Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Agreement with Wingerter Laboratories Inc.
o1�- 30s1(q AGREEMENT BETWEEN CITY OF MIAMI BEACH AND WINGERTER LABORATORIES INC. FOR FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS- NEEDED-BASIS PURSUANT TO REQUEST FOR QUALIFICATIONS NO. 2018-097-KB RESOLUTION NO. 2018-30544 1 TABLE OF CONTENTS DESCRIPTION PAGE ARTICLE 1. DEFINITIONS 4 ARTICLE 2. BASIC SERVICES 8 ARTICLE 3. THE CITY'S RESPONSIBILITIES 13 ARTICLE 4. RESPONSIBILITY FOR CONSTRUCTION COST 15 ARTICLE 5. ADDITIONAL SERVICES 15 ARTICLE 6. REIMBURSABLE EXPENSES 17 ARTICLE 7. COMPENSATION FOR SERVICES 17 ARTICLE 8. CONSULTANT'S ACCOUNTING AND OTHER RECORDS 18 ARTICLE 9. OWNERSHIP OF PROJECT DOCUMENTS 17 ARTICLE 10. TERMINATION OF AGREEMENT 19 ARTICLE 11. INSURANCE 19 ARTICLE 12. INDEMNIFICATION AND HOLD HARMLESS 20 ARTICLE 13. ERRORS AND OMISSIONS 21 ARTICLE 14. LIMITATION OF LIABILITY 21 ARTICLE 15. NOTICE 21 ARTICLE 16. MISCELLANEOUS PROVISIONS 22 2 SCHEDULES: SCHEDULE A 26 SCHEDULE B 34 SCHEDULE C 44 ATTACHMENTS: ATTACHMENT A 45 ATTACHMENT B 51 ATTACHMENT C 52 3 AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND WINGERTER LABORATORIES INC. FOR FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS- NEEDED-BASIS This Agreement made and entered into this day of , 20 (Effective Date), by and between the CITY OF MIAMI BEACH, a municipal corporation existing under the laws of the State of Florida, having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida, 33139, (hereinafter referred to as City), and WINGERTER LABORATORIES INC., a Florida corporation having its principal office at 1820 Northeast 144 Street, North Miami, Florida 33181 (hereinafter referred to as Consultant). WITNESSETH: WHEREAS, on April 11, 2018, the Mayor and City Commission approved the issuance of Request for Qualifications No. 2018-097-KB for citywide geotechnical and laboratory testing services on an as-needed basis (the RFQ); and WHEREAS, the RFQ was intended to procure the services of consulting firms to perform citywide geotechnical and soil testing for the Capital Improvement Program (CIP) and Public Works departments; and WHEREAS, on October 17, 2018, the City Commission approved Resolution No. 2018- 30544, respectively, authorizing the City to enter into negotiations with Wingerter Laboratories Inc., as the third ranked proposer 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: 4 ADDITIONAL SERVICES: "Additional Services" shall mean those services, in addition to the Basic Services in this Agreement, as described in Article 5 and the Consultant Service Order, which the Consultant shall perform, at the City's option, and which must be duly authorized, in writing, by the City Manager or his authorized designee, prior to commencement of same. 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. 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 DOCUMENTS: "Construction Documents" shall mean the final (100% completed) plans, technical specifications, drawings, schematics, documents, and diagrams prepared by the architect/engineer of record for the Project, 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. CONSULTANT: The named entity on page 1 of this Agreement, the "Consultant" shall mean the qualified and properly professionally licensed 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 professional has been engaged by City and who will perform (or cause to be 5 performed through Subconsultants acceptable to the City) all Services required under this Agreement and/or Consultant Service Order. 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 Services 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 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 services in connection with the Project. The Subconsultants in Schedule "C", attached hereto, are hereby approved by the City Manager for the Project. CONSULTANT SERVICE ORDER: Consultant Service Order shall mean the work order issued by the City to Consultant (in substantial form as in Schedule A-1 attached hereto), that specifically describes and delineates the particular Services (Basic Services and/or Additional Services) which will be required of Consultant for the Project that is the subject of such Consultant Service Order, and which may include studies or study activity, and/or professional services as defined in Section 287.055 of the Florida Statutes. CONTRACT AMENDMENT: "Contract Amendment" shall mean a written modification to the. Agreement approved by the City (as specified below) and executed between City and Consultant, covering changes, additions, or reductions in the terms of this Agreement including, without limitation, authorizing a change in the Services, 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 fall exhibits, addenda, and written amendments issued thereto), the Request for Qualifications (RFQ), instructions to bidders, bid form, bid bond, Design Criteria Package (if any),, the Contract for Construction, surety payment and performance bonds, Conditions of the Contract for Construction (General, Supplementary, and other Conditions), Divisions 0-17 specifications, an approved Change Order(s), approved Construction Change Directive(s), and/or approved written order(s) for a minor change in the Work. CONTRACT FOR CONSTRUCTION: "Contract for Construction" shall mean the legally binding agreement between City and Contractor for performance of the Work covered in the Contract Documents, including, without limitation, a general contractor, construction manager, design- builder or any other duly licensed construction contractor selected pursuant to any other procurement methodology available under Florida law. 6 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. 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 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— Scope of Services Schedule A-1 — Consultant Service Order Schedule B— Rate Schedule Schedule C — Approved Subconsultants. 7 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, including services delineated as part of the Scope of Services. 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. WORK: "Work" shall mean all labor, materials, equipment, supplies, tools, machinery, utilities, fabrication, transportation, insurance, bonds, permits and conditions thereof, building code changes and government approvals, licenses, tests, quality assurance and/or quality control inspections and related certifications, surveys, studies, and other items, work and services that , are necessary or appropriate for the total construction, installation, and functioning of the Project, together with all additional, collateral and incidental items, and work and services required for delivery of a completed, fully functional and functioning Project as set forth in the Contract Documents. ARTICLE 2. BASIC SERVICES 2.1 The Consultant shall provide Basic Services for the Project, specifically described in the Consultant Service Order. 