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. Not applicable
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 Not applicable
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. See Tabs 3 and 4.
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. Not applicable
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.qov/city-hall/procurement/
See attachment.
RFQ 2018-141—ND 7
7.
benefits.
' • • •:.
benefits -• --
benefits.
SUBMITTAL REQUIREMENT: No additional submittal is required.By virtue of executing this affidavit document,Proposer agrees
to the living wage requirement.
8. Equal Benefits for Employees with Spouses and Employees with Domestic Partners.When awarding competitively solicited
contracts valued at over$100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more
calendar work weeks,the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business
with the City of Miami Beach,who are awarded a contract pursuant to competitive proposals,to provide"Equal Benefits"to their
employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a
Contractor who work within the City limits of the City of Miami Beach, Florida; and the Contractor's employees located in the
United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of
Miami Beach.
A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees?
X YES NO
B. Does your company provide or offer access to any benefits to employees with(same or opposite sex)domestic partners*or
to domestic partners of employees?
X YES NO
C. Please check all benefits that apply to your answers above and list in the"other"section any additional benefits not already
specified. Note: some benefits are provided to employees because they have a spouse or domestic partner, such as
bereavement leave;other benefits are provided directly to the spouse or domestic partner,such as medical insurance.
BENEFIT Firm Provides for Firm Provides for Firm does not
Employees with Employees with Provide Benefit
Spouses _ Domestic Partners
Health X X
Sick Leave X X
Family Medical Leave X X
Bereavement Leave X X
If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are no insurance
providers in your area willing to offer domestic partner coverage) you may be eligible for Reasonable Measures compliance. To
comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application
(attached) with all necessary documentation. Your Reasonable Measures Application will be reviewed for consideration by the
City Manager, or his designee. Approval is not guaranteed and the City Manager's decision is final. Further information on the
Equal Benefits requirement is available at http://www.miamibeachfl.00v/city-hall/procurement/procurement-related-ordinance-and-
procedures/
RFQ 2018-141—ND 8
•
9. Public Entity Crimes.Section 287.133(2)(a),Florida Statutes,as currently enacted or as amended from time to time,states that
a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not
submit a proposal,proposal,or reply on a contract to provide any goods or services to a public entity;may not submit a proposal,
proposal,or reply on a contract with a public entity for the construction or repair of a public building or public work;may not submit
proposals,proposals,or replies on leases of real property to a public entity;may not be awarded or perform work as a contractor,
supplier,subcontractor,or consultant under a contract with any public entity;and may not transact business with any public entity
in excess of the threshold amount provided in s.287.017 for CATEGORY TWO for a period of 36 months following the date of
being placed on the convicted vendor list.
SUBMITTAL REQUIREMENT:No additional submittal is required.By virtue of executing this affidavit document,Proposer agrees
with the requirements of Section 287.133,Florida Statutes,and certifies it has not been placed on convicted vendor list.
10. Non-Discrimination.Pursuant to City Ordinance No.2016-3990,the City shall not enter into a contract with a business unless the
business represents that it does not and will not engage in a boycott as defined in Section 2-375(a)of the City Code,including the
blacklisting,divesting from,or otherwise refusing to deal with a person or entity when such action is based on race,color,national
origin,religion,sex,intersexuality,gender identity,sexual orientation,marital or familial status,age or disability.
SUBMITTAL REQUIREMENT:No additional submittal is required.By virtue of executing this affidavit document,Proposer agrees
it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code.
11. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant.to
Resolution 2016-29375, the City of Miami Beach, Florida, prohibits official City travel to the states of North Carolina and
Mississippi,as well as the purchase of goods or services sourced in North Carolina and Mississippi. Proposer shall agree that no
travel shall occur on behalf of the City to North Carolina or Mississippi,nor shall any product or services it provides to the City be
sourced from these states.
SUBMITTAL REQUIREMENT: No additional submittal is required.By virtue of executing this affidavit document,Proposer agrees
it is and shall remain in full compliance with Resolution 2016-29375.
•
12. Fair Chance Requirement.Pursuant to Section 2-376 of the City Code,the City shall not enter into any contract resulting from a
competitive solicitation, unless the proposer certifies in writing that the business has adopted and employs written policies,
practices,and standards that are consistent with the City's Fair Chance Ordinance,set forth in Article V of Chapter 62 of the City
Code ("Fair Chance Ordinance"), and which, among other things, (i) prohibits City contractors, as an employer, from inquiring
about an applicant's criminal history until the applicant is given a conditional offer of employment; (ii) prohibits advertising of
employment positions with a statement that an individual with a criminal record may not apply for the position,and (iii) prohibits
placing a statement on an employment application that a person with a criminal record may not apply for the position.
SUBMITTAL REQUIREMENT: No additional submittal is required at this time. By virtue of executing this affidavit, Proposer
certifies that it has adopted policies,practices and standards consistent with the City's Fair Chance Ordinance. Proposer agrees
to provide the City with supporting documentation evidencing its compliance upon request. Proposer further agrees that any
breach of the representations made herein shall constitute a material breach of contract, and shall entitle the City to the
immediate termination for cause of the agreement,in addition to any damages that may be available at law and in equity.
13. Acknowledgement of Addendum. After issuance of solicitation,the City may release one or more addendum to the solicitation
which may provide additional information to Proposers or alter solicitation requirements. The City will strive to reach every
Proposer having received solicitation through the City's e-procurement system, PublicPurchase.com. However, Proposers are
solely responsible for assuring they have received any and all addendum issued pursuant to solicitation.This Acknowledgement
of Addendum section certifies that the Proposer has received all addendum released by the City pursuant to this solicitation.
Failure to obtain and acknowledge receipt of all addenda may result in proposal disqualification.
Initial to Confirm Initial to Confirm Initial to Confirm
ipt Receipt Receipt
Addendum 1S Addendum 6 Addendum 11
f.S Addendum 2 /7..5 Addendum 7 Addendum 12
44(,-,..0 Addendum 3 Addendum 8 Addendum 13
44S Addendum 4 Addendum 9 Addendum 14
Addendum 5 Addendum 10 Addendum 15
If additional confirmation of addendum is required,submit under separate cover.
RFQ 2018-141—ND
9
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 hereinis 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 10
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:
Hugo E. Soto, P.E. Principal
Signature of Pro r' Authorized Representativ.i.A.4.7-- . Date:
May 7, 2018
State of FLORIDA ) On this 7th day of May ,201$personally
appeared before me Hugo E.Soto who
County of Miami-Dade ) stated that (s)he is the Principal '
of Terracon Consultants,inc., 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:
1,f 1r
Notary P •is f, e tate oVlorida
_ _ _ dw, _ . My Commission Expires: V/D2 ?f8/e .
ssso Pu',,, SUSANA DELGADO t,
=r° —, ��: Notary Public-State of Florida
iii . My Comm.Expires Aug 10.2018 i
il =�, Commission FF 149527
I ','tr ` Bonded Through National Notary Assn. I
RFQ 2018-141—ND /
11
APPENDIX B
MIAMI E
" 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 iis important for those vendors who have received notification of
this solicifa fon but have decided not to respond, to complete and submit
the.attached "Statement,of leo Bid.,"The "Statement of No Bid" provides
the CifYi information ort. ho .,.'tor improve 'the solicitation process.
Failure to submit a "Statement of No•Bid" may result in not being notified
.of future solicitafions,by the City.
RFQ 2018-141-ND • 24
Statement of No Bid
WE HAVE ELECTED NOT TO SUBMIT A PROPOSAL AT THIS TIME FOR
REASON(S)CHECKED AND/OR INDICATED BELOW:
Workload does not allow us to proposal.
_Insufficient time to respond.
_Specifications unclear or too restrictive
Unable to meet specifications:
_Unable to meet service requirements
_Unable to meet insurance requirements
_Do not offer this product/service
_OTHER. (Please specify)
We do_do not_-want to be retained on your mailing list for future proposals
of this type product and/or service.
Signature:
Title:
Legal Company Name:
Note: Failure to respond, either by submitting a proposal or this completed form,
may result in your company being removed from our vendors list.
PLEASE RETURN TO:
CITY OF MIAMI BEACH
PROCUREMENT DEPARTMENT
ATTN: NATALIA DELGADO
PROPOSALS#2018-141-ND
1755 Meridian Avenue, 3`d Floor
MIAMI BEACH, FL 33139
RFQ 2018-141-ND
25
' I
APPENDIX C
MIAMI 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 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
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:
•Architecture—General
•Architecture—.Landscape
•Engineering—Environmental Services and Testing
•Engineering—Mechanical,Electrical&Plumbing
•Engineering—Structural
•Engineering—Structural
•Interior Design/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
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 architecture and 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
APPENDIX D
MJAA/\ JIiEACH
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 L $ .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
1 /
APPENDIX E
MIAMI .
5 SAMPLE CONTRACT
RFQ No. 2018-141-ND
PROFESSIONAL ARCHITECTURAL AND
ENGINEERING SERVICES FOR CAPITAL
RENEWAL AND REPLACEMENT
PROJECTS
PROCUREMENT DEPARTMENT '
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
RFQ 2018-141-ND 31
AGREEMENT BETWEEN
CITY OF MIAMI BEACH
AND
XXXXXXXXXXXXXXXXXXXXXXXX
FOR
PROFESSIONAL ARCHITECTURE AND ENGINEERING SERVICES
FOR THE
XXXXXXXXXXXXXXXXXXXXXXXXXXXXXXXX
Resolution No.
RFQ 2018-141-ND 32
AGREEMENT BETWEEN
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
r �
TABLE OF CONTENTS
DESCRIPTION PAGE
ARTICLE 1. DEFINITIONS 36
ARTICLE 2. BASIC SERVICES 40
ARTICLE 3. THE CITY'S RESPONSIBILITIES 45
ARTICLE 4. RESPONSIBILITY FOR CONSTRUCTION COST 46
ARTICLE 5. ADDITIONAL.SERVICES - 48
ARTICLE 6. REIMBURSABLE EXPENSES 49
ARTICLE 7. COMPENSATION FOR SERVICES 49
ARTICLE 8. CONSULTANT'S ACCOUNTING AND OTHER RECORDS 50
ARTICLE 9. OWNERSHIP OF PROJECT DOCUMENTS 50
ARTICLE 10. TERMINATION OF AGREEMENT 51
ARTICLE 11. INSURANCE 52
ARTICLE 12. INDEMNIFICATION AND HOLD HARMLESS 53
ARTICLE 13. ERRORS AND OMISSIONS 53
ARTICLE 14. LIMITATION OF LIABILITY 54
-ARTICLE 15. NOTICE 54
ARTICLE 16. MISCELLANEOUS PROVISIONS 54
RFQ 2018-141-ND 34
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 alternatesor deductive alternates.
BASIC SERVICES: "Basic Services" shall include those services which Consultant shall perform in
accordance with the terms of the Agreement, as described in Article 2 and the Consultant Service Order. Any
Services not specifically enumerated as Additional Services (as defined herein) shall also be considered
Basic Services.
RFQ 2018-141-ND 36
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 i
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.
Proiect 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
L
i
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 sof 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 noticestating 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
J
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 actsor errors or omissions in the performance of the Services. In addition_to all other rights and
remedies which the City may have, the Consultant shall, at its expense, re-perform all or any portion of the
Services to correct any deficiencies which result from the Consultant's failure to perform in accordance with
the above standards. The Consultant shall also be liable for the replacement or repair of any defective
materials and equipment and re-performance of any non-conforming construction work resulting from such
deficient Services (i) for a period from the Effective Date of this Agreement, until twelve (12) months following
final acceptance of the Work, (ii) or for the period of design liability required by applicable law, whichever is
later. The Project Administrator shall notify the Consultant, in writing, of any deficiencies and shall approve
the method and timing of the corrections.
2.10.1 The Consultant shall be responsible for deficient, defective Services and any resulting
deficient, defective construction work 're-performed within twelve (12) months following final
acceptance and shall be subject to further re-performance, repair and replacement for twelve (12)
months from the date of initial re-performance, not to exceed twenty-four months (24) from final
acceptance.
2.11 The City shall have the right, at any time, in its sole and absolute discretion, to submit for review to
other consultants (engaged by the City at its expense) any or all parts of the Services and the Consultant
shall fully cooperate in such review(s). Whenever others are required to verify, review, or consider any
Services performed by Consultant (including, without limitation, contractors, other design professionals,
and/or other consultants retained by the City), the intent of such requirement is to enable the Consultant to
receive input from others' professional expertise to identify any discrepancies, errors or omissions that are
inconsistent with industry standards for design or construction of comparable projects; or which are
inconsistent with Applicable Laws; or which are inconsistent with standards, decisionsor 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 services shall be deemed to be a Basic Service under this Agreement and
shall also be deemed to be within the scope of services delineated in the Consultant Service Order (whether
or not specifically addressed in the Scope of Services). Mere notice by Consultant to the Project Administrator
shall not constitute authorization or approval by the City to perform such work. Performance of any such work
and/or services by Consultant without the prior written consent of the Project Administrator shall be
undertaken at Consultant's sole risk and liability.
2.16 Consultant shall establish, maintain, and categorize any and all Project documents and records
pertinent to the Services and shall provide the City, upon request, with copies of any and all such documents
and/or records. In addition, Consultant shall provide electronic document files to the City upon completion of
the Project.
2.17 THE CITY HAS NO OBLIGATION TO ASSIST, FACILITATE AND/OR PERFORM IN ANY WAY THE
RFQ 2018-141-ND 43
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 incompensation to the Consultant for
payment of the Services.
RFQ 2018-141-ND 44
I ! �
ARTICLE 3. THE CITY'S RESPONSIBILITIES
3.1 The City Manager, or designee(s), shall designate a Project Administrator, who shall be the City's
authorized representative to act on City's behalf with respect to the City's responsibilities or matters requiring
City's approval under the Contract Documents. The Project Administrator shall be authorized (without.
limitation) to transmit instructions, receive information, and interpret and define City policies and decisions
with respect to the Services and the Project. The Project Administrator shall have full authority to require the
Consultant to comply with the Contract Documents, provided, however, that any failure of the Project
Administrator to identify any noncompliance, or to specifically direct or require compliance, shall in no way
constitute a waiver of, or excuse, the Consultant's obligation to comply with the requirements of the Contract
Documents.
3.2 The City shall make available to Consultant, for the convenience of the Consultant only, information
that the City has in its possession pertinent to the Project. Consultant hereby agrees and acknowledges that,
in making any such information available to Consultant, the City makes no express or implied certification,
warranty, and/or representation as to the accuracy or completeness of such information and assumes no
responsibility whatsoever with respect to, the sufficiency, completeness or accuracy of such information. The
Consultant understands, and hereby agrees and acknowledges, that it is obligated to verify to the extent it
deems necessary all information furnished by the City, and that it is solely responsible for the accuracy and
applicability of all such information used by Consultant. Such verification shall include, without limitation,
visual examination of existing conditions in all locations encompassed by the Project,where such examination
can be made without using destructive measures (i.e. excavation or demolition). Survey information shall be
spot checked to the extent that Consultant has satisfied itself as to the reliability of the information.
3.3 At any time, in his/her sole discretion, the City Manager, or designee(s), may furnish accounting, and
insurance counseling services for the Project (including, without limitation, auditing services to verify the
Consultant's applications for payment, or to ascertain that Consultant has properly remitted payment due to
its Subconsultants or vendors).
3.4 if the City observes or otherwise becomes aware of any fault or defect in the Project, or non-
conformance with the Contract Documents, the City, through the Project Administrator, shall give prompt
written notice thereof to the Consultant.
3.5 The City, acting in its proprietary capacity as Owner and not in its regulatory capacity, shall render any
administrative approvals and decisions required under this Agreement, in writing, as reasonably expeditious
for the orderly progress of the Services and of the Work.
3.6 Except where otherwise expressly noted in this Agreement, the City Manager, or designee(s), shall
serve as the City's primary representative to whom administrative (proprietary) requests for decisions and
approvals required hereunder by the City shall be made. Except where otherwise expressly noted in this
Agreement or the Contract Documents, the City Manager, or designee(s), shall issue decisions and
authorizations which may include, without limitation, proprietary review, approval, .or comment upon the
schedules, plans, reports, estimates, contracts, and other documents submitted to the City by Consultant.
3.6.1 The City Manager, or designee(s), shall have prior review and approval of the Project Manager
(and any replacements) and of any Subconsultants (and any replacements).
3.6.2 The City Manager, or.designee(s), shall decide, and render administrative (proprietary)
decisions on matters arising pursuant to this Agreement which are not otherwise expressly provided
for in this Agreement. In his/her discretion, the City Manager, or designee(s), may also consult with
the City Commission on such matters.
RFQ 2018-141-ND 45
I ) 1
I
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 r 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 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, whichmust 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
} j
5.2.7. Threshold Inspection/Material Testing and Inspection: Providing threshold inspection services
and material testing/special inspection services, provided that Consultant, as part of the Basic
Services, shall report on the progress the Work, including any defects and deficiencies that may be
observed in the Work.
5.2.8 Pre-Design Surveys & Testing: Environmental investigations and site evaluations, provided,
however, that surveys of the existing structure required to complete as-built documentation are not
additional services.
5.2.9 Geotechnical engineering. Providing geotechnical engineering services or site surveys.
Except as specified herein, services that are required for completion of the Construction Documents shall be
part of Consultant's Basic Services.
ARTICLE 6. REIMBURSABLE EXPENSES
6.1 Reimbursable Expenses must be authorized, in advance, in writing, by the Project Administrator.
Invoices or vouchers for Reimbursable Expenses shall be submitted to the Project Administrator (along with
any supporting receipts and other back-up material requested by the Project Administrator). Consultant shall
certify as to each such invoice and/or voucher that the amounts and items claimed as reimbursable are "true
and correct and in accordance with the Agreement." Reimbursable Expenses may include, but not be limited
to, the following:
Cost of reproduction, courier, and postage and handling of drawings, plans, specifications, and other.
Project documents (excluding reproductions for the office use of the, Consultant and its
Subconsultants, and courier, postage and handling costs . between the Consultant and its
Subconsultants).
Costs for reproduction and preparation of graphics for community workshops.
Permit fees required by City of Miami Beach regulatory bodies having jurisdiction over the Project(i.e.
City permit fees).
ARTICLE 7. COMPENSATION FOR SERVICES
7.1 Consultant's "Lump Sum" or "Not to Exceed" fee for provision of the Services, or portions thereof, as
may be set forth and described in the Consultant Service Order issued for a particular Project, shall be
negotiated between the City and Consultant, and shall be set forth in the Consultant Service Order.
7.2 Payments for Services shall be made within forty-five (45) calendar days of receipt and approval of an
acceptable invoice by the Project Administrator. Payments shall be made in proportion to the Services
satisfactorily performed, so that the payments for Services never exceed the progress percentage noted in
the Consultant's Progress Schedule (to be submitted with each invoice). No mark-up shall be allowed on
subcontracted work. In addition to the invoice, the Consultant shall, for Hourly Rate authorizations, submit a
progress report giving the percentage of completion of the Project and the total estimated fee to completion.
7.3 Approved Additional Services shall be compensated in accordance with the hourly rates set forth in
Schedule "B," attached hereto. Any request for payment of Additional Services shall be included with a
Consultant payment request. No mark-up shall be allowed on Additional Services (whether sub-contracted or
not).
RFQ 2018-141-ND 49
, I
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 releaseof 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
RR) 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
which may have already been approved, in writing, by the Project Administrator; (3)-terminate all existing
orders and subcontracts; and (4) promptly assemble all Project documents (for delivery to the Project
Administrator).
ARTICLE 11. INSURANCE
11.1 At all times during the Term of this Agreement, Consultant shall maintain the following required
insurance coverage in full force and effect. The Consultant shall not commence any work until satisfactory
proof of all required insurance coverage has been furnished to the Project Administrator:
(a) Workers'Compensation and Employer's Liability per the Statutory limits of the State of Florida.
(b) Commercial General Liability on a comprehensive basis in an amount not less than $500,000
combined single limit per occurrence for bodily injury and property damage.
(c) Automobile Liability Insurance covering all owned, non-owned and hired vehicles used in
connection with the work, in an amount not less than $100,000 combined single limit per
occurrence for bodily injury and property damage.
(d) Professional Liability Insurance in an amount not less than $1,000,000 with the deductible per
claim, if any, not to exceed 10% of the limit of liability.
11.2 The City must be named as and additional insured on the liability policies; and it must be stated on the
certificate.
11.3 The Consultant must give the Project Administrator at least thirty (30) days prior written notice of
cancellation or of substantial modifications in any required insurance coverage. All certificates and
endorsements shall contain this requirement.
RFQ 2018-141-ND 52
11.4 The insurance must be furnished by an insurance company rated A:V or better, or its equivalent,
according to Bests' Guide Rating Book, and by insurance companies duly authorized to do business in the
State of Florida, and countersigned by the company's Florida resident agent.
11.5 Consultant shall provide the Project Administrator with a certificate of insurance of all required
insurance policies. The City reserves the right to require a certified copy of such policies, upon written request
to Consultant.
ARTICLE 12. INDEMNIFICATION AND HOLD HARMLESS
12.1 To the fullest extent permitted by Section 725.08, Florida Statutes, the Consultant shall indemnify and
hold harmless the City and its officers, employees, agents, and instrumentalities, from liabilities, damages,
losses, and costs, including, but not limited to, reasonable attorneys' fees, to the extent caused by the
negligence, recklessness, or intentionally wrongful conduct of the Consultantand other persons employed or
utilized by the Consultant in the performance of this Agreement.
The Consultant shall pay all claims and lossesin connection therewith and shall investigate and defend all
claims, suits, or actions of any kind or nature in the name of the City, where applicable, including appellate
proceedings, and shall pay all costs, judgments, and attorney's fees which may issue thereon. Consultant
expressly understands and agrees that any insurance protection required by this Agreement or otherwise
provided by Consultant shall in no way limit its responsibility to indemnify, keep, and save harmless and
defend the City or its officers, employees, agents, and instrumentalities as herein provided.
12.2 The Consultant agrees and recognizes that the City shall not be held liable or responsible for any
claims which may result from any negligent, reckless, or intentionally wrongful actions, errors or omissions of
the Consultant in which the City participated either through review or concurrence of the Consultant's actions.
In reviewing, approving or rejecting any submissions by the Contractor, or other acts of the Consultant, the
City in no way assumes or shares any responsibility or liability of the Consultant (including, without limitation
its Subconsultants and/or any registered professionals (architects and/or engineers) under this Agreement).
ARTICLE 13. ERRORS AND OMISSIONS
13.1 ERRORS AND OMISSIONS: It is specifically agreed that any construction changes categorized by
the City as caused by an error, an omission, or any combination thereof in the Contract Documents that were
prepared by the Consultant will constitute an additional cost to the City that would not have been incurred
without the error. The damages to the City for errors, omissions or any combinations thereof shall be
calculated as the total cost of any damages or incremental costs to the City resulting out of the errors or
omissions by the Consultant, including, without limitation, the direct, indirect and/or consequential damages
resulting from the Consultant's errors and/or omissions or any combination thereof.
Damages shall include delay damages caused by the error, omission, or any combination thereof. Should the
Consultant disagree that all or part of such damages are the result of errors, omissions, or any combination
thereof, the Consultant may appeal this determination, in writing, to the applicable Assistant City Manager, or
designee(s),. The Project Administrator's decision on all claims, questions and disputes shall be final,
conclusive and binding upon the parties hereto unless such determination is clearly arbitrary or unreasonable.
In the event that the Consultant does not agree with the decision of the Project Administrator, the Consultant
shall present any such objections, in writing, to the City Manager, or designee(s),. The Project Administrator
and the Consultant shall abide by the decision of the City Manager, or designee(s),. This paragraph does not
constitute a waiver of any party's right to proceed in a court of competent jurisdiction after the above
administrative remedies have been exhausted.
RFQ 2018-141-ND
53
i I
� I
I �
ARTICLE 14. LIMITATION OF LIABILITY
The City desires to enter into this Agreement only if in so doing the City can place a limit on its liability for any
cause of action for money damages due to an alleged breach by the City of this Agreement, so that its liability
for any such breach never exceeds the "not to exceed" amount of the fee paid to Consultant under this
Agreement, less any amount(s) actually paid to Consultant hereunder.' Consultant hereby expresses its
willingness to enter into this Agreement, with Consultant's recovery from the City for any damages for action
for breach of contract to be limited to Consultant's "not to exceed" fee under this Agreement, less any
amount(s) actually paid by the City to the Consultant hereunder.
Accordingly, and notwithstanding any other term or condition of this Agreement, Consultant hereby agrees
that the City shall not be liable to Consultant for money damages due to an alleged breach by the City of this
Agreement, in an amount in excess of the "not to exceed amount" of Consultant's fees under this Agreement,
which amount shall be reduced by any amount(s) actually paid by the City to Consultant hereunder.
Nothing contained in this subsection, or elsewhere in this Agreement, is in any way intended to be a waiver of
the limitation placed upon City's liability, as set forth in Section 768.28, Florida Statutes.
ARTICLE 15. NOTICE
All written notices given to City by Consultant shall be addressed to:
City Manager, or designee(s),'s Office
City of Miami Beach
1700 Convention Center Drive
Miami Beach, Florida 33139
Attn: Jimmy L. Morales,, City Manager, or designee(s),
With a.copy to:
City Manager, or designee(s),'s Office
City of Miami Beach
1700 Convention Center Drive •
Miami Beach, Florida 33139
Attn: Eric T. Carpenter, Assistant City Manager, or designee(s),
All written notices given to the Consultant from the City shall beaddressed 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 2.018-141-ND 54
T,O 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, whohas 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 Proiect 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 will be involved in the Project being required to sign an
agreement stating that they will not copy, duplicate, or distribute the documents
RFQ 2018-141-ND
55
1
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 OF ITEMS NECESSARY TO COMPLETE SERVICES: In the performance of the
Services prescribed herein, it shall be the responsibility of the Consultant to provide all salaries, wages,
materials, equipment, Subconsultants, and other purchased services, etc., as necessary to complete said
Services.
16.10 INTENT OF AGREEMENT:
16.10.1 The intent of the Agreement is for the Consultant to provide design and other services,
and to include all necessary items for the proper completion of such services for a fully functional
Project which, when constructed in accordance with the design, will be able to be used by the City for
its intended purpose. The Consultant shall perform, as Basic Services, such incidental work which
may not be specifically referenced, as necessary to complete the Project.
16.10.2 This Agreement is for the benefit of the parties only and it does not grant rights to a
third party beneficiary, to any person, nor does it authorize anyone not a party to the Agreement to
maintain a suit for personal injuries, professional liability, or property damagepursuant to the terms or
provisions of the Agreement.
16.10.3 No acceptance, order, payment, or certificate of or by the City, or its employees or
agents, shall either stop the City from asserting any rights or operate as a waiver of any provisions
RFQ 2018-141-ND 56
hereof or of any power or right herein reserved to the.City or of any rights to damages herein provided.
16.11 This document incorporates and includes all prior negotiations, correspondence, conversations,
agreements, or understandings applicable to the matters contained herein; and the parties agree that there
are no commitments, agreements, or understandings concerning the subject matter of this Agreement that are
not contained in this document. Accordingly, the parties agree that no deviation from the terms hereof shall
be predicated upon any prior representations or agreements whether oral or written. It is further agreed that
no modification, amendment or alteration in the terms or conditions contained herein shall be effective unless
memorialized in written document approval and executed with the same formality and of equal dignity
herewith.
IN WITNESS WHEREOF, the parties hereto have hereunto caused these presents to be signed in their
names by their duly authorized officers'and principals, attested by their respective witnesses and City Clerk
on the day and year first hereinabove written.
Attest CITY OF MIAMI BEACH:
CITY CLERK MAYOR
Attest xxxxxxxxxxxxxxx
Signature/Secretary Signature/President
Print Name Print Name
•
•
RFQ 2018-141-ND 57
1
}
•
SCHEDULE A
PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND
CONSULTANT SERVICE ORDER
Service Order No. _ for Consulting Services.
TO: •
PROJECT NAME: Project Name
DATE:
Pursuant to the agreement between the City of Miami Beach and Consultant for PROFESSIONAL
ARCHITECTURAL AND.ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED"
BASIS (RFQ XXXXXXXX) you are directed to provide the following services:
SCOPE OF SERVICES:
Per attached proposal dated , to be considered part of this Agreement.
Estimated calendar days to complete this work: Days
Original Service Order Amount: $
Total From Previous Additional Service.Orders: $
Fee for this Service Order is Lump Sum/Not to Exceed amount $
of:
Total Agreement to Date: $
City's Project Date
Coordinator/Manager
Assistant Director Date Consultant. Date
Project Administrator-Director Date
RFQ 2018-141-ND 58
}
SCHEDULE B
CONSULTANT COMPENSATION
Schedule of Payments
Planning Services * $XXXXXXXX,
Design Services* $XXXXXXXX
Bidding and Award Services $XXXXXXXX
Construction Administration** ' $XXXXXXXX
Reimbursable Allowance*** $XXXXXXXX
Note*: These services will be paid lump sum based on percentage complete of each phase as
identified in the individual tasks.
Note**: Construction Administration will be paid on a monthly basis upon commencement of
construction.
In the event that, through no fault of the Consultant, Construction Administration services are
required to be extended, which extension shall be subject to prior City approval, and what shall be at
the City's sole discretion, the Consultant agrees to extend said services for$XXXXXX, per month,for
the duration required to complete the Project.
Note***: The Reimbursable Allowance belongs to the City and must be approved in writing, in
advance, by the Project Administrator. Unused portions will not be paid to the Consultant.
•
RFQ 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 T5
Senior Landscapeechnician $Architect $138.063.20
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
Construction) $ 94'88
RFQ 2018-141-ND 60
SCHEDULE.0
APPROVED SUBCONSULTANTS
•
RFQ 2018-141-ND
61
APPENDIX F
MJ:AMI BEACH -
STANDARD FORM 330
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 62
ARCHITECT-ENGINEER QUALIFICATIONS OMs Control Number: 9000.0157
Expiration Date: 1 113 0/201 7
Paperwork Reduction Act Statement-This 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(M1V1CB),1800 F Street,NW,Washington,DC 20405.
PURPOSE DEFINITIONS
Federal agencies use this form to obtain information from
architect-engineer(A-E)firms about their professional Architect-Engineer Services: Defined in FAR 2.101,
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 I-Contract-Specific Qualifications
qualified firms and their references.
Section A.Contract Information. ••
GENERAL INSTRUCTIONS 1. Title and Location, Enter the title and location of the ••
contract for which this form is being submitted,exactly as shown
•
Part I presents the qualifications for a specific contract in the public•announcement or agency request. •
Part II presents the general qualifications of a firm or a specific 2. Public Notice Date. Enter the posted date of the agency's
branch office of a firm. Part II has two uses: notice . on the Federal Business Opportunity website
(FedBizOpps), other form of public announcement or agency
request for this contract •
1. An A-E firm may submit Part II to the appropriate central,
regional or local office of each Federal agency to be kept on file.
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 proposcl_foLa-specific_contract.andsubmittedwith_Part.- •--.--or-joint-venture-that"-the-agency-can contact for addltibrral- " "
I. If a firm has'branch offices,submit a separate Part II for each information.
branch office that has a key role on the team. •
INDIVIDUAL AGENCY INSTRUCTIONS •
•
Individual agencies may supplement these instructions. For
example,they may limit the number of projects or number of
pages submitted in Part I in response to a public announcement
for a particular project. Carefully comply with any agency
instructions when preparing and submitting this form. Be as
concise as possible and provide only the information requested
by the agency.
AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330(REV.812016)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
participate in this contract. Group by firm,with personnel of the 21. Title and Location. Title and location of project or
prime contractor or joint venture partner firms first. The following contract. For an indefinite delivery contract,the location is the
blocks must be completed for each resume: • geographic scope of the contract.
12. Name. Self-explanatory. 22. Year Completed. Enter the year completed of the
professional services(such as planning,engineering study,
13. Role in this contract. Self-explanatory. design,or surveying),and/or the year completed of construction,
if applicable. if any of the professional services or the
construction projects are not complete,leave Year Completed •
14. Years Experience. Total years of relevant experienceblank and indicate the status in Brief Description of Project and
(block 14a),and years of relevant experience with current firm, ;
Relevance to this Contract(block 24).
but not necessarily the same branch office(block 14b).
23a. Project Owner. Project owner or user,such as a '
15. Firm Name and Location. Name,city and state of the 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 reglstration(s)in a State or 24. Brief Description of Project and Relevance to this
possessionColumbia
c the•g toed States,Puerto Rico,or the District of Contract. Indicate scope,size,cost,principal elements and
Columbia according FAR Part 36. special features of the project. Discuss the relevance of the •
example project to this contract. Enter any other Information
18. Other Professional Qualifications. Provide Information requested by the agency for each example project
on any other professional qualifications relating to this contract,
such as education,professional registration,publications,
organizational memberships,certifications,training, awards,and
foreign language capabilities.
STANDARD FORM 330(REV.812016)
PAGE 2 OF INSTRUCTIONS
)
25. Firms from'Section C Involved with this Project. Indicate 29. Example Projects Key. List the key numbers and titles of
which firms(or branch offices,if appropriate)on the project team the example projects in the same order as they appear in Section
were involved in the example project,and their roles. List in the F.
same order as Section C.
Section H. Additional Information.
Section G. Key Personnel Participation in Example Projects.
30. Use this section to provide additional information
This matrix is intended to graphically depict which key specifically requested by the agency or to address selection
personnel identified in Section E worked on the example projects criteria that are not covered by the information provided in
listed in Section F. Complete the following`blocks(see example Sections A-G.
below).
Section I. Authorized Representative.
•
• 26, and 27. Names of Key Personnel and Role in this
Contract. List the names of the key personnel and their 31,and 32. Signature of Authorized Representative and
proposed roles in this contract in the same order as they appear Date. An authorized representative of a joint venture or the
in Section E. prime contractor must sign and date the completed form.
• Signing attests that the Information provided is current and
28. Example Projects Listed in Section F. In the column factual,and that all firms on the proposed team agree to work on
• under each project key number(see block 29)and for each key the project Joint ventures selected for negotiations must make
• person,place an"X"under the project key number for available a statement of participation by a principal of each
participation in the same or similar role. member of the joint venture. •
33. Name and Title. Self-explanatory.
SAMPLE ENTRIES FOR SECTION G (MATRIX)
• 26. NAMES OF KEY 27, ROLE IN THIS 28. EXAMPLE PROJECTS LISTED IN SECTION F
PERSONNEL CONTRACT (Fill in"Example Projects Key'section below first,before
(From Section E (From Section E, completing table. Place'X"under project key number for
Block 12) Block 13) participation in same or similar role.)
1 2 3 4 5 6 7 8 9 10
Jane A. Smith • Chief Architect X X
Joseph B. Williams Chief Mechanical Engineer X X X X
Tara C. Donovan Chief Electricial Engineer X X X •
29. EXAMPLE PROJECTS KEY
NUMBER TITLE OF EXAMPLE PROJECT(From Section F) - NUMBER TITLE OF EXAMPLE PROJECT(From Section F)
1 Federal Courthouse, Denver, CO 6 XYZ Corporation Headquarters, Boston, NIA
, 2 Justin J. Wilson Federal Building, 7 Founder's Museum, Newport, RI
Baton Rouge, LA
STANDARD FORM 330(REV.812016)
PAGE 3 OF INSTRUCTIONS
.
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 Il 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 I
•
branch office for which this Part II is prepared. Enter the `
• 4. Unique Entity Identifier. Insert the unique entity identifier experience categories which most accurately reflect the firm's I
, issued by the entity designated at SAM. See FAR part 4.6. technical capabilities and project experience. Use the relevant
experience categories and associated profile codes shown at the
5. Ownership. end of these instructions,and list in the same numerical order.
After the listed experience categories,write in any unlisted
a,Type. Enter the type of ownership or legal structure of the relevant project experience categories and leave the profile
firm(sole proprietor,partnership,corporation,joint venture,etc.). . codes blank. For each type of experience,enter the appropriate
revenue index number to reflect the professional services
b.Small Business Status. Refer to the North American revenues received annually(averaged over the last 5 years)by
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 i
Services(NAICS 541370)). The small business categories and project.
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 Ills prepared. Enter the appropriate.revenue I
index numbers to reflect the professional services revenues
6a-6c. Point of Contact. Provide this Information for a received annually(averaged over the last 3 years)by the firm or
representative of the firm that the agency can contact for branch office. Indicate Federal work(performed directly for the
additional information. The representative must be empowered Federal Government,either as the prime contractor or i
to speak on contractual and policy matters. subcontractor),non-Federal work(all other domestic and foreign 1
work,including Federally-assisted projects),and the total. If the I
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.
ii
•
8a-8c. Former Firm Names. Indicate any other previous 12. Authorized Representative. An authorized
names for the firm(or branch office)during the last six years. representative of the firm or branch office must sign and date the j
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. i
i
I
•
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 CMI 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 I
17 Corrosion Engineer 48 Project Manager
18 Cost Engineer/Estimator 49 Remote Sensing Specialist
19 Ecologist 50 Risk Assessor I
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 !
• 30 Geologist ' 61 Value Engineer
31 Health Facility Planner 62 Water Resources Engineer
• I
i
I
i
1
1
1
STANDARD FORM 330(REV.8/2016)
PAGE 5 OF INSTRUCTIONS
•i
List of Experience Categories (Profile Codes)
Code Description Code Description '
A01 Acoustics,Noise Abatement E01 Ecological&Archeological Investigations
A02 Aerial Photography;Airborne Data and Imagery E02 Educational Facilities;Classrooms
Collection and Analysis E03 Electrical Studies and Design
A03 Agricultural Development;Grain Storage;Farm Mechanization E04 Electronics
A04 Air Pollution Control E05 Elevators;Escalators;People-Movers
E06 Embassies and Chanceries
A05 Airports; Navaids;Airport Lighting;Aircraft Fueling E07 Energy Conservation; New Energy Sources
A06 Airports;Terminals and Hangars; Freight Handling E08 Engineering Economics
A07 Arctic Facilities E09 Environmental Impact Studies,
A08 Animal Facilities Assessments or Statements -
A09 Anti-Terrorism/Force Protection ElO Environmental and Natural Resource
A10 Asbestos Abatement Mapping
All Auditoriums&Theaters El1 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
CO1 Cartography F03 Fire Protection
I CO2 Cemeteries(Planning&Relocation) F04 Fisheries;Fish laddersF05 Forensic Engineering
CO3 Charting: Nautical and Aeronautical F06 Forestry&Forest products
• C04 Chemical Processing&Storage
C05 Child Care/Development Facilities 001 Garages;Vehicle Maintenance Facilities; •
C06 Churches;ChapelsParking Decks
C07 Coastal Engineering G02 Gas Systems(Propane;Natural,Etc.)
C08 Codes;Standards;Ordinances G03 Geodetic Surveying:Ground and Air-borne -
009 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
001 Dams.(Concrete;Arch) H06 Highrise;Air-Rights-Type Buildings I
, D02 Dams(Earth;Rock);Dikes; Levees H07 Highways; Streets;Airfield Paving; Parking i
Lots
D03 / Desalinization(Process&Facilities) H08 Historical Preservation
D04 Design-Build-Preparation of Requests for Proposals H09 Hospital&Medical Facilities
D05 Digital Elevation and Terrain Model Development H10 Hotels;Motels
006 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.812016)
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
L01 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)
LOS Lighting(Interior; Display;Theater, Etc.) R07 Remote Sensing
L06 Lighting(Exteriors;Streets; Memorials; R08 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
SOI 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 i
SO5 Soils&Geologic Studies;Foundations
SO6 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 " S09 Structural Design;Special Structures
001 Office Buildings; Industrial Parks S10 Surveying; Platting;Mapping; Flood
002 Oceanographic Engineering Plain Studies
003 Ordnance; Munitions;Special Weapons S11 Sustainable Design
S12 'Swimming Pools
P01 Petroleum Exploration;Reining. 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)
V01 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
•
•
•
•
STANDARD FORM 330(REV.812016)
PAGE 8 OF INSTRUCTIONS
•
ARCHITECT - ENGINEER.QUALIFICATIONS
PART I - CONTRACT-SPECIFIC QUALIFICATIONS
A. CONTRACT INFORMATION
1. TITLE AND LOCATION (Oily and State)
2. PUBLIC NOTICE DATE 3. SOLICITATION OR PROJECT NUMBER
B. ARCHITECT-ENGINEER POINT OF CONTACT
4. NAME AND TITLE
•
5. NAME OF FIRM •
5. TELEPHONE NUMBER 7. FAX NUMBER 8. E-MAIL ADDRESS
C. PROPOSED TEAM
(Complete this section for the prime contractor and all key subcontractors.)
(Check)
z�
z m° 9. FIRM NAME 10. ADDRESS 11. ROLE IN THIS CONTRACT
C��
n.coI
•
a.
El CHECK IF BRANCH OFFICE
b.
❑CHECK IF BRANCH OFFICE
•
C.
❑CHECK IF BRANCH OFFICE
•
1
d,
El CHECK IF BRANCH OFFICE
•
e. I
•❑CHECK IF BRANCH OFFICE
f. .
❑CHECK IF BRANCH OFFICE •
D. ORGANIZATIONAL CHART OF PROPOSED TEAM ❑ (Attached)
AU77-IORIZED FOR LOCAL REPRODUCTION STANDARD FORM-330(REV.812016)
•
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 •
fl
15. FIRM NAME AND LOCATION (City and State) •
16. EDUCATION(Degree and Specialization) 17. CURRENT PROFESSIONAL REGISTRATION(State and Discipline)
i I
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 E]Check if project performed with current firm
a. pp'
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
PROFESSIONAL SERVICES CONSTRUCTION(If applicable)
b (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE Check if projectperformed with current firm
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
PROFESSIONAL SERVICES CONSTRUCTION(If applicable). •
(3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE •
LICheck If project performed with current firm
c,
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED •
PROFESSIONAL SERVICES CONSTRUCTION(If applicable)•
d.(3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE U Check if project performed with current firm i
•
• i
(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 fl Check if project performed with current firm
e. j
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(inapplicable)
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)
•
•
•
•
•
•
25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT
(1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE
. a.
(1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE
b. •
(1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE • •
C. 1
(1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE
•
d.
•
(1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE
e.
(1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE •
f.
STANDARD FORM 330(REV.8/2016)PAGE 3
•
J •
•
• G. KEY PERSONNEL PARTICIPATION IN EXAMPLE PROJECTS
,
26. NAMES OF KEY 27. ROLE IN THIS 28. EXAMPLE PROJECTS LISTED IN SECTION F
PERSONNEL CONTRACT (Fill in"Example Projects Key'section below before completing table.
(From Section E, Block 12) (From Section E,Block 13) '
Place`7C"under project key number for participation in same or similar role.)
1 2 3 4 5 6 7 8 9 10
i
1
• .
r 1
.
. I
•
1 i
• I I ' I
i
. 1
1
I
• 29. EXAMPLE PROJECTS KEY 1
NUMBER TITLE OF EXAMPLE PROJECT(From Section F) NUMBER TITLE OF EXAMPLE PROJECT(From Section F)
T .
1 6 i
•
.2 7 I
38 I
i 9
4 -
5 10
STANDARD FORM 330(REV. 8/2016)PAGE 4 I
H. ADDITIONAL INFORMATION
30. PROVIDE ANY ADDITIONAL INFORMATION REQUESTED BY THE AGENCY. ATTACH ADDITIONAL SHEETS AS NEEDED.
•
•
•
•
1
c I
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)
613. TELEPHONE NUMBER6c. E-MAIL ADDRESS
8a. FORMER FIRM NAME(S)(If any) 813. 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)
c
.
•
. i
1
i
• i
• 1
•Other Employees 1
Total
11. ANNUAL AVERAGE PROFESSIONAL PROFESSIONAL SERVICES REVENUE INDEX NUMBER
SERVICES REVENUES OF FIRM
FOR LAST 3 YEARS 1. Less than$100,0b0 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
Work 3. $250,000 to less than$500,000 8. $10 million to less than$25 million
a.Federal
b.Non-Federal era!Work 4. $500,000 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
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 CORPORATIJA;
"Milt Jrilant t Of
Js'_-:�'rJ_► ice
!+uffrutl.it01e 41-lurid!',P(.1,die
Department of State / Division of Corporations / Search Records / Detail By Document Number/
Detail by FEI/EIN Number
Foreign Profit Corporation
TERRACON CONSULTANTS, INC.
Filing Information
Document Number F04000000114
FEI/EIN Number 42-1249917
Date Filed 12/31/2003
State DE
Status ACTIVE
Principal Address
10841 S Ridgeview Road
OLATHE, KS 66061
Changed:08/21/2018
Mailing Address
10841 S Ridgeview Road
OLATHE, KS 66061
Changed:08/21/2018
Registered Agent Name&Address
CORPORATION SERVICE COMPANY
1201 HAYS STREET
TALLAHASSEE, FL 32301-2525
Name Changed: 07/24/2009
Address Changed: 07/24/2009
Officer/Director Detail
Name&Address
Title CEO
GABOURY, DAVID R
10841 S Ridgeview Road
OLATHE, KS 66061
Title Treasurer,VP
VRANA, DONALD J
http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inqui... 1/8/2019
Detail by FEI/EIN Number Page 2 of 3
10841 S Ridgeview Road
OLATHE, KS 66061
Title DIR
COVERT, MICHAEL E
10841 S Ridgeview Road
OLATHE, KS 66061
Title DIR
COBB, C. Harold
11555 CLAY ROAD, SUITE 100
HOUSTON,TX 77043
Title Director
Pavlicek, Robert W.
2401 Brentwood Road, STE 107
Raleigh, NC 27604
Title Secretary
Yost, Michael J
10841 S Ridgeview Road
OLATHE, KS 66061
Title Director
Anderson, Timothy W
4685 S.Ash Ave
#H4
Tempe,AZ 85282
Title Asst. Secretary
Courtney, Patrick L
10841 S Ridgeview Road
OLATHE, KS
Title Asst.Treasurer
PARIS, BRYAN M
10841 S Ridgeview Road
OLATHE, KS 66061
Title President
Packer, M. Gayle
10841 S Ridgeview Road
Olathe, KS 66061
Annual Reports
http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inqui... 1/8/2019
Detail by FEI/EIN Number Page 3 of 3
Report Year Filed Date
2017 01/11/2017
2018 01/16/2018
2018 08/21/2018
Document Images
08/21/2018--AMENDED ANNUAL REPORT View image in PDF format
01/16/2018--ANNUAL REPORT View image in PDF format
07/17/2017--AMENDED ANNUAL REPORT View image in PDF format
01/11/2017--ANNUAL REPORT View image in PDF format
03/30/2016--AMENDED ANNUAL REPORT View image in PDF format
01/20/2016--ANNUAL REPORT View image in PDF format
02/12/2015--ANNUAL REPORT View image in PDF format
02/20/2014--ANNUAL REPORT View image in PDF format
01/23/2013--ANNUAL REPORT View image in PDF format
02/10/2012--ANNUAL REPORT View image in PDF format
03/02/2011--ANNUAL REPORT View image in PDF format
03/30/2010--ANNUAL REPORT View image in PDF format
07/24/2009--Reg.Agent Change View image in PDF format
03/18/2009--ANNUAL REPORT View image in PDF format
04/10/2008--ANNUAL REPORT View image in PDF format
04/27/2007--ANNUAL REPORT View image in PDF format
03/07/2006--ANNUAL REPORT View image in PDF format
04/18/2005--ANNUAL REPORT View image in PDF format
08/20/2004--ANNUAL REPORT View image in PDF format
12/31/2003--Foreign Profit View image in PDF format
Florida Department of State,Division of Corporations
hap://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetai 1?inqui... 1/8/2019
z ..
A 7 is ..-.s e a
1.:p4 r fen
10.
is -:., .1
ts 46.
411111
,s.4- 1_147,04i.'" - r.4 - ,
r brk
_
x, .,I,. . �► . l
lk I
* S
1111r16 lie lirr: 4 40 A
vw.
ass , e
*- x7 '^ I N
f 'wM►
• a
. »,. et 'I , d
+
' 1
44.410
,""" — �
_ �
le
AN" 'h4 . (
1
City of Miami Beach
RFQ 2018-141-ND
Professional Architectural and Engineering Services for
Capital Renewal and Replacement Projects 16200 NW 59`h Avenue
Category: Engineering — Environmental Services and Testing Suite 106
Miami Lakes, FL 33014
(305)820 1997
May 7, 2018 terracon.com
1ierracon
Environmental Facilities Geotechnical Materials
1
Cover Letter &
Table of Contents
lierracon
May 7, 2018
City of Miami Beach
Procurement Department
Attn: Natalia Delgado
1755 Meridian Avenue, 3rd Floor
Miami Beach, Florida 33139
Re: Tab 1, 1.1 Cover Letter
Professional Architectural and Engineering Services for Capital Renewal and
Replacement Projects
City of Miami Beach RFQ No. 2018-141-ND
Professional Category: Engineering— Environmental Services and Testing
Dear Evaluation Committee Members:
Terracon Consultants, Inc. is pleased to respond to the City of Miami
Beach's(the "City') Request for Qualifications(RFQ)for professional firms to WHY TERRACON?
provide Professional Architectural and Engineering Services for Capital • Providing Services to the
Renewal and Replacement Projects. We understand the purpose of this Local Area for over 27 Years
RFQ as detailed below: • Similar Continuing Contracts
with Numerous Cities and
County Agencies
• On September 28, 2004, through Resolution 2004-24697, the City • State of Florida Licensed
Commission created the Capital Renewal and Replacement Program Engineering, Geology, and
(the "CRR Program"). The intent of the CRR Program is to provide Asbestos Business
funding for proactive renewal and replacement of the City's facilities • Radon and Lead-Safe
and the systems within those facilities. Certified Firm
• Accredited/Certified Soils and
• The City seeks to maximize the cost effectiveness of small projects. Materialso Testing
Laboratories
Therefore, through this RFQ the City seeks to establish a pool of • Full Fleet of Drilling
qualified architectural and engineering consultants for those projects Equipment(Truck-mounted
whose value is below the thresholds stipulated Section 287.055, and Portable)
Florida Statutes, commonly known as the Consultant's Competitive • Key Professionals with
Negotiation Act or CCNA. We understand that CCNA is not applicable Multiple Licenses and
to this RFQ. Certifications
• Court Qualified Engineering
Experts
Terracon is seeking selection for the category of Engineering — • Certified, Trained and
Environmental Services and Testing. Terracon has substantial Experienced Field and
capabilities, resources and experience to successfully perform these Laboratory Staff
services for the City.
Terracon Consultants, Inc. 16200 NW 59th Avenue, Suite 106 Miami Lakes, FL 33014
P (305) 820 1997 F(305) 820 1998 terracon.com
Environmental • Facilities • Geotechnical • Materials
City of Miami Beach RFQ No.2018-141-ND • Engineering-Environmental Services and Testing
Professional Architectural and Engineering Services for
Capital Renewal and Replacement Projects
QUALIFICATIONS:
Terracon has more than 4,500 employees in approximately 149 offices, including an 11-office network
in Florida. With the strength of our firm and our existing operations, we have a tremendous presence
and broad scope of knowledge statewide. We offer four offices with a staff of 74 strong in South Florida
(including 10 registered professional engineers, two registered professional geologists, four staff
scientists, two full-time drilling crews, two licensed building inspectors, and 37 certified
laboratory/engineering technicians).
Terracon's local Miami Lakes staff understands the needs of the City and the types of projects that will
arise from the referenced contract. We have performed these exact services for local municipalities and
projects for more than two decades. We frequently work within the City's limits, and in nearby areas, for
both public and private sector clients. By anticipating project requirements and adapting to challenges,
we will make it easy for the City to work with us. For projects large and small, single- or multi-site, you
can rely on consistent results.
LOCAL OFFICE AND ASSIGNED STAFF:
Terracon will service this contract from our Miami Lakes office, which is located at 16200 NW 59th Avenue
(Miami Lakes) or about 10 miles (18 minutes) door-to-door from your office to ours. Our Miami Lakes
office is presently staffed with 15 employees that reside in Miami-Dade County. Our local staff is comprised
of professionals with degrees in civil engineering, environmental engineering, architecture, and construction
management. They are supported by trained, experienced and certified field and laboratory engineering
technicians and inspectors.
Our key staff members are highly experienced professionals as detailed below:
• Hugo Soto, P.E., Principal and Miami Lakes Office Manager, will serve as the Project Manager for Soils,
Geological Studies, and Foundations. Hugo brings more than 37 years of engineering and consulting
experience, mainly in South Florida. Hugo will be in responsible charge of all geotechnical (drilling)
assignments and will oversee the management for our designated laboratory and field verification
activities relative to sampling, inspecting, field and laboratory testing. Terracon has eight Florida
licensed geotechnical engineers, located in South Florida, that can assist with soils, geologic studies,
and foundation services that may be authorized under the resulting Master Agreement.
• Lucas Barroso-Giachetti, P.E., CHMM will serve as the Contract Manager/Account Representative and
Environmental Services Project Manager. He will be the single point of contact for this contract, and will
be available 24/7 to all City staff and their consultants. Lucas brings more than 18 years of engineering
and consulting experience, with over 10 years focusing on public and private sector projects in Miami-
Dade County. Lucas will be responsible for allocating the ample environmental resources of the
company to meet and fulfill the environmental engineering tasks required under this contract.
1lerracon City of Miami Beach RFQ No.2018-141-ND I Engineering—Environmental Services and Testing 2
City of Miami Beach RFQ No.2018-141-ND • Engineering-Environmental Services and Testing
Professional Architectural and Engineering Services for
Capital Renewal and Replacement Projects
• Steven Harrison, P.G. will serve as the Quality Assurance/Quality (QA/QC) Reviewer and will also be
available 24/7 to all City staff and their consultants. Steven brings more than 30 years of engineering
and consulting experience working with public and private clients on cost-sensitive projects.
Our Florida network includes approximately 50 environmental staff members. Lucas, our Contract
Manager/Account Representative, will also be supported by a team of highly experienced professional
staff including:
• Florida licensed environmental engineers • Florida licensed U.S. Environmental
• Florida licensed geologists Protection Agency (EPA) certified lead-
based paint inspectors
• Florida licensed mold assessors
• EPA certified lead risk assessors
• Environmental scientists
• EPA certified lead project designers
• Florida licensed asbestos consultants • certified professional roof consultants
• American Council for Accredited
Certification (ACAC) certified indoor • AHERA certified asbestos inspectors
environmental consultants/certified indoor • AHERA certified asbestos management
environmentalists planners
• Institute of Hazardous Materials • AHERA certified asbestos project designers
Management (IHMM) Certified Hazardous
materials manager • AHERA certified asbestos contractor/
supervisors
Terracon's local office houses a full-service, soils and materials testing laboratory that is accredited by the
Construction Materials Engineering Council (CMEC) and the Florida Department of Transportation (FDOT).
Terracon has three additional South Florida offices (Fort Lauderdale, West Palm Beach, and Port St.
Lucie) that have comprehensive soils and materials testing laboratories that are accredited by the
CMEC or the American Association of State Highway and Transportation Officials (AASHTO), and are
FDOT approved. Please note that these third-party certifications include numerous field and laboratory
testing methods for soil, concrete, aggregate, asphalt, and masonry and not just "one or two" test
methods so that we can say we are "certified." Terracon considers third party (independent)
qualifications to be very important to our clients as it allows them to know all our test results are
repeatable and defendable.
KEY OBJECTIVES:
Our primary objective for this continuing services contract is to provide cost-effective (value added)
engineering and/or services on City projects within prescribed budgets in the CRR Program, or as
requested by the City. Based on our experience, we know that meeting this objective will require dual
performance within the following categories: 1) technical expertise; and 2) personalized, attentive service.
1Iarracon City of Miami Beach RFQ No.2018-141-ND I Engineering—Environmental Services and Testing 3
City of Miami Beach RFQ No.2018-141-ND • Engineering-Environmental Services and Testing
Professional Architectural and Engineering Services for
Capital Renewal and Replacement Projects
Responsive, personalized service is a major part of the Terracon mission.We know that it is important
to have strong, local leadership and a large, local staff ("bench depth") in order to meet the City's
expectations. Our team's staff and office/laboratory facilities rank among the largest in South Florida and
allow us to provide the responsive and cost-effective(value added)services you require.
ABILITY TO MEET STANDARDS:
A priority for Terracon is to service local governments through continuing services contracts, and the City is
no exception. Statewide we hold over 125 continuing service contracts (environmental, facility,
geotechnical, construction testing and inspections) with approximately 90 different governmental agencies
including the State, County, and local governments. Terracon has an outstanding history of contract
extensions and re-selection under these contracts, and has never been terminated during the course of any
of these contracts. More importantly, we have provided services for local projects for over 27 years. With
virtually no learning curve, our team will bring high quality engineering services to this contract with a real
sense for the City's time and budget constraints.
We look forward to proceeding to the next step in this procurement process. Please contact us by e-mail at
Lucas.Barroso@terracon.com or Hugo.Soto@terracon.com for any additional information.
Sincerely,
Terracon Consultants, Inc.
A::7
4(4k4S11)6-
Lucas Barroso-Giachetti, P.E., CHMM Hugo E. Soto, P.E.
Contract Manager/Account Representative Principal/Project Manager for Soils,
Environmental Services Project Manager Geological Studies, and Foundations
11erracon City of Miami Beach RFQ No.2018-141-ND I Engineering—Environmental Services and Testing 4
1 Table of Contents
TAB 1: Cover Letter and Table of Contents 1
TAB 2: Minimum Requirements 35
TAB 3: Experience and Qualifications of the Firm 42
TAB 4: Experience and Qualifications of the Team 56
TAB 5: Required Forms 80
1lerracon City of Miami Beach RFQ No.2018-141-ND I Engineering—Environmental Services and Testing 5
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 NATALIADELGADOna MIAMIBEACHFL.GOV
1.2 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: Terracon Consultants, Inc.
NO.OF YEARS IN BUSINESS: 53 NO.OF YEARS IN BUSINESS LOCALLY: 14 NO.OF EMPLOYEES: 4,137
OTHER NAME(S)PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS:Nodarse &Associates, Dunkelberger Engineering &Testing
FIRM PRIMARY ADDRESS(HEADQUARTERS): 10841 S. Ridgeview Road
CITY: Olathe
STATE:KS ZIP CODE: 66061
TELEPHONE NO.:(913) 599-6886
TOLL FREE NO.: (800) 593-7777
FAX NO.: (913) 599-0574
FIRM LOCAL ADDRESS: 16200 NW 59th Avenue, Suite 106
CITY: Miami Lakes
STATE: FL ZIP CODE: 33014
PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT:
Lucas BarrOSO GlaChettl, P.E., CHMM
ACCOUNT REP TELEPHONE NO.: (305) 820-1997
ACCOUNT REP TOLL FREE NO.: Not applicable
ACCOUNT REP EMAIL: Lucas Barroso@terracon corn
FEDERAL TAX IDENTIFICATION NO.: 42-1249917
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 6
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 Propol, 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. Not applicable
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 Not applicable
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. See Tabs 3 and 4.
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. Not applicable
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.clov/city-hall/procurement/
See attachment.
RFQ 2018-141—ND 7
•
•
7. •- - - '== •- - _-- - . ._- - -
1. Effective January 1, 2018, covered employees must be paid a living wage rate of no less than $11.62 per hour with
beaefitc.
2. Effective January 1, 2019, covered employees must be paid a living wage rate of no leaf than $11.70 per hour with
benefits.
using the Consumer Price Index for all Urban Consumers (CPI U) Miami/Ft. Lauderdale, issued by the U.S. Department of
to implement same(in a particular year).
SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees
to the living wage requirement.
8. Equal Benefits for Employees with Spouses and Employees with Domestic Partners. When awarding competitively solicited
contracts valued at over$100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more
calendar work weeks,the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business
with the City of Miami Beach,who are awarded a contract pursuant to competitive proposals, to provide"Equal Benefits"to their
employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a
Contractor who work within the City limits of the City of Miami Beach, Florida; and the Contractor's employees located in the
United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of
Miami Beach.
A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees?
X YES NO
B. Does your company provide or offer access to any benefits to employees with (same or opposite sex)domestic partners*or
to domestic partners of employees?
X YES NO
C. Please check all benefits that apply to your answers above and list in the"other"section any additional benefits not already
specified. Note: some benefits are provided to employees because they have a spouse or domestic partner, such as
bereavement leave;other benefits are provided directly to the spouse or domestic partner,such as medical insurance.
BENEFIT Firm Provides for Firm Provides for Firm does not
Employees with Employees with Provide Benefit
Spouses Domestic Partners
Health X X
Sick Leave X X
Family Medical Leave • X X
Bereavement Leave X X
If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are no insurance
providers in your area willing to offer domestic partner coverage)you may be eligible for Reasonable Measures compliance. To
comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application
(attached) with all necessary documentation. Your Reasonable Measures Application will be reviewed for consideration by the
City Manager, or his designee. Approval is not guaranteed and the City Manager's decision is final. Further information on the
Equal Benefits requirement is available at htto://www.miamibeachfl.bov/city-hall/orocurement/procurement-related-ordinance-and-
procedures/
RFQ 2018-141—ND 8
9. Public Entity Crimes.Section 287.133(2)(a),Florida Statutes,as currently enacted or as amended from time to time,states that
a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not
submit a proposal,proposal,or reply on a contract to provide any goods or services to a public entity;may not submit a proposal,
proposal,or reply on a contract with a public entity for the construction or repair of a public building or public work;may not submit
proposals,proposals,or replies on leases of real property to a public entity;may not be awarded or perform work as a contractor,
supplier,subcontractor,or consultant under a contract with any public entity;and may not transact business with any public entity
in excess of the threshold amount provided in s.287.017 for CATEGORY TWO for a period of 36 months following the date of
being placed on the convicted vendor list.
SUBMITTAL REQUIREMENT:No additional submittal is required.By virtue of executing this affidavit document,Proposer agrees
with the requirements of Section 287.133,Florida Statutes,and certifies it has not been placed on convicted vendor list.
10. Non-Discrimination.Pursuant to City Ordinance No.2016-3990,the City shall not enter into a contract with a business unless the
business represents that it does not and will not engage in a boycott as defined in Section 2-375(a)of the City Code,including the
blacklisting,divesting from,or otherwise refusing to deal with a person or entity when such action is based on race,color,national
origin,religion,sex,intersexuality,gender identity,sexual orientation,marital or familial status,age or disability.
SUBMITTAL REQUIREMENT:No additional submittal is required.By virtue of executing this affidavit document,Proposer agrees
it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code.
11. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant to
Resolution 2016-29375, the City of Miami Beach, Florida, prohibits official City travel to the states of North Carolina and
Mississippi,as well as the purchase of goods or services sourced in North Carolina and Mississippi. Proposer shall agree that no
travel shall occur on behalf of the City to North Carolina or Mississippi,nor shall any product or services it provides to the City be
sourced from these states.
SUBMITTAL REQUIREMENT:No additional submittal is required.By virtue of executing this affidavit document,Proposer agrees
it is and shall remain in full compliance with Resolution 2016-29375.
•
12. Fair Chance Requirement.Pursuant to Section 2-376 of the City Code,the City shall not enter into any contract resulting from a
competitive solicitation, unless the proposer certifies in writing that the business has adopted and employs written policies,
practices,and standards that are consistent with the City's Fair Chance Ordinance,set forth in Article V of Chapter 62 of the City
Code ("Fair Chance Ordinance"), and which, among other things, (i) prohibits City contractors, as an employer, from inquiring
about an applicant's criminal history until the applicant is given a conditional offer of employment; (ii) prohibits advertising of
employment positions with a statement that an individual with a criminal record may not apply for the position,and (iii)prohibits
placing a statement on an employment application that a person with a criminal record may not apply for the position.
SUBMITTAL REQUIREMENT: No additional submittal is required at this time. By virtue of executing this affidavit, Proposer
certifies that it has adopted policies,practices and standards consistent with the City's Fair Chance Ordinance. Proposer agrees
to provide the City with supporting documentation evidencing its compliance upon request. Proposer further agrees that any
breach of the representations made herein shall constitute a material breach of contract, and shall entitle the City to the
immediate termination for cause of the agreement,in addition to any damages that may be available at law and in equity.
13. Acknowledgement of Addendum. After issuance of solicitation,the City may release one or more addendum to the solicitation
which may provide additional information to Proposers or alter solicitation requirements. The City will strive to reach every
Proposer having received solicitation through the City's e-procurement system, PublicPurchase.com. However, Proposers are
solely responsible for assuring they have received any and all addendum issued pursuant to solicitation.This Acknowledgement
of Addendum section certifies that the Proposer has received all addendum released by the City pursuant to this solicitation.
Failure to obtain and acknowledge receipt of all addenda may result in proposal disqualification.
Initial to Confirm Initial to Confirm Initial to Confirm
rr�f ipt Receipt Receipt
-S Addendum 1
4/4-e-C Addendum 6 Addendum 11
S Addendum 2 /1 Addendum 7 Addendum 12
./ Addendum 3 Addendum 8 Addendum 13
4 S Addendum 4 Addendum 9 Addendum 14
Addendum 5 Addendum 10 Addendum 15
If additional confirmation of addendum is required,submit under separate cover.
RFQ 2018-141—ND
9
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 10
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:
Hugo E. Soto, P.E. Principal
Signature of Pror' Authorized Representativ Date:
�G2( May 7, 2018
State of FLORIDA ) On this 7th day of May ,201$personally
appeared before me Hugo E.Soto who
County of Miami-Dade ) stated that (s)he is the Principal
of Terracon Consultants,Inc., 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: i
/0,'1
Notary P •is f. t 1i tate of lorida
_ _ _ _ _ _ _ _ , , _ _ . My Commission Expires: `�J/D, 2-D/B .
.;„pv ny•.••
SUSANA DELGADO
' 'r° �`� Notary Public-State of Florida
`` My Comm.Expires Aug 10,2018 i
1 "�,,--�0L' Commission re FF 149527
0 ''''°;"'`'s Bonded Through National Notary Assn. 0
RFQ 2018-141—ND
11
Attachment for item #6 Code of Business Ethics
r
SPEAK UP IF AVOID EVEN THE
SOMETHING PERCEPTION OF
ISN'T RIGHT A CONFLICT OF
INTEREST
REMEMBER TREAT EACH OTHER
YOUR WITH RESPECT.
ACTIONS
REFLECT ON 1
ALL OF US. WHEN IN DOUBT ASK!
YOU HAVE HELP!
ABIDING BY OUR PRINCIPLES -
ANDTHE LAW - ISN'T OPTIONAL.
Bringing Our Principles to Life
Terracon is built on integrity-by employees who are committed to doing the right thing.Understanding
and abiding by our Principles of Business Conduct and Ethics helps us protect our reputation.When you
regularly review the Principles you'll better understand how it affects the business decisions you make.
And making the right decisions is how we move Terracon forward.
erracon
Principles of Business Conduct and Ethics 2017
Table of Contents
Message from the CEO 3
I. Responsibilities of Terracon Leaders 4
II. Doing the Right Thing 5
Ill. Respect for Each Other 9
IV. Respect for Terracon 12
V. Respect for Clients, Subcontractors, Vendors, and the Community 20
How Do 1 Get Help? 23
HELPLINE: (913) 599 5701 ethics@terracon.com Terracon Principles of Business Conduct and Ethics I 2017 13
Message from the CEO
Terracon is a broad based employee-owned company,where we all share the benefits and responsibilities of the
Company's long-term success.We rely on each other to conduct ourselves appropriately in our respective roles within
the Company.We are Terracon's greatest strength and competitive advantage.Conducting our business in a proper and
ethical matter is integral to our success.For this reason,Ethics and Integrity are core values of the Company.They must
be an integral part of all we do.
As a consulting business,we are only as valuable as our reputation.Each employee has a part to play in maintaining and
enhancing that positive reputation.Whether you are a senior manager or a newly hired technician,Terracon as a whole
is judged on how we conduct ourselves in our interactions with others,both inside and outside the Company.This
applies within an individual office and across the company.Our actions impact our reputation,positively and negatively.
Actions in one office may carryover to any or all of our other offices.As a result,it is crucially important that we as
individual employees recognize we are the most important contributors to our success as an ethical company.
Employees operate in a fast-moving,pressure-filled competitive environment.We are sometimes in difficult situations
where knowing the right thing to do is not always simple or easy.This is when we face our most difficult decisions.
There are often competing pressures,both internal and external,that further complicate those decisions.You are not
alone in determining the right course of action.There are many tools and resources to help you make the right decision.
• Terracon's Principles of Business Conduct and Ethics outlines the Company's principles,philosophies,and policies
relating to proper conduct in different parts of our business.
• Terracon employs a number of experienced senior managers and practitioners that have similar experience in
determining the right decision and can help you with your issue.
• Terracon's Business Conduct and Ethics Helpline("Helpline")allows you to reach out in a confidential manner and
receive help and guidance for your issue from the appropriate subject matter expert.
We trust each and every employee in the Company.We also recognize the challenge of doing the right thing in a difficult
situation.Please take advantage of these resources to make the best decision with ethics and integrity.
David R.Gaboury,P.E.
Chief Executive Officer
Elr[.PI.(NI: t 91 31 599 >-oi c thics(_etcrracon.arm lerracon l'rincihlI isinc>s Conduct and Ethics (1 I— 14
< F
I . Responsibilities of Terracon Leaders
Our leaders foster a strong and sustainable culture of business conduct,ethics,respect,and professional excellence
at Terracon.They are responsible for creating a work environment where employees aspire to high ethical and
professional standards,and where employees are comfortable challenging questionable conduct.Our leaders address
allegations of wrongdoing promptly through training,timely and thorough investigations,corrective actions,and fair
discipline.They make sure there is no retaliation against those who report issues and concerns.
Our leaders lead by example.They make business conduct and ethics a part of the ongoing dialogue at Terracon with
employees,clients,subcontractors,and business partners.They set the right tone and expectations by consistently
focusing on and promoting the importance of business conduct and ethics as an integral part of everyday life at
Terracon.We expect our leaders not to compromise Terracon's ethical standards.They protect and preserve one of our
most vital assets-our reputation.This is done by modeling ethical decision making every day.The same commitment
to business conduct and ethics is expected from their teams.
Our leaders believe and data supports that ethical companies outperform unethical companies in every business where
Terracon works.Our leaders believe being ethical and complying with laws is good for Terracon,good for our clients,
and good for our employees.
HELPLINE: (913) 599 5701 ( ethics@terracon.com Terracon Principles of Business Conduct and Ethics ( 2017 15
II . Doing the Right Thing
Ethical Decision Making
In today's complex business environment you may,from time to time,encounter
an ethical dilemma.If you are unsure of the right course of action,ask yourself the
following questions:
• Does it comply with the law?
• Does it comply with our core values,Principles of Business Conduct and Ethics,and
otherTerracon policies?
• Would you be comfortable if it was published in a newspaper?
• Would you be comfortable telling your spouse or parents about it?
• Would you be comfortable with the example it sets for future decisions?
• Does it feel right?
If your answer to any of these questions is anything other than a definite"yes,"do not
take the action.Trust your instincts.Many issues could be avoided if we trust our initial
instincts on whether a decision"feels right."
If you are still in doubt,you can get help from any of the appropriate resources in the
How Do I Get Help?section below.Remember,there is always someone to turn to for
answers.
HOW DO I GET HELP?
Questions or issues regarding appropriate business conduct and ethics can be tricky. Knowing the right answer can be difficult.The
following resources are available to help employees get the answers they need.
■ Your supervisor,if not directly involved in the issue.
■ An experienced technical professional,if not directly involved in the issue.
■ Your office,division,or operating group manager,if not directly involved in the issue.
• The Business Conduct and Ethics Helpline("Helpline")at 913-599-5701 or at c c'e! rac:on c om
• Any member of Terracon's tt•esources or Ley ti i,�r�,rYc°een�
The Business Conduct and Ethics Helpline("Helpline")is our confidential hotline for seeking guidance,asking questions,raising
concerns,or reporting potential violations of our Principles of Business Conduct and Ethics,Terracon policies or laws.
We also have a duty to Terracon and our fellow employees shareholders to report known or suspicious violations of our Principles of
Business Conduct and Ethics,Terracon policies,or laws.If you are aware of misconduct,or even suspect it,you should also contact
any of the above resources as appropriate.
HELPLINE: (913) 599 5701 I ethics@terracon.com Terracon Principles of Business Conduct and Ethics 12017 16
II. Doing the Right Thing (Continued)
Concerns about Retaliation and Obligations for Participating in
Investigations
Terracon does not retaliate against those who raise issues or concerns in good faith.If
you are asked to participate in an investigation of any ethics or business conduct issue,
Terracon expects you to cooperate in good faith.You are protected from retaliation.
Terracon needs and expects your help to protect our company values and reputation.
This applies to all sections of this document.
"Terracon is committed to a work Timesheet, Expense, and Invoicing Integrity
environment where employees feel free We have a duty to Terracon and our clients to report our time and expenses accurately
to ask questions, report concerns or on our timesheets and accurately invoice our clients.Terracon's financial systems
violations without fear of retaliation." and timesheet data entry programs are the cornerstones of our financial success. It is
David R. Gaboury, P.E. imperative that all employee timesheets,expense reports,and invoices be prepared
CEO in an accurate,honest,and ethical manner.That includes recording all hours worked,
recording of the correct days and projects,reporting accurately of all expenses,and
recording time on the correct project.Failure to accurately report timesheet data and
expenses misstates the actual performance of personnel and projects.It also affects the
accuracy of long term analysis of project timelines which Terracon uses to determine
future business strategies. Inaccurate or improper expenses or invoicing calls our
"Timesheet and data processes show
business ethics and credibility into question and creates disharmony and distrust with
on a daily basis our commitment to
our clients.In addition,timesheet,expense,and invoicing inaccuracies can create a
ethical business practices. Improper
liability for Terracon,such as fee disputes,project litigation,or possible allegations of
billing and falsified data are the
criminal fraud.Public sector clients such as Departments of Transportation and private
quickest and most damaging ways to
clients such as Wal-Mart have strict rules on timesheet and invoice accuracy.Clients
. devalue our reputation as an ethical
also have the right and authority to demand immediate justification of project billing
company to our employees and clients.
information.These audits are designed to uncover any discrepancies,including those in
They can also place the Company at
timesheet entries and invoices.
risk for civil or even criminal penalties."
Michael J.Yost, If you have concerns or questions about the potential integrity of an employee's
Vice President, timesheet or project invoice,you have an obligation to report it immediately using one
General Counsel of the methods identified in How Do I Get Help?.
WHAT IF
Q: Terry is working on multiple projects for one client.If he books all the time he spent this week on project X to that project,he
will exceed the budget on that contract.There are funds available on project Y.Should he book the hours that exceed the X
contract on project Y?Should he book the time to a non-chargeable administrative code to preserve the budget?
A: No, hours worked on a specific project must be booked only to that project.Terry's actions would overestimate the
performance of project X. His actions would also either underestimate project Y or show an inaccurate amount of
administrative time.Such activity could be construed as fraudulent,which opens both the Company and Terry to potential
civil and criminal liability.
HELPLINE: (9I3) 599 5701 I ethics@terracon.com Terracon Principles of Business Conduct and Ethics 2017 17
II. Doing the Right Thing (Continued)
WHAT IF
Q: A soil compression testing machine in our lab appears to be improperly calibrated and is putting out data that is clearly
inaccurate.The lab manager catches this issue and notices a number of time-sensitive reports with inaccurate data.He can tell
through his experience and judgment what the proper data result would likely have been.Should he substitute the output he
believes to be accurate as if the machine had put out the proper data?
A: Data output should never be altered or manipulated,even if it is believed to be inaccurate.It should either be re-tested,discarded
or reported to the client with a clear notation that the data was believed to be inaccurate.Providing altered or manipulated data,
even if done so with the best of intentions,can be construed(or misconstrued)as an attempt to falsify test results and can result
in allegations of fraud or other improper,and perhaps criminal,activity.
Mit
"I would like to encourage you to treat Data and Information Integrity
every encounter with owners and Terracon's services require the collection,generation,and evaluation of data.Our
contractors as though it was your first reputation is based on providing accurate and reliable results.Occasionally data may
job interview. Go the extra mile to give be suspect,missing,or obviously incorrect.Use of suspect or missing data could
a great first impression, not only of jeopardize our credibility with a client.It could also lead to uncomfortable situations
your skills, but also your ethical values:' and possibly confrontations with clients,supervisors,and third parties.Re-collection
Walter Krahl IV,CWI of data may be required to prove or disprove the original data. If you have any concerns
Metals Technology Group, about the data,explain why the data is believed to be incorrect and note to what extent,
Department Manager if any,the data was used in the analysis.Alteration or fabrication of data,or directing
staff to do this,is not an alternative.Changing data or fabricating data is considered
fraud(intentional deceit),not judgment.Falsification or fabrication of data is never
"Our clients should be able to rely tolerated.
on Terracon to provide accurate field If you have concerns or questions about the potential integrity of data or other
and laboratory data. In a competitive information,you have an obligation to report it immediately using one of the methods
business environment, our integrity identified in How Do I Get Help?
will provide our clients with the
assurance that our data is reliable and Fiscal Responsibility and Financial Integrity
free of unfounded bias." Terracon's corporate and business records must be completed accurately and honestly.
Al Hernandez,P.E. Making false or misleading entries is never tolerated,whether the entries relate to
Department Manager financial results or technical results.
If you have concerns or questions about the potential integrity of financial information,
you have an obligation to report it immediately using one of the methods identified in
How Do I Get Help?
HELPLINE: (913) 599 5701 ethics@terracon.com Terracon Principles of Business Conduct and Ethics 12017 18
II. Doing the Right Thing (Continued)
"In government contracting, properly Concerns about Violations with Government Work
following the terms and clauses of As a contractor to municipal,state,and federal governments,we are subject to
your contract are as important as a number of regulations that mandate how,when,and to whom our work can be
completing the scope of work.It is reported,and how it must be invoiced.If we have credible evidence that we violated
important to read all of the contract, laws or received overpayment in connection with our government work,it must be
understand what you need to do, how reported promptly.
you are supposed to do it, and then
document all of your efforts. Strong If you have concerns or questions about potential violations or overpayment involving
Compliance discipline will ensure government work,you have an obligation to report it immediately using one of the
that we are being good stewards of methods identified in How Do I Get Help?
taxpayer money and can't be accused Discipline
of improper behavior." All employees are subject to our Principles of Business Conduct and Ethics and must
Monica Curls adhere to them.Continued employment by Terracon depends on full compliance with
Manager of these policies and duties.Every employee must acknowledge in writing that they have
Government Compliance read and will comply with the Principles.The Principles of Business Conduct and Ethics
is part of the personnel policies of Terracon. Remedies and penalties for violations of
these Principles can range from written and oral warnings to termination,depending on
the nature and circumstances of the violation.If appropriate,we will report misconduct
to the proper authorities,which may lead to civil and regulatory liability and/or criminal
prosecution.
HELPLINE: 913) 599 5701 I ethics@terracon.com Terracon Principles of Business Conduct and Ethics I 201— 19
III . Respect for Each Other
"For everyone to go home safely every Incident and Injury-Free Workplace (IIF)
day, we must maintain an attitude that IIF is based on our concern for the wellbeing of employees and their families.It is an
"We are our brother's keeper" and take uncompromising commitment to everyone going home safely each and every day.
responsibility of our own safety as well Safety is an inseparable part of"doing things right,"just as much as other operational
as everyone around us.' priorities,including quality,schedule,and even profitability.11Fis based on our deep
Michael O'Grady,P.E. and genuine commitment to all of our people,whom we value for who they are and
Executive Vice President, what they do for the Company and their families. It requires that safety becomes deeply
Safety personal,relevant,and important to each of us.We must hold ourselves responsible,
not just for our own safety and wellbeing,but for the safety of everyone around us.
Further,we must all develop a mindset committed to preventing any incidents,injuries,
or accidents,no matter how minor or infrequent.Minor injuries inevitably lead to
serious or fatal injuries to ourselves or others.It is imperative for you to know that you
have the right and responsibility to speak up to whomever you feel appropriate if you
are ever asked to work under conditions you feel are unsafe or may require additional
review. For additional information please see Terracon's 11F policies on Terranet
WHAT IF
Q: You are riding with a co-worker to a job site.His phone rings and he picks up the phone(not hands-free)and holds a lengthy
conversation while driving.Do you say anything to the co-worker during or after the call?
A: Yes.You need to remind the co-worker that Terracon Core Rule 11 prohibits the use of cell phones while driving.Driving
deserves 100%of your attention and the safest way to talk on the phone while driving is to pull over.If you know he is
expecting a call,you could also offer to drive so he can focus on the call,and you can focus on driving.
Workplace Violence
As part of our commitment to a safe working environment for our employees,we have a
zero tolerance policy for workplace violence.Employees who are violent or make threats
of violence in the workplace will be subject to disciplinary action,including termination
of employment,and when appropriate,criminal prosecution.
"Drug and alcohol use puts you, your Drugs and Alcohol
co-workers and your client at risk. If To ensure safety,our workplace is free of drugs and alcohol.Possessing or using illegal
you are working impaired,you are substances,consuming alcohol at work,or misusing prescriptions and over the counter
working unsafe." medications is prohibited. It puts our safety at risk,as well as the safety of those we
Jim Wright may be working around.It is subject to discipline,including termination of employment.
Director of Safety&Health Please note that marijuana is categorized as a Schedule 1 drug under the Federal,
Controlled Substance Act.Consequently,marijuana usage is not exempt under Terracon
policy regardless of state law on the issue or whether an employee is medically licensed
/prescribed for such use.For additional information,please see Terracon's Controlled
Substances and Alcohol Policy.
HI.LPI IN[: (91 3) 599 5-0I ethics J)tcrrak_on.com Terracon Principles of Business Conduct and Ethics ( 2111' 20
� y
III. Respect for Each Other (Continued)
Diversity and Inclusion
Terracon maintains a diverse workforce.We encourage every individual to contribute
to our growth and success.Each of us must do our part by promoting an inclusive
work environment that capitalizes on our different backgrounds and talents,optimizes
our collective strengths,and minimizes our individual weaknesses.By virtue of our
diversity,we achieve together what we cannot do individually.
Discrimination and Harassment
Discrimination has no place at Terracon.Our commitment to a diverse workforce
means that we must work together to eliminate and prevent discrimination.In general,
"Terracon has a commitment to
providing a workplace where all discrimination arises when a person or a group is the target of unequal treatment
employees feel welcome and included. because of certain characteristics such as:race,color of skin,national origin,age,
religion,gender,gender identity,sexual orientation,disability,or any other status
Care and concern for our employees
protected by law.
extends well beyond safety-we want
all of our employee owners to be fully Harassment is a form of discrimination.Harassment generally refers to any form of
engaged in our growth and success" conduct that creates an intimidating,hostile,abusive,or offensive work environment
Stephanie Price to a protected group status,where the behavior is unwelcome.Harassing conduct can
Director, be physical,verbal,written,or visual.The effect of the action,not the intent,is what
Human Resource Operations matters.In determining whether the conduct constitutes harassment,Terracon will
take into consideration whether a reasonable person would be offended under the
circumstances and whether the affected party was personally offended.
Terracon is committed to providing a work environment that is free from harassment,
intimidation,and coercion of any type.We will not tolerate the use of discriminatory
slurs,unwelcome or unsolicited sexual advances or harassment,or any other remarks,
jokes or conduct that creates or fosters an offensive or hostile work environment.
Employees of Terracon at all levels must act with respect and civility towards co-
workers,clients,and outside firms to ensure the basic principles of respect and dignity
are exercised in all working relationships.For additional information please see
Terracon's Harassment/Discrimination Free Workplace Policy.
WHAT IF
Q: A co-worker sends an email to his/her work group.The email contains some comments that refer to religion and politics. One of
the recipients is offended.Should she/he contact Human Resources?
A: If the offended employee is comfortable doing so,they could first try to approach the employee about their concerns in a
reasonable manner,or bring the issue to their supervisor and ask for their assistance. If that is not an option,the Human
Resources Department is always open to assisting any employee dealing with a situation they believe to be inappropriate.
HELPLINE: 913) 599 5701 I ethics@terracon.com Terracon Principles of Business Conduct and Ethics 12017 21
III. Respect for Each Other (Continued)
"Our office is our home away from Disrespectful Behavior
home. My goal as the office manager We make every effort to hire and retain accomplished,professional,talented,and
is to help create and sustain an office pleasant people for our employee-friendly work environment.At Terracon,we are
environment that every employee focused on teamwork,skills,capabilities,long-term potential,and character.
looks forward to working in. Harsh
words and disrespectful behavior have If you are belittling,condescending,demeaning;if you are unreasonably difficult and
no place in our office:" unpleasant;if you misuse your management authority to bully or intimidate others and
Noosha P. Smith,P.E. ignore our core values,you have no place at Terracon.Even when you deliver great
Office Manager results,if your behavior alienates other talented contributors and creates an unhealthy
work environment,you have no place at Terracon.While your abusive behavior may
not technically violate laws or our anti-discrimination or anti-harassment policies,it is
contrary to our collaborative environment.Terracon can terminate your employment for
disrespectful and unprofessional behavior.
WHAT IF
Q: A project manager is speaking loudly and harshly to another employee,using inappropriate language.The employee is very
frustrated because this has happened before with this project manager.What should the employee do?
A: Given the repeated instances of inappropriate behavior,the employee should discuss with his/her manager.If that does not
resolve the situation, he/she may want consider escalating to the office manager or to human resources for further guidance.
If those do not resolve the issue,he/should could contact the Helpline.What is important is that he/she speaks with someone
to ensure it is addressed.
Protection of Personal Information
In today's electronic information exchange and storage environment,Terracon is
committed to employee privacy and the protection of employee personal information.
The Company follows reasonable and recommended information security procedures
to protect employees'personal information.To provide services such as health care
benefits,stock ownership,and insurance to our employees,Terracon may occasionally
share your personal information with outside vendors.Unless otherwise permitted
by law,Terracon obtains your consent before it transfers your personal information to
others.For additional information,please see Terracon's Privacy Data Policy
HELPLINE: (913) S99 5701 I ethics@terracon.com Terracon Principles of Business Conduct and Ethics 12017 22
•
IV Respect for Terracon
"A potential or perceived conflict of Conflicts of Interest
interest may arise when we represent Conflicts of interest arise when our personal or financial interests interfere,or appear to
more than one entity on a project, interfere with our professional judgment and/or objectivity.Conflicts are inevitable in
especially if those entities have or later a large company.If something does not feel right,chances are it is not and you should
develop different objectives. It is not ask for guidance.When dealing with conflicts,disclosure is critical.Timely disclosure
unethical to have a conflict of interest. to all affected parties resolves most conflicts of interest and can avert an embarrassing
How conflicts of interest are resolved situation.If a conflict cannot be addressed through disclosure,it is addressed through
is the measure of our ethics. Clear and re-assignment of personnel,a change in how we deliver our work,or other viable
prompt communication is required to solution.Always disclose both actual and apparent conflicts of interest to your
address or resolve a conflict of interest." supervisor.
Christopher Srock,P.E.
Senior Manager, National Accounts Personal Conflicts of Interest:A personal conflict of interest exists whenever
individuals may be influenced by their own personal interests or relationships when
making decisions on behalf of Terracon.Depending on the facts and circumstances,the
following are examples of situations that may involve conflicts of interest:
• Owning,directly or indirectly,a significant financial interest in any entity that does
business,seeks to do business,or competes withTerracon.To assist in determining
conflicts;the size and nature of the investment,the nature of the relationship
between the other entity andTerracon,the employee's access to confidential
information,and the employee's ability to influenceTerracon decisions will be
considered.If you are considering a financial interest of that kind,contact your
division manager in advance.
• Soliciting any vendor or potential vendor for contributions to any charity.Such
solicitations should be nominal,with a maximum contribution of$2,000.
• Exercising supervisory or other authority on behalf of Terracon over a co-worker who
is also a family member.The employee's supervisor will consult with appropriate
management and the Human Resources Department to assess the advisability of
re-assignment.
• Loans to,or guarantees of obligations of,employees or their family members by
Terracon could constitute an improper personal benefit to the recipients of these
loans or guarantees,depending on the facts and circumstances.These loans require
prior approval of appropriate management.Call the Helpline for guidance on the
proper level of approval for your request.
Organizational Conflicts of Interest:An organizational conflict of interest may arise
when Terracon's work for one client conflicts with our relationship with another client.
That conflict has the potential to impact our ability to deliver impartial,technically
sound,objective assistance and advice.It may result in an unfair competitive
advantage.Many of our clients have policies about organizational conflicts of interest
which may be more restrictive than our policies.Many government clients have very
HELPLINE: (913) 599 5701 I ethics@terracon.com Fcrracnn Principles ut lusinc„Conduct and Fthic, _'l)17 23
IV Respect for Terracon (Continued)
specific policies on conflicts of interest.Even an inadvertent violation may result in
sanctions and damage to Terracon's reputation.We should be aware of our clients'
policies on conflicts and use them as our guide in determining the best course of action
in resolving conflicts.In the event a conflict of interest is waived by a client,please use
Terracon's Conflict of Interest Waiver form to document the client waiver.
WHAT IF
Q: Terracon performed geotechnical services for a client who was considering purchasing a property.That client decided not to
purchase.A couple of months later a new client is considering purchasing the same property and would like to hireTerracon for
similar geotechnical services.Can we perform these services for the new client?
A: Yes,we can perform the new services.However,we must first determine whether we can utilize the data and information from
the prior investigation.Some projects carry sensitive client information or confidentiality provisions so that a disclosure of the
prior services would cause problems with our prior client or possibly violate our prior contractual agreement.Before disclosing
any information relating to the prior project,we should consult with the original project manager,our APR,and possibly the
Terracon Legal Department to consider all of the potential issues or areas for concern and determine the best course of action.
It may be necessary to approach the new project as if we had not performed the prior work,even performing new borings or
sampling,if necessary,rather than risk the disclosure of confidential or sensitive information.
Apparent vs.Actual Conflicts of Interest:An apparent conflict of interest can be just as
much of a problem as an actual conflict of interest.While we may be perfectly capable
of making an unbiased decision,if an appearance of a conflict of interest exists to
those outside of Terracon,it may appear we are not being objective.Such appearance
of impropriety can undermine the integrity of the process,just as if a conflict actually
existed.An apparent conflict of interest should be taken seriously and resolved as if it
were an actual conflict of interest.
WHAT IF
Q: You are an engineer in one of theTerracon offices.You are preparing a proposal for a client.One of your best friends works for
that client.CanTerracon pursue opportunities with that client or should they be off limits because of your relationship?
A: Terracon can pursue the opportunity,but the relationship with your best friend needs to be carefully considered to determine
what role,if any,will be appropriate for you to play.The answer will vary depending on the extent of your relationship,role of
your friend,and size of the project.Look at How Do I Get Help?to assist you in determining the right answer for the specific
pursuit.
Doing Business with Employees and Family:When a personal or family relationship
exists between employees working together,it may create tension in the workplace
and may appear as though some employees are receiving preferential treatment.No
HELPLINE:(913) 599 5701 I ethics@terracon.com ferracon Principles of Business Conduct and Ethics 12017 24
IV Respect for Terracon (Continued)
"Our job is to create a culture of family member should be in a position where he or she has decision-making authority
fairness in all our business dealings. over another family member.As a general rule,Terracon does not do business with
Doing business with family, no matter employees or members of their immediate family.A conflict of interest exists if you or
how well intentioned, can create a your family member has a personal stake in a company that is a subcontractor to,or a
perception of unfairness that must client of Terracon.If you are aware of a conflict or potential conflict,you should discuss
be avoided." as appropriate using the methods identified in How Do I Get Help?
Jeff Roberts,P.E.
Any business opportunity involving you or your family members must be approved in
Division Manager
advance by your Division Manager.
Corporate Opportunities:You may learn about business opportunities through your
work at Terracon.Benefitting personally from such opportunities,or using Terracon's
information or name to benefit in other ways,creates an unacceptable conflict
of interest.You must not engage in any activity that compromises,or appears to
compromise,your commitment to act in Terracon's best interest.If you become aware
of an opportunity that may benefit Terracon,let the Company know about it.Only if
Terracon has no objection may you disclose such business opportunities to others or
take advantage of them yourself.
"We want employees to Outside Employment/Moonlighting:Accepting employment outside of Terracon,while
participate in outside activities not prohibited,may at times create a conflict of interest.Further,Terracon's workload
that interest them.When it is unpredictable.Upon occasion,our employees are asked to work unusual and/or
comes to moonlighting, our long hours,sometimes with short notice.Outside employment must not restrict this
schedules often make it difficult flexibility.Employees should not accept a job outside of Terracon or run a business
for both situations to be workable. if it will interfere with their work at Terracon.The following are examples,but not an
Employees need to run it by the exhaustive list,of restrictions on outside employment:
supervisors to make sure it isn't
• Work for others cannot be performed during normal work hours,or be performed for
a conflict of interest and that it
Terracon's clients,or fall within a range of services normally provided byTerracon.
won't interfere with normal
work duties." •
Terracon's equipment will not be used when working for others.
Laura Campa,P.E. • Work done for gratis,such as for a friend,neighbor or civic organization,is
Office Manager acceptable so long as it does not in any way reflect actual or perceived liability by
Terracon,fall within a range of services normally provided byTerracon,or involve the
use ofTerracon's equipment.
In addition,salaried employees must receive written permission from their operating
group manager before performing outside services for others.
Any questions about outside employment should be discussed with an employee's
supervisor or office manager.For additional guidance,contact the Helpline.
Serving on a Board of Directors:Service on the board of a client,or subcontractor,or
other service provider is generally discouraged.Any such service must be approved
in advance by your operating group manager.Activity that enhances or supports the
HELPLINE: (y1;) 599 5701 ethics@terracon.cum Terracon Principles of Business Conduct and Ethics l 2017 25
IV. Respect for Terracon (Continued)
position of a competitor to the detriment of Terracon is specifically prohibited.Service on
not-for-profit boards is allowed,subject to the review and approval of your office manager.
Generally,approval will not be granted if the organization has a potential or actual client
relationship with Terracon.
Concerns about Conflicts of Interest:If an employee has any questions about a potential
conflict of interest,or if they become aware of an actual or potential conflict,they should
discuss the matter with their supervisor or refer to the resources listed in How Do I Get
Help?Factors that may be considered in evaluating a potential conflict of interest are,
among others:
• Whether it may interfere with the employee's job performance,responsibilities or
morale;
• Whether the employee has access to confidential information;
• Whether it may interfere with the job performance,responsibilities or morale of others
within the organization;
• Any potential adverse or beneficial impact onTerracon's business;
• Any potential adverse or beneficial impact onTerracon's relationships with customers,
"Simply put,gifts we give or suppliers or other service providers;
receive should be occasional and
• Whether it would enhance or support a competitor's position;
modest"
David Gaboury,P.E. • The extent to which it would result in financial or other benefit(direct or indirect)to the
President and CEO employee;
• The extent to which it would result in financial or other benefit(direct or indirect)to a
customer,subcontractor,or other service provider;and
"Giving gifts to clients may seem
like a good idea, but many private • The extent to which it would appear improper to an outside observer.
clients, as well as federal, state and
Gifts and Entertainment
local government agencies have
Business gifts and entertainment are courtesies designed to build working relationships
strict policies regarding giving or
with our clients,subcontractors,and vendors.When offering or providing gifts,
receiving gifts.These policies can
entertainment,meals,or anything else of value,we should be guided by good judgment,
include meals, social events and
discretion,moderation,and transparency. Business entertainment and gifts are meant
other favors, and the limitations
to create goodwill and sound working relationships and not to gain improper advantage
are not limited to just the holiday
with customers or facilitate approvals from government officials.Accordingly,employees
season, but apply all year. Please use
should neither give nor accept any gifts which are,or could reasonably be perceived as
wise judgment, and make sure that
inappropriate.Many city,state,and federal regulations place specific prohibitions and
any gift you offer is not in violation of
limitations on gifts and entertainment. It is important to know the gifting/entertainment
a policy that would put the client in
rules and policies of your clients before considering any type of gift or entertainment
jeopardy with their employer."
expense.Accepting or offering gifts or entertainment should be done under the following
Kevin Langwell
guidance:
Senior Vice President-
Client Development • Gift/entertainment should be nominal in value;
HELPLINE: (913) 599 5701 I ethics@terracon.com Terracon Principles of Business Conduct and Ethics 2017 26
IV Respect for Terracon (Continued)
• Not prohibited by law,regulation,or contract;
• Infrequent,in good taste,and unsolicited;and
• Not cash or a cash equivalent(e.g.gift cards).
Contact the Helpline for guidance if you are unsure as to whether you are prohibited
or limited by your position to contribute to political candidates,both individually or on
behalf of the Company.
WHAT IF
Q: One of our subcontractors is sponsoring a product demonstration.They have invited the Office Manager and a Project Manager
to spend the weekend at a local resort at the subcontractor's expense to see some of the new offerings the company is releasing.
They have assured us there is no obligation to purchase the new products.Is it acceptable for theTerracon managers to attend?
A: These types of invitations should be carefully scrutinized because they might make clients and competitors suspicious of our
intention and objectivity.Such demonstrations may be necessary and proper if they are the only practical way to obtain the
necessary information about the product or service.Make sure to run any such sponsored activity by your immediate supervisor
and/or Office Manager to make sure the sponsored demonstration is necessary and appropriate for our needs.If it is important
for us to attend,another option to consider is forTerracon to pay for the transportation and/or lodging costs to attend the
demonstration.
Political Activities and Contributions
Terracon encourages employees to participate in the political process and to support
candidates and causes of their choice.Terracon's political engagement is regulated by
strict laws in most jurisdictions where we do business.These laws dictate what we can
and cannot do as a company.They also often regulate what our officers,directors,and
employees can and cannot do.This is especially true for companies such as ours that
provide services to federal,state,and local governments.
Contact the Helpline for guidance if you are unsure as to whether you are prohibited or
limited by your position to contribute to political candidates,both individually,or on
behalf of the Company.
Terracon has also created the Terracon Political Action Committee(PAC)to contribute
to individual candidates and causes important to Terracon's business.All contributions
to the PAC are made by Principals,are voluntary,and are never reimbursed by Terracon.
Decisions by Principals on whether to participate in the PAC have no bearing on
their compensation or promotional opportunities.For additional information about
Terracon's approach to political activities,please see to Terracon's Political Activities
and Contributions Policy.
HELPLINE: (913) 599 570I ethics@terracon.com Terracon Principles of Business Conduct and Ethics 12017 27
IV. Respect for Terracon (Continued)
Protection of Terracon Assets and Resources
It is important that we work together to safeguard Terracon's property. It is up to each of
us to protect our tangible and intangible assets.We use Company assets and resources
responsibly and protect them from theft,damage,and misuse.Terracon's property is
expected to be used only for legitimate business purposes.
WHAT IF
Q: You are placing an order for some books on the internet forTerracon using your Company credit card.There is a book that you
would like for personal use and it only costs$10 because of the size of your order with all theTerracon books.Can you order it on
the Company credit card?
A: Only with advance knowledge and permission of your supervisor and full reimbursement toTerracon of the expense after it is
incurred.
Physical Assets and Technologies:Terracon's facilities,equipment,vehicles,computers,
electronic devices,and other physical assets are to be used for legitimate business
"Confidentiality on projects is an
purposes.While we may engage in limited personal use of Terracon's IT systems,
entrustment of our client's sensitive
we may never use them to communicate discriminatory,harassing,or threatening
project information to us.We
messages. Employees should have no expectation of privacy or confidentiality for
must respect that trust in order to
any information that resides on Terracon computers,equipment,or communication
maintain our client relationships.
systems.
We must always be mindful of who
we are talking to and sharing project Confidential Information and Non-Disclosure Obligations:Terracon's confidential
information.You never know who information is one of our most valuable assets.Confidential information is not publicly
will show up on a project site asking available and can take many forms including business strategies,acquisition plans,
questions or who you are sitting next project pursuit and teaming plans,and labor and pricing approaches.You may only use
to on an airplane.Always remember, our confidential information for its intended purpose and never for your own personal
"Loose lips sink ships." gain,even after you leave Terracon's employ. During or after your employment with
Mike Covert Terracon,you may not reveal Terracon's confidential information to others,including
National Director of your new employer.All confidential information of Terracon belongs to Terracon and
Environmental Services must be maintained as confidential.Except as necessary to conduct our business or
as required by law,posting or discussion of any Terracon confidential information
WHAT IF
Q: An employee is leavingTerracon to go to work for a competitor.This employee has access to theTerracon fee schedule and you
see him/her packing it up with his/her other files.Should you say something to the employee or the employee's manager about
that being information that cannot leave the Company?
A: Yes.The fee schedule contains some of the most confidential information the Company maintains.Competitors could use the
information to undercut our pricing on project pursuits.
HELPLINE: (913) 599 5701 ethics@terracon.com Terracon Principles of Business Conduct and Ethics I 20l' 28
IV, Respect for Terracon (Continued)
concerning our business,employees,information,or prospects is prohibited.If an employee
leaves Terracon,all records containing any Terracon confidential information in an employee's
possession must be immediately returned to Terracon.
Intellectual Property Rights:Our intellectual property rights are important assets.We bring
valuable technologies,processes,and know-how to the work we do for our clients.Unless
Terracon agrees otherwise,intellectual property developed by you while working for Terracon
is the property of the Company.
Software:To perform our work Terracon licenses commercial software developed by others.
Only licensed software will be used.These licenses are subject to terms we must honor.When
using licensed software in your work,be aware of the license limitations of our software.We
do not copy software licensed to Terracon for home or other use,nor do we take copies with
us when we leave Terracon.We also do not use Company equipment to violate copyright laws
by illegally downloading or sharing intellectual property that belongs to others.
WHAT IF
Q: An employee is frustrated with a co-worker because he/she always takes PTO on specific religious holidays.The employee
posts a comment on Facebook that could be considered discriminatory.CanTerracon require you to remove this post and take
disciplinary action?
A: Yes. Terracon's Social Media policy prohibits harassing or discriminating communication aboutTerracon employees.
Social Networking
Terracon uses social media platforms for branding,business development,public relations
strategies,and for employee communications.If you engage in a dialogue on these platforms
about Terracon,we look for you to support Terracon business objectives.Whether you
use social media from your personal computer or company-owned equipment,during the
workday or on your own time,you may not engage in discriminatory or harassing activities
or communicate confidential company information.Terracon does not restrict employees'
communications relating to working conditions or unionization.For additional information,
please see Terracon's Social Networking Policy.
Media and Other Inquiries
We are often contacted for comments about our Company,services,clients,or events that
affect them.To provide complete and accurate information only designated individuals may
speak on behalf of Terracon.If you are asked for information by any outside party such as
a journalist or attorney,do not respond to these inquiries.Direct media inquiries to our
Director of Communications in the Corporate Marketing Department and legal inquiries to
Terracon's Legal Department.
HELPLINE: (913) 599 5701 I ethics@terracon.com Terracon Principles of Business Conduct and Ethics 12017 29
IV. Respect for Terracon (Continued)
Do not provide"off-the-record"comments.You should not respond to electronic(email,
blogs)inquiries or post comments in public forums,including social media forums,which
could be attributed to Terracon.When speaking about our business at industry events,or
on expert panels,be aware that what you say will be attributed to Terracon and may be
quoted by media without your knowledge of consent.As a private citizen,your opinions are
your own.As a Terracon representative,you speak on behalf of our Company and must be
very careful to only impact our business or our clients positively.
WHAT IF
Q: Your office has been selected on a controversial highway project in a local county.The localTV station crew is waiting at the
office the morning after the decision is announced.They are asking you for a comment.Should you agree to an interview at that
time to explain the reasons whyTerracon won for the job?
A: Not yet.After consulting with your office and division manager,you should contact either the Director of Communications(in
the Corporate Marketing Department)or the Helpline for guidance on how the request should be handled.Someone will assist
you with the proper approach to responding to the media and whether and how you or others should respond to their questions.
HELPLINE: (913) 599 5701 I ethics@terracon.com Terracon Principles of Business Conduct and Ethics 12017 30
V. Respect for Clients, Subcontractors, Vendors,
and the Community
"We cannot use bribery, gifts or favors Corrupt Business Practices
to encourage a client to choose us. At Terracon,our employees do not offer bribes to secure business.We do not influence
That is improper influence and it is not our client's selection decisions through improper means.We perform federal,state,
the way Terracon does business"" and local government work so it is particularly important that we comply with anti-
Don Vrana corruption and procurement integrity laws in effect everywhere we do business.
Executive Vice President, Terracon has zero tolerance for those who violate these laws.We expect our partners,
Chief Financial Officer agents,and subcontractors to embrace our zero-tolerance policy.Terracon takes these
violations very seriously and will discipline violators,up to and including termination.If
we work outside of the United States,we must comply with the U.S. Foreign Corruption
Practices Act and all local anti-corruption and procurement integrity laws.
If you have any questions or concerns about the appropriateness of a business
practice,please contact the Helpline.
Relationship with Subcontractors,Vendors,and Suppliers
Subcontractors and vendors are a very important part of our business.We reasonably
expect them to give us quality service,deliver quality products and materials,
and provide us with the best value.We do not abuse our relationship with our
subcontractors and vendors by seeking to gain an undue advantage.
We never ask for personal gifts,entertainment,favors,or anything else of perrsonal
value from our subcontractors and vendors.We are careful to comply with Terracon's
gifts and entertainment policy when such courtesies are offered to us.To do otherwise
could create an appearance of a procurement process that lacks transparency and is not
consistent with our core values.
In selecting subcontractors and vendors,Terracon encourages and supports small,
disadvantaged,women-owned,and minority-owned businesses.The business
practices of our subcontractors and vendors impact our reputation and our business.
"A privilege that we enjoy at
Therefore we seek assurances that our subcontractors and vendors comply with all
Terracon is healthy relationships with
laws and have policies to require such compliance.
subcontractors.That privilege comes
with a responsibility to demonstrate Confidential Information of Clients,Vendors,and Partners
to each subcontractor that we are We protect confidential information that belongs to our clients,vendors,
committed to doing the right thing"" subcontractors,and joint-venture partners.If through your work at Terracon
Vic Donald,PE. you become aware of the confidential work of others,you may not disclose it to
Senior Vice President and Director, unauthorized persons or use it for unintended purposes.This confidentiality obligation
National Geotechnical Services continues even after your employment with Terracon ends.You may never use
confidential information for your own personal gain.
HELPLINE: (913) 599 5701 I ethics@terracon.com Terracon Principles of Business Conduct and Ethics ( 2017 31
V. Respect for Clients, Subcontractors, Vendors, and the Community (Continued)
WHAT IF
Q: Terracon has been awarded a contract that will require the hiring of some sub-contractors.The work on the project is subject to a
confidentiality agreement, but you will need to supply the subcontractor with the project dates,budget,and specifications so the
sub-contractor can prepare a proposal. Does this violate our confidentiality agreement?
A: No. Not as long as you share just the information that the sub-contractor needs to know and ensure that the subcontractor
honors all of the confidentiality provisions of your client.
Competitive Information
We do not need our competitor's confidential information in order to be successful.
We must never ask co-workers to reveal information about former employers,clients,
or business partners if this disclosure violates obligations of confidentiality. If you
possess proprietary competitive information from your prior employer that is relevant
to your work at Terracon,do not disclose this information.If you have any concerns
that knowledge you have may influence the work you are doing with Terracon,discuss
the situation with your direct supervisor to address this issue.If the information
may undermine or create the appearance of undermining the integrity of our client's
procurement,we will reassign you to another project.
"One of the only ways we and our Accurate Record Keeping
clients can really tell how good of a job Accuracy of our business records and data is essential.We must record our time
we are doing is if we keep accurate charges,expense reports,project and cost information,mandatory training,and
records" health and safety incidents accurately and timely.Clients rely on our reputation when
Don Vrana selecting us.Issues associated with inaccurate records or record falsification are
Executive Vice President, extremely damaging to the reputations of companies such as ours.Accuracy issues
Chief Financial Officer in one location can impact our reputation across the Company even in offices that
had nothing to do with the issue in question.Omission,falsification,or fabrication of
our business records contradicts our core values and may result in penalties for the
individual and Terracon.
WHAT IF
Q: One of your clients is unhappy with the way one phase of the project is progressing.You go to meet with them at their office to
better understand their issues.You spend three hours and you charge that to the project on your time sheet. However when it
comes time to bill the client,you write off those hours and don't bill the client for them. Is this acceptable?
A: Yes.Although it is rare,it is within our discretion to decide not to bill our clients for time charged to their projects when
reasonably appropriate.Any such decision should be made with proper supervisory approval and all time should be booked.
HELPLINE: (91 3) 599 570I I ethics@terracon.com Terracon Principles of Business Conduct and Ethics 12017 32
V. Respect for Clients, Subcontractors, Vendors, and the Community (Continued)
Government Inquiries
If a representative of a government agency asks that you take part in an investigation
of Terracon or certain employees,seek immediate assistance from the Terracon Legal
Department or the Helpline.We must be forthright.At no time may we conceal,alter,
or destroy any requested records or information in anticipation of such an inquiry.We
must never attempt to influence the results of such an investigation or audit.
Antitrust and Competition Laws
Terracon competes ethically and on its merits.We deal honestly and fairly with our
clients,competitors,contractors,and subcontractors.We always follow procurement
practices established by our clients.Antitrust and competition laws generally prohibit
agreements between competitors such as bid rigging(agreements to select bidders
in advance of the selection process);price fixing(agreements with competitors on
prices/rates to be charged customers);and market,customer,or territory allocations
(agreements with competitors on what markets each will compete).Casual and informal
information exchanges are also illegal,if the intent is to corrupt the procurement
process.
If you find yourself in discussions with representatives of a competitor that appear
to be about how you can work to set prices,divide markets,or manipulate business
opportunities,stop and seek immediate guidance from the Helpline.Teaming with
competitors in pursuit of project opportunities or markets generally is not a violation of
antitrust and competition laws.
WHAT IF
Q: Terracon has teamed in the past with a local competitor and won several contracts. Now we are competing with them for a
contract.The project managers from both companies agree as part of their submissions to set the price above what they have
charged before and not deviate from that price in negotiations. Is this acceptable?
A: No.This is no longer teaming,but price fixing as you and your competitors have agreed to the price that will be charged to your
clients.This would be considered illegal and subject you both to criminal liability.
HELPLINE: (913) 599 5701 I ethics@terracon.com Terracon Principles of Business Conduct and Ethics 12017 33
How Do I Get Help?
Questions or issues regarding appropriate business conduct and ethics can be tricky. Knowing the right
answer can be difficult.The following resources are available to help employees get the answers they need.
• Your supervisor,if not directly involved in the issue.
• An experienced technical professional,if not directly involved in the issue.
• Your office,division,or operating group manager,if not directly involved in the issue.
• The Business Conduct and Ethics Helpline("Helpline")at 913-599-5701 or at ethics_aterracon.com.
• Any member ofTerracon's Human Resources(HR)or Legal Department.
The Business Conduct and Ethics Helpline("Helpline")is our confidential hotline for seeking guidance,
asking questions,raising concerns,or reporting potential violations of our Principles of Business Conduct
and Ethics,Terracon policies or laws.
We also have a duty to Terracon and our fellow employees-shareholders to report known or suspicious
violations of our Principles of Business Conduct and Ethics,Terracon policies,or law. If you are aware of
misconduct,or even suspect it,you should also contact any of the above resources as appropriate.
2
Minimum
Requirements
2 Minimum Requirements
714
y•
. ..,,.._...„... ko. _ _ .
.'IP', • ' ": .e., .,, '''ai.y.,
Ai:
iiip.X, t Af ... ;paw.
. ,................\(7 , 4.
M
j ''
y �►m Sty t " x .l4 ' t> I~`
: -,
.
i - -7,. le".7:. •:*;'. ... '•., "" -- / ,7 14
2.1 MINIMUM QUALIFICATIONS REQUIREMENTS
A. Architect/Engineering Firm
Per the requirements of City's RFQ, the following are Terracon's licenses with the Florida Department of
Business and Professional Regulation (DBPR).
State of Florida
Board of Professional Engineers
Attests that
Terracon Consultants, Inc. FBPE
•� , P1 YI,..A..ACC fl
Is authorized under the provisions of Section 471.023,Florida Statinto offer engineering services
to the public through a Professional Eng..neer,duly Licensed und5eChapter 471.Florida Statutes.
Expiration: 2/28/2019CA Lic.No:
Audit No: 228201904806 R - _ ._ - 8830
STATE OF FLORIDA
DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION .
BOARD OF PROFESSIONAL GEOLOGISTS
LICENSE NUMBER s 1 t •.'.
G8496
The GEOLOGY BUSINESS '.'- ' t,
Named below IS CERTIFIED
Under the provisions of Chapter 492 FS
Expiration date JUL 31.2018
. ~ . r 0
TERRACON CONSULTANTS,INC. ; i 1T_
1675 LEE ROAD >. ].
WINTER PARK FL 32789 ;'! ".
"' .""...``t.,,„,."`<;« .
” '"' . +:."`r,"° :•_
1•.'•
1lerracon City of Miami Beach RFQ No.2018-141-ND I Engineering—Environmental Services and Testing 35
2 Minimum Requirements
Ud
� f
JONATHAN ZACHEM.SECRETARY
, ,
it, - dbpr
--vl
STATE OF FLORIDA
DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION
ASBESTOS LICENSING UNIT
THE ASBESTOS BUSINESS ORGANIZATION HEREIN IS LICENSED UNDER THE
PROVISIONS OF CHAPTER 469.FLORIDA STATUTES
TERRACON CONSULTANTS INC
y,. MICHAEL W SCHRUM
�i� 1675 LEE ROAD
CZ WINTER PARK FL 32789
L LICENSE NUMBER:ZA337 -]
_
EXPIRATION DATE NOVEMBER 30,2019
Always verity licenses online at MyFloridalicense.com
� Do not alter this document in any form.
}'i ij i-: This is your license.It is unlawful for anyone other than the licensee to use this document
B. Principle and Account Representatives
Per the requirements of City's RFQ, the following are Terracon employees' licenses with the Florida
DBPR.
Principal
State of Florida
Board of Professional Engineers
Attests that
Hugo E. Soto , P.E. FBPL
4 I,Win w,:iImu
Is licensed as a Professional Engineer under Chapter 471, Florida Statutes
Expiration: 2/28/2019 P.E.Lic.No:
Audit No: 228201909212 R 36440
11erracon City of Miami Beach RFQ No.2018-141-ND I Engineering—Environmental Services and Testing 36
2 Minimum Requirements
Contract Manager/Account Representative
State of
Florida
Board of Professional Engineers
Attests that
Lucas Alberto Barroso-Giachetti , P.E ,
i t i
1-Y11.1.Y1\111,1t
Is licensed as a Professional Engineer under Chapter 471, Florida Statutes
Expiration: 2/28/2819 P.E.Lie.No:
Audit No: 228201925642 R 68283
STATE OF FLORIDA
DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION
BOARD OF PROFESSIONAL GEOLOGISTS
5R�
LICENSE NUMBER •; •
PG1390 1,� "6"1"/-
The
The PROFESSIONAL GEOLOGIST77,•
Named below IS LICENSED ��n`�_�
Under the provisions of Chapter 492 FS.
Expiration date: JUL 31,2018
I!I.a!
8
.a! IN
HARRISON,STEVEN ADAM ' �
457 SW 169 TERRACE
WESTON FL 33326 j •‘, • ,
STATE OF FLORIDA
DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION
MOLD-RELATED SERVICES LICENSING PROGRAM
f
r,r� `1y ;ty
MRSA508 ••
The MOLD ASSESSOR *r y •1
Named below IS CERTIFIED
Under the provisions of Chapter 468 FS.
Expiration date: JUL 31,2018
❑. r•. , CIHARRISON,STEVEN ADAM r/1r1����iW • .
457 SW 169TH TERRACE. 4;:i•:••••
WESTON FL 33 ~w. '^‘,N -,••‘1,4•. ••00 i
0 4:.-
11erracon City of Miami Beach RFQ No.2018-141-ND I Engineering-Environmental Services and Testing 37
2 Minimum Requirements
State tate of Florida
Board of Professional Engineers
Attests that
Russell E. Stauffer , P.E.
f=BPE
Is licensed as a Professional Engineer under Chapter 471, Florida Statutes
Expiration: 2/28/2019 P.E.Lic.No:
Audit No: 228201922103 R 25233
STATE OF FLORIDA
DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION
ASBESTOS LICENSING UNIT ~ `
LICENSE NUMBER
EACCC0CI6
The ASBESTOS CONSULTANT-ENGINEER - •�
Named below IS LICENSED
Under the provisions of Chapter 469 FS
Expiration date. NOV 30,2018
:+1rt� 0
STAUFFER,RUSSELL E
TERRACON CONSULTANTS,INC. -c.1•
5463 WEST WATERS AVENUE*830
TAMPA FL 33634 t •J
STATE OF FLORIDA
DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION
MOLD-RELATED SERVICES LICENSING PROGRAM 1:47:1,.
LICENSE NUMBER f c_
MRSA2C'0 ; ,'
The MOLD ASSESSOR 'e. r
Named below IS CERTIFIED
Under the provisions of Chapter 468 FS
Expiration date: JUL 31 2018
STAUFFER,RUSSELL E R
1898 SETON COURT •4 '.
CLEARWATER FL s.>'r s 1 •j.
S. ri194
1(erracon City of Miami Beach RFQ No.2018-141-ND I Engineering—Environmental Services and Testing 38
2 Minimum Requirements
State of Florida
Board of Professional Engineers
Attests that
Kevin E. Aubry , P.E. 1EPL
Is licensed as a Professional Engineer under Chapter 471, Florida Statutes
Expiration: 2/28/2019 P.E.Lic.No:
Audit No: 228201913223 R 38175
State of Florida
Board of Professional Engineers
Attests that
Brian James Duchene , P.E. AF BPF
Is licensed as a Professional Engineer under Chapter 471, Florida Statutes
Expiration: 2/28/2019 P.E.Lic.No:
Audit No: 228201928170 R 45856
STATE OF FLORIDA
DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION
ASBESTOS LICENSING UNIT
LICENSE NUMBER / OtOf;
/ .,
EA0000075
The ASBESTOS CONSULTANT-ENGINEER .may
Named below IS LICENSED a �
Under the provisions of Chapter 469 FS.
Expiration date: NOV 30,2018
❑ ,.VDDUCHENE,BRIAN JAMES K • I
TERRACON CONSULTANTS INC. .
1411 SWEETBRIAR ROAD _}-..� {r }
ORLANDO FL 32806 '.-�•
•
1lerracon City of Miami Beach RFQ No.2018-141-ND I Engineering—Environmental Services and Testing 39
2 Minimum Requirements
TATE OF FLORIDA
DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION
BOARD OF PROFESSIONAL GEOLOGISTS •
LICENSE NUMBER
� c
PG1785 •
The PROFESSIONAL GEOLOGIST 7 � '
Named below IS LICENSED A
Under the provisions of Chapter 492 FS `"°
Expiration date. JUL 31.2018
COTTON,JAMES E • '
2867 KEMPER AVE rye i••_
ORLANDO FL3280i--.. {4{1 ,.r ,
O :,• I.
e J
STATE OF FLORIDA
DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION
MOLD-RELATED SERVICES LICENSING PROGRAM
-- I - 1,0
MRSA 1154 _1 "Ta`'' *'
The MOLD ASSESSOR
Named below IS CERTIFIED
Under the provisions of Chapter 468 FS -
Expiration date JUL 31 2018
ADASME,SERGIO ALEXIS wvil • 0•
3711 SW 68TH TERRACE tr
MIRAMAR FL 33023 '
State of Florida
Board of Professional Engineers
Attests that
Armando J. Alvarez Jr., P.E.
Is licensed as a Professional Engineer under Chapter 471, Florida Statutes
Expiration: 2/28/2019 P.E.Lic.No:
Audit No: 228201916772 R 55980
11erracon City of Miami Beach RFQ No.2018-141-ND I Engineering—Environmental Services and Testing 40
2 Minimum Requirements
State of
Florida
Board of Professional Engineers
Attests that
Rutugandha H. Nulkar , P.E.
Is licensed as a Professional Engineer under Chapter 471, Florida Statutes
Expiration: 2/28/2019 P.E.Lic.No:
Audit No: 228201925958 R 70625
tate oFlorida
Board of Professional Engineers
Attests that
Carlos Nicholas Mata , P.E.
FBPE
tt(1N1 z71.:1I)(
nn.I*.*u l Mav x.
Is licensed as a Professional Engineer under Chapter 471, Florida Statutes
Expiration: 2/28/2019 P.E.Lic.No:
Audit No: 228201908976 I 82381
State of Florida
Board of Professional Engineers
Attests that
Mitchell Allan Foster , P.E.
Is licensed as a Professional Engineer under Chapter 471, Florida Statutes
Expiration: 2/28/2019 P.E.Lic.No:
Audit No: 228201908811 I 82216
1Ierracon City of Miami Beach RFQ No.2018-141-ND I Engineering—Environmental Services and Testing 41
3
Experience &
Qualifications of the Firm
3 Experience and Qualifications of the Firm
L.
41 at
411.
y
F
1 •-- �A w Y i � �.s
OVIP
-
3.1 QUALIFICATIONS OF PROPOSING FIRM
Firm History, Relevant Experience, and Proven Track Record
Terracon is a consulting engineering firm providing quality services to clients. Since its inception in 1965,
Terracon has evolved into a successful multidiscipline firm specializing in geotechnical, environmental,
materials, and facilities consulting. The corporation, incorporated under the laws of Delaware, is
authorized to conduct business in the State of Florida and is licensed by the State of Florida Department
of Business and Professional Regulation.
Jacksonville With corporate headquarters in Olathe, Kansas,Terracon began as
PensacolaTallahassee Soil Testing Services of Iowa, Inc. in April 1965. In 1980, the
Winter Park company was renamed Terracon Consultants, Inc. and moved to
eiMerrittlsland the Kansas City metropolitan area. Over its history, Terracon has
Tampa m �Port St.Lucie achieved significant expansion through both internal growth and
Sarasota Q�
0 WestPalmBeach acquisitions including Nodarse & Associates and Dunkelberger
Ft Lauderdale
Miami Engineering & Testing. With more than 4,500 employees in over
140 offices nationwide, Terracon has a 11-office network in the
State of Florida. With the strength of our firm and our existing operations, Terracon has a tremendous
presence and broad scope of knowledge throughout the state and nation.
With more than 250 geotechnical engineers nationally and one of the largest drill rig fleets in the country,
Terracon has established its reputation as a premiere geotechnical firm in the nation. Locally, we have a
Miami Lakes office and accredited laboratory that will service this contract. In addition to the local staff,
the resources of our South Florida offices and laboratories (Fort Lauderdale, Port St. Lucie, and West
Palm Beach) can be made readily available for this contract.
The firm's continued success is further evidenced by a current ranking of ENR Rankings'2Ol1
\p0 PURE of„
30 in Engineering News-Record's 2017 listing of the Top 500 Design \�` wet,
Firms, as compared to a ranking of 50 a decade ago. Terracon's growth is #12 ,t tkUG(oa'
due to dedicated employees who are responsive to clients and provide . # i0 #62
timely, quality services, and take advantage of opportunities in the foa � q 63 �a
marketplace. 'Po FIRMS
1lerracon City of Miami Beach RFQ No.2018-141-ND I Engineering—Environmental Services and Testing 42
3 Experience and Qualifications of the Firm
Terracon provides services on thousands of projects each year. Our culture, systems, and structure
enable us to excel at both small and large projects. By combining our national resources with specific
local area expertise, we can overcome obstacles and meet or exceed our clients' expectations.
Terracon has a diverse portfolio of private and public clients.We strive to exceed our clients'expectations
for service, solutions, quality, and speed of delivery by being responsive, resourceful, and reliable. Based
on a deep understanding of our clients' needs, Terracon's commitment is centered on these key
objectives.
One of Terracon's core businesses is to service local governments through continuing services contracts.
We have serviced the public sector for over two decades in the South Florida area. Statewide we hold
over 125 continuing service contracts (environmental, facilities, geotechnical, construction testing and
inspection)with approximately 90 governmental agencies including state, county, and local governments.
Terracon has an outstanding history of contract extensions and re-selection under these contracts. Our
reselection on these contracts is indicative of our commitment and performance providing timely and
cost-effective engineering services to our clients. Local clients include, but are not limited to, the following:
• Broward County • Florida Department of Management Services
• Broward County Sheriff's Office • Florida Department of Transportation
• City of Dania Beach • Indian River County
• City of Fort Lauderdale • Martin County
• City of Fort Pierce • Martin County School District
• City of Hallandale Beach • Miami Dade College
• City of Homestead • Miami-Dade County
• City of Lake Worth • Nova Southeastern University
• City of Lauderdale Lakes • Palm Beach County
• City of Lauderhill • School Board of Broward County
• City of North Lauderdale • School District of Collier County
• City of North Miami • School District of Palm Beach County
• City of Opa-Locka • South Florida Water Management District
• City of Palm Beach Gardens • St. Lucie Public Schools
• City of Pompano Beach CRA • Town of Jupiter
• City of Port St. Lucie • Town of Miami Lakes
• City of West Palm Beach • Village of Royal Palm Beach
1rerracon City of Miami Beach RFQ No.2018-141-ND I Engineering—Environmental Services and Testing 43
3 Experience and Qualifications of the Firm
The Terracon Team has over two decades of experience in the City of Miami Beach and nearby locales.
We are experienced in both public and private sector work and the typical specifications and construction
methods for these project types in this geographic area. Our project experience is extensive and varied,
including roads, bridges, buildings, parks, and utilities. Key team members have worked on several sites
in the Miami Beach area during the past 20 years. Services have included underground storage tank
(UST) removals, and Phase I and II environmental site assessments (ESAs). Steven Harrison, P.G.
managed a significant project that encompassed approximately 25-square block areas of southern Miami
Beach. Susan Kuzia was instrumental in assisting Steven with the execution of the contract. USTs,
aboveground storage tanks (ASTs), former dry-cleaning facilities and a former above ground fuel farm
were identified. It was estimated that the remediation of the contamination identified would cost
approximately $8,000,000 to remedy.
Local projects the firm is currently performing or has previously performed services for include:
Project Client Services Provided
South Pointe Park Rosenberg Garder Design Geotechnical Engineering
Stormwater Pump Stations WSP USA Inc. Geotechnical Engineering
Various Services including
Phase I ESAs, Asbestos
Multiple Branch Bank Facilities1nfidential
Inspections, Special
Inspections
Commercial Building Confidential Client Phase I ESA
Swimming Pool Sunset Harbor Yacht Club Geotechnical Engineering
Limited Site Investigation
Office Building Elevator Confidential Client (LSI)/Phase II ESA
Washington Avenue JD Backhoe, Inc. Soils Testing/Inspections
Apartments Confidential Client Phase I ESA
Beach Renourishment Project, Chateau Ocean, LLC Soils Testing/Inspections
55th Street
Proposed 5-story Residential
E Sciences, Inc. Geotechnical Engineering
Building with Parking
Apartment Building Confidential Client Phase I ESA, LSI/Phase II ESA
Regulatory Compliance
Gas Station/Convenience Store Confidential Client
/Permitting
Sagamore Hotel AERIUM Finance LTD Phase I ESA, Property
Condition Assessments
11erracon City of Miami Beach RFQ No.2018-141-ND I Engineering—Environmental Services and Testing 44
3 Experience and Qualifications of the Firm
Office Building/Office Park Confidential Client Asbestos Survey Review
Zara Studio Inditex Zara Concrete Testing/Inspections &
Special Inspections
Zara Studio Improvements SET Creative Geotechnical Engineering
Lincoln Place Parkway Properties, Inc. Phase I ESA, Property
Condition Assessments
Phase I ESA, LSI/Phase II
Multifamily Apartments Confidential Client ESA, Radon, Lead-based Paint
Survey, Asbestos Inspections
Retail Store Confidential Client Phase I ESA
Hotel Confidential Client MEP/Energy Consulting
Hotel Confidential Client Natural Resources, General
NEPA
Relevant Small Projects Performed in the Last Five (5) Years for Engineering —
Environmental Services and Testing
OPA-LOCKA BROWNFIELDS GRANT
The City of Opa-Locka selected Terracon to provide brownfields consulting AGENCY/CLIENT:
services for their $400,000 Environmental Protection Agency (EPA) City of Opa-Locka
community-wide assessment grant. Terracon is providing consulting AGENCY/CLIENT CONTACT:
services for this Brownfields project through a series of tasks that include Yesly Guillen
community engagement, Phase I and II ESAs, and Brownfields Coordinator
remediation/redevelopment planning. Programmatic management includes (305)321-0344
but are not limited to, quarterly and annual reporting, EPA policies and yguillen@opalockafl.gov
procedures, progress meetings, financial coordination and the technical YEARS/TERM OF
findings required through the closeout process. Grant services support ENGAGEMENT:
identification, prioritization processes and selection of properties; oversight 2016 to Present
of sub-consultants; and outreach. (Term ends September 2018)
1lerracon City of Miami Beach RFQ No.2018-141-ND I Engineering—Environmental Services and Testing 45
3 Experience and Qualifications of the Firm
PRESTON WATER TREATMENT PLANT
Environmental services are provided under a continuing services contract AGENCY/CLIENT:
Terracon holds with the Miami-Dade County Water and Sewer Department Miami-Dade Water and Sewer
(WASD). The Preston Water Plant, an occupied structure located in Department
Hialeah, required inspection to accommodate potential future renovations. AGENCY/CLIENT CONTACT:
Terracon recently completed the field work for a limited asbestos survey. Chris Runte
Building materials were sampled and were analyzed for asbestos content Project Manager
to comply with USEPA's National Emission Standards for Hazardous Air (786)552 8112
Pollutants (NESHAP) regulation. The firm is also preparing to perform these Christopher.Runte@miamidade
services at the Central District Plant under the same work assignment. A gov
final report is under development for issuance to WASD. YEARS/TERM OF
ENGAGEMENT:
2017 to Present
HAMMONDVILLE ROAD
Following completion of assessment services, by Terracon's staff, that AGENCY/CLIENT:
documented the presence of soils and groundwater impacts that extended City of Pompano Beach CRA
from the site into the Hammondville Road right-of-way (ROW), Terracon, AGENCY/CLIENT CONTACT:
conducted oversight and direction during the excavation of impacted soils Horacio Danovich
from the area located south of the former BT Oil site and completed CIP Engineer
underground utility installation within the ROW. The firm provided direction (954)786-7834
to prepare a secure staging area, obtained approval for, and orchestrated, Horacio.Danovich@copbfl.com
the proper disposal of the impacted soils, and prepared manifests during YEARS/TERM OF
disposal efforts to document the quantity of impacted soil removed from ENGAGEMENT:
the project site and its disposal at a licensed facility. Services were March 2015 to 2020
provided under a continuing services contract with the City of Pompano
Beach Community Redevelopment Agency (CRA).
11erracon City of Miami Beach RFQ No.2018-141-ND I Engineering—Environmental Services and Testing 46
3 Experience and Qualifications of the Firm
INTERAMERICAN CAMPUS BUILDING 6
Terracon performs professional engineering services under a continuing AGENCY/CLIENT:
services contract awarded to the firm by Miami Dade College. Geotechnical Miami Dade College
exploration services were conducted by Terracon to provide information and AGENCY/CLIENT CONTACT:
geotechnical engineering recommendations relative to subsurface soil Eneida Perez-Mendez
conditions, foundation design and construction, earthwork, and groundwater Senior Project Manager
conditions building improvements project, which included elevator shaft (305)237-0576
construction, at the InterAmerican Campus Building 6. Terracon was the eperezme@mdc.edu
geotechnical engineer of record for the elevator shaft construction. The firm
YEARS/TERM OF
also performed construction materials testing, laboratory testing, and ENGAGEMENT:
special inspection services for the site work as well as a background noise 2015—2018
assessment to evaluate exterior traffic noise levels on first and second floor
classrooms facing the street.
KEYSTONE PARK
At the time of our services, the site (playground) was covered by a rubber AGENCY/CLIENT:
mat and occupied with playground equipment and landscaping. City of North Miami
Subsurface exploration and geotechnical recommendations were
LIENprovided by Terracon to provide design information to allow for Derricckk Corker,AGE , C CONTACT:
orkCPRD
remediation of the depression on the playground at the park. The purpose Parks, Recreation and Cultural
of these geotechnical engineering services was to provide information and Arts Director
geotechnical engineering recommendations relative to: subsurface soil (305)895-9846
conditions; results of the evaluation; soil and bedrock conditions; dcorker@northmiamifl gov
groundwater conditions; identification of unsuitable/problematic soil
YEARS/TERM OF
conditions; and recommendations for soil remediation. Terracon also ENGAGEMENT:
performed earthwork observations and construction materials engineering 2016, 2017
and testing services during construction of the playground play surface
replacement.
Additional projects are highlighted in Tab 4 and the Standard Form 330 in Tab 5.
1lerracon City of Miami Beach RFQ No.2018-141-ND I Engineering—Environmental Services and Testing 47
3 Experience and Qualifications of the Firm
Environmental Services Overview
Negotiating the complexities of environmental issues can be challenging and time
consuming. From the most basic property assessment, to complex industrial
compliance issues, our services are designed with the client in mind.
;'3
!i Terracon's professionals have a thorough understanding of local conditions and
regulations, and know how to effectively manage the potential risks presented by
hazardous materials and chemical releases that have impacted a site, saving
- lenders and property owners time and money. Our environmental services
include:
Asbestos Consulting
• Asbestos surveys • Asbestos removal budget estimates
• Asbestos management planning • Asbestos worker awareness training
• Operations and maintenance plans • Abatement oversight and air monitoring
Due Diligence
• Phase I ESA • Transaction screens
Industrial Hygiene
• Occupational Safety and Health • Mold assessments/ remediation monitoring
Administration (OSHA) / Mine Safety and • Exposure assessments
Health Administration (MSHA) compliance • Noise/ hearing conservation
evaluations and auditing
Health and safety training / planning • Indoor environmental quality (IEO)
••
/cold stress management •
Litigation support
Regulatory Compliance
• Limited environmental compliance • Hazardous materials and waste
assessments management planning
• Air permitting /greenhouse gas reports • Superfund Amendments and
• Pollution prevention /waste minimization Reauthorization Act (SARA) Title III or
Above/ underground tank registration Emergency Planning and Community Right-
• to-Know Act (EPCRA) reporting
• Stormwater permitting (SWPPP) and
inspections • Annual compliance training
11erracon City of Miami Beach RFQ No.2018-141-ND I Engineering—Environmental Services and Testing 48
3 Experience and Qualifications of the Firm
IV--
Natural/Cultural Resources
• National Environmental Policy Act (NEPA) • United States Army Corps of Engineers
studies and checklists (USACE) permitting / mitigation
• Environmental impact assessments • Threatened /endangered species habitat
• Waters of the U.S. delineation assessments
• Wetland / stream mitigation and restoration • Tree and vegetation surveys
• Archaeological investigations
Site Investigation and Closure
• Soil/groundwater investigation • Risk-based corrective action
• Soil gas investigation • UST removal
• Vapor intrusion evaluation • Landfill and methane investigation
• Surface water and sediment investigations • Brownfields assessments
• Corrective action closures • Voluntary cleanup program closures
Detailed List of Environmental Services
The following section highlights the environmental services that Terracon anticipates will be required
under this continuing contract for the Engineering - Environmental Services and Testing category.
Asbestos and Lead-Based Paint Services
Terracon provides a full range of asbestos and lead-based paint(LBP)consulting services, from the initial
building survey to abatement project design, project oversight and monitoring, and operation and
maintenance (O&M) plans. Terracon offers a one-source solution for most asbestos and LBP concerns.
• Asbestos Surveys-Terracon's inspectors perform surveys and collect samples of suspect asbestos-
containing building material (ACBM) in educational facilities, commercial and municipal buildings.The
asbestos surveys follow the guidelines established under the USEPA's AHERA program, and as
required by USEPA regulation 40 U.S. Code of Federal Regulations (CFR) Part 61, NESHAP. All
Terracon inspectors are licensed and certified as required by federal and state regulations.
• LBP Risk Assessments and Inspections - Terracon's risk •
assessors and inspectors perform LBP risk assessments and
inspections in accordance with State of Florida, the USEPA and/or
tk
the U.S. Department of Housing and Urban Development (HUD)
regulations. Inspections are performed in buildings utilizing an X-ray .. ,. .
fluorescence analyzer(XRF)to test painted surfaces in each sample It
location. XRF technology is a non-invasive, non-destructive means
to determine presence of lead in paint, even in a painted surface
1lerracon City of Miami Beach RFQ No.2018-141-ND I Engineering—Environmental Services and Testing 49
3 Experience and Qualifications of the Firm
several layers below the surface. Terracon has the expertise to also test surface dust, water, and
bare soil for lead content.
• Management Plans - Terracon prepares management plans that provide specific procedures for
operating and working safely around ACBM and LBP. Commercial plans include O&M programs that
explain how to protect a building's maintenance and housekeeping personnel, tenants, and occupants
from exposure. Management plans also provide the basis for making informed decisions regarding
potential long-term economic liabilities associated with asbestos and LBP.
• Abatement Planning and Monitoring - Terracon has extensive experience in preparing plans and
specifications for remedial actions including enclosure, encapsulation, and partial or complete
removal. Terracon can also provide trained and certified technicians for air sampling during the
abatement process.
Mold and Indoor Air Quality (IAQ)
IAQ in non-industrial environments is gaining attention as workers, tenants, ,
and building occupants are experiencing health symptoms attributed to poor
indoor air. Employers, property managers, and building owners are
becoming increasingly concerned about IAQ issues.
Undesirable conditions such as odors, occupant perceptions of poor air
quality, and visible mold growth are generally indicators of a breach or failure
in one or more building systems. Improperly functioning heating, ventilation,
and air conditioning (HVAC) systems and deficiencies in building operation,
maintenance, design, or construction can contribute to excess moisture
accumulation, building-related health complaints, and indoor mold growth.
Terracon utilizes a multi-disciplinary approach to assess and address the root causes of IAQ problems.
Our industrial hygiene staff focuses on recognizing and evaluating potential hazards that can affect
employees or occupants. We can also draw upon the expertise of our facilities engineering group to
identify building deficiencies and operations that can indicate potential health concerns.Working together,
these specialists can pursue the causes of complaints and provide practical recommendations to correct
building-related IAQ problems.
IAQ and building related services include:
• Site investigation
o Moisture content measurement
• Bio-sample collection
o Mold, fungi, bacteria, and other allergens
1lerracon City of Miami Beach RFQ No.2018-141-ND I Engineering—Environmental Services and Testing 50
3 Experience and Qualifications of the Firm
• Sampling of airborne chemicals and particles
o :: ide
woss
o Ca - + l
o Volatile organic compounds (VOCs) l;
Environmental
o Environmental tobacco smokeil
,� s t
• Forensic investigations - -
• Air quality parameters
o Temperature
o Humidity
o Carbon dioxide
• Property condition assessments (PCAs)
o HVAC inspection and ventilation system evaluation $
o Roof assessments
• Mold remediation design, oversight, and air monitoring
o Clearance sampling
OSHA Health and Safety
Terracon must ensure the safety of all individuals at and in the vicinity of each assigned project through
a safe work environment, so an OSHA-compliant site health and safety plan (HASP) will be prepared by
the designated manager for approval by the Health and Safety Officer, then implemented, maintained
and enforced for each site.
Safety and health meetings are held onsite on a daily basis and on-site and off-site inspections will be
conducted to ensure that all personnel in and adjacent to the work zone comply with the training,
designated level of protection and safe work procedures. Any identified condition or safety compliance
concern will be immediately corrected to ensure our employees', subcontractors', and the public's well-
being. All field personnel assigned to potentially contaminated sites and Asbestos Hazard Emergency
Response Act (AHERA) inspectors participate in a comprehensive medical surveillance program, are
respirator fit-tested and are qualified to work in personal protection equipment (PPE) Level D to Level B.
Site Assessments
The assessment of a property that has been affected by regulated substances is one of the fundamental
functions of an environmental consultant. When soil and groundwater beneath a facility is found to be
affected, the extent and degree of the impact must be assessed to understand the potential affects to the
property. Terracon will incorporate our knowledge of the site's history, lithology, and hydrogeology with
1lerracon City of Miami Beach RFQ No.2018-141-ND I Engineering—Environmental Services and Testing 51
3 Experience and Qualifications of the Firm
preliminary data to develop an assessment plan that focuses on understanding the estimated horizontal
and vertical extent of the affected area and the any migration paths the impacted groundwater may follow.
Once the regulated substances have been identified and quantified in soil and groundwater, it is our role
to evaluate the data with respect to site conditions so that appropriate cost effective remedial strategies
can be developed which best fit the owner's requirements for the current operation or proposed
redevelopment. Based on the usage of the facility, the selected remedial strategy could range from an
expedited source removal to in situ soil and groundwater treatment to implementation of institutional and
engineering controls. The assessment data is utilized to understand the ramifications that the impacted
materials have upon the site so an appropriate remedial approach can be selected. Multiple media (soil,
groundwater, surface water) are often affected simultaneously and it is essential to understand the
interactions between the matrices that will affect the degradation and migration of the regulated
substances.
Our personnel have extensive experience with the assessment, evaluation and remediation of impacted
soil, sediment, and groundwater at facilities throughout Florida and the United States. The work is
performed in compliance with federal, state, and local regulations for a facility owner, in response to a
reported discharge, an environmental enforcement process, or potential litigation. An abbreviated list of
regulated substances assessed by our staff includes:
• Petroleum hydrocarbons 1.
• Chlorinated solventsI:
• Polychlorinated Biphenyls (PCBs)
• Chemicals . - s.
—
• Industrial
• Metals gym'
• Oil and grease -� ,w
• Pesticides/herbicides
• Dioxins
Groundwater and soil samples are collected, using appropriate methodologies as detailed in Chapter 62-
160 Florida Administrative Code (FAC), throughout the area of suspected impact and analyzed for the
parameters of concern. The analytical results are interpreted to estimate the magnitude of the problem
as well as the horizontal and vertical extent of the affected area. This information is utilized in the
preparation of a site assessment that provides the foundation for development of a proper remedial plan
and/or engineering design in a Remedial Action Plan (RAP).
1lerracon City of Miami Beach RFQ No.2018-141-ND I Engineering—Environmental Services and Testing 52
3 Experience and Qualifications of the Firm
Integral components to the assessment and understanding of the distribution and migration of affected
materials at a facility include the following services:
• Development of aquifer characteristics
• Hydrogeological modeling
• Soil gas assessment
• Source identification ''',
• Historical site usage
• Surface water body and tidal influences
• Understanding of background/naturally occurring conditions
Terracon's services include source removal/initial remedial actions (IRAs), spill recovery(non-emergency
response), preparation of site assessment reports(SARs) and remedial action plans(RAPs), remediation
system construction, and O&M.
Remediation/Closure
In addition to subsurface investigations, Terracon has extensive remediation experience. A corporate
level remediation services committee, comprised of senior remediation engineers and scientists, keep
local offices abreast of the latest developments in remediation technology within Terracon and the
industry. Members of this committee serve in a quality assurance (QA) role by being involved with
remedial system designs from project kick-off through system implementation/startup. Terracon has
designed, coordinated the installation, and operated remediation systems across the United States.
Additionally, Terracon has conducted risk assessments to determine the acceptability of remedial
alternatives including institutional and engineering controls as well as alternative cleanup levels that
protect human health,welfare and the environment. Terracon fully supports the transition from maximum-
contaminant-level-based remediation to risk-based remediation by having senior professionals serve on
legislative mandated committees for State programs and American Society for Testing and Materials
(ASTM) committees to develop risk-based corrective action regulations and guidance for leaking UST
sites.
There are typically several remediation and closure options available for a site that should incorporate
site specific plans and ultimate objectives of the owner/responsible party when evaluating a remedial
strategy for a site. This section provides a brief overview of the options available to provide City of Miami
Beach with an understanding of the variables. If the assessment determines that there is no
contamination on the site, a No Further Action (NFA) regulatory status would be appropriate with the
issuance of a Site Rehabilitation Order (SRCO), as applicable, following the abandonment of the wells
and site restoration.
lrerracon City of Miami Beach RFQ No.2018-141-ND I Engineering—Environmental Services and Testing 53
3 Experience and Qualifications of the Firm
The second remedial option to be considered, if there was no soil contamination and limited groundwater
contamination (results below the Natural Attenuation Default Concentration criteria), would be to pursue
natural attenuation by completing regulatory mandated groundwater monitoring and documenting at least
two consecutive quarters of analytical results below Groundwater Cleanup Target Levels (GCTLs). The
result would be a recommendation of NFA followed by the issuance of a Site Rehabilitation Completion
Order (SRCO). With low levels of contamination, a risk assessment could also replace the groundwater
monitoring to achieve site closure.
If the assessment indicates both soil and/or groundwater contamination are present above the Cleanup
Target Levels (CTLs), active remediation using source removal, injections of project-specific chemicals
into the substrate to target constituents of concern or a mechanical treatment system may be appropriate.
To identify appropriate remediation strategies, Terracon conducts a feasibility analysis to evaluate the
combination of owner's requirements and site factors which include the following:
• Media affected (soil or groundwater) yy,,������__� r-
• Source area
�
01
• - 1
• Extent of the impacts ; •
• Future use of the site
• Remedial cost including implementation and operations `
. d
'. .•, ,
• Site disruption and loss of revenue • =,'
9
• Timeframe for completion • „} „�<
• Regulatory requirements
To qualify for a NFA or SRCO, the active remediation would be followed by an appropriate period of
groundwater monitoring and verification that vadose zone soils do not contain chemicals of concern
above the Soil Cleanup Target Levels (SCTLs). Another widely utilized and practical remedial approach
involves the pursuit of achieving a NFA or SRCO with conditions through the use of institutional (deed
restriction) and engineering (2-feet of clean fill, 1-foot of clean fill with geotextile, hardscape to cover
shallow soils, vapor mitigation, etc.) controls. This remedial alternative allows owners to obtain closure
without the performance of active remediation and is acceptable, for the majority of cases when the soil
contaminants are not actively leaching, groundwater plume is less than '/4-acre in size and stable or
shrinking and there is no offsite contamination.
While removal of soil and free product removal are not feasible at every site, it remains one of the most
efficient methods of removing the source of contamination that can continue leaching into groundwater,
and reduces the time needed for site remediation. Terracon encourages clients to aggressively conduct
interim source removal, when and where feasible, as a time and cost saving measure as it allows for
rapid removal of the source area, which contains the majority of the affected material. Several cases of
minor petroleum groundwater contamination have been remedied by over-excavating (below the water
table - with Florida Department of Environmental Protection (FDEP) or local environmental agency
1Ierracon City of Miami Beach RFQ No.2018-141-ND I Engineering—Environmental Services and Testing 54
3 Experience and Qualifications of the Firm
approval) the extent of the defined hydrocarbon plume to allow passive open-air volatilization to remove
residual contaminants from the shallow aquifer. The addition of air sparging to an open excavation further
enhances the rate of remediation. Due to the costs associated with active remediation, a risk assessment
of the site could be a more cost-effective means of achieving a NFA or SRCO using fate and transport
modeling and the determination of the leachability of the soils to assure that the soils will not continue to
impact the groundwater nor pose a health risk due to direct exposure.
The excavation/removal and disposal of impacted
soils and groundwater requires the proper disposal • : 1 `'
:."lilt. .x ','
of impacted materials. Depending upon the type and
concentration of the regulated substance in the •
waste material, the appropriately permitted facility, _ '�4 '1-
.
landfill, incinerator, etc., will be selected for disposal
t
•
of the waste. All wastes will be properly manifested, :77T 7 • 7
with copies returned to the owner/responsible party,
to document receipt and disposal of the material at HAI ��'
the designated facility.
1lerracon City of Miami Beach RFQ No.2018-141-ND I Engineering—Environmental Services and Testing 55
4
Experience &
Qualifications of the Team
4 Experience and Qualifications of the Team
441
Md
4.1 QUALIFICATIONS OF PROPOSER'S INDIVIDUAL TEAM MEMBERS (ARCHITECTS
AND ENGINEERS)
Key Personnel and Roles
The Terracon Team has the project management skills, technical expertise, administrative services,
relevant project experience, manpower and equipment resources to provide the solid foundation needed
to fulfill the obligation for the Engineering — Environmental Services and Testing category. Our team
consistently participates in professional environmental consulting and testing services contracts, and we
look forward to the opportunity to work together on another successful contract.
Our extensive experience in the successful completion of these types of projects
allows Terracon to truly understand the standards, level of response and budget
demands that will be required under this contract. Our level of experience is further 24/7
emphasized by the selection of our Contract Manager/Account Representative Support
Environmental Services Project Manager, Lucas Barroso-Giachetti, P.E., who leads
Terracon's Miami environmental services including client management and
business development, project management and providing senior engineering
design services in South Florida. He will be the single point of contact for this contract and will be available
24/7 to all City staff and their consultants. He will also be responsible for allocating the ample environmental
resources of the company to meet and fulfill the environmental engineering tasks required under this contract.
Lucas has over 18 years of experience in remediation and environmental consulting. He has worked
directly with the Florida Department of Environmental Protection (FDEP)on many complex environmental
projects throughout the State of Florida for the FDEP's Petroleum Restoration Program (PRP). In
addition, he has extensive experience with local regulatory authorities in Miami-Dade County, including
the Department of Regulatory and Economic Resources, Division of Environmental Resources
Management(DERM), as it relates to providing environmental services and permitting in accordance with
Chapter 62-780, Florida Administrative Code (FAC) and Chapter 24, Miami-Dade County Code. Lucas,
a Certified Hazardous Materials Manager(CHMM), has the technical and agency experience to manage,
direct, and implement a contract of this magnitude.
11erracon City of Miami Beach RFQ No.2018-141-ND I Engineering—Environmental Services and Testing 56
4 Experience and Qualifications of the Team
Hugo Soto, P.E. will serve as Project Manager for soils, geologic studies, and foundation services required
for this contract.As Principal and Office Manager, Hugo brings more than 37 years of engineering experience
and has managed similar contracts during his career. Hugo will be in responsible charge of all geotechnical
(drilling) assignments and will oversee the management for our designated materials laboratory and field
verification activities relative to sampling, conducting inspections and providing field and laboratory
testing. Rutu Nulkar, P.E. will provide senior level engineering services, in support of Hugo, for projects
involving soils, geologic studies, and foundations. Rutu's capabilities include 13 years providing the
requisite services for projects such as buildings, roadways, bridges, utilities, and drilled shaft inspections.
Hugo and Rutu have collaborated on similar municipal contracts for nearly a decade.
Lucas will be supported by Steven Harrison, P.G., South Florida's Environmental Services Department
Manager. A Florida licensed geologist and mold assessor, Steven has more than 30 years of experience
in the environmental engineering and consulting industry. As QA/QC Reviewer, he will also be available
24/7 to all City staff and their consultants. Steven will help ensure quality and consistency of Terracon
project deliverables by conducting checks and reviews, as required, as work progresses to verify the
elements of QC are continuously addressed during each project. Russell Stauffer, P.E., Licensed
Asbestos Consultant (LAC) and mold assessor, will also provide QA/QC reviews for this contract. He
brings over 40 years of environmental engineer/industrial hygiene consulting experience to Terracon's
Team. Russell's expertise is also exemplified by him being a trainer for asbestos classes at the University
of Florida's Training, Research and Education for Environmental Occupations (TREEO) Center. Steven
and Russell will work with our staff to ensure that we comply with applicable federal, state and local laws
and regulations throughout the life of this contract
With over 30 years of experience, Brian DuChene, P.E., LAC, RPIH will provide indoor environmental
quality, environmental, hazardous materials and facilities (water intrusion) consulting services. He is a
recognized expert providing expert witness services and is also a trainer for asbestos at the TREED
Center. Brian, Principal and Facilities Department Manager for Florida, will be supported on a daily basis
by Armando Alvarez, P.E. This duo, and their staff, understand the complexities of building enclosure
materials, components, and systems. They routinely perform evaluations and investigations to identify
deficiencies and provide solutions that increase performance and reduce operating expenses and
potential liabilities. Armando, who is also LEED AP certified, has 29 years of expertise in engineering
design and evaluation of new and existing buildings and structures for commercial, city, county, and state
clients.
Senior Geologist Jim Cotton, P.G. will responsible for environmental projects through their full life-cycle
from concept to clean-up. He has worked as a consulting geologist for more than 15 years in Florida. Jim
can lead and manage a variety of projects for this contract including Phase I and II environmental site
assessments (ESAs), contamination assessments, subsidence (sinkhole) investigations, water use
permitting efforts, water audits, and groundwater modeling simulations.
1lerracon City of Miami Beach RFQ No.2018-141-ND I Engineering—Environmental Services and Testing 57
4 Experience and Qualifications of the Team
Key team member Susan Kuzia, who will serve as Senior Staff Scientist, has performed environmental
consulting services for 26 years. Her responsibilities for the City's contract will include site research,
regulatory research, Phase I ESAs, and report preparation. Her decades of experience have involved
numerous due diligence project sites within Miami Beach.
Lucas and the Terracon Team understands the critical nature of project timing, site safety and strong,
constant communication between parties that is required for municipal projects. We are eager to use our
local knowledge and our substantial public sector experience to assist the City of Miami Beach on this
contract.
11erracon City of Miami Beach RFQ No.2018-141-ND I Engineering—Environmental Services and Testing 58
4 Experience and Qualifications of the Team
Team Organizational Chart
City of Miami Beach
Torracon Consultants,Inc.
.toglneering-Environmental Servlcoe a Testing
Contract Manager) s
Account Representative
m Lucas Barroso-Giachettl,P E..CHMM
OAIOC Reviewers .r. Pdnel PI e
Steven Harnson,P.G. ( Hugo nciopE.
Russell Stauffer P E.,LAC
• e e
Safety coordinator
Adam Maier(Corporate)
Shaven Boiook/(Local)
Environmental 8 Testing Services Soils,Geoloac Studies&Foundation Services
Project Manager - Project Manager
Lucas Barroso-Giacnetti P E CHMM ` Hugo Soto P E
•Subcontractor Support \ / General Environmental \ Contamination Assessment Industrial Hvoiene c Soils Geoloalc Studies Laboratory Testing
Foundation Services
Environmental Drilling Senior Engineer Senior Engineer Senior Industrial Hygienist Laboratory Manager
Lucas Barroso-Glachetti,P E.. Russell Stauffer.P.E.,LAC Senior Engineers Shayan Bolooki
Analytical Laboratories(Soil Lucas Barroso-Giachetti,P.E..
&Groundwater,Asoestos, CHMM CHMM Been Duchene,P.E.,LAC,RPIH Hugo Soto.P E. Laboratory Technician
Mold Ruts Nulkar.P E.Lead Paint,Radon. Senior Geologists Senior Geologists Senior Engineer Humberto Correa
Industrial Hygiene) Steven Harnson,P.G. arrison, Project Engineer
Ground Penetrating Radar Jim Cotton,P.G. St JimnCotton,P.G. Lucas B CHMM ole,P.E., Nick Mats, CMEC,FDOT Accredited
g Senior Staff ScientistMitchell Foster,P E. Laboratory /
Storage Tank Contractor Susan Kuzia Senior Staff Scientist Senior Mold Assessor Staff Engineer
` (PSSC)IExcavaoon Susan Kuzia Steven Hammon,P.G.
Contractor J SWR Scientists Liana Lanegua Cunt.E
Stephanie Feuer StephStephanie Feuer ygiecttnnspect Engineering AssistanECADD
Nicole Boucher Niccle Bo Feuer Hy Sergio Adasme r g Sucely Fajardo
Nicole Boucher Sergio Adasme 1
Field Technician Field Technician Field Technician l Drilling Crew
Additional Professional
DanielDi Gram
sl Darnel Reyes Daniel Reyes Alexei Moreno
Services Oscar Correa
\ ppoFilippo Di Graci Filippo Di Grxi
Expert Wdness4xtigetion ` FiliASDestosiWabrIntrualon
SupporNGovemmenfel Bnan DuChene,P.E..LAC.RPIH
Assistance Armando Alvarez.Jr.,P E.,
HarrisonvenHarrisonP.G uosED A
Pe
David B rbower,P.G. \ L Push
` .0L
'sore'Additional resources are available in Tenacon's network of Florida offices
11011aCOf' Cry of Miami Beach RFD so 2018-101-ND I Engineering-Environmental Services and Testing 59
4 Experience and Qualifications of the Team
Key Personnel Resumes
Terracon has the flexibility, ability and capacity to handle all the services required and to meet the
scheduling requirements for each City project. Our team has the capacity to perform this work based on
actual and projected workload. If additional work is procured during this period, we are committed to
increasing staff levels to service all assigned projects. We have made the same commitment on similar
contracts with other clients and have never failed to cover the projects assigned to us.
The Terracon Team is 100% committed to providing all assignments under this contract in a timely and
cost-efficient manner. All the personnel identified in team organizational chart will be available on a
priority basis for tasks assigned under this contract.We are committed to provide the City of Miami Beach
with the highest quality personnel with the specific experience necessary to complete any tasks you may
need. It is our pledge to the City that adequate staff will be made immediately available once a task has
been identified.
Key Team Members Rates.= , Percentage of
Lucas Barroso-Giachetti, P.E., CHMM Contract Manager/Account 40%
Representative, Environmental
Services Manager
Hugo Soto, P.E. Principal, Project Manager- Soils, 40%
Geologic Studies, and Foundations
Steven Harrison, P.G. QA/QC Reviewer, Senior Geologist 40%
Russell Stauffer, P.E., LAC QA/QC Reviewer, Senior Industrial 40%
Hygienist
Brian DuChene, P.E., LAC, RPIH Senior Industrial Hygienist 40%
Armando Alvarez, Jr., P.E. LEED AP Senior Facilities Engineer 40%
Rutu Nulkar, P.E. Senior Engineer- Soils, Geologic 40%
Studies, and Foundations
Jim Cotton, P.G. Senior Geologist 40%
Susan Kuzia Senior Staff Scientist 40%
Resumes for the key team members are provided on the following pages.
1lerracon City of Miami Beach RFQ No.2018-141-ND I Engineering—Environmental Services and Testing 60
4 Experience and Qualifications of the Team
Lucas A. Barroso-Giachetti, P.E., CHMM
CONTRACT MANAGER/ACCOUNT REPRESENTATIVE,
ENVIRONMENTAL SERVICES MANAGER
PROFESSIONAL EXPERIENCE
Lucas is a senior environmental engineer in the Miami Lakes office of Terracon's South 460-
Florida region. Since receiving his Bachelor of Science degree, he has progressed from staff
level to senior project management and client manager level responsibilities. Lucas leads
Terracon's Miami environmental services operations including client management and
business development, project management and providing senior engineering design
services in South Florida and throughout Terracon.
A State of Florida licensed professional engineer, Lucas has over 18 years of experience in
remediation and environmental consulting. His expertise includes environmental EDUCATION
Bachelor of Science,Environmental
assessments,due diligence, regulatory compliance, solid waste, landfill redevelopment, and Engineering,University of Florida,
related practice areas. He has worked with a diverse array of public and private sector clients 2002
ranging from school properties to airport to landfills. REGISTRATIONS
Professional Engineer: Florida,No.
Lucas has worked directly with the Florida Department of Environmental Protection (FDEP) 68283
on many complex environmental projects throughout the State of Florida and managed a
South Region contract for the Department's Petroleum Restoration Program (PRP). In CERTIFICATIONS
Certaddition,he has extensive experience with local regulatory authorities in Miami-Dade County, Manager,ged N .Hazardous384Materials
No. 13849
including the Department of Environmental Resources Management(DERM), as it relates to
environmental services and permitting. 40-hour HAZWOPER
Lucas' technical environmental expertise is complimented by his management capabilities OSHA Site Supervisor Trained
and attention to detail in completing environmental projects. His organization skills allow him WORK HISTORY
to effectively interact with clients and regulatory agencies to assure that work is completed in Terracon Consultants,Inc.,Senior
accordance with project specifications, regulatory requirements, project timeframes, and Environmental Engineer,2018-
Present
budgets.
SCS Engineers,Environmental
PROJECT EXPERIENCE Services Group Leader/Senior
PortMiami Tunnel Project-Miami-Dade County, FL* Project Manager,2016-2018;
Project Manager/Field Services
Prepared Spill Prevention, Control, and Countermeasure (SPCC) for project-wide land and Manager/Client Services Manager,
maritime operations for Nicholson Construction involving drilling and grout injection activities 2007-2011
on floating barges off Watson Island and Dodge Island.Worked closely with Bouygues Civil
GLE Associates, Inc.,Site
Works Florida (BCWF) personnel during preparation and implementation of SPCC, which Environmental Group Leader/FDEP
was reviewed and approved by Miami-Dade County. PRP South Region Contract
Manager/Senior Engineer,2011 -
Continuing Services for Miami-Dade County DERM-Miami-Dade County, FL* 2016
Project Manager for Miami-Dade County DERM contract projects included site assessment SECOR International Inc.(Stantec),
reports (SARs), tank closure assessment reports (TCARs), Phase I/II environmental site Project Manager/Project Engineer/
assessments (ESAs), and other projects at Miami International Airport (MIA), Opa-Locka Office Quality Officer,2005-2006
Airport, Tamiami Park, and other Miami-Dade County properties. Responsible for day-to-day CTL Environmental Services,Project
management of projects, interfacing with DERM project managers and staff, project billing, Manager/Staff Engineer,2002-2005
and preparation of proposals and final technical reports. Security clearance approved for
work at MIA.
YEARS OF EXPERIENCE: 18
SoLe Mia/Turnberry—North Miami, FL
YEARS AT FIRM: < 1
Engineer of Record and Senior Engineer/Consultant to Owner. The project consists of a
landfill redevelopment including residential and commercial structures. Services provided to *Work performed prior to joining Terracon.
the Owner included environmental evaluation, permitting, regulatory interface and other
development issues. Responsible for client management with multiple internal project
managers on several projects, including leading internal team.
1lerracon City of Miami Beach RFQ No.2018-141-ND I Engineering—Environmental Services and Testing 61
4 Experience and Qualifications of the Team
Hugo E. Soto, P.E.
PRINCIPAL, PROJECT MANAGER- SOILS, GEOLOGIC STUDIES, AND
FOUNDATIONS
PROFESSIONAL EXPERIENCE
Hugo has 37 years of experience providing geotechnical engineering, construction materials
testing, inspection and consulting services. Geotechnical services include geotechnical
design, analyses and recommendations related to the design and construction of foundations
as well as geotechnical exploration programs. He is well versed in performing analysis and
evaluation of field and laboratory data, in-situ soil testing, in-place permeability testing and
geophysical explorations.
Hugo's extensive experience includes:evaluating bearing capacity and settlement for different
types of shallow and deep foundation systems; analysis/evaluation of retaining walls, sheet MaUCATION
Master of Science in Geotechnical
piling systems, slope stability analysis of conventional and reinforced embankments, Engineering,Utah State University,
evaluation of drilled shafts, augercast piles and driven piles; evaluation, design, and 1980
implementation of subsurface improvement programs(i.e. application of dynamic compaction, Bachelor of Science in Civil
preloading, compaction grouting, and vibro-compaction techniques); and conducting studies Engineering, Utah State University,
including monitoring vibrations of structures during construction. 1979
PROJECT EXPERIENCE REGISTRATIONS
Professional Engineer,#56108,
6-Inch Diameter(D.I.)Force Main, Miami-Dade County WASD-Miami, FL Texas, 1994
Principal Engineer. WASD wanted to install a 6-inch D.I. force main from the existing sewer
Professional Engineer,#36440,
PS-746 to the intersectiononf SW 156th Street and US-1 at the Village of Palmetto Bay. Hugo Florida, 1985
served as Principal Engineer for the services provided by Terracon including subsurface
exploration to determine the subsurface conditions along the 6-inch D.I.force main corridor AFFILIATIONS
and geotechnical recommendations for foundation design and construction of the proposed American Society of Civil Engineers
force main. Cuban Society of Engineers
Oleta River State Park-North Miami Beach, FL YEARS OF EXPERIENCE: 37
Principal Engineer. Responsible for conducting geotechnical engineering services in YEARS AT FIRM:9.5
connection with the construction project planned at the Oleta River State Park. The project
consisted of the construction of an approximately 1,600-square foot, single-story bathhouse
and campground area including a power pedestal and utility pad as well as asphalt paved and
gravel roadways. The purpose of Terracon's services was to provide information and
geotechnical engineering recommendations relative to subsurface soil/rock conditions,
earthwork, foundation design and construction, groundwater conditions, typical pavement
section, and pavement construction consideration.
Miami Intermodal Center(MIC)-Miami-Dade County, FL
Project Manager/Senior Geotechnical Engineer involved in state pile capacity analysis,
geotechnical report of structures coordination, reviewing the field exploration, laboratory
testing and geotechnical studies to provide recommendations for roadways, bridges, MSE
Walls, cantilever walls. Approximately 7 miles in length.
State Road (SR)836 WB to SB HEFT Connection Widening and Bridge Structure, MDX
-Miami-Dade County, FL
Senior Geotechnical Engineer to coordinate and review field exploration, laboratory testing
and geotechnical recommendations for bridges and walls supported on piles and shallow
foundation. Construction of a new bridge (1.5 miles) over SB HEFT to EB SR 836 connector
and modification of the access ramp to SB HEFT to improve existing westbound SR 836 to
southbound HEFT connection. From NW 107th Avenue to Flagler Street.
1lerracon City of Miami Beach RFQ No.2018-141-ND I Engineering—Environmental Services and Testing 62
4 Experience and Qualifications of the Team
Steven A. Harrison, P.G.
QA/QC REVIEWER, SENIOR GEOLOGIST
PROFESSIONAL EXPERIENCE
Steven is a Professional Environmental Consultant and Operations Manager in the South
Florida Region that specializes in providing responsive, cost effective,technically accurate and
regulatory focused solutions to meet client's project and operational requirements. He has more
than 30 years of successful experience continuously exceeding expectations by resolving
environmental situations that clients face. Steven's diverse environmental experience includes
the assessment and remediation of impacted groundwater and soil, real estate transactional
due diligence assessment(Phase I/II ESAs), storage tank system management, industrial and
Resource Conservation and Recovery Act (RCRA) waste disposal, wildlife surveys and
compliance assistance with federal and State environmental regulations(SPCC Plans). EDUCATION
MS, Marine Geology and
He has worked with a diverse array of clients ranging from the independent property owner to Geophysics,Emphasis:Geo-
local, regional, and state municipalities and Fortune 500 companies to address and resolve Chemistry,Rosenstiel School of
their business and regulatory environmental concerns. Steven's knowledge of local, state,and Marine and Atmospheric
Sciences,University of Miami,
federal regulatory requirements is critical to supporting client's objectives to maintain 1988
compliance with all applicable regulatory requirements. Furthermore, he has performed and/or
supervised thousands of environmental due diligence projects throughout a large portion of the BS,Geology
eastern United States. He has conducted many projects within Miami Beach and included StateBinghamton,Uns1t9 0f New York
1980-1984
numerous Phase I/II ESA, underground storage tank (UST) removals and one of the projects
including one which encompassed an approximately 25-square block area of southern Miami REGISTRATIONS
Beach. UST5, aboveground storage tanks (ASTs), former dry-cleaning facilities and a former F
Fllofessioorida, Noo..000011390390Geologist
above ground fuel farm that was not previously known as an impacted facility.
PPROJECT EXPERIENCE Georgia,
a,No.l 01491Geologist
Georgia, 001491
Costco Warehouse Site within the SoLe Mia Development-North Miami, FL
Environmental Services Department Manager/Project Manager. Our environmental group FL.Licensed Mold Assessor No.
MRSA508
provided essential assessment and construction oversight services in support of the preliminary
investigation and development of the new warehouse site on the former Munisport landfill. FL.Licensed Sales Associate
Terracon deployed a team of scientists,technicians and contractors to observe relocation and SL3069031 (Realtor-Florida)
placement of landfill materials and assess soil, soil vapor, and groundwater quality for CERTIFICATIONS
constituents of concern within the development site. The results will be utilized as part of the 8-Hr Hazmat Health and Safety
conditional closure provided through Miami-Dade County Department of Regulatory and Training Updates(Current)
Economic Resources(RER)which will allow effective operation of the site without the expense 40-Hr Hazmat Health and Safety
of having to conduct remediation of impacted materials. The developed facility will utilize a Training(1989)
vapor mitigation system to control methane vapors.
Short Course:Assessing
Miami-Dade County Permitting and Inspection Center-Miami, FL Environmental Risk in Property
Environmental Services Department Manager/Project Manager. The indoor environmental Transactions(1990)
quality (IEQ) evaluation of the facility consisted of a physical inspection, assessment, and Short Course:How to Comply
indoor environmental monitoring to assess for potential conditions that were affecting the IEQ. with Florida's Haz Waste
The physical inspection and assessment included evaluation of building hygiene and Regulations for Generators
maintenance; heating, ventilation, and air conditioning (HVAC) system hygiene/maintenance YEARS OF EXPERIENCE: 30
and whole building pressurization. Terracon also measured the carbon dioxide (CO2), carbon
monoxide (CO), temperature, relative humidity, airborne particulates, chemicals, and non- YEARS AT FIRM: 5
culturable mold to evaluate for conditions that were indicative of, and had the potential to,affect
the indoor air quality(IAQ).Analytical data from bioaerosol air samples,collected using a spore
trap sampling technique,and surficial tape lift samples were utilized to interpret if fingal colonies
were amplified with the facility. Air samples were also collected to assess for the presence of
elevated volatile organic compounds using sorbent tubes. Interpretation of the data generated
from the investigation identified the need to further evaluate the HVAC systems and balance
the system's operation throughout the facility.
1Ferracon City of Miami Beach RFQ No.2018-141-ND I Engineering—Environmental Services and Testing 63
4 Experience and Qualifications of the Team
Russell E. Stauffer, P.E., LAC, MRSA .~
QA/QC REVIEWER, SENIOR INDUSTRIAL HYGIENIST ;
4
PROFESSIONAL EXPERIENCEti a�
i• ) i'.
Russell has over 40 years of experience as a civil, structural and environmental
engineer/industrial hygiene consulting. He is a Florida licensed professional engineer,
asbestos consultant(LAC), and mold assessor and holds several certifications related to the41/4
environmental field. His recent environmental engineer/industrial hygiene technical
responsibilities have included services ranging from asbestos, lead-based paint, water w
intrusion, indoor air quality (IAD) and radon services where he has served as the ;
Consultant/Engineer-of-Record (EOR) for public and private entities. In addition, at various
times he has performed as Department Manager, Program and Project Manager. EDUCATION
MBA University of South Florida,
Russell's project experience has ranged from schools, universities, utilities, hospitals, federal 1988
state and municipal clients, ranging from pre-renovation, property transfer assessments to B.S. sitl , 19ineering,Temple
Univerrsity, 1977
demolitions of major industrial facilities in Florida and the country. In addition, he served(1980- REGISTRATIONS
1984)as the as the American Institute of Steel Construction(AISC)Florida Regional Engineer Registered Professional Engineer,
during which time he established the initial Florida office and was responsible for enhancement Florida No.25233, 1977
of the technical structural steel design capabilities of the local engineering community with Licensedda .EA-16, Consultant,
Florida No.EA-16, 1988
technical lectures, troubleshooting, etc. In each of these roles, he had responsibilities for the Licensed Mold Assessor,Florida No.
technical and managerial compliance by melding the various regulatory and industry guidelines MRSA-2010,2010
with corporate policies and financial goals. In the majority of these positions Russell has not only CERTIFICATIONS
been responsible for technical adherence, but also the achievement of the scheduling/staffing, EPA/AHERA Asbestos Inspector,
Management Planner,Designer,
production and profit goals and staff development and mentoring. He has also provided Supervisor
extensive professional instructional and training presentations. NIOSH 582 Sampling&Analysis of
Airborne Dusts
PROJECT EXPERIENCE EPA/LBP Risk Assessor,Designer
and Supervisor
Downtown Miami Charter School-Miami, FL EPA/LBP Certified Renovation,
Authorized Project Reviewer (APR)/QA/QC. Terracon performed an Asbestos Hazard Repair and Painting(RRP)Trainer
Emergency Response Act (AHERA) building survey for the 2-story facility, which contains and Worker
Woper
43,000 square feet (SF). The purpose of this survey is to identify and quantify asbestos- OSHA 40-HourHA AccreditedHa Train-the
Train-the
containing building materials (ACBM) present in the on-site building as a requirement under Trainer
AHERA. The survey was performed by observing and touching the friable and/or non-friable USGBC LEED-AP
building materials located in the site. These observations involved a multi-step assessmentAmIAQC-Certified Indoor
IEC)
procedure. In order to provide for consistent assessments among Terracon personnel, have Environmental Consultant
EMI/FEMA IS-00100:Introduction to
adopted the seventh draft of the Environmental Protection Agency's Guidance for Assessing Incident Command
and Managing Exposure to Asbestos in Buildings document as a guideline (EPA Guideline). EMI/FEMA IS-00210: Initial Incident
Bulk samples were collected and submitted under chain of custody to a National Voluntary Command System
Laboratory Accreditation Program (NVLAP) -accredited laboratory for analysis by PLM per EMI/FEMA IS 00630: Introduction to
Public Program
EPA methodologyEPA/600/R-93/116. EMI/FEMA IS-00700: National nal
Incident Command System
Healthcare Facility—Miami, FL AFFILIATIONS
Senior Industrial Hygienist/LAC/APR.The 3rd floor of the building is a combination of doctor's Member,American
offices
Society of Civil
Engineers(ASCE)
offices and examination rooms with an estimated square footage of 14,000 SF. Terracon Member,American Industrial
conducted an asbestos survey of the facility. The survey was conducted by an AHERA- Hygiene Association(AIHA)
accredited building inspector. Interior building components were surveyed and homogeneous Member,American Congress of
areas of suspect ACM were visually identified and documented. Suspect ACM samples were Governmental Industrial Hygienists
(ACGIH
collected in general accordance with the sampling protocols outlined in EPA regulation 40 Member, Indoor Air Quality
CFR 763.86 (AHERA). Samples were delivered to an accredited laboratory for analysis by Association(IAQA)
PLM. This asbestos survey was requested due to the planned interior renovations prior to YEARS OF EXPERIENCE:40+
tenant occupancy. YEARS AT FIRM:2
1lerracon City of Miami Beach RFQ No.2018-141-ND I Engineering—Environmental Services and Testing 64
4 Experience and Qualifications of the Team
Brian J. DuChene, P.E., LAC, RPIH
SENIOR INDUSTRIAL HYGIENIST ,
PROFESSIONAL EXPERIENCE
Brian has provided indoor environmental quality, environmental, hazardous materials and
facilities consulting services for 5,000+ projects for commercial, industrial, institutional, /„
educational, federal, and military facilities throughout the U.S. and overseas. A principal of the «--
firm, he has served as a site representative and project manager for numerous asbestos, lead,
radon, and indoor air quality (IAQ) projects. Brian has also prepared design documents for
asbestos and lead abatement, radon mitigation, and restoration of mechanical, waterproofing,
and finish systems. He has developed testing protocols and directed sampling activities for
asbestos, lead, radon, and IAQ evaluations. With more than 30 years of experience with
materials engineering, Brian has been responsible for performing and managing a full range of EDUCATION
asbestos related consulting services. These services have included asbestos surveys, cost Bachelor of Science,Materials
estimating, abatement design, project management and contract administration, project Science and Engineering,University
monitoring, and air testing and analysis. of Florida, 1987
As the Florida Facilities Manager, Brian's expertise includes materials engineering, forensic REGISTRATIONS
Professional Engineer-Civil, FL No.
failure analysis, and indoor environmental consulting projects in Florida and throughout the 45856, 1992
U.S. He has been responsible for performing and managing a full range of consulting services
that have included failure analysis and testing using a wide variety of test methods and NoAsbestos Consultant,FL,
No.. EA#0000075
equipment. He has performed failure investigations to identify the cause and origin of materials
failure. He has also prepared remediation plans and opinions of cost for the repair of failed CERTIFICATIONS AND TRAINING
finishes and structural components. During remediation, he has performed project Registered Professional Industrial
Hygienist,APIH,9660707
management, contract administration, project monitoring for compliance with the established
plans and industry standards, and post remediation assessments for completeness. AHERA Asbestos Project Designer,
NC,SC
PROJECT EXPERIENCE
HERA
Claude Pepper Federal Building—Miami, FL • Ased
P )a Asbestos Supervisor
Principal/Authorized Project Reviewer(APR)/QA/QC.Terracon completed a roof moisture survey
at the referenced building. A thermographic imaging survey was performed on the lower, upper AHERA Asbestos Inspector
and mechanical room roofs. Activities performed as part of the survey included: visual AHERA Asbestos Management
examination of existing conditions; thermography imaging using a FLIR e4OBX infrared Planner
camera; and photographic documentation of the observed existing conditions.
Lead-Based Paint Risk Assessor
C.Clyde Atkins Federal Courthouse-Miami,FL Lead-Based Paint,FL, EPA
Principal Engineer/APR. Performed roofing and waterproofing evaluations and testing in NIOSH 582 Airborne Asbestos
support of retrofit design to provide waterproofing repairs to the courthouse facility. Services Sampling/Evaluation
included a qualitative roof moisture evaluation of the existing roofing insulation and a condition
assessment of the useful service life of the existing roofing and waterproofing components.We Radiation Safety and Use of Nuclear
Gauges Soil
also provided a condition assessment of the roofing and waterproofing elements in order to
further define the scope. AFFILIATIONS
Environmental Information
Midway Road Widening Project, 3171 -3283 West Midway Road -Fort Pierce, FL Association
EPA Certified Lead Paint Risk Assessor and Licensed Asbestos Consultant(LAC).The subject Indoor Air Quality Association
site supported seven vacant buildings owned by St. Lucie County, which were to be
demolished.Terracon provided a lead paint survey and an asbestos survey due to the planned Association of Professional Industrial
demolition of the structures at the site. Hygienists
Confidential Tennant Space-Boca Raton, FL YEARS OF EXPERIENCE:30
Principal/Consultant. Responsible for plans and specifications prepared for the cleaning, YEARS AT FIRM:6
sanitizing, and coating of the HVAC. Performed monitoring of the work for compliance with the
design documents as well as microbial and NADCA testing to confirm completeness of the
cleaning operations.
1lerracon City of Miami Beach RFQ No.2018-141-ND I Engineering—Environmental Services and Testing 65
4 Experience and Qualifications of the Team
Armando J. Alvarez, Jr., P.E., LEED AP
SENIOR FACILITIES ENGINEER
PROFESSIONAL EXPERIENCE
Armando, a senior project manager for Terracon's Facilities Group, has 29 years of
experience in engineering design and evaluation of new and existing buildings and
structures for commercial, city, county, and state clients. A registered professional
engineer in the States of Florida,Georgia,and Arizona,Armando has attained Leadership
in Energy and Environmental Design(LEED)accreditation. r, ,
f
Throughout his career, he has provided commercial and governmental clients with
engineering services related to facilities support including evaluations, renovations,
energy modeling, retrofits, and new construction. Additionally, Armando possesses EDUCATION
extensive experience providing engineering design services to telecommunication clients Bachelor of Science,Mechanical
for the installation of new communication sites at existing buildings and new or existing EInstitngineeriuteng,9Rensselear Polytechnic
, 198
tower sites. Armando works full-time in the South Florida Region and is the technical lead
in the South Florida market for facilities engineering services. REGISTRATIONS
Professional Engineer:Florida,No.
PROJECT EXPERIENCE 55980,2000
Miami Dade College, Building#400 School of Justice Parking Garage-Doral, FL Professional Engineer:Georgia, No.
Project Manager.The scope of services included a structural evaluation and non-destructive PE033771,2009
materials testing.Terracon evaluated the existing structural elements to determine beam and
Professional Engineer:Arizona,No.
slab geometry,reinforcing size and spacing,column sizing and condition of exterior masonry 51288,2010
walls. The roofing survey included a roof-based infrared scan of the existing roof that was
performed using a color infrared imaging device, core samples to correlate suspected CERTIFICATIONS
LEED AP
moisture anomalies (by patching by others), and report preparation inclusive of a narrative
discussion of-the project,results of the moisture survey and a scaled roof plan. YEARS OF EXPERIENCE:29
YEARS AT FIRM:4
Miami-Dade County(MDC)Permitting and Inspection Center-Miami, FL
Senior Engineer. An indoor environmental quality (IEQ) assessment and mechanical
evaluation was conducted at the MDC Permitting and Inspection Center located at 11805
SW 26th Street. The IEQ evaluation consisted of a physical inspection and assessment
and indoor environmental monitoring. The physical inspection and assessment included
building hygiene and maintenance and heating, ventilation, and air conditioning (HVAC)
system hygiene and maintenance and whole building pressurization. Terracon also
measured the following indoor environmental parameters: carbon dioxide (CO2), carbon
monoxide (CO), temperature, relative humidity, airborne particulates, and non-culturable
mold.
Building Condition Assessment, Florida Power&Light(FPL), Miami, Florida*
Senior Engineer. Facilities engineering services were provided for indoor air quality(IAQ),
HVAC evaluation, and building envelope issues at an FPL call center facility. Additional
work was authorized via addendums for the design of modifications to HVAC system and
building envelope to solve indoor humidity issues.
FITTEAM Ballpark of the Palm Beaches-West Palm Beach, FL
Project Manager.Terracon provided window testing services for the spring training facility,
which was conducted in accordance with the requirements of spec section 01 45 16 Field
Test for Water Leakage. Terracon's scope of services entailed performing field testing of
each type of glazed window systems that were installed when the facility was being
constructed. The firm's observations,findings and conclusions were provided in a report.
11erracon City of Miami Beach RFQ No.2018-141-ND I Engineering—Environmental Services and Testing 66
4 Experience and Qualifications of the Team
Rutu H. Nulkar, P.E.
SENIOR ENGINEER - SOILS, GEOLOGIC STUDIES, AND FOUNDATIONS
PROFESSIONAL EXPERIENCE
Rutu Nulkar, a Florida licensed professional engineer, has been practicing geotechnical
engineering in South Florida for more than 13 years. She has managed several continuing
services contracts during her career. Her geotechnical consulting capabilities include providingk\t
services for buildings, roadways, bridges, and drilled shaft inspections. Rutu has performed
geotechnical analysis for design of shallow and deep foundation systems, slope stability.
Additionally, Rutu has over 13 years of construction materials testing and verification experience
working on numerous FDOT projects and districtwide(D/W)materials contracts in the past. She
has also worked as an in-house geotechnical consultant with the District Materials Research
Office(DMRO). EDUCATION
M.S.,Civil Engineering,
PROJECT EXPERIENCE University of Florida,2004
Mast Arm at Quail Roost Drive Interchange,Widen HEFT from SW 216th Street to N.of SW
184th Street, FTE -Miami-Dade County, Florida B.S.,Civil Engineering, ,2.T.I.
Matunga,Mummbai,,India,2001
Project Manager for geotechnical engineering services for the proposed construction of one new ,
signal mast arm assemblies at the HEFT Quail Roost Drive Interchange. The firm performed REGISTRATIONS
subsurface exploration services to provide geotechnical design parameters to assist in the Registered Professional Engineer,
Florida#70625
design of the mast arm foundations.
AFFILIATIONS
Seawall Evaluation at Pump Station 1 Facility, Miami-Dade Water and Sewer Department American Society of Highway
(WASD)—Miami, FL Engineers(ASHE)
Project Engineer.WASD planned to renovate the seawall that existed at the time of Terracon's Florida Engineering Society(FES)
services due to signs of deterioration along the southeast edge. Pavement areas were also
showing signs of heavy deterioration with holes found in the asphalt. Subsurface exploration, Florida Engineering Society/Florida
laboratory testing, and geotechnical engineering recommendations related to the design and Leadership Institute
ng Engineers
Institute
construction of the seawall modifications were provided. The purpose of these services was to
provide information and geotechnical engineering recommendations relative to subsurface and YEARS OF EXPERIENCE: 13
groundwater conditions,geotechnical engineering parameters for the design of the new seawall, YEARS AT FIRM: 13
construction considerations, and hydraulic conductivity of the existing soils.
Krome Solar Project—Miami-Dade County, FL
Senior Geotechnical Engineer.The project consists of the development of a 70 MW photovoltaic
(PV)electric power plant on 465 acres of agricultural land. It will include solar panels installed
on steel structures and various other equipment and appurtenances associated with the power
plant (e.g. switchgear, transformers, inverters, and overhead and underground electrical
conveyance). Terracon provided preliminary geotechnical exploration relative to subsurface
conditions, soil permeability, and groundwater conditions. The scope included drilling Standard
Penetration Test (SPT) borings, test pits, rock coring, percolation tests, double ring infiltration
(DRI)tests,a temporary groundwater monitoring well,field electrical resistivity testing, laboratory
thermal resistivity dry-out curve testing, laboratory corrosion series testing, and laboratory index
testing of soil samples.
New Cruise Terminal B, PortMiami—Miami, FL
Senior Geotechnical Engineer. The planned project includes a new cruise terminal building and
six-story parking garage with associated port infrastructure. At the time of our services, the site
primarily consisted of paved roadway, parking, and loading areas. Terracon performed
geotechnical exploration to evaluate the subsurface conditions at the project site and provided
geotechnical engineering data relative to the geotechnical site characterization information
including subsurface soil/rock conditions, earthwork, floor slab design and construction,
pavement design and construction, groundwater conditions, and foundation design and
construction.
11erracon City of Miami Beach RFQ No.2018-141-ND I Engineering—Environmental Services and Testing 67
4 Experience and Qualifications of the Team
James E. Cotton, P.G.
SENIOR GEOLOGIST
PROFESSIONAL EXPERIENCE
Jim serves as a project manager in the South Florida Region where he is responsible for
environmental projects through their full life-cycle-from concept to clean-up. He has worked
as a consulting geologist in the State of Florida for more than 15 years. Jim has led and
managed a variety of projects including Phase I and II environmental site assessments(ESAs),
contamination assessments, subsidence investigations, water use permitting efforts, water
audits, and groundwater modeling simulations. He has also performed hydrogeological
evaluations of sites in South and Central Florida to determine the feasibility of well citing and
geothermal cooling for large facilities.
EDUCATION
Jim's technical environmental expertise is complimented by organized planning and Ph.D. Program(ABD), Human-
scheduling, where his focus on project completion entails using the fewest resources Computer Interaction/Usability,
necessary while maintaining the highest regard for quality and safety throughout. He maintains University of Central Florida
a history of successful subcontractor and field staff direction, and possesses superior data Bachelor of Science,Marine
analysis, report writing and presentation skills. Additionally, Jim's relationship-building skills Science/Geology,University of
are characterized by an affable approach developed over many years of interactions with Miami, 1987
clients, colleagues and regulatory personnel. REGISTRATIONS
Professional Geologist:
PROJECT EXPERIENCE Florida, No.PG1785
Palm Beach International Airport (PBI), Former Building S-1440, Palm Beach County WORK HISTORY
Transit Authority(Palm Tran)-West Palm Beach, FL Terracon Consultants,Inc.,Project
Project Manager. The Palm Beach County Department of Airports is considering long-term Geologist,2017-Present
lease of PBI property, which contains the Former Palm Tran Facility. Terracon is currently MIS, Inc.,Usability Consultant,2017
implementing source removal with open-pit air sparging to remediate petroleum hydrocarbon
contaminated soil and groundwater at the former Palm Tran facility under the Preapproved SMW Ge015eces, Inc.,Project
Manager,,22015—2017
Advanced Cleanup of the FDEP's Petroleum Remediation Program. The objective of the
remedial action is to reduce petroleum hydrocarbon contaminant concentrations within the MTE,Inc.,Project Manager,2009-
impacted area to below soil and groundwater cleanup target levels (SCTLs and GCTLs) to 2014
obtain a Site Rehabilitation Completion Order without Conditions. The scope of work includes: YEARS OF EXPERIENCE: 15
pre-excavation assessment and confirmation of conditions; excavation and disposal of
approximately 2,500 tons of impacted soils followed by open hole air sparging; and one year YEARS AT FIRM: 1
of groundwater monitoring to verify the effectiveness of the remedial effort.
Stormwater Treatment Area 5 (STA-5), South Florida Water Management District
(SFWMD)-Clewiston, FL
Project Manager. The SFWMD plans to improve the treatment areas located on the western
sides of STA-5 Flowway 2 and STA-5 Flowway 3. Land surfaces in these areas are currently
at a higher elevation than the areas directly to the east,which is preventing routine inundation
and inhibiting the expansion of emergent wetland vegetation. The total area of the proposed
excavation is approximately 720 acres. A limited environmental risk assessment is necessary
to evaluate the suitability of the materials to be excavated from the western portions of STA-5
Flowway 2 and STA-5 Flowway 3 for use as fill material within the C-139 Flow Equalization
Basin(FEB)located to the immediate west. Environmental risk assessment services are being
provided to assist in determining whether surficial soils at the site are suitable for excavation
and relocation based on the potential presence of agrichemical residues. The environmental
risk assessment services consist of soil sampling, laboratory analysis of the soil samples, and
a discussion on the suitability of the soils for reuse as onsite fill. Services are being provided
under an environmental continuing services contract Terracon holds with the SFWMD.
1lerracon City of Miami Beach RFQ No.2018-141-ND I Engineering—Environmental Services and Testing 68
4 Experience and Qualifications of the Team
Susan R. Kuzia
SENIOR STAFF SCIENTIST
PROFESSIONAL EXPERIENCE
Susan Kuzia is a Senior Environmental Scientist in Terracon's South Florida region. Her
responsibilities and skills include site research, regulatory research, report preparation, Phase
I environmental site assessments (ESAs). Susan's experience has been client focused with ..
rr► /.
wide ranging experience in environmental consulting,teaching,and project management.She
is recognized for the ability to handle various and multiple demands while maintaining the
highest standards; being effective in communication with clients and colleagues, and having
excellent management skills. Susan has over 26 years of experience in the performance of
Phase I ESAs per ASTM 1527 and Phase II ESA project management experience.
PROJECT EXPERIENCE EDUCATION
University of Akron
Downtown Miami, Confidential Property on Biscayne Boulevard — Miami-Dade County, Master of Science,Biology,1976
FL CERTIFICATIONS
Staff Scientist. Historical usage of property as a former hotel that utilized fuel oil for firing the AHERA Building Inspector
boilers left an area of petroleum impacted soil with free floating product.The area was reported
to encompass approximately 400 square feet; however, after the excavation of impacted soils YEARS OF EXPERIENCE:26
began a second area of free-floating product(FFP)was found that utilized a concrete vault for YEARS AT FIRM:4
fuel storage.The developer was able to begin site work on half of site while the excavation was
completed. Developer remained on schedule with their project and the site received an
unconditional closure from Miami-Dade County DERM for the removal of the petroleum impacts.
Excavated approximately 2,700 tons of petroleum impacted soil and pumped approximately
20,000 gallons of petroleum impacted groundwater and FFP for offsite disposal.
Multiple Projects, Community Redevelopment Agency(CRA)-Pompano Beach, FL
Project Scientist/Manager. Responsible for conducting Phase I/II ESAs within the CRA's
Northwest Brownfields region and other areas within the CRA's focus areas at properties
proposed for redevelopment. Phase I ESAs were completed in accordance with ASTM E1527-
05.
Nova Southeastern University(NSU)Proposed Residence Hall -Davie, FL
Project Manager. The site is approximately 2.17 acres located at the northwest corner of the
intersection of Nova Road and College Avenue and, at the time of our services, contained a
portion of a soccer field,a stormwater retention area,and asphalted parking associated with A
Phase I ESA was conducted consistent with the procedures included in ASTM E1527-13,
Standard Practice for Environmental Site Assessments: Phase I Environmental Site
Assessment Process.The purpose of the ESA was to assist the client in developing information
to identify recognized environmental conditions(RECs)in connection with the site.
Costco Warehouse site within the SoLe Mia Development-North Miami,FL
Senior Staff Scientist. Our environmental group provided essential assessment and
construction oversight services in support of the preliminary investigation and preliminary
development of the new Costco Warehouse site within the SoLe Mia development site on the
former Munisport landfill. Terracon deployed a team of scientists, technicians and contractors
to observed relocation and placement of landfill materials and assess soil and groundwater
quality for constituents of concern within the development site. The results will be utilized as
part of the conditional closure provided through Miami-Dade County Department of Regulatory
and Economic Resources (RER) which will allow effective operation of the site without the
expense of having to conduct remediation of impacted materials.
1lerracon City of Miami Beach RFQ No.2018-141-ND I Engineering—Environmental Services and Testing 69
4 Experience and Qualifications of the Team
4.1.1 PROJECT EXPERIENCE
The following section highlights Terracon's key personnel and their experience servicing relevant projects
within the past five years.
Lucas A. Barroso-Giachetti, P.E., CHMM I Contract Manager/Account Representative,
Environmental Services Manager
Project No. 1: BE Aerospace Industrial Hygiene Consulting Services *
Description: Facility industrial hygiene and compliance services.
Agency/Client: BE Aerospace
Agency/Client Contact: Oskar Vidaurre, Facility Manager and HSE
Contact Telephone & E-mail: (305) 459-7116 /Oskar_Vidaurre@beaerospace.com
Year(s) & Term of Engagement: 2013 through 2016
Project No. 2: Texaco Englewood Remediation Project *
Description: Engineer of Record for air sparge (AS/soil vapor extraction (SVE)
remediation system addressing petroleum hydrocarbon impacts in
groundwater.
Agency/Client: FDEP
Agency/Client Contact: Sam Booth, Site Manager
Contact Telephone & E-mail: (850) 245-8901 / Sam.Booth@dep.state.fl.us
Year(s) & Term of Engagement: 2014 through 2016
Project No. 3: Pompano Beach Airpark Plane Crash Fuel Spill Source
Removal — Pompano Beach, FL
Description: Terracon conducted soil screening, soil sampling, groundwater
sampling and source removal oversight related to a discharge of
fuel resulting from an aircraft crash landing within the Pompano
Beach Airpark.
Agency/Client: Clean Harbors Environmental Services
Agency/Client Contact: Jeffry Peleg, Account Manager
Contact Telephone & E-mail: (754) 222-5103/ peleg.jeffry@cleanharbors.com
Year(s) & Term of Engagement: March 2018 to April 2018
* Work performed prior to joining Terracon.
1lerracon City of Miami Beach RFQ No.2018-141-ND I Engineering—Environmental Services and Testing 70
4 Experience and Qualifications of the Team
Hugo E. Soto, P.E. I Principal, Project Manager— Soils, Geologic Studies, and
Foundations
Project No. 1: Keystone Park - North Miami, FL
Description: Terracon provided geotechnical engineering, construction materials
testing, and inspection services to help remediate the depression
on the park's playground.
Agency/Client: City of North Miami
Agency/Client Contact: Derrick Corker, CPRD
Contact Telephone & E-mail: (305) 895-9846/dcorker@northmiamifl.gov
Year(s) & Term of Engagement: November 2016 to December 2016 (Geotechnical), July 2017 to
December 2017 (Materials Testing and Inspections)
Project No. 2: InterAmerican Campus Building - Miami, FL
Description: Terracon performed geotechnical engineering for the building
improvements including the elevator shaft construction. A
background noise assessment was conducted to evaluate exterior
traffic noise levels on first and second floor classrooms facing the
street. The firm is currently providing construction materials testing
and inspections services.
Agency/Client: Miami Dade College
Agency/Client Contact: Eneida Perez-Mendez, Senior Project Manager Facilities
Management
Contact Telephone & E-mail: (305) 237-0576/eperezme@mdc.edu
Year(s) & Term of Engagement: June 2015 to December 2015 (Geotechnical), August 2015 to
Present (Materials Testing and Inspections)
Project No. 3: New Cruise Terminal B, PortMiami — Miami, FL
Description: Terracon performed geotechnical exploration to evaluate the
subsurface conditions at the project site for a new cruise terminal
building and six-story parking garage with associated port
infrastructure.
Agency/Client: Bermello Ajamil & Partners, Inc.
Agency/Client Contact: James Bowers, AIA, NCARB, LEED AP, Partner
Contact Telephone & E-mail: (954) 467-5610 /jbowers@bermelloajamil.com
Year(s) & Term of Engagement: February 2018 to April 2018
1lerracon City of Miami Beach RFQ No.2018-141-ND I Engineering—Environmental Services and Testing 71
4 Experience and Qualifications of the Team
Steven A. Harrison, P.G. I QA/QC Reviewer, Senior Geologist
Project No. 1: Ford Midway Mall — Miami, FL*
Description: Terracon provided assessment, remedial planning/design, and
remediation of used oil impacted soil and groundwater for Midway
Ford. Services included routine interactions with DERM, soil
excavation/disposal, Free Product recovery, groundwater
monitoring and reporting.
Agency/Client: Midway Ford
Agency/Client Contact: Jose Carlos Diaz, Purchasing Director
Contact Telephone & E-mail: (305) 256 6533/Jose.Diaz@southmotors.net
Year(s) & Term of Engagement: October 2008 to August 2017
Project No. 2: Former BT Oil Site — Pompano Beach, FL *
Description: Oversight was conducted during soil excavation, in an area located
south of the former BT Oil site as the petroleum hydrocarbon
contamination, which was found during assessment efforts of the
former gas station, migrated southward into the right-of-way.
Terracon provided oversight and direction of the excavation o
impacted soils during underground utility installation. Terracon
designated soil handling protocols, established staging and storage
areas and orchestrated the proper disposal of the impacted soils.
Manifests documenting the quantity of impacted soil which were
properly disposed were utilized for project records.
Agency/Client: City of Pompano Beach Community Redevelopment Agency(CRA)
Agency/Client Contact: Horacio Danovich, CIP Engineer
Contact Telephone & E-mail: (954) 786-7834 / Horacio.Danovich@copbfl.com
Year(s) & Term of Engagement: Nov 2013 to March 2014
Project No. 3: Southport Turning Notch Expansion — Fort Lauderdale, FL
Description: Terracon provided assessment efforts of soil and groundwater
within a former landfill located beneath an active shipping container
facility in advance of proposed construction to expand the Turning
Notch. Subsequent efforts included the advancement of deep soil
borings (65 feet below land surface) within the shipping container
yard and adjoining mangroves, for lithologic interpretation and soil
sample collection and analysis. The evaluation was conducted to
assess levels of contamination within approximately 3,000,000
1rerracon City of Miami Beach RFQ No.2018-141-ND I Engineering—Environmental Services and Testing 72
4 Experience and Qualifications of the Team
cubic yards (cy) of materials to designate appropriate disposal and
re-use options for the materials.
Agency/Client: Louis Berger
Agency/Client Contact: Len Warner, Associate Vice President, Contaminated Site
Evaluation
Contact Telephone & E-mail: (914) 798 3721 / Iwarner@louisberger.corn
Year(s) & Term of Engagement: August 2017 to Still ongoing a little
* Note: Work initiated while Steven was with another firm and continued after he joined Terracon in 2013.
Russell E. Stauffer, P.E., LAC, MRSA I QA/QC Reviewer, Senior Industrial Hygienist
Project No. 1: Rhode Building, North Tower Stairwells #3 and #4— Miami, FL
Description: Terracon's services were to investigate, assess and provide
recommendations on controlling the recurring mold growth
occurring on the North Building stairwell walls.
Agency/Client: Florida Department of Management Services, Real Estate
Development and Management
Agency/Client Contact: Danny Callahan, Environmental Health & Safety /ADA Supervisor
Contact Telephone & E-mail: (850) 922-7535
Year(s) & Term of Engagement: February 2018 to April 2018
Project No. 2: Office Building on West Broward Boulevard —Fort Lauderdale,
FL
Description: Terracon recently conducted a limited mold and moisture
assessment in designated areas of a 6,700-square foot (SF),
single-story office building located at 1350 West Broward
Boulevard.
Agency/Client: City of Fort Lauderdale
Agency/Client Contact: David Smith, Project Manager
Contact Telephone & E-mail: (954) 828-6560 /davidsm@fortlauderdale.gov
Year(s) & Term of Engagement: April 2018
1lerracon City of Miami Beach RFQ No.2018-141-ND I Engineering—Environmental Services and Testing 73
4 Experience and Qualifications of the Team
Project No. 3: Vacant Building on Hammondville Road— Pompano Beach, FL
Description: Terracon conducted an asbestos survey of a single-story, vacant
building located in Pompano Beach that was planned to undergo
interior renovations prior to tenant occupancy.
Agency/Client: City of Pompano Beach CRA
Agency/Client Contact: Horacio Danovich, CIP Engineer
Contact Telephone & E-mail: (954) 786-7834 / Horacio.Danovich@copbfl.com
Year(s) & Term of Engagement: December 2017 to January 2018
Brian J. DuChene, P.E., LAC, RPIH I Senior Industrial Hygienist
Project No. 1: C. Clyde Atkins Federal Courthouse - Miami, FL
Description: Terracon performed roofing and waterproofing evaluations and
testing in support of retrofit design to provide waterproofing repairs
to the courthouse facility.
Agency/Client: TTV Architects, Inc.
Agency/Client Contact: Christopher Noel, AIA, LEED, Project Manager
Contact Telephone & E-mail: (904) 798-8333 / ChrisN@ttvarch.com
Year(s) & Term of Engagement: December 2013 to November 2015
Project No. 2: Claude Pepper Federal Building — Miami, FL
Description: Terracon completed a roof moisture survey at the referenced
building, which included: visual examination of existing conditions;
thermography imaging; and photographic documentation of the
observed existing conditions.
Agency/Client: BES Design/Build, LLC
Agency/Client Contact: Allison Beebe, Office Manager and Construction Administrator
Contact Telephone & E-mail: (251) 990-5778 /abeebe@besdesignbuild.com
Year(s) & Term of Engagement: January 2018 to February 2018
1rerracon City of Miami Beach RFQ No.2018-141-ND I Engineering—Environmental Services and Testing 74
4 Experience and Qualifications of the Team
Project No. 3: Knight Bridge Demolition —South Bay, FL
Description: The bridge was scheduled for demolition. Terracon conducted an
asbestos survey to identify materials suspected of containing
asbestos (suspect ACM) such as beam/ deck bearing pads,
surfacing materials, and miscellaneous materials (e.g., joint fillers).
Agency/Client: Engenuity Group, Inc.
Agency/Client Contact: Keith Jackson, P.E., Vice President
Contact Telephone & E-mail: (561) 655-1151 / kjackson@engenuitygroup.com
Year(s) & Term of Engagement: September 2013 to October 2013
Armando J. Alvarez, Jr., P.E., LEED AP I Senior Facilities Engineer
Project No. 1: Rhode Building, North Tower Stairwells #3 and #4— Miami, FL
Description: Terracon's services were to investigate, assess and provide
recommendations on controlling the recurring mold growth
occurring on the North Building stairwell walls.
Agency/Client: Florida Department of Management Services, Real Estate
Development and Management
Agency/Client Contact: Danny Callahan, Environmental Health & Safety/ADA Supervisor
Contact Telephone & E-mail: (850) 922-7535
Year(s) & Term of Engagement: February 2018 to April 2018
Project No. 2: Camden Las Olas Apartments — Fort Lauderdale, FL
Description: Terracon performed a mechanical HVAC assessment to visually
and diagnostically evaluate the operation of the HVAC systems
serving the 15-story multi-family high-rise apartment tower, with
420 units and a 5-story clubhouse, and to provide a report of
recommended repairs and anticipated capital replacements needs.
In addition, Terracon prepared an Operations and Maintenance
(O&M) plan for the systems.
Agency/Client: Camden Development, Inc.
Agency/Client Contact: Ben Mills, Vice President of Facilities/Construction
Contact Telephone & E-mail: (713) 354-2537/ bmills@camdenliving.com
Year(s) & Term of Engagement: April 2016 to August 2016
1lerracon City of Miami Beach RFQ No.2018-141-ND i Engineering—Environmental Services and Testing 75
4 Experience and Qualifications of the Team
Project No. 3: Miami-Dade County Permitting and Inspection Center—Miami,
FL
Description: The indoor environmental quality (IEQ) evaluation of the facility
conducted by Terracon consisted of a physical inspection,
assessment, and indoor environmental monitoring to assess for
potential conditions that were affecting the IEQ.
Agency/Client: Miami-Dade County Facilities & Utilities Management, Design and
Construction Services
Agency/Client Contact: David Mustafa, Project Manager
Contact Telephone & E-mail: (786) 469-2718/dmustaf@miamidade.gov
Year(s) & Term of Engagement: July 2015 to August 2015
Rutu H. Nulkar, P.E. I Senior Engineer - Soils, Geologic Studies, and Foundations
Project No. 1: Krome Solar Project - Miami-Dade County, FL
Description: Terracon provided preliminary geotechnical exploration relative to
subsurface conditions, soil permeability, and groundwater
conditions for the development of a 70 MW photovoltaic (PV)
electric power plant.
Agency/Client: Florida Power & Light Company
Agency/Client Contact: Konrad Flemk, PMP, Construction Manager
Contact Telephone & E-mail: (561) 568 7149/ konrad.flemk@fpl.com
Year(s) & Term of Engagement: October 2016 to February 2018
Project No. 2: Seawall Evaluation at Pump Station 1 Facility — Miami, FL
Description: Subsurface exploration, laboratory testing, and geotechnical
engineering recommendations related to the design and
construction of the seawall modifications were provided by
Terracon.
Agency/Client: Stantec Consulting Services, Inc.
Agency/Client Contact: Antonio Inojal, P.E., Project Manager
Contact Telephone & E-mail: (786) 313-5505 /antonio.inojal@mwhglobal.com
Year(s) & Term of Engagement: September 2015 to June 2017
11erracon City of Miami Beach RFQ No.2018-141-ND I Engineering—Environmental Services and Testing 76
4 Experience and Qualifications of the Team
Project No. 3: New Cruise Terminal B, PortMiami — Miami, FL
Description: Terracon performed geotechnical exploration to evaluate the
subsurface conditions at the project site for a new cruise terminal
building and six-story parking garage with associated port
infrastructure.
Agency/Client: Bermello Ajamil & Partners, Inc.
Agency/Client Contact: James Bowers, AIA, NCARB, LEED AP, Partner
Contact Telephone & E-mail: (954) 467-5610/jbowers@bermelloajamil.com
Year(s) & Term of Engagement: February 2018 to April 2018
James E. Cotton, P.G. I Senior Geologist
Project No. 1: PBI Former Building S-1440, Palm Beach County Transit
Authority (Palm Tran) -West Palm Beach, FL
Description: Terracon is currently implementing source removal (Soil
excavation, free product recovery) coupled with open-pit air
sparging to remediate petroleum hydrocarbon contaminated soil
and groundwater at the former Palm Tran facility.
Agency/Client: Palm Beach County
Agency/Client Contact: John Tierney, Regulatory Specialist
Contact Telephone & E-mail: (561) 233-0252
Year(s) & Term of Engagement: September 2017 to Present (Ongoing)
Project No. 2: Stormwater Treatment Area 5 (STA-5), —Clewiston, FL
Description: Environmental risk assessment services are being provided to
assist in determining whether surficial soils at the site are suitable
for excavation and relocation based on the potential presence of
agrichemical residues.
Agency/Client: South Florida Water Management District (SFWMD)
Agency/Client Contact: Robert Taylor, CEP, Lead Environmental Scientist, Leasing & Real
Estate Support, Environmental Science Unit
Contact Telephone & E-mail: (561) 682-2264 / rtaylor@sfwmd.gov
Year(s) & Term of Engagement: April 2018 to Present (Ongoing)
1lerracon City of Miami Beach RFQ No.2018-141-ND I Engineering—Environmental Services and Testing 77
4 Experience and Qualifications of the Team
Project No. 3: Northwood Anchor Brownfields Site —West Palm Beach, FL
Description: Terracon was contracted by the West Palm Beach CRA to
remediate petroleum impacted groundwater using funds provided
by the EPA as part of a loan from the Brownfields Revolving Loan
Fund (RLF) provided to Palm Beach County. Terracon is a
Brownfields Contractor for Palm Beach County and the project
efforts include Brownfield programmatic tasks and remediation. The
petroleum-contaminated groundwater, which resulted from a former
fueling a service station, included vacuum extraction and air
sparging. Remedial efforts are successful and have reduced
concentrations to below GCTLS of constituents of concern.
Agency/Client: West Palm Beach CRA
Agency/Client Contact: Vincent Wooten, Real Estate Division
Contact Telephone & E-mail: (561) 822-1444 /VWooten@wpb.org
Year(s) & Term of Engagement: January 2016 to Present (Ongoing)
Susan R. Kuzia I Senior Staff Scientist
Project No. 1: Nova Southeastern University (NSU) Proposed Residence Hall
— Davie, FL
Description: A Phase I ESA was conducted to assist the client in developing
information to identify recognized environmental conditions (RECs)
in connection with the for the 2.17-acre site.
Agency/Client: NSU
Agency/Client Contact: Randall Seneff, Director of Design and Construction
Contact Telephone & E-mail: (954) 262-8805/ rseneff@nova.edu
Year(s) & Term of Engagement: July 2017
Project No. 2: Opa-Locka Brownfields Grant - Opa-Locka, FL
Description: The City of Opa-Locka selected Terracon to provide brownfields
consulting services for their $400,000 EPA community-wide
assessment grant. Terracon is providing consulting services for this
Brownfields project through a series of tasks that include
community engagement, Phase I and II ESAs, and
remediation/redevelopment planning.
1Ierracon City of Miami Beach RFQ No.2018-141-ND I Engineering—Environmental Services and Testing 78
4 Experience and Qualifications of the Team
Agency/Client: City of Opa-Locka
Agency/Client Contact: Yesly Guillen, Brownfields Coordinator
Contact Telephone & E-mail: (305) 321-0344 /yguillen@opalockafl.gov
Year(s) & Term of Engagement: January 2016 to September 2018
Project No. 3: NW 14th Terrace Assemblage— Fort Lauderdale, FL
Description: A Phase I ESA was conducted to assist the client in developing
information to identify RECs in connection with the project site,
which incorporates one 2-story building of approximately 32,258
SF, located at 1409 NW 6th Street, and five vacant lots along NW
14th Terrace, being utilized as parking lots.
Agency/Client: City of Fort Lauderdale
Agency/Client Contact: Todd Hiteshew
Contact Telephone & E-mail: (954) 828-7807 /THiteshew@fortlauderdale.gov
Year(s) & Term of Engagement: July 2017 to August 2017
1Ierracon City of Miami Beach RFQ No.2018-141-ND I Engineering—Environmental Services and Testing 79
Required Forms
TAB 5, 5.1 STANDARD FORM 330
ARCHITECT - ENGINEER QUALIFICATIONS
A. CONTRACT INFORMATION
1 TITLE AND LOCATION(City and State)
Professional Architectural and Engineering Services for Capital Renewal and Replacement Projects
Category: Engineering —Environmental Services and Testing, City of Miami Beach, FL
2 PUBLIC NOTICE DATE 3 SOLICITATION OR PROJECT NUMBER
February 15, 2018 RFQ 2018-141-ND
B. ARCHITECT-ENGINEER POINT OF CONTACT
4 NAME AND TITLE
Lucas Barroso-Giachetti, P.E., CHMM, Contract Manager/Account Representative
5 NAME OF FIRM
Terracon Consultants, Inc.
6 TELEPHONE NUMBER 7 FAX NUMBER 8 E-MAIL ADDRESS
(305) 820-1997 (305) 820-1998 Lucas.Barroso@terracon.corn
C. PROPOSED TEAM
(Complete this section for the prime contractor and all key subcontractors)
(Check)
L >? o0 9. FIRM NAME 10. ADDRESS 11. ROLE IN THIS CONTRACT
UU
a yF
116200erracon NW 59th Avenue Engineering - Environmental
Suite 106 Services and Testing
a. ® 0 ❑ Consultants, Inc. Miami Lakes, FL 33014
® CHECK IF BRANCH OFFICE
5371 NW 33rd Avenue Engineering - Environmental
lierracbn Suite 201 Services and Testing
b. ® ❑ ❑ Consultants, Inc. Fort Lauderdale, FL 33309
• CHECK IF BRANCH OFFICE
11225erracon Omar Road Engineering - Environmental
West Palm Beach, FL 33405 Services and Testing
c. ®❑ ❑ Consultants, Inc.
El CHECK IF BRANCH OFFICE
15463erracon W. Waters Avenue Engineering - Environmental
Suite 830 Services and Testing
d. ®❑ El Consultants, Inc. Tampa, FL 33634
® CHECK IF BRANCH OFFICE
11675eracon Lee Road Engineering - Environmental
Winter Park, FL 33634 Services and Testing
e. ® ❑ 0 Consultants, Inc.
® CHECK IF BRANCH OFFICE
P. ❑ ❑ ❑
® CHECK IF BRANCH OFFICE
D. ORGANIZATIONAL CHART OF PROPOSED TEAM ® (Attached)
1lerracon City of Miami Beach RFQ No.2018-141-ND I Engineering—Environmental Services and Testing SF 330 80
D.ORGANIZATIONAL CHART OF PROPOSED TEAM
City of Miami Beach
Terracon Consultants,Inc.
Engineering-Environmental Services 8 Testing
Contract Managed
Account Representative
Lucas Barroso-Giachntg,P.E.,CHMM
e S
OReviewers
Stevenven Harrison,P.G. PrincipalHugo Soto.P E ,
Russell Stauffer,P.E.,LAC
♦ ♦
SafetyCoordinator
M
Adam Mater iCorporatel
Shayan Bolode(Local)
Environmental&Testing Services ♦ Soils.Geologic Studies 8 Foundation Services
Project Manager -"_"""_-_"' - Project Manager
` Lucas Barroso-Giachet0,P.E.,CHMM Hugo Solo.P E.
I 1
Subcontractor Su000H \ I. General Environmental \ Contamination Assessment-..\\ Industrial Hwiene, Soils,Geologic Studies, \ Laboratory Testing
Foundation Services
Environmental Drilling Senior Engineer Senior Engineer Senior Industrial Hygienist Laboratory Manager
Analytical Laboratories(Brit Lucas Barroso-Giachero,P.E., Lucas Barroso-Glachete,P.E., Russell Stauffer,P.E..LAC Senior Engineers Shayan Bolooki
Z.Groundwater,Asbestos, CHMM CHMM Brian DuChene,P E,LAC,RPIH Hugo Soto,P.E. Laboratory Technician
Mold,Lead Pant Radon, Rutu Nulkar,P.E.
Senior Geologists Senior GeologistsHumberto Correa
Industrial Hygiene)
Steven Harrison,P.G. Senior Engineer Project Engineer
Steven Htton,P P.GP.G. Lucas BartosoGiachetti,P.E., CMEC,FOOT Accredited
Ground Penetrating Radar Jim Cotton,P.G. Jim Cotton, . CHMM Nick Mata,P.E Laboratory
Senior Stag Scientist Scientist Mitchell Foster,P.E.
Storage Tank Contractor Susan Kusa Senior Staff Sciest Senior Mold As Stall Engineer
(PSSC)/Excavation Susan Kusa Steven Harrison,P.G g^eer
Contractor Staff Scientists Vane Larltigua Cum,E.I.
\ Stephanie Feuer Staff Scientists Project Industrial En
Engineering AssishntlCADD
Stephanie Feuer Hygienic Adeemctor 9 ^g
Nicole Boucher Nicde Boucher Sergio Adasme Sucely Diaz Fajardo
Field Technician Field Technician Field Technician Drilling Crew
` Dams Rues Daniel Reyes Dania Reyes Oscar Correa
Additional Professional ` Filippo Di Grad } ` Filippo }
Alexa Moreno
§Atilital ` ppo Di Grad Fppo D Grad
Expert WArress/Lifigaton ar Diobehere.ter Intrusion
Suppon/Govsrrrmerial Brian Duchene,P.E.,LAC,RPIH
Assistance Armando Alvarez,Jr.,P.E.,
Steven Harrison,P.G. LEED AP
David Beerbovrer,P.G. ` Luis Puche
r` _v \ .0/ 'Note.Add Mona!resources are available in Tenacon5 network of Floods offices.
lkffaCOfi City of Miami Beach RFC No.201&r4r.sn I Engineering—Environmental Services and Testing SF 330 e1
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
Lucas Barroso-Giachetti, P.E.,CHMM Contract Manager/Account a TOTAL b.WITH CURRENT FIRM
Representative, Environmental Services
Project Manager 18 <1
15.FIRM NAME AND LOCATION(City and State)
Terracon Consultants, Inc.-Miami Lakes, Florida
16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE)
B.S./Environmental Engineering Florida/Professional Engineer
18.OTHER PROFESSIONAL QUALIFICATIONS(Publications.Organizations.Training.Awards.etc)
Certifications: Certified Hazardous Materials Manager(CHMM)
19.RELEVANT PROJECTS
(I)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
Pompano Beach Airpark-Plane Crash Fuel Spill PROFESSIONAL SERVICES CONSTRUCTION(if applicable)
Pompano Beach,FL 2018 N/A
3 (3)BRIEF DESCRIPTION(Brief scope.size.cost.etc)AND SPECIFIC ROLE
®Check if project performed with current firm
Environmental Engineer. Conducted soil screening, soil sampling,groundwater sampling and source removal oversight related to
a discharge of fuel resulting from an aircraft crash landing within the Pompano Beach Airpark. Lucas provided P.E. oversight of
the field activities and conducted regulatory interface on behalf of the client. The impacted area was successfully excavated and
remediated. Firm's Fee:$17,000
(1)TITLE AND LOCATION(City and State)
(2)YEAR COMPLETED
Beacon Logistics Park PROFESSIONAL SERVICES CONSTRUCTION(if applicable)
Hialeah, FL
2016-2017 N/A
(3)BRIEF DESCRIPTION(Brief scope.sizecost.etc)AND SPECIFIC ROLE
b. Check if project performed with current firm
Lead Consultant. Provided environmental assessment and permitting consulting for redevelopment of 72-acre former lakefill site
in Hialeah, Florida. Lucas was the lead consultant for the local developer interfacing with Miami-Dade County Division of
Environmental Resources Management (DERM) for the approval of development-related environmental oversight plans,
assessment of groundwater impacts for regulatory and stormwater management purposes, and design of a sub-slab vapor
mitigation system.
(1)TITLE AND LOCATION(City and State)
(2)YEAR COMPLETED
PortMiami Tunnel Project PROFESSIONAL SERVICES CONSTRUCTION(if applicable)
Miami-Dade County, FL 2011 -2012 N/A
O (3)BRIEF DESCRIPTION(Brief scope.sizecost,etc)AND SPECIFIC ROLE
❑Check if project performed with current firm
Environmental Engineer. Prepared Spill Prevention, Control, and Countermeasure (SPCC) for land and maritime operations
involving drilling and grout injection activities on floating barges off Watson Island and Dodge Island. Worked closely with
Bouygues Civil Works Florida(BCWF)personnel during preparation and implementation of SPCC,which was approved by Miami-
Dade County.
(1)TITLE AND LOCATION(City and State)
(2)YEAR COMPLETED
Environmental Services for Miami-Dade County DERM PROFESSIONAL SERVICES CONSTRUCTION(if applicable)
Miami-Dade County, FL 2009-2011 N/A
d. (3)BRIEF DESCRIPTION(Brief scope,size.cost,etc.)AND SPECIFIC ROLE
0 Check if project performed with current firm
Project Manager.Miami-Dade County DERM contract projects included site assessment reports(SARs),tank closure assessment
reports(TCARs), Phase I/II environmental site assessments(ESAs), and other projects at Miami International Airport(MIA), Opa-
Locka Airport, Tamiami Park, and other Miami-Dade County properties. Responsible for day-to-day management of projects and
interfacing with DERM project managers.
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
Florida Power&Light(FPL)Electrical Substations PROFESSIONAL SERVICES CONSTRUCTION(if applicable)
Miami-Dade County, FL 2009 2011 N/A
e. (3)BRIEF DESCRIPTION(Brief scopesizecost.etc)AND SPECIFIC ROLE
❑Check if project performed with current firm
Project Manager and Professional Engineer. Soil and groundwater assessment was conducted for arsenic contamination from
historical herbicide application at multiple electrical substations. Prepared multiple Source Removal Reports (SRRs), Remedial
Action Plans(RAPs), and technical reports submitted to Miami-Dade County DERM.
1Ierracon City of Miami Beach RFQ No.2018-141-ND I Engineering—Environmental Services and Testing SF 330 82
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
Hugo Soto, P.E. a.TOTAL b WITH CURRENT FIRM
9 Principal,Project Manager-Soils,
Geologic Studies, and Foundations 37 6
15 FIRM NAME AND LOCATION(City and State)
Terracon Consultants, Inc. Miami Lakes, Florida
16 EDUCATION(DEGREE AND SPECIALIZATION) 17 CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE)
B.S./Civil Engineering M.S./Geotechnical Florida/Professional Engineer
18 OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations.Training,Awards,etc.)
Affiliations: American Society of Civil Engineers Cuban Society of Engineers
19.RELEVANT PROJECTS
(1)TITLE AND LOCATION(CRy and State)
(2)YEAR COMPLETED
Krome Solar Project PROFESSIONAL SERVICES CONSTRUCTION(if applicable)
Miami-Dade County, FL 2018 N/A
(3)BRIEF DESCRIPTION(Beef scope,size,cost.etc)AND SPECIFIC ROLE
Check if project performed with current firm
a. Principal Engineer. The project consists of the development of a 70 MW photovoltaic(PV)electric power plant on 465 acres of
agricultural land. It will include solar panels installed on steel structures and various other equipment and appurtenances
associated with the power plant(e.g.switchgear,transformers, inverters, and overhead and underground electrical conveyance).
Terracon provided preliminary geotechnical exploration relative to subsurface conditions, soil permeability, and groundwater
conditions. The scope included drilling Standard Penetration Test(SPT) borings, test pits, rock coring, percolation tests, double
ring infiltration(DRI)tests, a temporary groundwater monitoring well, field electrical resistivity testing, laboratory thermal resistivity
dry-out curve testing, laboratory corrosion series testing, and laboratory index testing of soil samples. Firm's Fee:$104,030
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
New Cruise Terminal B, PortMiami PROFESSIONAL SERVICES CONSTRUCTION(if appl(cable)
Miami, FL 2017, 2018 N/A
(3)BRIEF DESCRIPTION(Brief scope,size,cost.etc)AND SPECIFIC ROLE
El Check if project performed with current firm
Principal Engineer.The planned project includes a new cruise terminal building and six-story parking garage with associated port
b. infrastructure. At the time of our services, the site primarily consisted of paved roadway, parking, and loading areas. Terracon
performed geotechnical exploration to evaluate the subsurface conditions at the project site and provided geotechnical engineering
data relative to the geotechnical site characterization information including subsurface soil/rock conditions, earthwork, floor slab
design and construction, pavement design and construction, groundwater conditions, and foundation design and construction.
Firm's Fee: $46,000. The firm also evaluated the subsurface conditions at the site in 2017 for Miami-Dade County/PortMiami to
provide geotechnical site characterization information (i.e. subsurface soil/rock conditions, groundwater conditions, field testing,
and laboratory testing). Firm's Fee: $59,087
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
Seawall Evaluation at Pump Station 1 Facility, Miami-Dade Water and Sewer PROFESSIONAL SERVICES CONSTRUCTION(if applicable)
Department(WASD) 2016 N/A
Miami, FL
(3)BRIEF DESCRIPTION(Beef scope,size.cost.etc)AND SPECIFIC ROLE
Check If project performed with current firm
c. Principal Engineer. WASD planned to renovate the seawall that existed at the time of Terracon's services due to signs of
deterioration along the southeast edge. Pavement areas were also showing signs of heavy deterioration with holes found in the
asphalt. Subsurface exploration, laboratory testing, and geotechnical engineering recommendations related to the design and
construction of the seawall modifications were provided. The purpose of these services was to provide information and
geotechnical engineering recommendations relative to subsurface and groundwater conditions, geotechnical engineering
parameters for the design of the new seawall, construction considerations, and hydraulic conductivity of the existing soils. Firm's
Fee-$25,593
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
Oleta River State Park PROFESSIONAL SERVICES CONSTRUCTION(if applicable)
North Miami, FL 2016 N/A
(3)BRIEF DESCRIPTION(Brief scopesize,cost,etc.)AND SPECIFIC ROLE
El Check if project performed with current firm
d• Principal Engineer. Responsible for conducting geotechnical engineering services in connection with the construction project
planned at the Oleta River State Park. The project consisted of the construction of an approximately 1,600-square foot (SF),
single-story bathhouse and campground area including a power pedestal and utility pad as well as asphalt paved and gravel
roadways.The purpose of Terracon's services was to provide information and geotechnical engineering recommendations relative
to subsurface soil/rock conditions, earthwork, foundation design and construction, groundwater conditions, typical pavement
section,and pavement construction consideration. Firm's Fee: $7,367
1lerracon City of Miami Beach RFQ No.2018-141-ND I Engineering-Environmental Services and Testing SF 330 83
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
Miami Dade College InterAmerican Campus Building 6 PROFESSIONAL SERVICES CONSTRUCTION(if applicable)
Miami, FL 2015 N/A
(3)BRIEF DESCRIPTION(Brief scopesizecost.etc)AND SPECIFIC ROLE
El Check if project performed with current firm
Principal Engineer. Terracon was the geotechnical engineer of record for the elevator shaft construction at Building 6. New
e. elevators were planned to be constructed after demolition of the existing structure. The elevator foundation would be installed
about 8 feet below the existing grade. The proposed foundation was designed using an allowable bearing pressure of 5000 psf;
furthermore, the existing structure was supported on a shallow foundation system bearing at the same elevation of the proposed
elevator foundation and was also designed using an allowable bearing pressure of 5000 psf. Geotechnical exploration services
were conducted to provide information and geotechnical engineering recommendations relative to subsurface soil conditions,
foundation design and construction,earthwork,and groundwater conditions. The firm also provided construction materials testing
and inspection services until 2018. Firm's Fee:$6,424
1lerracon City of Miami Beach RFQ No.2018-141-ND I Engineering—Environmental Services and Testing SF 330 84
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
Steven Harrison, P.G. QA/QC Reviewer/Senior Geologist a TOTAL b WITH CURRENT FIRM
30 5
15.FIRM NAME AND LOCATION(City and State)
Terracon Consultants, Inc. Fort Lauderdale, Florida
16 EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE)
M.S./Marine Geology and Geophysics, Emphasis: Geo-Chemistry Florida/Professional Geologist
B.S/Geology Florida/Mold Assessor
Florida/Licensed Sales Associate
18.OTHER PROFESSIONAL QUALIFICATIONS(Publications.Organizations,Training.Awards,etc.)
Certifications: 8-Hour Hazmat Health and Safety Training Updates
40-Hour Hazmat Health and Safety Training
Short Course: Assessing Environmental Risk in Property Transactions
Short Course: How to Comply with Florida's Haz Waste Regulations for Generators
19.RELEVANT PROJECTS
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
Costco Warehouse site within the SoLe Mia development PROFESSIONAL SERVICES CONSTRUCTION(if applicable)
North Miami, FL Ongoing N/A
(3)BRIEF DESCRIPTION(Brief scopesizecost.etc.)AND SPECIFIC ROLE
Check if project performed with current firm
Project Manager. Our environmental group provided essential assessment and construction oversight services in support of the
a. preliminary investigation and development of the new Costco Warehouse site within the SoLe Mia development site on the former
Munisport landfill. Terracon deployed a team of scientists, technicians and contractors to observed relocation and placement of
landfill materials and assess soil and groundwater quality for constituents of concern within the development site. The results will
be utilized as part of the conditional closure provided through Miami-Dade County Department of Regulatory and Economic
Resources(RER)which will allow effective operation of the site without the expense of having to conduct remediation of impacted
materials. Terracon has also designed the vapor mitigation system to be placed beneath the building and parking lot to control
methane vapors from the former landfill. Firm's Fee: $125,346
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
Proposed Central Base Apron Modification,MIA, Miami-Dade Aviation PROFESSIONAL SERVICES CONSTRUCTION(if applicable)
Department(MDAD) Ongoing N/A
Miami, FL
(3)BRIEF DESCRIPTION(Brief scopesize.cost,etc.)AND SPECIFIC ROLE
Check if project performed with current firm
Environmental Project Manager. The MIA Central Base apron consists of paved airplane taxi lane areas and associated airport
infrastructure utilized for aircraft to maintenance,fueling, and parking. Several existing buildings and possible old foundations are
adjacent to the proposed area of development. Proposed construction includes underground utilities, drainages, concrete
pavement, retaining walls, light poles, gravity walls, and box culvert structures. Terracon is providing onsite inspections of soils
b. during the performance of select geotechnical borings, the collection and analysis of soil samples, and the collection of sediment
samples from the canal along the northern boundary of the site that will be culverted as part of the project. Samples are collected
to allow for environmental evaluation of soil samples collected along the path of construction proposed for the installation of a new
stormwater utility within the site. Samples are selected to provide current analytical data for use in evaluating soil quality in areas
where soils will be excavated during construction.Terracon prepared a historical site assessment summary report to conglomerate
approximately 40 years of assessment and remedial activities conducted within the Central Base Apron. The historical and current
data are being interpreted for applicability to Miami-Dade County DERM, FDEP and MDAD soil reuse guidelines and evaluation
of how soils will be managed within the work area.Terracon has prepared a soil management plan to describe handling protocols
and procedures to be followed by the contractor during site construction.The data is also being utilized in understanding exposure
risk and for preparation of the environmental section of the Health and Safety Plan (HASP)for the site. Firm's Fee: $72,000
1lerracon City of Miami Beach RFQ No.2018-141-ND I Engineering—Environmental Services and Testing SF 330 85
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
Opa-Locka Environmental Protection Agency(EPA)Brownfields PROFESSIONAL SERVICES CONSTRUCTION Of applicable)
Assessment Grant Ongoing N/A
Opa-Locka, FL
(3)BRIEF DESCRIPTION(Brief scope,sizecost.etc.)AND SPECIFIC ROLE
Check if project performed with current firm
Project Manager/Senior Geologist. Terracon provided grant-writing assistance and support to the City of Opa-Locka for their
brownfields program. Terracon worked closely with City staff and prepared an EPA brownfields application for the 2105 funding
cycle. Terracon is currently the City's sole consultant providing brownfields services to support authorized tasks designated as
components of the $400,000 EPA Brownfields Assessment grant. Programmatic management includes but are not limited to
c.
quarterly and annual reporting, EPA policies and procedures, progress meetings,financial coordination and the technical findings
required through the closeout process. Grant services support identification, prioritization processes and selection of properties;
oversight of sub-consultants;and outreach.The funds are primarily dedicated to assessment of properties of interest which include
Phase I ESAs, asbestos surveys, and lead-based paint(LBP) investigation within structures. Additional Phase I information may
include wetland surveys and ground penetrating radar(GPR). Phase II ESAs are conducted in accordance with a Generic and
Site Specific Quality Assurance Project Plan (QAPP and SSQAPP) completed per regulatory compliance to support Phase II
ESAs. Phase II assessments, site-specific QAPPs, HASPs and site reuse/cleanup planning are all components of the grant.
Findings from assessment activities is reported to EPA within the Assessment, Cleanup & Redevelopment Exchange System
(ACRES). Firm's Fee:$382,000
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
Oleta River Park State Park PROFESSIONAL SERVICES CONSTRUCTION Ofapplicable)
North Miami, FL 2016 N/A
(i, (3)BRIEF DESCRIPTION(Brief scopesize.cost.etc)AND SPECIFIC ROLE
®Check if project performed with current firm
Project Manager/Supervisor. The project consisted of the construction of an approximately 1,600-SF, single-story bathhouse and
campground area including a power pedestal and utility pad as well as asphalt paved and gravel roadways. Terracon provided
asbestos and lead paint survey services. The firm also performed quality assurance (QA) services to certify the removal of
materials and provided a letter report of our observations. Firm's Fee:$2,586
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
Miami-Dade County Permitting and Inspection Center PROFESSIONAL SERVICES CONSTRUCTION elapplicable)
Miami, FL 2015 N/A
(3)BRIEF DESCRIPTION(Brief scopesizecost.etc)AND SPECIFIC ROLE
Check if project performed with current firm
Environmental Services Department Manager/Project Manager. The indoor environmental quality(IEQ) evaluation of the facility
consisted of a physical inspection, assessment, and indoor environmental monitoring to assess for potential conditions that were
e. affecting the IEQ. The physical inspection and assessment included evaluation of building hygiene and maintenance; heating,
ventilation,and air conditioning(HVAC)system hygiene/maintenance and whole building pressurization.Terracon also measured
the carbon dioxide (CO2), carbon monoxide (CO), temperature, relative humidity, airborne particulates, chemicals, and non-
culturable mold to evaluate for conditions that were indicative of, and had the potential to, affect the indoor air quality (IAQ).
Analytical data from bioaerosol air samples, collected using a spore trap sampling technique, and surficial tape lift samples were
utilized to interpret if fungal colonies were amplified with the facility. Air samples were also collected to assess for the presence
of elevated volatile organic compounds using sorbent tubes. Interpretation of the data generated from the investigation identified
the need to further evaluate the HVAC systems and balance the system's operation throughout the facility. Firm's Fee: $12,000
1lerracon City of Miami Beach RFQ No.2018-141-ND I Engineering—Environmental Services and Testing SF 330 86
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
Russell Stauffer, P.E., LAC QA/QC Reviewer/Senior Industrial a.TOTAL b.WITH CURRENT FIRM
Hygienist/ 40+ 3
15 FIRM NAME AND LOCATION(CAy and State)
Terracon Consultants, Inc. Tampa, Florida
16 EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE)
MBA Florida/Professional Engineer
B.S./Civil Engineering Florida/Mold Assessor
Florida/Asbestos Consultant
18.OTHER PROFESSIONAL QUALIFICATIONS(Publ,catrons,Organaabons.Training.Awards.etc)
Certifications:
EPA/AHERA Asbestos Inspector, Management Planner, Designer, Supervisor
NIOSH 582 Sampling &Analysis of Airborne Dusts
EPA/LBP Certified Renovation, Repair and Painting(RRP)Trainer and Worker
EPA/LBP Risk Assessor, Designer and Supervisor
AmIAQC-Certified Indoor Environmental Consultant(CIEC)
EPA/OSHA Accredited Train-the Trainer
EMI/FEMA IS-00100: Introduction to Incident Command
OSHA 40-Hour HazWoper
EMI/FEMA IS-00630: Introduction to Public Assistance Program
USGBC LEED-AP
EMI/FEMA IS-00700: National Incident Command System
EMI/FEMA IS-00210: Initial Incident Command System
19.RELEVANT PROJECTS
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
Rhode Building, North Tower Stairwells#3 and#4 PROFESSIONAL SERVICES CONSTRUCTION Of appbcable)
Miami, FL 2018 N/A
(3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE
Check if project performed with current firm
Authorized Project Reviewer(APR)/Quality Review. The North Building lost power after a hurricane for approximately two weeks,
which resulted in fungal growth impacting IAQ and building materials in the stairwells. The fungal mold growth was cleaned after
a. the power was restored; however; it has since reappeared and the building staff believe that high humidity levels are causing the
fungal growth. Terracon investigated, assessed and provided recommendations on controlling the recurring mold growth on the
stairwell walls. The mechanical HVAC systems serving the stairwells were visually observed and assessed for evidence of
uncontrolled outdoor air and/or moisture intrusion into the stairwells. Terracon also reviewed available drawings of the original
building construction related to the system.The firm also performed an evaluation limited to the dark staining on the wall for suspect
mold growth, water intrusion and/or sources of potential moisture. Terracon assessed the location, affected materials, and
estimated the quantities of the observed suspect mold growth. Firm's Fee:$6,500
(1)TITLE AND LOCATION(Crty and State) (2)YEAR COMPLETED
Office Building on West Broward Boulevard PROFESSIONAL SERVICES CONSTRUCTION Of applicable)
Fort Lauderdale,FL 2018 N/A
(3)BRIEF DESCRIPTION(Brief scope,size,cost.etc.)AND SPECIFIC ROLE
b. Check if project performed with current firm
APR/Quality Review. Terracon conducted a limited mold and moisture assessment in designated areas of a 6,700-SF, single-
story building located at West Broward Boulevard.The assessment was conducted by a licensed mold assessor.The assessment
was requested in response to employees relocating to a currently vacant office building. The objective of the assessment was to
assess suspect mold-impacted building materials that would require remediation,which included collection of ambient air samples
and surface tape lift samples for mold analysis. Firm's Fee:$3,117
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
Healthcare Facility PROFESSIONAL SERVICES CONSTRUCTION(A applicable)
Miami, FL 2017 N/A
(3)BRIEF DESCRIPTION(Beef scope,size.cost,etc.)AND SPECIFIC ROLE
®Check if project performed with current firm
APR/Quality Review. The 3rd floor of the building is a combination of doctor's offices and examination rooms with an estimated
c.
square footage of 14,000 SF. Terracon conducted an asbestos survey of the facility. The survey was conducted by an AHERA-
accredited building inspector. Interior building components were surveyed and homogeneous areas of suspect ACM were visually
identified and documented. Suspect ACM samples were collected in general accordance with the sampling protocols outlined in
EPA regulation 40 Code of Federal Regulations (CFR) 763.86 (Asbestos Hazard Emergency Response Act, AHERA). Samples
were delivered to an accredited laboratory for analysis by Polarized Light Microscopy(PLM). This asbestos survey was requested
due to the planned interior renovations prior to tenant occupancy. Firm's Fee: $2,850
11erracon City of Miami Beach RFQ No.2018-141-ND I Engineering-Environmental Services and Testing SF 330 87
(1)TITLE AND LOCATION(Cdy and State) (2)YEAR COMPLETED
Downtown Miami Charter School PROFESSIONAL SERVICES CONSTRUCTION(If applrcable)
Miami, FL 2016 N/A
(3)BRIEF DESCRIPTION(Brie/scope.size.cost.etc)AND SPECIFIC ROLE
Check if project performed with current firm
APR/Quality Review. Terracon performed an Asbestos Hazard Emergency Response Act(AHERA)building survey for the 2-story
d. facility, which contains 43,000 SF. The purpose of this survey is to identify and quantify asbestos-containing building materials
(ACBM)present in the on-site building as a requirement under AHERA. The survey was performed by observing and touching the
friable and/or non-friable building materials located in the site. These observations involved a multi-step assessment procedure.
In order to provide for consistent assessments among Terracon personnel, have adopted the seventh draft of the Environmental
Protection Agency's Guidance for Assessing and Managing Exposure to Asbestos in Buildings document as a guideline (EPA
Guideline). Bulk samples were collected and submitted under chain of custody to a NVLAP-accredited laboratory for analysis by
PLM per EPA methodology EPA/600/R-93/116. Firm's Fee:$5,300
(1)TITLE AND LOCATION(Orly and State) (2)YEAR COMPLETED
Miami Seaport Administration Building PROFESSIONAL SERVICES CONSTRUCTION(IfappItcable)
Miami, FL 2016 N/A
(3)BRIEF DESCRIPTION(Brief scope,size,cost.etc)AND SPECIFIC ROLE
Check if project performed with current firm
APR/Quality Review. The administration building is a split roof, estimated at approximately 11,000 SF planned for re-roofing.
e' Terracon conducted a limited asbestos roof survey in designated roof areas of the structure. The survey was conducted by an
AHERA-accredited asbestos inspector. The roofing components were surveyed and homogeneous areas of suspect asbestos-
containing materials (ACM) were visually identified and documented. Although reasonable effort was made to survey accessible
suspect materials, additional suspect but un-sampled materials could be located in voids or in other concealed areas. Suspect ACM
samples were collected in general accordance with the sampling protocols outlined in EPA regulation 40 CFR 763(AHERA).Samples
were delivered to an accredited laboratory for analysis by PLM. Firm's Fee:$6,500
1lerracon City of Miami Beach RFQ No.2018-141-ND I Engineering—Environmental Services and Testing SF 330 88
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
Brian DuChene,P.E., LAC, RPIH Senior Industrial Hygienist a.TOTAL b.WITH CURRENT FIRM
30 6
15.FIRM NAME AND LOCATION(City and State)
Terracon Consultants, Inc. Winter Park, Florida
16 EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE)
B.S./Materials Science and Engineering Florida/Professional Engineer
Florida/Asbestos Consultant(LAC)
18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations.Training,Awards.etc.)
Certifications:
Registered Professional Industrial Hygienist,APIH, 9660707
AHERA Asbestos Project Designer, NC, SC
AHERA Asbestos Supervisor(lapsed)
AHERA Asbestos Inspector
AHERA Asbestos Management Planner
Lead-Based Paint Risk Assessor Lead-Based Paint, FL, EPA
NIOSH 582 Airborne Asbestos Sampling/Evaluation
Radiation Safety and Use of Nuclear Gauges Soil
19.RELEVANT PROJECTS
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
Claude Pepper Federal Building PROFESSIONAL SERVICES CONSTRUCTION(if applicable)
Miami, FL 2018 N/A
(3)BRIEF DESCRIPTION(Brief scope.size.cost,etc)AND SPECIFIC ROLE
®Check if project performed with current firm
a. APR/Quality Review. Terracon completed a roof moisture survey, in general accordance with ASTM Standard C1153 "Standard
Practice for Location of Wet Insulation in Roofing Systems Using Infrared Imaging",at the referenced building which had undergone
a complete roof system tear-off and replacement. A thermographic imaging survey was performed on the lower, upper and
mechanical room roofs. Activities that were performed as part of the survey included: visual examination of existing conditions;
thermography imaging using a FLIR e4OBX infrared camera;and photographic documentation of the observed existing conditions.
Firm's Fee: $3,700
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
Vacant Retail Site PROFESSIONAL SERVICES CONSTRUCTION(if applicable)
Miami, FL 2018 N/A
(3)BRIEF DESCRIPTION(Brief scope.size.cost.etc.)AND SPECIFIC ROLE
Check if project performed with current firm
b. APR/Quality Review. The vacant space contains approximately 10,434 SF and abuts adjoining retail space located at a shopping
plaza. Interior renovations were planned for the space prior to tenant occupancy. Terracon performed an asbestos survey that was
conducted by an AHERA-accredited building inspector. Interior building components were surveyed and homogeneous areas of
suspect ACM were visually identified and documented.Suspect ACM samples were collected in general accordance with the sampling
protocols outlined in EPA regulation 40 CFR 763.86 (AHERA). Samples were delivered to an accredited laboratory for analysis by
PLM. Firm's Fee:$1,745
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
Homestead Air Reserve Base(ARB)Hangar and Bunker PROFESSIONAL SERVICES CONSTRUCTION(if applicable)
Homestead, FL 2016 N/A
(3)BRIEF DESCRIPTION(Bnef scope,size,cost,etc.)AND SPECIFIC ROLE
®Check if project performed with current firm
APR/Quality Review.Terracon performed an asbestos, lead and hazardous material survey to assess potential hazardous materials
c. that may have been present and to accommodate the planned renovation activities at the facility.Building components were surveyed
and homogeneous areas of suspect ACM and paint containing lead (PCL) were visually identified and documented. Hazardous
Material were visually identified during this assessment. Suspect ACM samples were collected in general accordance with the
sampling protocols outlined in EPA regulation 40 CFR 763(AHERA).Asbestos samples were delivered to an accredited laboratory
for analysis. Suspect ACM samples were analyzed by PLM. Suspect PCL samples were obtained from representative surfaces
potentially containing lead containing coatings. Lead paint samples were delivered to an accredited laboratory for analysis by Flame
Atomic Absorption. Firm's Fee:$2,550
1lerracon City of Miami Beach RFQ No.2018-141-ND I Engineering—Environmental Services and Testing SF 330 89
(1)TITLE AND LOCATION(CRy and State) (2)YEAR COMPLETED
Pump Station PROFESSIONAL SERVICES CONSTRUCTION(A apptcable)
Opa-Locka, FL 2014 N/A
(3)BRIEF DESCRIPTION(Beef scope.size.cost.etc.)AND SPECIFIC ROLE
El Check if project performed with current firm
APR/Quality Review. Terracon performed an asbestos survey of the pump station building,which was conducted by an AHERA-
d• accredited building inspector. The interior and exterior building components were surveyed, and homogeneous areas of suspect
ACM were visually identified and documented. Suspect ACM samples were collected in general accordance with the sampling
protocols outlined in USEPA 40 CFR Part 763 Subpart E 763 (AHERA). Samples were delivered to an accredited laboratory for
analysis by PLM. We understand this asbestos survey was requested due to the planned renovation of the on-site building to
satisfy requirements of the USEPA 40 CFR Part 61, Subpart M, the NESHAP. Firm's Fee: $2,644
(1)TITLE AND LOCATION(CRy and State) (2)YEAR COMPLETED
Midway Road Widening Project,3171 —3283 West Midway Road PROFESSIONAL SERVICES CONSTRUCTION of applicable)
Fort Pierce, FL 2014 N/A
(3)BRIEF DESCRIPTION(Beef scope,size.cost.etc)AND SPECIFIC ROLE
Check if project performed with current firm
EPA Certified Lead Paint Risk Assessor and LAC. The subject site supported seven existing vacant buildings which were to be
demolished. The land and buildings were owned by St. Lucie County. Terracon provided a lead paint survey and an asbestos
e. survey due to the planned demolition of four buildings and three sheds at the site. Lead paint chip sampling was conducted, by an
EPA-certified lead paint inspector, at readily accessible painted surfaces and in concealed areas identified through client requested
destructive sampling. Lead paint samples were delivered to an accredited laboratory for analysis by Flame Atomic Absorption. The
asbestos survey was conducted by an AHERA-accredited building inspector. Interior and exterior building components were
surveyed and homogeneous areas of suspect ACMs were visually identified and documented.Suspect ACM samples were collected
in general accordance with the sampling protocols outlined in EPA AHERA regulation, 40 CFR 763.86. Samples were delivered to
an accredited laboratory for analysis by PLM. Results, findings, conclusions and recommendations, based on conditions observed
during our survey of the building,were provided to the County. Firm's Fee:$9,715
1lerracon City of Miami Beach RFQ No.2018-141-ND l Engineering—Environmental Services and Testing SF 330 90
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
Armando Alvarez,Jr., P.E.,LEED AP Senior Facilities Engineer a.TOTAL b.WITH CURRENT FIRM
28 4
15.FIRM NAME AND LOCATION(City and State)
Terracon Consultants, Inc. Fort Lauderdale, Florida
16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE)
B.S./Mechanical Engineering Florida/Professional Engineer
18.OTHER PROFESSIONAL QUALIFICATIONS(Publications.Organizations,Training,Awards.etc.)
Certifications: LEED AP Certified
19.RELEVANT PROJECTS
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
Fort Lauderdale-Hollywood International Airport(FLL)Terminal 1 (T1) PROFESSIONAL SERVICES CONSTRUCTION Of applicable)
Modernization Ongoing N/A
Fort Lauderdale,FL
(3)BRIEF DESCRIPTION(Beef scopesize,cost.etc.)AND SPECIFIC ROLE
Check if project performed with current firm
Senior Project Manager. Terracon is providing Building Envelope Commissioning (BECx) services in support of the project to
renovate and expand T1 and FLL to house expanded flight operations and baggage handling for Southwest Airlines.Terracon's
initial scope of work included a peer review of the 90%construction drawings with an emphasis on the functional performance of
a. the building enclosure components and systems. As a part of this review we identified the various functional performance tests
that will be performed to create a Quality Assurance (QA) plan for witnessing and confirming that these tests are satisfactorily
performed. The next phase of our services was to visually assess the building envelope components(roofing and building curtain
walls)to document their existing condition and to note observed defects prior to construction.The extent of our visual assessment
was limited to building envelope components near areas that could reasonably be assumed to be affected by the planned
expansion of Terminal 1. A summary of our findings was provided in a written report. During the project, Terracon was directed
to contract with the window manufacturer to complete the performance verification testing of the insulating laminated coated glass
curtainwalls and store fronts. The Project Specifications require water penetration testing in general accordance with ASTM E
1105 and AAMA 501.2 diagnostic testing at locations selected by the Project Architect. In order to perform the testing Terracon
is working from aerial work platforms. Firm's Fee: $150,000+
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
Rhode Building, North Tower Stairwells#3 and#4 PROFESSIONAL SERVICES CONSTRUCTION(if applicable)
Miami, FL 2018 N/A
(3)BRIEF DESCRIPTION(Beef scope.size,cost.etc.)AND SPECIFIC ROLE
Check if project performed with current firm
Senior Engineer. The North Building lost power after a hurricane for approximately two weeks, which resulted in fungal growth
b. impacting IAQ and building materials in the stairwells.The fungal mold growth was cleaned after the power was restored; however,
it has since reappeared and the building staff believe that high humidity levels are causing the fungal growth.Terracon investigated,
assessed and provided recommendations on controlling the recurring mold growth on the stairwell walls. The mechanical HVAC
systems serving the stairwells were visually observed and assessed for evidence of uncontrolled outdoor air and/or moisture
intrusion into the stairwells. Terracon also reviewed available drawings of the original building construction related to the system.
The firm also performed an evaluation limited to the dark staining on the wall for suspect mold growth, water intrusion and/or
sources of potential moisture. Terracon assessed the location, affected materials, and estimated the quantities of the observed
suspect mold growth. Firm's Fee: $6,500
I1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
Miami Seaport Administration Building PROFESSIONAL SERVICES CONSTRUCTION Of applicable)
Miami, FL 2016 N/A
(3)BRIEF DESCRIPTION(Brief scope,size.cost,etc.)AND SPECIFIC ROLE
IZ Check if project performed with current firm
Senior Engineer. The administration building is a split roof,estimated at approximately 11,000 SF planned for re-roofing. Terracon
c• conducted a limited asbestos roof survey in designated roof areas of the structure. The survey was conducted by an AHERA-
accredited asbestos inspector. The roofing components were surveyed and homogeneous areas of suspect asbestos-containing
materials (ACM) were visually identified and documented. Although reasonable effort was made to survey accessible suspect
materials,additional suspect but un-sampled materials could be located in voids or in other concealed areas. Suspect ACM samples
were collected in general accordance with the sampling protocols outlined in EPA regulation 40 CFR 763 (Asbestos Hazard
Emergency Response Act, AHERA). Samples were delivered to an accredited laboratory for analysis by polarized light microscopy.
Firm's Fee:$6,500
1lerracon City of Miami Beach RFQ No.2018-141-ND I Engineering—Environmental Services and Testing SF 330 91
I1)TITLE AND LOCATION/City and State) (2)YEAR COMPLETED
Miami Dade College, Building#400 School of Justice Parking Garage PROFESSIONAL SERVICES CONSTRUCTION Of applicable)
Doral, FL 2016 N/A
(3)BRIEF DESCRIPTION(Poet scope,size,cost.etc)AND SPECIFIC ROLE
d. Check if project performed with current firm
Project Manager. Terracon's scope of services was to provide a structural evaluation and non-destructive materials testing. We
evaluated the existing structural elements to determine beam and slab geometry, reinforcing size and spacing, column sizing and
condition of exterior masonry walls. The roofing survey included a roof-based infrared scan of the existing roof will be performed using
a color infrared imaging device,core samples to correlate suspected moisture anomalies(by patching by others),and report preparation
inclusive of a narrative discussion of the project, results of the moisture survey and a scaled roof plan. Firm's Fee: $16,950
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
Gladeview Elementary School PROFESSIONAL SERVICES CONSTRUCTION(if applicable)
Belle Glade, FL 2015 N/A
(3)BRIEF DESCRIPTION(Brief scope,sizecost,etc)AND SPECIFIC ROLEEl
Check if project performed with current firm
e.
Project Manager.Terracon conducted a noise survey for Gladeview Elementary School located at 1100 SW Avenue G in Belle Glade
Florida. The purpose of the survey was to measure and document Sound Pressure Levels (SPL) produced by the air-cooled
chillers at selected locations along the east and south site property lines and compare the measured sound levels to the City of
Belle Glades Noise Control Regulations. SPLs were measured at 5 locations using an integrating sound level meter. Firm's Fee
-$2,500
1lerracon City of Miami Beach RFQ No.2018-141-ND I Engineering—Environmental Services and Testing SF 330 92
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
Rutu Nulkar, P.E. Senior Engineer—Soils,Geologic a.TOTAL b.WITH CURRENT FIRM
Studies,and Foundations 13 13
15.FIRM NAME AND LOCATION(City and State)
Terracon Consultants, Inc. Fort Lauderdale, Florida
16 EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE)
M.S./Civil Engineering Florida/Professional Engineer
B.S./Civil Engineering
18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.)
Affiliations:
American Society of Highway Engineers(ASHE)
Florida Engineering Society(FES)
FES/Florida Institute of Consulting Engineers(FICE) Leadership Institute
19.RELEVANT PROJECTS
(I)TITLE AND LOCATION(City and State) ' (2)YEAR COMPLETED
New Cruise Terminal B, PortMiami PROFESSIONAL SERVICES CONSTRUCTION Of applicable)
Miami, FL 2018 N/A
(3)BRIEF DESCRIPTION(Brief scope,size,cost.etc)AND SPECIFIC ROLE
El Check If project performed with current firm
a. Senior Geotechnical Engineer. The planned project includes a new cruise terminal building and six-story parking garage with
associated port infrastructure. At the time of our services, the site primarily consisted of paved roadway, parking, and loading
areas. Terracon performed geotechnical exploration to evaluate the subsurface conditions at the project site and provided
geotechnical engineering data relative to the geotechnical site characterization information including subsurface soil/rock
conditions, earthwork, floor slab design and construction, pavement design and construction, groundwater conditions, and
foundation design and construction. Firm's Fee: $46,000
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
Krome Solar Project PROFESSIONAL SERVICES CONSTRUCTION(if applicable)
Miami-Dade County, FL 2018 N/A
(3)BRIEF DESCRIPTION(Brief scope.size.cost,etc)AND SPECIFIC ROLE
Check if project performed with current firm
b Senior Geotechnical Engineer. The project consists of the development of a 70 MW PV electric power plant on 465 acres of
agricultural land. It will include solar panels installed on steel structures and various other equipment and appurtenances
associated with the power plant(e.g. switchgear,transformers, inverters,and overhead and underground electrical conveyance).
Terracon provided preliminary geotechnical exploration relative to subsurface conditions, soil permeability, and groundwater
conditions. The scope included drilling SPT borings, test pits, rock coring, percolation tests, DRI tests, a temporary groundwater
monitoring well, field electrical resistivity testing, laboratory thermal resistivity dry-out curve testing, laboratory corrosion series
testing, and laboratory index testing of soil samples. Firm's Fee: $104,030
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
48-inch Diameter Water Main Downtown Loop Closure PROFESSIONAL SERVICES CONSTRUCTION(if applicable)
Miami, FL 2018 N/A
(3)BRIEF DESCRIPTION(Brief scopesize.cost,etc.)AND SPECIFIC ROLE
C. 1:0Check if project performed with current firm
Project Manager. The 48-inch diameter water main will be constructed under railroad tracks and roadway at the Miami Loop,
along NW 12th Street between NW 1St Avenue West and NW 1St Avenue East.Terracon provide geotechnical exploration services
including drilling borings.The purpose of these services was to provide subsurface field exploration, laboratory testing information,
and geotechnical engineering recommendations to assist in the design and construction of the water main. Firm's Fee:$11,987
11erracon City of Miami Beach RFQ No.2018-141-ND I Engineering—Environmental Services and Testing SF 330 93
(1)TITLE AND LOCATION(City and Stale) (2)YEAR COMPLETED
Seawall Evaluation at Pump Station 1 Facility, Miami-Dade WASD PROFESSIONAL SERVICES CONSTRUCTION(if applicable)
Miami, FL 2017 N/A
(3)BRIEF DESCRIPTION(Brief scope.size,cost.etc)AND SPECIFIC ROLE
Check if project performed with current firm
d. Project Engineer. WASD planned to renovate the seawall that existed at the time of Terracon's services due to signs of
deterioration along the southeast edge. Pavement areas were also showing signs of heavy deterioration with holes found in the
asphalt. Subsurface exploration, laboratory testing, and geotechnical engineering recommendations related to the design and
construction of the seawall modifications were provided. The purpose of these services was to provide information and
geotechnical engineering recommendations relative to subsurface and groundwater conditions, geotechnical engineering
parameters for the design of the new seawall, construction considerations, and hydraulic conductivity of the existing soils. Firm's
Fee-$25,593
(1)TITLE AND LOCATION(Cdy and State) (2)YEAR COMPLETED
Mast Arms at Marina Palms PROFESSIONAL SERVICES CONSTRUCTION(if applicable)
North Miami, FL 2014 N/A
(3)BRIEF DESCRIPTION(Boot scope,sizecost,etc.)AND SPECIFIC ROLE
e. ®Check if project performed with current firm
Geotechnical Engineer. Geotechnical exploration was performed for the proposed mast arm signal structures planned to be
constructed by FDOT at all four corners at the intersection of NE 172nd Street and SR 5(Biscayne Boulevard). Terracon drill borings
and monitored groundwater levels during and after drilling. The samples were tested in our laboratory to determine physical and
engineering characteristics.The purpose of these services was to provide information and geotechnical recommendations relative
to subsurface soil/rock conditions, mast arm geotechnical parameters, and groundwater conditions. Firm's Fee: $11,242
1lerracon City of Miami Beach RFQ No.2018-141-ND I Engineering—Environmental Services and Testing SF 330 94
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
Jim Cotton, P.G. Senior Geologist a.TOTAL b.WITH CURRENT FIRM
15 1
15 FIRM NAME AND LOCATION(City and State)
Terracon Consultants, Inc. West Palm Beach, Florida
16.EDUCATION(DEGREE AND SPECIALIZATION) 17 CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE)
B.S./Marine Science/Geology Florida/Professional Geologist
18.OTHER PROFESSIONAL QUALIFICATIONS(Publications.Organizations,Training,Awards.etc)
19.RELEVANT PROJECTS
(I)TITLE AND LOCATION(Cdy and State) (2)YEAR COMPLETED
Stormwater Treatment Area 5(STA-5),South Florida Water Management PROFESSIONAL SERVICES CONSTRUCTION(if applicable)
District(SFWMD) Ongoing N/A
Clewiston, FL
(3)BRIEF DESCRIPTION(Brief scope.sizecost,etc.)AND SPECIFIC ROLE
®Check if project performed with current firm
a. Project Manager. The SFWMD plans to improve the treatment areas (approximately 720 acres) located on the western sides of
STA-5 Flowway 2 and STA-5 Flowway 3. The SFWMD is looking to lower surface elevations through excavation to support the
routine inundation and expansion of emergent wetland vegetation.A limited environmental risk assessment is being conducted to
evaluate the suitability of the excavated materials for use as fill material within the C-139 Flow Equalization Basin (FEB) located
to the immediate west due to concerns associated with the potential presence of agrichemical residues. The environmental risk
assessment services include soil sampling utilizing the incremental sampling methodology (ISM), laboratory analysis of soil
samples, and evaluation of the suitability of the soils for reuse as onsite fill. Firm's Fee:$24,934 estimated
(1)TITLE AND LOCATION(Cit),and State) (2)YEAR COMPLETED
Palm Beach International Airport(PBI), Former Building S-1440, Palm PROFESSIONAL SERVICES CONSTRUCTION(if applicable)
Beach County Transit Authority(Palm Tran) Ongoing N/A
West Palm Beach, FL
(3)BRIEF DESCRIPTION(Brief scope.size,cost.etc.)AND SPECIFIC ROLE
Check if project performed with current firm
Project Manager. The Palm Beach County Department of Airports is considering long-term lease of PBI property,which contains
b. the Former Palm Tran Facility. Terracon is currently implementing source removal with open-pit air sparging to remediate
petroleum hydrocarbon contaminated soil and groundwater at the former Palm Tran facility. The objective of the remedial action
is to reduce petroleum hydrocarbon contaminants within the impacted area to below soil cleanup target levels (SCTLs) and
groundwater cleanup target(GCTLs).The goal is to obtain a No Further Action status without conditions and a Site Rehabilitation
Completion Order.The scope of work includes:pre-source removal work; source removal activities; monitoring well re-installation
and Quarter 1 Post Active Remediation Monitoring(PARM); Quarter 2 PARM; Quarter 3 PARM;and Quarter 4 PARM. Firm's Fee:
$586,000 estimated
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
Northwood Anchor Site PROFESSIONAL SERVICES CONSTRUCTION(if applicable)
West Palm Beach, FL Ongoing N/A
(3)BRIEF DESCRIPTION(Brief scope,sizecost,etc)AND SPECIFIC ROLE
®Check if project performed with current firm
Project Manager. In early 2016,Terracon and its consulting team were retained by the West Palm Beach CRA to perform cleanup
c. through a loan obtained through Palm Beach County's Brownfields RLF Program including programmatic tasks and active
remediation. The programmatic tasks completed included preparation of a Site-Specific Quality Assurance Project Plan
(SSQAPP), Davis-Bacon Act reporting assistance, community outreach and preparation of an Analysis of Brownfields Cleanup
Alternatives (ABCA). The remedial alternative selected for groundwater remediation was air sparge and soil vapor extraction
(AS/SVE). Prior to installation of the AS/SVE system, a remedial action plan (RAP) was prepared and submitted to FDEP for
approval. Upon approval of the RAP, remedial system construction was implemented. Remediation at the Northwood Anchor site
is currently ongoing. Firm's Fee: $326,500
1 erracon City of Miami Beach RFQ No.2018-141-ND I Engineering—Environmental Services and Testing SF 330 95
(1)TITLE AND LOCATION(Crty and State) (2)YEAR COMPLETED
South Bay Service Station Site PROFESSIONAL SERVICES CONSTRUCTION Ofapohcable)
South Bay, FL Ongoing N/A
(3)BRIEF DESCRIPTION(Bnel scopesizecost,etc.)AND SPECIFIC ROLEEl
Check if project performed with current firm
Project Manager. In early 2015, the South Bay Service Station site was identified as a viable project to secure a grant through the
Palm Beach County RLF program for remediation of petroleum-contaminated soil and groundwater associated with use of the site
as a former gasoline service station. In mid-2015, Terracon and its consulting team was contracted by Palm Beach County
d. Department of Economic Sustainability to perform Brownfields RLF cleanup including programmatic tasks and active remediation
with the ultimate goal to obtain a conditional site closure through use of engineering and institutional controls. The programmatic
tasks completed included preparation of a SSQAPP, preparation of an ABCA/Interim Remedial Action Interim Source Removal
Plan, Davis-Bacon Act reporting assistance, preparation of Voluntary Cleanup Tax Credit (VCTC) applications and assistance
with quarterly EPA reporting. In mid-2016, source removal was implemented including demolition of the former service station
building and associated concrete pump island, excavation and thermal incineration of 346.5 tons of petroleum impacted soil,
removal and disposal of 5,800-gallons of free product and petroleum contact water and placement/compaction of 604 tons of
"clean"fill. Subsequent to source removal, monitoring wells were re-installed and Post Active Remediation Monitoring (PARM)of
groundwater implemented. PARM is currently ongoing. Firm's Fee: $200,000
(I)TITLE AND LOCATION(Crty and State) (2)YEAR COMPLETED
Canals L-47 and C-591 Proposed Pump Station S-191A PROFESSIONAL SERVICES CONSTRUCTION(dapplicable)
Okeechobee County, FL 2018 N/A
(3)BRIEF DESCRIPTION(Boot scope.sizecost.etc.)AND SPECIFIC ROLE ®Check if project performed with current firm
Project Manager. The planned construction of a pump station requires the removal of canal sediments and surface water in the
area. As the region has a long history of agricultural use,there are concerns that agrichemicals historically applied to fields in the
area may be present in surface waters and canal bottom sediments at concentrations in excess of their cleanup target levels
specified in Chapter 62-780, Florida Administrative Code (FAC). In addition, historical and ongoing boating activities may have
e. also resulted in petroleum hydrocarbons impacts to these media. Due to these concerns,and the need to document general water
quality parameters(e.g.,chloride content and total dissolved solids)sediment and surface water quality was being assessed prior
to the initiation of dredging and dewatering activities related to the construction of the pump station. The sampling and analysis
scheme was designed to also assess whether the excavated materials would be acceptable to be transported off site for reuse.
Terracon's scope of services undertaken for the canal sampling and analysis involved the following tasks: five sediment samples
were collected on both sides of the isthmus, that will support the future pump station, from locations selected by the District; four
sediment samples were collected from within canal L-47, and one sediment sample was collected from within canal C-59. One
surface water sample was collected from within canal L-47 at a location specified by the District as being representative of the
area that will be dewatered/dredged. Firm's Fee: $9,645
1lerracon City of Miami Beach RFQ No.2018-141-ND I Engineering-Environmental Services and Testing SF 330 96
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
Susan Kuzia Senior Staff Scientist a.TOTAL b.WITH CURRENT FIRM
26 4
15.FIRM NAME AND LOCATION(Cdy and State)
Terracon Consultants, Inc. Fort Lauderdale, Florida
16 EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE)
M.S./Biology •
18 OTHER PROFESSIONAL QUALIFICATIONS(Publications.Organizations,Training,Awards.etc.)
Certification: AHERA Building Inspector
19.RELEVANT PROJECTS
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
Costco Warehouse site within the SoLe Mia development PROFESSIONAL SERVICES CONSTRUCTION(Aappbcable)
North Miami, FL Ongoing N/A
(3)BRIEF DESCRIPTION(Beet scopesizecost.etc)AND SPECIFIC ROLE
El Check if project performed with current firm
Senior Staff Scientist. Served as technical report writer for Phase I ESA services as our environmental group provided essential
a
' assessment services in support of the preliminary investigation of the new Costco Warehouse site within the SoLe Mia
development site on the former Munisport landfill.Terracon deployed a team of scientists,technicians and contractors to observed
relocation and placement of landfill materials and assess soil, vapor and groundwater quality for constituents of concern within
the development site.The Phase I ESA identified areas of concern associated with the use of the site as a landfill and results will
be utilized as part of the conditional closure provided through Miami-Dade County Department of RER which will allow effective
operation of the site without the expense of having to conduct remediation of impacted materials. Firm's Fee: $125,346
(1)TITLE AND LOCATION(Crty and State) (2)YEAR COMPLETED
Proposed Central Base Apron Modification, MIA, MDAD PROFESSIONAL SERVICES CONSTRUCTION(fappbcable)
Miami, FL Ongoing N/A
(3)BRIEF DESCRIPTION(Beef scopesrzecost.etc)AND SPECIFIC ROLE
IE Check if project performed with current firm
Senior Staff Scientist.The MIA Central Base apron consists of paved airplane taxi lane areas and associated airport infrastructure
utilized for aircraft to park, unload/load, refuel, or board. Several existing buildings and possible old foundations are adjacent to
the proposed area of development.Terracon is providing onsite inspections of soils during the performance of select geotechnical
borings and the collection of sediment samples from the canal along the northern boundary of the site that will be culverted as
b. part of the project, allowing for environmental evaluation of soil samples collected along the path of construction proposed for the
installation of a new stormwater utility within the site. Samples are selected to provide current analytical data for use in evaluating
soil quality in areas where soils will be excavated during construction Susan led the preparation historical site assessment report
to summarize approximately 40 years of assessment and remedial activities conducted within the Central Base Apron. The
historical and current data are being interpreted for applicability to Miami-Dade County DERM, FDEP and MDAD soil reuse
guidelines and evaluation of how to properly manage excess soils that cannot remain within the work area.Terracon has prepared
a soil management plant to describe handling protocols and procedures to be followed by the contractor during site construction.
The data is also being utilized in understanding exposure risk and for preparation of the environmental section of the HASP for
the site. Services being provided include sediment sample collection and soil sample collection.Additionally,Terracon is providing
services for a soil management plan and permitting assistance for the project. Firm's Fee: $72,000.
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
Opa-Locka EPA Brownfields Assessment Grant PROFESSIONAL SERVICES CONSTRUCTION(Aappbcable)
Opa-Locka, FL Ongoing N/A
(3)BRIEF DESCRIPTION(Beef scope.sae,cost.etc.)AND SPECIFIC ROLE
El Check if project performed with current firm
Senior Staff Scientist. Terracon provided grant-writing assistance and support to the City of Opa-Locka for their brownfields
program.Terracon worked closely with City staff and prepared an EPA brownfields application for the 2105 funding cycle.Terracon
c. is currently the City's sole consultant providing brownfields services to support authorized tasks designated as components of the
$400,000 EPA Brownfields Assessment grant. Programmatic management includes but are not limited to quarterly and annual
reporting, EPA policies and procedures, progress meetings,financial coordination and the technical findings required through the
closeout process. Grant services support identification, prioritization processes and selection of properties; oversight of sub-
consultants; and outreach. The funds are primarily dedicated to assessment of properties of interest which include Phase I ESAs,
asbestos surveys, and LBP investigation within structures.Additional Phase I information may include wetland surveys and GPR.
Phase II ESAs are conducted in accordance with a QAPP and SSQAPP completed per regulatory compliance to support Phase
II ESAs. Phase II assessments, site-specific QAPPs, HASPs and site reuse/cleanup planning are all components of the grant.
Findings from assessment activities is reported to EPA within ACRES. Firm's Fee: $382,000
1Ierracon City of Miami Beach RFQ No.2018-141-ND Engineering—Environmental Services and Testing SF 330 97
(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
Hotel PROFESSIONAL SERVICES CONSTRUCTION(ifapplicable)
Miami Beach, FL 2017 N/A
(3)BRIEF DESCRIPTION(Brief scopesize.cost.etc)AND SPECIFIC ROLE
®Check if project performed with current firm
Project Manager/Senior Staff Scientist.The site is developed with buildings, outdoor swimming pools,a fitness center, restaurants
and bars,and exterior patios.A Phase I ESA was conducted consistent with the procedures included in ASTM El 527-13,Standard
d. Practice for Environmental Site Assessments: Phase I Environmental Site Assessment Process. The purpose of this ESA was to
assist the client in developing information to identify RECs in connection with the site. This purpose was undertaken through user-
provided information, a regulatory database review, historical and physical records review, interviews, including local government
inquiries, as applicable, and a visual noninvasive reconnaissance of the site and adjoining properties. ASTM E1527-13 contains
a definition of"migrate/migration," which refers to "the movement of hazardous substances or petroleum products in any form,
including, for example, solid and liquid at the surface or subsurface, and vapor in the subsurface." By including this explicit
reference to migration in ASTM E1527-13, the standard clarifies that the potential for vapor migration should be addressed as
part of a Phase I ESA and was considered by Terracon in evaluation of RECs associated with the site. Firm's Fee:$5,350
(I)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED
Fire Station No. 29 Temp, Sweetwater Elementary PROFESSIONAL SERVICES CONSTRUCTION(if applicable)
Miami, FL 2016 N/A
(3)BRIEF DESCRIPTION(Beef scope,sizecost.etc.)AND SPECIFIC ROLE
®Check if project performed with current firm
Project Manager/Senior Staff Scientist.At the time of Terracon's services,the site was an approximately 17,800-SF,vacant grassy
e.
parcel located on a portion of the Sweetwater Elementary School in Miami. The Miami-Dade Fire Rescue Department planned to
utilize the north side of the school property as a temporary fire station. Terracon conducted a Phase I ESA to assist the client in
developing information to identify RECs in connection with the site. Terracon also performed a Limited Site Investigation
(LSI)/Phase II ESA to assess soil and groundwater quality at the site and establish a baseline of potential impacts from select
regulated substances. Firm's Fee: $14,360
11erracon City of Miami Beach RFQ No.2018-141-ND Engineering—Environmental Services and Testing SF 330 98
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
Costco Wholesale -SoLe Mia PROFESSIONAL SERVICES CONSTRUCTION(if
North Miami, FL applicable)
Ongoing N/A
23.PROJECT OWNER'S INFORMATION
a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER
Costco Wholesale Heidi Macomber (703)406-6842
24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size.and cost)
The project entails the construction of an approximately+/- 160,000-square-foot(SF) Costco warehouse. A fuel facility is planned at
the northeast portion of the site with paved parking/landscaping areas to the east and south sides of the proposed warehouse. The
fuel facility will contain three 20,000-gallon underground storage tanks(USTs)with fuel dispensers.
The site is located within the northwest portion of the former Munisport Landfill and encompasses approximately 14.1±acres of land
in the vicinity of Biscayne Boulevard and NE 151St Street, North Miami, Miami-Dade County, Florida. Preparation for development of
the site, within a portion of the SoLe Mia development property, included the filling of the onsite Northwest Lake and the placement
of material from the former landfill, throughout the majority of the site to raise the grade by approximately 13 to 15 feet.
Terracon conducted a Phase I environmental site assessment(ESA)in general accordance with the consensus document known as
ASTM E 1527-13, Standard Practice for Environmental Site Assessments: Phase I Environmental Site Assessment Process. The
purpose of this ESA is to assist the client in developing information to identify recognized environmental conditions (RECs) in
connection with the site. This purpose was undertaken through a regulatory database review; historical and physical records review;
interviews, including local government inquiries, as applicable; and a visual noninvasive reconnaissance of the site and adjoining
properties.
Additional services provided by Terracon included:
• Preliminary archeological, historical, and cultural resources search
• Hydrological Flood Plain information search
• Literature and agency file searches were conducted to identify the potential occurrence of federally listed threatened and
endangered (T&E)species located in the site vicinity
• Research to identify potential wetlands
• Environmental compliance review
• Recommendations pertaining to soil, groundwater, and vapor
In response to the findings of the Phase I ESA, Terracon provided construction oversight/limited site investigation (LSI) to help the
client understand site conditions through assessment of soil,subsurface vapor, and groundwater quality at the site. In addition to the
subsurface investigation, Terracon analyzed samples of landfill materials that have been placed at the site to raise the grade.
Assessment efforts reported the presence of elevated methane concentrations emanating from the landfill and in accordance with
FDEP's Landfill closure permit. Terracon designed a vapor mitigation that will be installed as part of site development.
Firm's Fee: $125,346
25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT
(1).FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE
a. Terracon Consultants, Inc. Fort Lauderdale, Florida Prime Consultant
(1).FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE
b. Terracon Consultants, Inc. West Palm Beach, Florida Prime Consultant
(1).FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE
C. Terracon Consultants, Inc. Winter Park, Florida Prime Consultant
lferracon City of Miami Beach RFQ No.2018-141-ND I Engineering—Environmental Services and Testing SF 330 99
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. 2
Complete one Section F for each project.)
21 TITLE AND LOCATION(City and State) 22 YEAR COMPLETED
STA-5 PROFESSIONAL SERVICES CONSTRUCTION(if
Clewiston, FL applicable)
Ongoing N/A
23. PROJECT OWNER'S INFORMATION
a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER
SFWMD Robert Taylor, CEP (561) 682-2264
24 BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scopesize,and cost)
Terracon was selected by SFWMD to provide environmental risk assessment services. These services are provided in support of the
District's water resource improvement projects, where large tracts of land (e.g., sugar cane, cattle ranches, citrus groves, and sod
farms) will be acquired, as well as to assist operations at District-owned facilities (i.e., Field Stations, Service Centers, and Water
Control Structures) with compliance assistance, or as part of expansion and relocation efforts. Our role is to provide professional
environmental consulting to the District including, but not limited to: Phase I and II ESAs; ecological risk assessments (ERAs);
assessment and remediation of petroleum and hazardous material affected soil, sediment, groundwater, and surface water; storage
tank management; waste management; emergency response; SPCC planning; SARA Title III, HAZCOM-GHS, air emissions
permitting,sampling and compliance monitoring; USEPA Clean Air Act Compliance;industrial hygiene capabilities including asbestos
surveys and asbestos abatement; and other related services.
The SFWMD plans to improve the treatment areas(approximately 720 acres)located on the western sides of STA-5 Flowway 2 and
STA-5 Flowway 3. The SFWMD is looking to lower surface elevations through excavation to support the-routine inundation and
expansion of emergent wetland vegetation. A work order was issued to Terracon to provide limited environmental risk assessment
services for STA-5, which entails evaluating the suitability of the excavated materials for use as fill material within the C-139 FEB
located to the immediate west due to concerns associated with the potential presence of agrichemical residues. The environmental
risk assessment services include soil sampling utilizing the ISM, laboratory analysis of soil samples, and evaluation of the suitability
of the soils for reuse as onsite fill.
Firm's Fee: $24,934 estimated
>&
VIT
elm",.. :.
•
25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT
(1).FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE
a. Terracon Consultants, Inc. West Palm Beach, Florida Prime Consultant
(1).FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE
b. Terracon Consultants, Inc. Fort Lauderdale, Florida Prime Consultant
(1).FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE
C. Terracon Consultants, Inc. Port St. Lucie, Florida Prime Consultant
(1).FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE
d.
1lerracon City of Miami Beach RFQ No. 2018-141-ND I Engineering-Environmental Services and Testing SF 330 100
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. 3
Complete one Section F for each project.)
21.TITLE AND LOCATION(City and State) 22.YEAR COMPLETED
City of Pompano Beach (COPB) CRA Continuing Services PROFESSIONAL SERVICES CONSTRUCTION(if
Pompano Beach, FL applicable)
Ongoing N/A
23.PROJECT OWNER'S INFORMATION
a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER
COPB Horacio Danovich (954)786-7834
24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost)
Terracon maintains a continuing services contract with the COPB CRA to provide environmental engineering services for various
CRA projects. Reselected for this contract in 2015, the firm has conducted Phase I and II ESAs within the CRA's Northwest
Brownfields region at properties proposed for redevelopment.The Phase I ESAs were completed in accordance with ASTM E1527-
05/13 to assess for potential historical concerns associated with the subject properties.The properties did not have active buildings
or operations on site as the neighborhoods have been blighted and the focus of the CRA is to provide new opportunities to enhance
the inner urban core with housing and community wide improvements.The Phase I ESAs identified RECs that included historical dry
cleaning facilities,gas stations, metals shops, and automotive facilities that had the potential to have impacted the subsurface.
Phase II ESAs were conducted in accordance with ASTM 1903-11 and reported the presence of petroleum impacts associated with
one former gas station and one automotive service facility that required remediation. As these sites are within a designated
brownfields area, and were taken by the COPB through tax lien, COPB is able to take advantage of an exemption in the Brownfields
laws that do not require the COPB to remediate the site.This is a valuable exemption as it allows the COPB CRA to focus their funds
on redevelopment efforts as both facilities were found to have impacted soil and groundwater. Impacts in the subsurface could result
in potential vapor intrusion for proposed new structures can be addressed in a manner that is best aligned with redevelopment plans
be it through vapor mitigation techniques, carved out of the proposed development, or remediated to allow unrestricted use of the
property.
The project completed at the Former Able Service facility was initiated as a due diligence
effort to understand if there were subsurface impacts at the property that was previously a
fueling facility and service station. The site had received a No Further Action status from the
FDEP for a petroleum impact that was reported to have been remediated.Assessment efforts
included the collection of soil and groundwater samples from the former underground storage
tank area as well as the former service areas including the hydraulic lifts, soakage pits and •
septic system. Impacted soils and groundwater were found to be present within the former ' —
UST area at concentrations in excess of regulatory cleanup target levels as specified in . -
Chapter 62-777 FAC. The area was assessed and found to be impacted across an area of
approximately 50'x 60'to a depth of approximately 25 feet below ground surface,which was
similar to the area that was remediated. The FDEP approved a petition to re-open the cleanup
file and allow for preparation of a new RAP.
A new Remedial Action Plan was prepared to address the site through the FDEP's Preapproval Program(FDEP-$43,000/COPB
CRA was not the contracting client but retained their interest in the prompt completion of the project).The new RAP included a design
to remediate soils and groundwater through the injection of a chemical oxidant at a series of injection locations to degrade the
petroleum hydrocarbons within the affected area.The system was budgeted at$240,000 and included two applications with the option
to incorporate a metering pump and a recirculating system to continuously address the hydrocarbons. The site would be monitored
for a year after 6 months of treatment. FDEP approved the RAP within 30 days of submittal. As a rule of the preapproval program
changes in 2013,the remedial system was implemented by others. Fee for Former Able Services-$23,000(plus$43,000 FDEP)
25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT
(1).FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE
a. Terracon Consultants, Inc. Fort Lauderdale, FL Prime Consultant
(1).FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE
b. Terracon Consultants, Inc. West Palm Beach, FL Prime Consultant
(1).FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE
C. Terracon Consultants, Inc. Tampa, FL Prime Consultant
1lerracon City of Miami Beach RFQ No.2018-141-ND I Engineering—Environmental Services and Testing SF 330 101
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. 4
Complete one Section F for each project.)
21 TITLE AND LOCATION(City and State) 22 YEAR COMPLETED
Opa-Locka EPA Brownfields Assessment Grant PROFESSIONAL SERVICES CONSTRUCTION(if
Opa-Locka, FL applicable)
On•oin• N/A
23. PROJECT OWNER'S INFORMATION
a PROJECT OWNER b.POINT OF CONTACT NAME C.POINT OF CONTACT TELEPHONE NUMBER
City of Opa-Locka Yesly Guillen (305) 953-2868
24 BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size.and cost)
The City of Opa-Locka selected Terracon to provide brownfields consulting services for their $400,000 EPA community-wide
assessment grant.Terracon staff member,Belinda Richard, has worked with the City's program since 2013 to build their brownfields
program and assisted in writing and securing the EPA Brownfields grant award.
Terracon has provided hands-on engineering for more than 55 projects within the City since 2007. Projects include roadway, airport,
buildings, recreational, environmental and utilities.
Terracon is providing consulting services for this Brownfields project through a series of Tasks. Programmatic management includes
but are not limited to quarterly and annual reporting, EPA policies and procedures, progress meetings, financial coordination and the
technical findings required through the closeout process. Grant services support identification, prioritization processes and selection
of properties; oversight of sub-consultants; and outreach.
Outreach activities have included the Community Engagement Plan, brochures, an electronic website to coordinate brownfields
information and assisted the City to host two community meetings. The Developers Forum was well attended and the audience was
varied including realtors, developers, local business owners and interested residents.
Primarily grant services are dedicated to assessment evaluations. Phase I Assessments,asbestos valuation survey's and lead based
paint investigation within structures. Additional Phase I information may include wetland surveys. The Generic Quality Assurance
Project Plan was completed per regulatory compliance to support Phase II Environmental Site Assessments. Phase II Assessments,
Site-Specific QAPPs, HASPs and Site Reuse/Cleanup Planning are all components of the grant. Findings from assessment activities
is reported to EPA within the Assessment, Cleanup& Redevelopment Exchange System (ACRES).
Firm's Fee: $382,00
411
4111119.
25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT
(1).FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE
a. Terracon Consultants, Inc. Fort Lauderdale, FL Prime Consultant
(1).FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE
b. Terracon Consultants, Inc. Miami Lakes, FL Prime Consultant
(1).FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE
c. Terracon Consultants, Inc. Tampa, FL Prime Consultant
1lerracon City of Miami Beach RFQ No.2018-141-ND I Engineering—Environmental Services and Testing SF 330 102
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. 5
Complete one Section F for each project.)
21 TITLE AND LOCATION(City and State) 22 YEAR COMPLETED
Pompano Beach Airpark—Plane Crash Fuel Spill Source Removal PROFESSIONAL SERVICES CONSTRUCTION(if
applicable)
Pompano Beach, FL
2018 N/A
23.PROJECT OWNER'S INFORMATION
a.PROJECT OWNER b POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER
City of Pompano Beach Jeffry Peleg (754) 222-5103
Client: Clean Harbors Environmental
Services
24 BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost)
Terracon's scope of work involved the assessment and remediation
of an aviation fuel impacted area located in the Pompano Beach 04110,
Airpark in Pompano Beach, Florida. Discharge of aviation fuel was
caused by forced landing by personal aircraft, which eventually
grounded and collided against a fence. This collision caused
damage to the aircraft wings,which store the aviation fuel.
In response, Terracon conducted emergency soil screening of the
plane crash area to assess the extent of the impacts to soils beneath
the aircraft, which was removed by the time of our mobilization.
Based on the soil screening assessment, surficial soils were
outlined and proposed for source removal. Terracon provided
oversight of the source removal activities, under regulatory '
oversight, and conducted soil confirmation sampling. After
completion of the excavation and backfilling activities, Terracon
installed one temporary shallow groundwater monitoring well to
assess potential impacts to groundwater from the plane crash.
Based on the soil and groundwater analytical results reported by the
laboratory, the impacted area was successfully excavated and
remediated.
Firm's Fee: $17,000
25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT
(1).FIRM NAME (2)FIRM LOCATION(Cityand State) (3)ROLE
a. Terracon Consultants, Inc. Miami Lakes, Florida Subconsultant
(1).FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE
b. Terracon Consultants, Inc. Fort Lauderdale, Florida Prime Consultant
(1).FIRM NAME (2)FIRM LOCATION(Cityand State) (3)ROLE
C. Terracon Consultants, Inc. West Palm Beach, Florida Prime Consultant
(1).FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE
d. Terracon Consultants, Inc. Winter Park, Florida Prime Consultant
(1).FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE
e.
(1).FIRM NAME (2)FIRM LOCATION(Cityand State) (3)ROLE
f.
1lerracon City of Miami Beach RFC No.2018-141-ND I Engineering-Environmental Services and Testing SF 330 103
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.) 6
21.TITLE AND LOCATION(City and State) 22.YEAR COMPLETED
Miami Dade College InterAmerican Campus Building PROFESSIONAL SERVICES CONSTRUCTION(if
Miami, FL applicable)
2018 N/A
23.PROJECT OWNER'S INFORMATION
a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER
Miami Dade College Eneida Perez-Mendez (305)237-0576
24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost)
Terracon is currently under contract to perform geotechnical,environmental,and materials testing services on"as-needed basis"for
Miami Dade College campus wide. The firm has been providing these services to the College since 2007. The publicly supported
College serves the populous metropolitan Miami-Dade County through eight campuses and a number of off-campus centers
including the North Campus, Kendall Campus, Wolfson Campus, Medical Center Campus, lnteramerican Campus, Homestead
Campus, Hialeah Campus,and the West Campus.The Entrepreneurial Education Center is an extension of the North Campus.The
firm has also provided services for Miami Dade College as a subconsultant to other firms.
Terracon was the geotechnical engineer of record for the elevator shaft construction at
the Interamerican Campus Building 6 (picture at right) in 2015. The new elevators were µ •
planned to be constructed after demolition of the existing structure. The elevator
foundation would be installed about 8 feet below the existing grade. The proposedi ��" • ...
foundation was designed using an allowable bearing pressure of 5000 psf; furthermore, . , aw:
the existing structure was supported on a shallow foundation system bearing at the same `
elevation of the proposed elevator foundation and was also designed using an allowable ;,:,
bearing pressure of 5000 psf.
Geotechnical exploration services were conducted to provide information and "';
geotechnical engineering recommendations relative to subsurface soil conditions,
foundation design and construction,earthwork,and groundwater conditions. '`-
Terracon performed construction materials testing, laboratory testing,and special inspection services for the site work and building
improvements, including elevator shaft construction, at Building 6 from 2016 to 2017. The scope of work included earthwork
observation and testing,concrete testing and observation, concrete cylinder and beam testing,field density testing,Windsor probe
testing,grout compressive strength testing,concrete compressive strength testing,and fireproofing testing.
The College requested a background noise assessment to evaluate exterior traffic noise levels on first and second floor classrooms
facing the street. The background noise assessment Terracon performed included the following. Monitoring was conducted using
Type 11 integrating/datalogging sound level meters (SLM)equipped with octave band analyzers. Monitoring was conducted in two
locations(first and second floor classrooms)for approximately 60 minutes in each location.A-and C-weighted average and octave
band sound levels were measured. Monitoring was also conducted outside the building.The first-floor classrooms were tested in the
morning and during the afternoon rush hours. The second-floor classrooms were only tested during afternoon hours (between
classes).Terracon provided recommendations to the College to assist in lowering the interior classroom noise.
Firm's Fee:$92,824
25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT
(1).FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE
a. Terracon Consultants, Inc. Miami Lakes, Florida Prime Consultant
(1).FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE
b. Terracon Consultants, Inc. Fort Lauderdale, Florida Prime Consultant
(1).FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE
c. Terracon Consultants, Inc. Winter Park, Florida Prime Consultant
1lerracon City of Miami Beach RFQ No.2018-141-ND(Engineering—Environmental Services and Testing SF 330 104
F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20 EXAMPLE PROJECT
QUALIFICATIONS FOR THIS CONTRACT KEY NUMBER
(Present as many projects as requested by the agency,or 10 projects,if not specified. 7
Complete one Section F for each project.)
21 TITLE AND LOCATION(City and State) 22.YEAR COMPLETED
Rhode Building, North Tower Stairwells#3 and #4 PROFESSIONAL SERVICES CONSTRUCTION(if
Miami, FL applicable)
2018 N/A
23.PROJECT OWNER'S INFORMATION
a PROJECT OWNER b POINT OF CONTACT NAME C.POINT OF CONTACT TELEPHONE NUMBER
Florida Department of Management Danny Callahan (850) 922-7535
Services
24 BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scopesize,and cost)
The North Building lost power after a hurricane for
approximately two weeks, which resulted in fungal
growth impacting IAQ and building materials in the i' '
stairwells.The fungal mold growth was cleaned after . ��, j4 N
the power was restored; however, it has since 1 "
4
reappeared and the building staff believe that high
humidity levels are causing the fungal growth. iii
Terracon investigated, assessed and provided s`
recommendations on controlling the recurring mold
growth on the stairwell walls. The mechanical HVAC
systems serving the stairwells were visually
observed and assessed for evidence of uncontrolled
outdoor air and/or moisture intrusion into the
stairwells. Terracon also reviewed available
drawings of the original building construction related
to the system.The firm also performed an evaluation
limited to the dark staining on the wall for suspect
mold growth, water intrusion and/or sources of
potential moisture. Terracon assessed the location,
affected materials, and estimated the quantities of
the observed suspect mold growth.
Firm's Fee:$6,500
25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT
(1).FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE
a. Terracon Consultants, Inc. Fort Lauderdale, FL Prime Consultant
(1),FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE
b. Terracon Consultants, Inc. Tampa, FL Prime Consultant
(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
e.
(1).FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE
f.
1lerracon City of Miami Beach RFQ No.2018-141-ND I Engineering—Environmental Services and Testing SF 330 105
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. 8
Complete one Section F for each project.)
21.TITLE AND LOCATION(City and State) 22 YEAR COMPLETED
New Cruise Terminal B, PortMiami PROFESSIONAL SERVICES CONSTRUCTION(if
applicable)
Miami, FL
2017, 2018 N/A
23.PROJECT OWNER'S INFORMATION
a PROJECT OWNER b.POINT OF CONTACT NAME c POINT OF CONTACT TELEPHONE NUMBER
PortMiami Becky Hope, LEED AP
24 BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(include scopesize.and cost)
The planned project includes a new cruise terminal building and six-story parking garage with associated port Infrastructure. The new
terminal will be located on Dodge Island along the northern end of the port, southeast of the existing Cruise Terminal B building. At
the time of our services in 2017 for PortMiami, the site primarily consisted of paved roadway, parking, and loading areas. Terracon
performed geotechnical exploration to evaluate the subsurface conditions at the project site and provided geotechnical engineering
data relative to the geotechnical site characterization information including subsurface soil/rock conditions, groundwater conditions,
field testing, and laboratory testing.
Firm's Fee: $59,087
In 2018, Terracon performed geotechnical exploration to evaluate the subsurface conditions at the project site and provided
geotechnical engineering data relative to the geotechnical site characterization information including subsurface soil/rock conditions,
earthwork,floor slab design and construction,pavement design and construction,groundwater conditions,and foundation design and
construction. Our work was completed as a subconsultant to Bermello Ajamil&Partners, Inc. (Point of Contact: James Bowers, AIA,
NCARB, LEED AP/(305)859-2050)
Firm's Fee: $46,000 ,-
f o ..
,... ...:.&' .... E r..
'r '
K • e
• 1.'-.,'wyhh•
x X, T
2'
Project .._. ,-.
A Po t. Location !• �'a s.
• i+
PI
25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT
(1).FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE
a. Terracon Consultants, Inc. Miami Lakes, Florida Prime Consultant and Subconsultant
(1).FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE
b. Terracon Consultants, Inc. Fort Lauderdale, Florida Prime Consultant and Subconsultant
(1).FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE
c. Terracon Consultants, Inc. Winter Park, Florida Prime Consultant
1lerracon City of Miami Beach RFQ No. 2018-141-ND I Engineering—Environmental Services and Testing SF 330 106
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. 9
Complete one Section F for each project.)
21.TITLE AND LOCATION(City and State) 22.YEAR COMPLETED
Nova Southeastern University(NSU) Center for Collaborative PROFESSIONAL SERVICES CONSTRUCTION(if
Research (CCR) applicable)
Davie, FL 2007 -2015 N/A
23.PROJECT OWNER'S INFORMATION
a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER
NSU Randall Seneff (954)262-8805
24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(include scope,size,and cost)
Terracon and its subsidiaries have furnished professional
engineering services for various NSU projects performed as a prime
consultant or in a subconsultant capacity since the early 2000's.
Projects have included roadways, buildings, athletic facilities/fields,
hotels, utilities, etc. Services have included environmental,
geotechnical engineering,materials testing,and inspection services. it as u ima "
nsue'amain.
As part of NSU's Health Professions Division Center for la la"ii ii ii
Collaborative Research, the $80 million Center for Collaborative -
Research (CCR)will be a 214,131-SF training research facility with 6 c ' : - • ' ter
full-service laboratories,a parking garage and a physical plant. This
structure, which ranged from five to six stories in height, was
constructed on NSU's main campus in Davie, Florida.
The northern edge of the structure abuts the existing six-story Nova Southeastern Medical Complex Parking Garage.The CCR will
include offices for the Rumbaugh-Goodwin Institute for Cancer Research,the Buehler Foundation facility, Florida LambdaRail,the
NSU Technology Incubator, and the United States Geological Survey (USGS). NSU broke ground on the revolutionary Center in
February 2014. This project has been registered with the USGBC and will be pursuing LEED Silver Certification.
Terracon completed a subsurface study for the project in 2007. The firm's work involved the drilling and sampling of test borings,
classification of the subsurface materials encountered, evaluation of the impact of the subsurface conditions upon the proposed
construction and development of recommendations for foundation design and related aspects of the project.A final subsurface study
was conducted in 2013 as a subconsultant to another firm.
The firm performed a Phase I environmental site assessment(ESA)for CCR site in January 2014. It was conducted consistent with
the procedures presented in ASTM E 1527-13, Standard Practice for Environmental Site Assessments:Phase I Environmental Site
Assessment Process.The purpose of the ESA was to assist the client in developing information to identify RECs in connection with
the site. The firm is currently providing the University with engineering testing services,on an as-needed basis,during construction
of the CCR.
The firm provided materials testing services comprising of soils and concrete testing during construction for the CCR. The scope of
our services includes laboratory moisture-density relationships tests and sieve analysis for the building area fill,sidewalk subgrades,
and underground utility backfill; Limerock Bearing Ratio (LBR)tests on base rock and stabilized subgrade materials; base course
material testing for percentage of calcium and magnesium carbonates; field density tests within backfill materials; in-place density
testing on footing and floor slab subgrades prior to placing of concrete;testing to determine the relative compaction of curb pad and
sidewalk subgrades as well as the stabilized subgrade and base rock; and concrete quality assurance testing during the site work
and building components construction. Terracon also provided special inspection services, in a subconsultant capacity, consisting
of floor flatness testing of the elevated slabs for the 2nd 4th and 6th floors.
Firm's Fee-$193,448 estimated (for several awards as Prime and Subconsultant)
25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT
(1).FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE
a. Terracon Consultants, Inc. West Palm Beach, Florida Prime Consultant and Subconsultant
•
(1).FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE
b. Terracon Consultants, Inc. Fort Lauderdale, Florida Prime Consultant and Subconsultant
11erracon City of Miami Beach RFQ No.2018-141-ND I Engineering—Environmental Services and Testing SF 330 107
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. 10
Complete one Section F for each project.)
21.TITLE AND LOCATION(City and State) 22 YEAR COMPLETED
C. Clyde Atkins Federal Courthouse PROFESSIONAL SERVICES CONSTRUCTION(if
Miami, FL applicable)
2014 N/A
23.PROJECT OWNER'S INFORMATION
a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER
United States Courts Chris Noel (904) 798-8333
Client: TTV Architects, Inc.
24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scopesize.and cost}
Terracon performed roofing and waterproofing evaluations and testing in support
of retrofit design to provide waterproofing repairs to the C. Clyde Atkins Federal
Courthouse facility located in Miami, Florida. Our services included a qualitative
roof moisture evaluation of the existing roofing insulation and a condition
assessment of the useful service life of the existing roofing and waterproofing
components. I i
We utilized a nuclear gauge Troxler 3216 roof guage to perform a 10-foot grid
pattern throughout the existing roof and then utilized infrared technology with a Flir
•
handheld infrared scanner to fill in the gaps between the nuclear guage ` ' p.4-~ "
intersections. These were plotted on a CAD drawing. Once completed a histogram ' 1 R`r r d
was provided in order to identify logical locations for core extraction. Core were ' t r' 1 I
taken at identified locations and returned to our in-house laboratory for additional
testing. The samples were identified,weighed and dried in accordance to industry
standards and a line was established indicating the portion of the insulations that
exceed the equilibrium moisture contents for the materials onsite and a wet/dry
line was established. This information was correlated with the data collected and
percentages of moisture was established for the insulations existing onsite. '. •
We also performed a condition assessment of the roofing and waterproofing ,
elements in order to further define the scope. Our deliverable to the TTV design
team were written reports and meeting attendance to maintain full disclosure of all f .,
elements required to provide the ultimate owners a roofing system that will require
less cost in order to maintain. This information was then provided to TTV :—
Architects, Inc. in order to establish the extent of the roofing needs and further —
defined the scope for the final design scope. Even though the construction was •%, • -d
ongoing at the time of our services, the extent of our work as it relates to the
contract with regard to roofing is complete and part of the projects record.
Firm's Fee: $46,500
25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT
(1).FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE
a. Terracon Consultants, Inc. Miami Lakes, FL Subconsultant
(1).FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE
b. Terracon Consultants, Inc. Fort Lauderdale, FL Subconsultant
(1).FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE
C. Terracon Consultants, Inc. Winter Park, FL Subconsultant
(1).FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE
d.
1lerracon City of Miami Beach RFQ No.2018-141-ND I Engineering–Environmental Services and Testing SF 330 108
G.KEY PERSONNEL PARTICIPATION IN EXAMPLE PROJECTS
28.EXAMPLE PROJECTS LISTED IN SECTION F
26.NAMES OF KEY 27.ROLE IN THIS (Fill in"Example Projects Key"section below before completing
PERSONNEL CONTRACT table. Place"X"under project key number for
(From Section E, (From Section E, participation in same or similar role.)
Block 12) Block 13)
1 2 3 4 5 6 7 8 9 10
Lucas Barroso- Contract Manager/Account
Giachetti, P.E., CHMM Representative,
Environmental Services X X X
Project Manager
Hugo Soto, P.E. Principal, Project Manager—
Soils, Geologic Studies, and X X X
Foundations
Steven Harrison, P.G. QA/QC Reviewer/Senior X X X X X X X
Geologist
Russell Stauffer, P.E., QA/QC Reviewer/ Senior
LAC Industrial Hygienist X X
Brian DuChene, P.E., Senior Industrial Hygienist
LAC, RPIH X X
Armando Alvarez, Jr., Senior Facilities Engineer X X X
P.E., LEEDAP
Rutu Nulkar, P.E. Senior Engineer—Soils,
Geologic Studies, and X X X
Foundations
Jim Cotton, P.G. Senior Geologist X
Susan Kuzia Senior Staff Scientist X X X
29.EXAMPLE PROJECTS KEY
NO TITLE OF EXAMPLE PROJECT(FROM SECTION F) NO. TITLE OF EXAI> LE PROJECT(FROM SECTION F)
1 Costco Wholesale- SoLe Mia 6 Miami Dade College InterAmerican Campus Building
2 STA-5 7 Rhode Building, North Tower Stairwells#3 and#4
3 COPB CRA Continuing Services 8 New Cruise Terminal B, PortMiami
4 Opa-Locka EPA Brownfields Assessment Grant 9 NSU CCR
5 Pompano Beach Airpark—Plane Crash Fuel Spill 10 C. Clyde Atkins Federal Courthouse
Source Removal
11erracon City of Miami Beach RFQ No.2018-141-ND I Engineering—Environmental Services and Testing SF 330 109
H.ADDITIONAL INFORMATION
30 PROVIDE ANY ADDITIONAL INFORMATION REQUESTED BY THE AGENCY. ATTACH ADDITIONAL SHEETS AS NEEDED.
WHY CHOOSE THE TERRACON TEAM?
Terracon is a 100 percent employee-owned consulting engineering firm providing quality services to clients.Since 1965, Terracon has
evolved into a successful multi-discipline firm specializing in:
• Environmental 1 Services available
• Facilities in all 50 states
• Geotechnical ,
• Materials
Over its history, Terracon has achieved significant expansion through both internal growth and acquisitions. Terracon has more than
4,000 employees providing environmental, facilities, geotechnical, and materials services from more than 140 offices nationwide.
Additionally, we partner with our U.S. clients to serve their international needs. The firm's success is further evidenced by a current
ranking of 30 in Engineering News-Records 2017 listing of the Top 500 Design Firms, as compared to a ranking of 50 a decade ago.
Terracon's growth is due to dedicated employees who are responsive to clients, provide quality services, and take advantage of
opportunities in the marketplace.
Terracon provides services on thousands of projects each year. Our culture, systems, and structure enable us to excel at both small
and large projects. By combining our national resources with specific local area expertise, we consistently overcome obstacles and
deliver the results our clients expect.
Terracon serves a diverse portfolio of private and public clients.By being responsive,resourceful,and reliable,we strive to exceed our
clients' expectations for service, solutions, quality, and speed of delivery. Based on a deep understanding of our clients' needs,
Terracon's commitment is centered around these key objectives.
Vision
We continue to view our company as a vital and growing consulting firm of engineers and scientists, providing multiple related service
lines to clients at local, regional,and national levels.All of our services are delivered on a timely basis with consistently high value and
attention to client needs.
SERVICES WE PROVIDE
• Environmental -Negotiating the complexities of environmental issues can be challenging and time consuming.Terracon
relies upon demonstrated experience and knowledge of local conditions and regulations to deliver solutions that are timely,
practical and make good business sense.
Facilities-As a facility owner,manager,or investor,you constantly face challenges in managing and maintaining systems
and capital expenditures to optimize building performance and maximize the return on your investment.Terracon's facility
consulting group serves as your valued partner in identifying, quantifying, prioritizing, and solving system performance
deficiencies and the associated risks and liabilities to your building operations.
Geotechnical - Before owners can build highways, dams, buildings and other structures, they need a partner to help
determine how the characteristics of the soil conditions on the site will react under the stress caused by the weight of the
structure.Terracon is that partner.
Materials Testing-If you are an owner,contractor,or engineer associated with the design and construction of structures,
;',1*
you want to verify that the materials used during construction comply with the project specifications. To ensure today's
buildings and infrastructure perform adequately during long time periods, proper selection, quality and workmanship of
" materials is vital. Terracon works with clients to minimize material replacements, reduce the likelihood of deterioration,
avoid potential failures,and investigate and evaluate materials-related problems and failures when they do occur.
1lerracon City of Miami Beach RFQ No.2018-141-ND I Engineering—Environmental Services and Testing SF 330 110
H.ADDITIONAL INFORMATION
30 PROVIDE ANY ADDITIONAL INFORMATION REQUESTED BY THE AGENCY ATTACH ADDITIONAL SHEETS AS NEEDED.
CONNECTING WITH THE COMMUNITY `'`
At Terracon, community is important. Delivering safe, quality facilities and infrastructure projects for II o ,. ,k
. .
our clients is one way we support strong, vibrant communities—but it's not the only way. Employees ' F
rr
across the country are committed to giving back to the communities where they live and work, sharing - 4
their time, expertise, and resources with charitable, educational, and industry organizations. Our •s, _ .„. -_,_;,
offices proudly participate in hundreds of local philanthropic and civic events each year—and go the . 7„ •. ' -'"4. '
extra mile when disaster strikes one of our communities. - '•'"'_ -., „ `'
.1
In addition to individual efforts,the Terracon Foundation was established in 2008 to support charitable Quantum HVoChef for a Day
Volunteers
efforts including disaster relief. The Foundation board of directors approved grants to several , _
universities and disaster relief efforts in its first three years. Since then, the Foundation has expanded •
our philanthropic outreach as a company with a focus on education and the built and natural
environment. It gives employees the opportunity to apply for local community, university, and national `" 'A 1p 4 3
partner grants, allowing them to make a more significant investment in causes close to their hearts. r /i,.--,,
The Foundation also began offering employee dependent scholarships in 2013. I MY TEAM FIELDED
i _ CHANGE LIVES.
RECOGNITION IN OUR INDUSTRY Ww. .k
The following highlights some of the National and Regional Awards and Recognition that Terracon has Women in Distress of Broward
received. The awards are from national publications and organizations, or regional awards from local County Annual
and regional business journals, publications, and organizations. Safe Walk&Run
ENGINEERING NEWS-RECORD(2017/2016) ENR REGIONAL AWARDS AND RECOGNITION
TOP 500 DESIGN FIRMS #30/#32 • (Southeast Rankings
• General Building #121#12 0 Top Design Firms #8/#9
o Education #14/#16 o Top Environmental and Geotechnical Design
o Retail #61#5 Firms #4/#3
o Multi-Unit Residential #15/#9 o Top General Building Design Firms #7
o Commercial Offices #171#10 o Education/Research #9
O Distribution/Warehouses #2/#4 o Transportation #19
• Transportation #41/#37 o Top Alabama Design Firms#5
• Power #30/#32 o Florida Design Firms #14
o Solar Power #2/#5 o Top Georgia Design Firms #8/#7
o Wind Power #10 o Top North Carolina Design Firms #10/#10
o Transmission/Distribution Plants #15/#21 o Top South Carolina Design Firms #41#6
• Petroleum#47
o Pipelines #20
• Environmental #59 ENR Rankings 2011
o Asbestos/Lead Abatement Design #1/#1
O Solid Waste #10
3 Water Supply 0 Sewerage/Solid#Waste #48 ,Poa6pZEMENTeF�c OQ\pp PURE pFcy
O Hazardous Waste #15/#23 a # 1y ~ '12 ``9�,0 Site Assessment and Compliance #7 o ��Q�5D G(pB
• Manufacturing/Telecom
63
#6,
o Industrial Process #45/#39 n�'aJ,d I �loN
0 Manufacturing #33/#33 —+ , �,
s #30
. Telecommunications #25/#16 s a
O Towers/Antennae #8 00 S*
• Top 200 Environmental #63/#59 oe„ oo
• Top 150 Global Design Firms #621#63 Cp
FIRM <VI/MONO.-
• Top 100 Pure Designers #121#16
1lerracon City of Miami Beach RFQ No.2018-141-ND I Engineering—Environmental Services and Testing SF 330 111
H.ADDITIONAL INFORMATION
30 PROVIDE ANY ADDITIONAL INFORMATION REQUESTED BY THE AGENCY ATTACH ADDITIONAL SHEETS AS NEEDED.
EQUIPMENT RESOURCES
Terracon owns over $3 million worth of equipment used to provide environmental, geotechnical and materials testing services
throughout Florida.Terracon owns a wide array of environmental equipment housed in the offices that will be responding to this contract.
This equipment includes organic vapor analyzers, photoionization detectors, interface probes, water level indicators, groundwater
sampling pumps, multi-function YSI and turbidity meters, combustible gas indicators, pilot test blowers, and pilot test gauges.
With Terracon,the equipment resources needed to execute the projects are always conveniently located in our primary offices that will
be conducting the field work. Equipment is calibrated as required by the manufacturer and the FDEP Standard Operating Procedures
(SOPs). Calibration logs are maintained for all field equipment requiring calibration. In addition, Terracon has rental agreements with
three Florida-based equipment rental companies,which can provide virtually any type and quantity of equipment to Terracon within 24
hours or less.The table below lists some of the commonly used equipment.
Honda 0.5 HP Centrifugal Pump ISCO Peristaltic(Teflon Tubing)
HACH 2100P Turbidity Meter Submersible Turbine Pump
YSI 556 Multimeter(pH, Temperature, DO, Conductivity, ORP) Solinist Stainless Steel Bailer and Monofilament Line
with Flow cell
Van Doreen Surface Water Sampler Surface Water pole sampler
Heath PortaFID OVA Low Volume Pump
Field Filtration Units Polyethylene Protective Sheeting
Stainless Steel Trowel, Scoop, Spoon and Spatula(for YSI 63 Multiparameter Meter pH, Conductivity, Temperature,
Sampling) Salinity
Stainless Steel Mixing Pans(for Compositing or Homogenizing) Heath OVA-Porta FID-DP-III & 100 ppm Methane Calibration
Gas
EnCore Samplers(5g and 25g) Moisture Meter
Stainless Steel Shelby Tube Cole Parmer Environmental Peristaltic Pump
Stainless Steel Bucket Auger Masterflex US Sampling Pump
Stainless Steel Split Spoon Heath OVA Detecto Pack III 0— 10,000 ppm
HACH Sension 156 Multiparameter Meter, pH, Conductivity, Cole Palmer pH Buffer&Conductivity Solutions(for Meter
Temperature. D.O. Millivolts Calibration)
PPE Kit(hard hat, Z87 glasses, vest,gloves, and hearing Garmin 12XL Global Positioning system with Beacon
Protection) Receiver
Heron Instruments Water Level Indicator Survey Level with Tripod&Rod
YSI 55 and 550A DO Meters Digital Cameras
Teflon Bailers High Volume Air Pumps for Asbestos
Geotech II Peristaltic pumps In-Situ Level Trolls
Rotameters Hach Fields Wet Chemistry Kits
1 Biopump for Mold Moisture Meters
Air-O-Cell cassettes High &Low Volume Pumps
lferracon City of Miami Beach RFQ No.2018-141-ND I Engineering—Environmental Services and Testing SF 330 112
H.ADDITIONAL INFORMATION
30 PROVIDE ANY ADDITIONAL INFORMATION REQUESTED BY THE AGENCY. ATTACH ADDITIONAL SHEETS AS NEEDED.
PCM Microscopes Bio Pumps
Infrared Cameras HEPA Vacuums
TSI Q-traks PCM and TEM Cassettes
First Aid Kit Vehicles(4x4 pick-ups,flatbed,etc.)
Decontamination Equipment(Alconox Soap, DI Water and Analyte-Free Glass Water container(for transporting
Liquinox) organic-free water)
Generator Nitrile Gloves
Field laptop computers Fisher Scientific Isopropanol(for cleaning)
Boats for sampling Munsell Soil Charts
MiniRae 3000 PID
„”
*i 4110
MIEN
!!!. ir -14t_47414 _ ,11111'
,.,._: ten. _.�_.. ' • Zfr
44-
_.cam--'-••r• .-� ��/!I
COMMITTED TO DELIVERING SUCCESS...SAFELY
Safety first! Incident and Injury-Free(IIF)
Safety is one of Terracon's core values and our commitment to an "Incident and Injury-
Free(IIF)"philosophy is one of the pillars of our culture.Successful execution and delivery
includes the need to work safely and keep our employees and the public safe every day.
Terracon and its subidiaries are very much a safety-oriented company.We strive to build sok
health and safety into all aspects of our business and into the thinking of our employees.
The culture is continued further in our everyday work culture,with all meetings beginning
with an IIF moment and safety discussion.
' + t
What is Incident and Injury-Free? IIF"
IIF is about care and concern for people. It is our personal and organizational commitment oc1d8ot d°""F
at all levels of the company to everyone going home safe to their family every day. It is
where safety is held as a core value as well as an operational priority.Working safely is an inseparable part of working correctly,just
as much as other operational priorities, in particular quality, budget and schedule. Incident and Injury-Free is our commitment to our
people,who we value for who they are and what they do.
Conducting our work safely means conducting our work in the only acceptable way. Incidents,injuries and accidents will not be viewed
as problems to make go away,but as opportunities to strengthen Incident and Injury-Free. Incident and Injury Free is about developing
a mindset intolerant of any incidents or injuries no matter how minor or infrequent.
Our Rules to Live By
Our Rules to Live By are at the foundation of our IIF culture.These give employees clear,specific ways to stay safe on the job,covering
essential aspects of safety including personal protective equipment (PPE), equipment and tools, working at heights and depths,
motorized vehicle safety,and reporting of injuries.We regularly use and discuss our Rules to Live By,and associated practices, in our
offices and on job sites to ensure that everyone is following these fundamental rules. Our focus on pre-task planning also serves to
reinforce this message every day.
1lerracon City of Miami Beach RFQ No.2018-141-ND I Engineering-Environmental Services and Testing SF 330 113
H.ADDITIONAL INFORMATION
30 PROVIDE ANY ADDITIONAL INFORMATION REQUESTED BY THE AGENCY. ATTACH ADDITIONAL SHEETS AS NEEDED.
llww- Terracon can't just tell someone to "be safe"; we can, however, ask our employees to follow our Our
AtRules to Live By,do pre-task planning for each task every day, and follow the safe work practices they
have been trained to follow to complete work at a task level. Our Rules to Live By have made a
O r measurable difference in keeping our employees safe and in helping us preserve the trust and business
v. `• with our clients.
tftsir
We hope to continue our commitment to safety with the City of Miami Beach. We welcome the
fil . opportunity to further discuss our IIF culture and its evolution as well as how it can tie in to the City's
upcoming projects.
COMMITMENT TO QUALITY
Terracon is committed to providing quality services with experienced technical and professional staff through
our comprehensive Corporate Quality Program. As required by our internal quality review process, every ' Quality
project is assigned a well-experienced, senior professional to provide guidance and technical review for the
project team. In this manner,we are able to deliver consistent, high-quality consulting services to our clients
across the country.This program is based on a continuous improvement philosophy that involves our employees and,when applicable,
subconsultants,vendors, and users of our services. Quality service for our clients is achieved by following the methods and practices
that have been developed at Terracon for the services being provided.
Terracon maintains a living, written internal Quality Control/ Terracon's APR Process
Quality Assurance (QC/QA) program to assure that all of
Terracon's reports and documents are complete, technically •Review adequacy
accurate, regulatory compliant, and defendable. The QC/QA of scope,regulatory
is detailed in a Project QualityReview Manual, which Proposal approcomplpriateness es
nd
program 1 appropriareness
is Terracon's primary QC/QA mechanism, relying on the of cost
industry best practice of secondary and independent review.
Terracon-selected reviewers, termed Authorized Project
Reviewers or APRs, provide the foundation for our quality
review process.
Authorized Project •Collaborate with PM
•Technical staff and seniorprofessionals area appointed as APRs Critical decision-making
through
on
PP �O,e�'t decision-making
through a highly selective process,which maintains quality and Junctures ••Mentor PM on
consistency of Terracon project deliverables. Our philosophy
Reviewer rationale for decisions
behind quality review is founded on the premise that our projects
and associated deliverables are always provided the direction
and oversight of our experienced senior technical professionals.
•Review d slivers blas
Contract Manager/Account Representative, Lucas Barroso •Ensure PM consults
Giachetti,is accountable for the overall quality of the project.He Deliverables with client
is also responsible for verifying that the applicable QC criteria, • oTeirrracon standards a
to Teards
project quality review and company policies have been followed. and regulatory requirements
Our primary mechanism for achieving quality on every project
begins with the individual performing the work. Each Terracon
employee has responsibilities for professional, technical, or
administrative quality, whether for client projects or internal
service assignments.
To ensure our personnel execute their responsibilities, Lucas and the appropriate APRs will be responsible for conducting checks and
reviews, as required, as the work progresses to verify the elements of QC are continuously addressed during the project.
Terracon's success with this type of contract stems from an experienced-based approach, led by senior professional engineers, that
reacts responsively to schedule demands, produces complete and reliable technical reports and proactively implements cost control
measures.We commit to the City of Miami Beach that same level of service for the duration of this contract.
1rBrracon City of Miami Beach RFQ No.2018-141-ND I Engineering—Environmental Services and Testing SF 330 114
H.ADDITIONAL INFORMATION
30 PROVIDE ANY ADDITIONAL INFORMATION REQUESTED BY THE AGENCY. ATTACH ADDITIONAL SHEETS AS NEEDED.
COMMITMENT TO SUSTAINABILITY -THINKING GREEN
The employee-owners of Terracon are committed to doing their part to protect and prolong the earth's limited1..
resources. The basic principles of sustainability (reduce, reuse and recycle) are an integral part of our
corporate culture and we have a rich performance history on projects from supporting the redevelopment of Al A,
impacted properties to developing soil management strategies that reduce the environmental impacts of
planned site development activities. The sustainable practices employed by Terracon, which can be applied
to the City of Miami Beach projects, follow:
• We specify the use of on-site construction debris for engineered fill,where applicable.
• We specify the application of pervious pavements to reduce stormwater runoff.
• Specification of increased use of recycled materials like crushed concrete in mix designs, or recycled asphalt and/or fly ash to
improve soil stabilization at a site.
• Schedule site reconnaissance, investigation and operation and maintenance of remedial systems across multiple sites to reduce
mobilization costs and vehicle miles traveled.
• Installation of GPS devices on all company vehicles to monitor and stop excessive speed and idling infractions to reduce GHG
emissions.
• Use electronic transfer of regulatory database searches to reduce paper consumption and overnight air freight needs(i.e. reduce
GHG emissions).
• Schedule trips to regulatory authorities and libraries to review historical documents and directories to include multiple site research
to reduce vehicle miles traveled.
• Conduct interviews via telephone when practical to reduce vehicle miles traveled.
• Use non-destructive testing of lead in soils or in painted surfaces through X-ray Fluorescence(XRF)technology, which eliminates
wastes for later disposal.
• Employ the use of smaller sample containers for laboratory samples to reduce wastes as a result of sampling.
• Use smaller concrete cylinders to reduce waste by greater than 66%on construction materials testing.
• Use direct-push sampling technology to reduce the amount of Investigation Derived Waste(IDW)for disposal.
• Provide draft and final reports electronically to clients. If hard copies are requested, then reports are printed double-sided on
recycled paper.
• When designing remedial systems:
o Pilot test if possible use sensible modeling to optimize design.
o Look to reuse existing equipment where possible and size pipes to reduce friction and energy requirements.
o Use granular activated carbon(GAC)to capture off-gas vapors
o Consider bioremediation, chemical remediation or other types of insitu treatment systems if practical.
1Ierracon City of Miami Beach RFQ No.2018-141-ND I Engineering—Environmental Services and Testing SF 330 115
H.ADDITIONAL INFORMATION
30 PROVIDE ANY ADDITIONAL INFORMATION REQUESTED BY THE AGENCY. ATTACH ADDITIONAL SHEETS AS NEEDED.
• When operating remedial systems:
o Use Variable Frequency Drives(VFDs)to allow for the control of motor speeds for specific site conditions.
o Use continuous system optimization that allows for remote telemetry and performance monitoring.
o Run on Off-Peak energy rates
o Use solar power where applicable.
• Where available, we recycle the waste concrete cylinders, working towards completely eliminating the need to transport waste
concrete to any landfill.
• Internal programs to collect and recycle paper, cardboard, aluminum, plastic, batteries and other metal wastes from daily
operations.
• Installation of programmable thermostats to keep heating and cooling systems operating as efficiently as possible.
• Terracon is committed to procure products and services that reduce negative environmental and social impacts and emphasize
ecological sustainability. Preference is given to products or services that have a lesser or reduced impact on human health and
the environment when compared to like products.
• All "beige" (electronic components and products, including computer monitors, etc.) wastes are disposed of by transfer to our
established electronic waste recycling firm.
o Identify local vendors for materials and services
TERRACON'S UNIQUE AND OUTSTANDING SERVICES
• With an 11-office network in Florida, we can mobilize quickly and utilize additional
personnel and equipment as the workload demands. Our full-service capabilities and I :,
national resources allow us the ability to coordinate our activities and maximize our cost
effectiveness. By combining our national resources with specific local area expertise,we
consistently overcome obstacles and deliver the results our clients expect. For example,
Terracon performed environmental due diligence services for a multi-site, fast-track $
acquisition that was being undertaken by a national firm.Approximately 25 site assessors MA
RI
and numerous support staff from 17 Terracon offices worked together to provide Phase Iff
I ESAs at 495 facilities in 30 states.
• Terracon has the knowledge and proven experience to combine reconstruction with
environmental remedy. We will assist you from the feasibility study through funding. Our Our Miami Lakes Office,pictured above,
assistance continues with siting, reconstruction/remedy, and post-construction services will ofbMiami Beachble
for the
City Miami Beach contract
for risk management and monitoring institutional controls. Consulting "beyond the
chemistry,"Terracon provides our redevelopment clients with property-specific solutions
at the pace required of business, not environmental regulation.
• Many of the environmental health and safety regulations require employee training and evaluation; therefore, Terracon utilizes its
background to provide environmental health and safety training services to its diverse clientele. The training can be catered for a
general audience or specific client-related needs.Terracon has also developed for clients site-specific,interactive CDs that provide
a training alternative geared toward the flexibilities of a facility's employees.
1lerracon City of Miami Beach RFQ No.2018-141-ND I Engineering—Environmental Services and Testing SF 330 116
H.ADDITIONAL INFORMATION
30 PROVIDE ANY ADDITIONAL INFORMATION REQUESTED BY THE AGENCY. ATTACH ADDITIONAL SHEETS AS NEEDED.
• Terracon's soil scientists and professionals are trained to accurately identify soils in the field and laboratory.Terracon maintains a
library of published soil surveys and accesses online soil surveys,where available.By correlating the soil types with the soil survey
databases,Terracon is able to provide clients with a wide variety of information regarding their sites.The information can be used
to supplement natural resource surveys or to assist with the planning and development of construction projects.
• Terracon has full connectivity between our field personnel on the project, office engineering staff,
and our clients. Each of our field personnel are equipped with a laptop and a smartphone to
muiew
streamline and expedite communication related to our services. This technology optimizes our
communications with our clients and ensures critical information is transmitted quickly to the project l . ' rar
team. In order to receive and provide instant communications directly to/from a project site during �8 ,.,,
construction and to expedite resolution of non-conformance issues,Terracon personnel utilize their _ >
laptops so that report forms can be filled out and, if necessary, copies of project drawings can be
annotated to reflect observation locations and constructed conditions for ease of reporting and , " -1 . -EA
clarification of site conditions. �."�1 ""atr'�..
• Terracon is a company of scientists and engineers who understand, to be competitive, they must
evaluate new and innovative technologies that will 1) provide better, more reliable data and 2) reduce project costs while
maintaining project/data integrity.Terracon has successfully employed aggressive,innovative technologies such as pseudomonas
bacteria injection, anaerobic bacterial injection, hydrogen peroxide injection and Fenton's Reagent to achieve rapid groundwater
cleanup without the disruption of excavation.At appropriate opportunities Terracon will use these advanced technologies in their
proper application for projects.
• Safety First! Safety is one of Terracon's core values, and our commitment to being an IIF company is an operational priority.We
strive to build safety and wellbeing into all aspects of our business and are committed to everyone going home safely to their
families every day.
• Our approach to everything we do begins with our guiding principles and core values of Leadership, Integrity,Trust, Relationship,
Innovation, Excellence and Teamwork. Our philosophy is to work as an extension of your staff, focused on bringing value,
timeliness and the highest caliber of environmental and testing services to all City of Miami Beach projects.
I.AUTHORIZED REPRESENTATIVE
The foregoing is a statement of facts.
31 SIGNATURE 32 DATE
4/4-S:11,e- May 7,2018
33.NAME AND TITLE
Hugo E. Soto, P.E., Principal
lierracon City of Miami Beach RFQ No.2018-141-ND I Engineering—Environmental Services and Testing SF 330 117
Architect-Engineer Qualifications 1.SOLICITATION NUMBER(if any) 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.UNIQUE ENTITY IDENTIFIER
Terracon Consultants,Inc. 2013 078681691
2b.STREET 5.OWNERSHIP
16200 NW 59 Ave,Suite 106 a.TYPE Corporation
2c.CITY 2d.STATE 2e.ZIP CODE b.SMALL BUSINESS STATUS
Miami Lakes Florida 33014 N/A
6a.POINT OF CONTACT NAME AND TITLE 7.NAME OF FIRM(If block 2a is a branch office)
Hugo Soto,P.E. Terracon Consultants,Inc.
6b.TELEPHONE NUMBER 6c.E-MAIL ADDRESS (Est. 1965;DUNS No.613569961)
305-820-1997 Hugo.Soto@a,terracon.com
8a.FORMER FIRM NAME(S)(if any) 8b.YEAR ESTABLISHED 8c.UNIQUE ENTITY IDENTIFIER
Nordase and Associates,Inc.,A Terracon Company 2011 078889652
9.EMPLOYEES BY DISCIPLINE 10. PROFILE OF FIRM' EXPERIENCE AND
ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS
a.Function c.No.of Employees a.Profile c.Revenue Index
b.Discipline b.Experience Number
Code (1)FIRM (2)BRANCH Code (see below)
02 Administrative 449 2 A06 Airports 8
05 Archaeologist 6 B02 Bridges 8
06 Architect 19 CO6 Churches 6
07 Biologist 15 C10 Commercial Building Retail(Low Rise) 10
08 CADD Technician 45 D01,D02 Dams,Dikes,Levees 7
12 Civil Engineer 54 E02 Educational;Classrooms 9
14 Computer Programmer 61 E07 Energy Conservation;Renewable Energy 8
15 Construction Inspector 222 E09 EIS;Assessments 9
I 23 Environmental Engineer 89 E12,H003 Env.Remediation,HTRW 8
24 Environmental Scientist 324 G04 Geographic Information System 2
26 Forensic(Building Diagnostic) 1107 Highways;Streets;Parking 9
Engineer 32
Foundat27/55 Engineer 381
381 2 H09 Medical Facilities 8
29 Geographic Info.Systems 8 H 10 Hotels;Motels 7
30 Geologist 168 Hl l Multi-Family Housing 8
Industrial-Hygienist&Safety Industrial;Manufacturing;Warehouse&
36 Specialists 93 IO1,W01 Depots 10
40 Construction Materials/Pavement 1 001 Office Buildings 9
Engineer 106
48 Project Manager 364 2 PO4 Pipelines 8
58 Technician(Field&Testing Lab) 1284 6 P12 Power Gen,Transmission,Distribution 9
Driller(Geotechnical) 175 2 R03 Railroad;Rapid Transit 6
Building Enclosure/Roofing
Consultants/Building 44 R12 Roofing 6
Structural Steel Inspector 65 S03 Seismic Designs and Studies 2
Petrographer 2 S05 Soils/Geologic Studies;Foundations 10
Certified Commercial Diver 5 S07 Solid Waste Facilities 7
Other Employees 114 S13 Storm Water 6
Geophysicist 11 T02 Testing and Inspection Services 10
W02 Water Resources;Hydrology;Groundwater 6
Total 4137 15 W03 Water Supply,Treatment;Distribution 7
11.ANNUAL AVERAGE PROFESSIONAL PROFESSIONAL SERVICES REVENUE INDEX NUMBER
SERVICES REVENUES OF FIRM 1.Less than$100,000 6.$2 million to less than$5 million
FOR LAST 3 YEARS 2.$100,000 to less than$250,000 7.$5 million to less than$10 million
(Insert revenue index number shown at right) 3.$250,000 to less than$500,000 8.$10 million to less than$25 million
a.Federal Work 8 4.$500,000 to less than$1 million 9.$25 million to$50 million
..Non-Federal Work 10 5.$1 million to less than$2 million 10.$50 million or greater
c.Total Work 10
12.AUTHORIZED REPRESENTATIVE
The foregoinQ is a statement of facts.
a.SIGNATUREb.DATE _
/ (4 [e May 7, 2018
c.NA AND TITLE
Hugo Soto,P.E.,Office Manager
1lerracon City of Miami Beach RFQ No.2018-141-ND I Engineering—Environmental Services and Testing SF 330 118
Architect-Engineer Qualifications 1.SOLICITATION NUMBER(if any)
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.UNIQUE ENTITY IDENTIFIER
Terracon Consultants, Inc. 2005 607266629
2b.STREET 5.OWNERSHIP
5371 NW 33rd Avenue, Suite 201 a.TYPE Corporation
2c.CITY 2d.STATE 2e.ZIP CODE b.SMALL BUSINESS STATUS
Fort Lauderdale Florida 33309 N/A
6a.POINT OF CONTACT NAME AND TITLE 7.NAME OF FIRM(If block 2a is a branch office)
Richard A. Minichiello,Vice President/Principal, Regional Manager Terracon Consultants, Inc.
6b.TELEPHONE NUMBER 6c.E-MAIL ADDRESS (Est. 1965; DUNS No. 613569961)
954-741-8282 Rich.MinichielIo(aiterracon.com
8a.FORMER FIRM NAME(S)(if any) 8b.YEAR ES LABLISHED 8c.UNIQUE EN I ITY IDEN i IFIER
None
•
9. EMPLOYEES BY DISCIPLINE 10.PROFILE OF FIRM' EXPERIENCE AND---
ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS
a.Function c.No.of Employees a.Profile c.Revenue Index
b.Discipline , b.Experience Number
Code C
(1)FIRM (2)BRANCH ode
(see below)
02 Administrative ' 449 2 A06 Airports 8
05 Archaeologist 6 B02 Bridges 8
06 Architect 19 C06 Churches 6
07 Biologist 15 C 1 0 Commercial Building Retail(Low Rise) 10
08 CADD Technician 45 DO I,D02 Dams,Dikes,Levees 7
12 Civil Engineer _ 54 E02 Educational;Classroom s 9
14 Computer Programmer 61 E07 Energy Conservation;Renewable Energy 8
I5 Construction Inspector 222 E09 EIS;Assessments 9
23 Environmental Engineer 89 E12,HO03 Env.Remediation,HTRW 8
24 Environmental Scientist 324 2 G04 Geographic Information System 2
Forensic(Building Diagnostic)
26 Engineer 32 1 H07 Highways;Streets;Parking 9
27,55 Foundation/Geotechnical/Soils 3 H09 Medical Facilities 8
Engineer 381
29 Geographic Info.Systems 8 H 10 Hotels;Motels 7
30 Geologist 168 H11 Multi-Family Housing 8
Industrial Hygienist&Safety Industrial;Manufacturing;Warehouse&
36 Specialists 93 IOl,W01 Depots 10
40 Construction Materials/Pavement 001 Office Buildings 9
Engineer 106
48 Project Manager 364 2 PO4 Pipelines 8
58 Technician(Field&Testing Lab) 1284 10 P12 Power Gen,Transmission,Distribution 9
Driller(Geotechnical) 175 R03 Railroad;Rapid Transit 6 __
Building Enclosure/Roofing
Consultants/Building 45 R12 Roofing 6
Structural Steel Inspector 65 S03 Seismic Designs and Studies 2
Petrographer 2 S05 Soils/Geologic Studies;Foundations 10
Certified Commercial Diver 5 S07 Solid Waste Facilities 7
Other Employees 1 14 S13 Storm Water 6
Geophysicist II T02 Testing and Inspection Services 10
W02 Water Resources;Hydrology;Groundwater 6
total ' 4137 20 W03 Water Supply,Treatment;Distribution 7
11.ANNUAL AVERAGE PROFESSIONAL PROFESSIONAL SERVICES REVENUE INDEX NUMBER
SERVICES REVENUES OF FIRM 1.Less than$100,000 6.$2 million to less than$5 million
FOR LAST 3 YEARS 2.$100,000 to less than$250,000 7.$5 million to less than$10 million
(Insert revenue index number shown at right) 3.$250,000 to less than$500,000 8.$10 million to less than$25 million
5.Federal Work 8 4.$500,000 to less than$1 million 9.$25 million to$50 million
b.Non-Federal Work io 5.$1 million to less than$2 million 10.$50 million or greater
c.Total Work 10
12.AUTHORIZED REPRESENTATIVE
The foregoing is a statement of facts.
a.SIGNATURE DATE
1!Pi ^+>rre
' t , May 7, 2018
c.NAME AND TITLE
Richard A. Minichiello,Vice President/Principal,Regional Manager
1lerracon City of Miami Beach RFQ No.2018-141-ND I Engineering-Environmental Services and Testing SF 330 119
Architect-Engineer Qualifications 1.SOLICITATION NUMBER(if any) 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.UNIQUE ENTITY IDENTIFIER
Dunkelberger Engineering&Testing,A Terracon Company 2013 931493233
2b.STREET 5.OWNERSHIP
1225 Omar Road a.TYPE Corporation
2c.CITY 2d.STATE 2e.ZIP CODE b.SMALL BUSINESS STATUS
West Palm Beach Florida 33405 N/A
6a.POINT OF CONTACT NAME AND TITLE 7.NAME OF FIRM(If block 2a is a branch office)
Michael J.O'Connor,P.E.,Principal,Office Manager Terracon Consultants,Inc.
6b.TELEPHONE NUMBER 6c.E-MAIL ADDRESS (Est. 1965;DUNS No.613569961)
561-689-4299 Mike.Oconnor@terracon.com
8a.FORMER FIRM NAME(S)(if any) 8b.YEAR ESTABLISHED 8c.UNIQUE ENTITY IDENTIFIER
Dunkelberger Engineering&Testing,Inc. 1994 931493233
9.EMPLOYEES BY DISCIPLINE+A1A14:M27 10.PROFILE OF FIRM' EXPERIENCE AND
ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS
a.Function c.No.of Employees_a.Profile c.Revenue Index
Code b.Discipline Code b.Experience Number
(1)FIRM (2)BRANCH (see below)
02 Administrative 449 3 A06 Airports 8
05 Archaeologist 6 B02 Bridges 8
06 Architect 19 CO6 Churches 6
07 Biologist 15 C 1 0 Commercial Building Retail(Low Rise) 10
08 CADD Technician 45 D01,1302 Dams,Dikes,Levees 7
12 Civil Engineer 54 E02 Educational;Classrooms 9
14 Computer Programmer 61 E07 Energy Conservation;Renewable Energy 8
15 Construction Inspector 222 2 E09 EIS;Assessments 9
23 Environmental Engineer 89 E12,H003 Env.Remediation,HTRW 8
24 Environmental Scientist 324 1 G04 Geographic Information System 2
26 Forensic(Building Diagnostic) H07 Highways;Streets;Parking 9
Engineer 32
Foundation/Geotechnical/Soils
27/55Engineer 381 3 H09 Medical Facilities 8
29 Geographic Info.Systems 8 H 10 . Hotels;Motels 7
30 Geologist 168 I H11 Multi-Family Housing 8
Industrial Hygienist&Safety Industrial;Manufacturing;Warehouse&
36 Specialists 93 [01,W01 Depots 10
40 Construction Materials/Pavement 1 001 Office Buildings 9
Engineer 106
48 Project Manager 364 1 PO4 Pipelines 8
58 Technician(Field&Testing Lab) 1284 9 P12 Power Gen,Transmission,Distribution 9
Driller(Geotechnical) 175 2 R03 Railroad;Rapid Transit 6
Building Enclosure/Roofmg
Consultants/Building 45 R12 Roofing 6
Structural Steel Inspector 65 S03 Seismic Designs and Studies 2
Petrographer 2 S05 Soils/Geologic Studies;Foundations 10
Certified Commercial Diver 5 S07 Solid Waste Facilities 7
Other Employees 114 S13 Storm Water 6
Geophysicist 11 T02 Testing and Inspection Services 10
W02 Water Resources;Hydrology;Groundwater 6
Total 4137 23 W03 Water Supply,Treatment;Distribution 7
11.ANNUAL AVERAGE PROFESSIONAL PROFESSIONAL SERVICES REVENUE INDEX NUMBER
SERVICES REVENUES OF FIRM 1.Less than$100,000 6.$2 million to less than$5 million
FOR LAST 3 YEARS 2.$100,000 to less than$250,000 7.$5 million to less than$10 million
(Insert revenue index number shown at right) 3.$250,000 to less than$500,000 8.$10 million to less than$25 million
a.Federal Work 8 4.$500,000 to less than$1 million 9.$25 million to$50 million
b.Non-Federal Work 10 5.$1 million to less than$2 million 10.$50 million or greater
c.Total Work 10
12.AUTHORIZED REPRESENTATIVE
The foregoin is a statement of facts.
a.SIGNATU' b DATE
1i' May 7, 2018
c.NAME AND T E
Michael J. • onnor,P.E.,Principal,Office Manager
1lerracon City of Miami Beach RFQ No.2018-141-ND I Engineering—Environmental Services and Testing SF 330 120
Architect-Engineer Qualifications I1.SOLICITATION NUMBER(if any) 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.UNIQUE ENTITY IDENTIFIER
Terracon Consultants,Inc. 2013 601956837
2b.STREET 5.OWNERSHIP
5463 W.Waters Avenue,Suite 830 a.TYPE Corporation
2c.CITY 2d.STATE 2e.ZIP CODE b.SMALL BUSINESS STATUS
Tampa Florida 33634 N/A
6a.POINT OF CONTACT NAME AND TITLE 7.NAME OF FIRM(If block 2a is a branch office)
Craig Anstett,P.E.,Office Manager Terracon Consultants,Inc.
6b.TELEPHONE NUMBER 6c.E-MAIL ADDRESS ,(Est. 1965;DUNS No.613569961)
813-221-0050 Craig.Anstett@terracon.com
8a.FORMER FIRM NAME(S)(if any) 8b.YEAR ESTABLISHED 8c.UNIQUE ENTITY IDENTIFIER
Nordase and Associates,A Terracon Company 2011 601956837
9.EMPLOYEES BY DISCIPLINE+A1A14:M27 10. PROFILE OF FIRM' EXPERIENCE AND
ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS
a Function c.No.of Employees a.Profile c.Revenue Index
b.Discipline b.Experience Number
Code (1)FIRM (2)BRANCH Code (see below)
02 `Administrative 449 1 A06 Airports 8
05 Archaeologist 6 B02 Bridges 8
06 Architect 19 C06 Churches 6
07 `Biologist 15 C10 Commercial Building Retail(Low Rise) 10
08 CADD Technician 45 D01,D02 Dams,Dikes,Levees 7
12 Civil Engineer 54 E02 Educational;Classrooms 9
14 Computer Programmer 61 E07 Energy Conservation;Renewable Energy 8
15 Construction Inspector 222 E09 EIS;Assessments 9
23 Environmental Engineer 89 E12,H003 Env.Remediation,HTRW 8
24 Environmental Scientist 324 6 G04 Geographic Information System 2
26 Forensic(Building Diagnostic) 1107 I Iighways;Streets;Parking 9
Engineer 32
27/55 Foundation/Geotechnical/Soils 4 H09 Medical Facilities 8
Engineer 381
29 Geographic Info.Systems 8 • H10 Hotels;Motels 7
30 Geologist 168 1 1111 Multi-Family Housing 8
Industrial Hygiemst&Safety Industrial;Manufacturing;Warehouse&
36 Specialists 93 2IO1,W01 Depots 10
40 Construction Materials/Pavement 1 001 Office Buildings 9
Engineer 106
48 Project Manager 364 2 PO4 Pipelines 8
58 Technician(Field&Testing Lab) 1284 11 P12 Power Gen,Transmission,Distribution 9
Driller(Geotechnical) 175 2 R03 Railroad;Rapid Transit 6
Building Enclosure/Roofmg R12 Roofing 6
Consultants/Building 45
Structural Steel Inspector 65. S03 Seismic Designs and Studies 2
Petrographer 2 S05 Soils/Geologic Studies;Foundations 10
Certified Commercial Diver 5 S07 Solid Waste Facilities 7
Other Employees 114 1 S13 Storm Water 6
Geophysicist 11 T02 Testing and Inspection Services 10
W02 Water Resources;Hydrology;Groundwater 6
Total 4137 31 W03 Water Supply,Treatment;Distribution 7
11.ANNUAL AVERAGE PROFESSIONAL PROFESSIONAL SERVICES REVENUE INDEX NUMBER
SERVICES REVENUES OF FIRM 1.Less than$100,000 6.$2 million to less than$5 million
FOR LAST 3 YEARS 2.$100,000 to less than$250,000 7.$5 million to less than$10 million
(Insert revenue index number shown at right) 3.$250,000 to less than$500,000 8.$10 million to less than$25 million
a.Federal Work 8 4.$500,000 to less than$1 million 9.$25 million to$50 million
b.Non-Federal Work 10 5.$1 million to less than$2 million 10.$50 million or greater
c.Total Work 10
12.AUTHORIZED REPRESENTATIVE
�S , r. The foregoin is a statement of facts.
a.SIGNATtJ' %1/ b.DATE
/ �� May 7, 2018
c.at ■TI
Craig Anstett,P.E.,Office Manager
lierracon City of Miami Beach RFQ No.2018-141-ND I Engineering—Environmental Services and Testing SF 330 121
Architect-Engineer Qualifications 1.SOLICITATION NUMBER(if any)
g 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.UNIQUE ENTITY IDENTIFIER
Terracon Consultants,Inc. 2013 078462524
2b.STREET 5.OWNERSHIP
1675 Lee Road a.TYPE Corporation
2c.CITY 2d.STATE 2e.ZIP CODE b.SMALL BUSINESS STATUS
Winter Park Florida 32789 N/A
6a.POINT OF CONTACT NAME AND TITLE 7.NAME OF FIRM(If block 2a is a branch office)
Rick G.Acree,P.E.,Office Manager _Terracon Consultants,Inc.
6b.TELEPHONE NUMBER 6c.E-MAIL ADDRESS (Est. 1965;DUNS No.613569961)
407-740-6110 Rick.Acree(2 terracon.com
8a.FORMER FIRM NAME(S)(if any) 8b.YEAR ESTABLISHED 8c.UNIQUE ENTITY IDENTIFIER
Nodarse and Associates,Inc.,A Terracon Company 2011 801543570
9.EMPLOYEES BY DISCIPLINE+A1A14:M27 10.PROFILE OF FIRM' EXPERIENCE AND
ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS
a.Function c.No.of Employees a.Profile c.Revenue Index
b.Discipline b.Experience Number
Code (1)FIRM (2)BRANCH Com
(see below)
02 Administrative 449 10 A06 Airports 8
05 Archaeologist 6 B02 Bridges 8
06 Architect 19 1 CO6 Churches 6
07 Biologist 15 CIO Commercial Building Retail(Low Rise) 10
08 CADD Technician 45 3 D01,D02 Dams,Dikes,Levees 7
12 Civil Engineer 54 E02 Educational;Classrooms 9
14 Computer Programmer 61 E07 Energy Conservation;Renewable Energy 8
15 Construction Inspector 222 E09 EIS;Assessments 9
23 Environmental Engineer 89 2 E12,H003 Env.Remediation,HTRW 8
24 Environmental Scientist 324 4 G04 Geographic Information System
26 Forensic(Building Diagnostic) H07 Highways;Streets;Parking 9
Engineer 32 2
27/55 Foundation/Geotechnical/Soils 10 H09 Medical Facilities 8
Engineer 381
_29 Geographic Info.Systems 8 1 HIO Hotels;Motels 7
30 Geologist 168 3 H11 Multi-Family Housing 8
Industrial Hygienist&Safety Industrial;Manufacturing;Warehouse&
36 Specialists 93 IO1,W01 Depots 10
40 Construction Materials/Pavement 3 001 Office Buildings 9
Engineer 106
48 Project Manager 364 9 PO4 Pipelines 8
58 Technician(Field&Testing Lab) 1284 32 P12 Power Gen,Transmission,Distribution 9
Driller(Geotechnical) 175 19 R03 Railroad;Rapid Transit 6
Building Enclosure/Roofmg
Consultants/Building 45 1 R12 Roofing 6
Structural Steel Inspector 65 3 S03 Seismic Designs and Studies 2 ,
Petrographer 2 SOS Soils/Geologic Studies;Foundations 10
Certified Commercial Diver 5 S07 Solid Waste Facilities 7
Other Employees 114 0 S13 Storm Water 6
Geophysicist 11 T02 Testing and Inspection Services 10
W02 Water Resources;Hydrology;Groundwater 6
Total 4137- 103 W03 Water Supply,Treatment;Distribution 7
11.ANNUAL AVERAGE PROFESSIONAL PROFESSIONAL SERVICES REVENUE INDEX NUMBER
SERVICES REVENUES OF FIRM 1.Less than$100,000 6.$2 million to less than$5 million
FOR LAST 3 YEARS 2.$100,000 to less than$250,000 7.$5 million to less than$10 million
(Insert revenue index number shown at right) 3.$250,000 to less than$500,000 8.$10 million to less than$25 million
a.Federal Work 8 4.$500,000 to less than$1 million 9.$25 million to$50 million
b.Non-Federal Work 10 5.$1 million to less than$2 million 10.$50 million or greater
c.Total Work 10
12.AUTHORIZED REPRESENTATIVE
The foregoin is a statement of facts.
a.SIGNATURE b.DATE
-,4____..... A
May 7, 2018
c.NAME AND TITLE
Rick G.Acree,P.E.,Office Manager
lierracon City of Miami Beach RFQ No.2018-141-ND I Engineering-Environmental Services and Testing SF 330 122