2.2 The Services will be commenced by the Consultant upon receipt of a written Consultant Service Order signed by the City Manager or the Project Administrator. Consultant shall countersign the Consultant Service Order upon receipt and return the signed copy to the City. 2.3 As it relates to the Services and the Project, Consultant warrants and represents to the City that it is knowledgeable of and shall comply with all Applicable Laws. The Consultant agrees to comply with all Applicable Laws, whether now in effect or as may be amended or adopted from time to time, and shall further take into account all known pending changes to the foregoing of which it should reasonably be aware. 2.4 The Consultant warrants and represents to the City that all of the Services required under this Agreement shall be performed in accordance with the standard of care normally exercised in 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. 2.5 The Consultant's Basic Services may consist of various geotechnical related tasks, including geotechnical engineering reports, roadway reports, laboratory services, the obtaining and maintaining of all required permits, and Additional Services (as may be approved), all as further described in the Consultant Service Order; and shall also include any and all of 8 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 (if applicable to the services performed by Consultant). 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 Services, 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 Services. 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 thetime 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. 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 9 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 consultant 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 for the cost of the recperformance 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. The Project Administrator shall notify the Consultant, in writing, of any deficiencies and shall approve the method and timing of the corrections. 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 relating to 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. 10 Consultant shall address comments forwarded to it in a timely manner. The term "timely" shall be defined to mean as soon as possible under the circumstances, taking into account the timelines of the Project schedule. ' 2.11.1 The Consultant is advised that a performance evaluation of the Services rendered throughout this Agreement will be completed by the City and kept in the City's files for evaluation of future solicitations. 2.12 Consultant agrees that when any portion of the Services relates to a professional service which, under Florida Statutes, requires a license, certificate of authorization, or other form of legal entitlement to practice and/or perform such Service(s), it shall employ and/or retain only qualified duly licensed certified personnel to provide same. 2.13 Consultant agrees to designate, in writing, within five (5) calendar days after receiving a fully executed Consultant Service Order, a qualified licensed professional to serve as its project manager (hereinafter referred to as the "Project Manager"). The Project Manager shall be authorized and responsible to act on behalf of Consultant with respect to directing, coordinating and administrating all aspects of the Services. Consultant's Project Manager (as well as any replacement) shall be subject to the prior written approval of the City Manager or the Project Administrator. Replacement (including reassignment) of an approved Project Manager shall not be made without theprior written approval of the City Manager or his designee (i.e. the Project Administrator). • 2.13.1 Consultant agrees, within fourteen (14) calendar days of receipt of written notice from the City Manager or the Project Administrator (which notice shall state the cause therefore), to promptly remove and replace a Project Manager, or any other personnel employed or otherwise retained by Consultant for the Project ( including, without limitation, any Subconsultants). 2.14 Consultant agrees not to divulge, furnish or make available to any third party(ies), any non-public information concerning the Services or the Project, without the prior written consent of the City Manager or the Project Administrator, unless such disclosure is incident to the proper performance of the Services; or the disclosure is required pursuant to Florida Public Records laws; or, in the course of judicial proceedings, where such information has been properly subpoenaed. Consultant shall also require Subconsultants to comply with this subsection. 2.15 The City and Consultant acknowledge that the Services, as described in the Agreement and the Consultant Service Order, do not delineate every detail and minor work task required to be performed by Consultant to complete the work and/or services described and delineated under a Consultant Service Order issued to Consultant by the City for a particular Project. If, during the course of performing work, services and/or tasks on a particular Consultant Service Order, Consultant determines that work and/or services should be performed (to complete the Project delineated under such Order) which is, in the Consultant's reasonable opinion, outside the level of effort originally anticipated in the Consultant Service Order, then Consultant shall promptly notify the Project Administrator, in writing, and shall obtain the Project Administrator's written consent before proceeding with such work and/or services. If Consultant proceeds with any such additional work and/or services without obtaining the prior written consent of the Project Administrator, said work and/or services shall be deemed to be a Basic Service under this Agreement and shall also be deemed to be within the scope of services delineated in the Consultant Service Order(whether or not specifically addressed in the Scope of Services). Mere 11 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: If applicable, 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 commitmentsc 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. 12 The Consultant shall be ultimately responsible for ensuring the Consultant's and all of its Subconsultants' compliance with the requirements of this Section and any other provision of the Agreement and/or Consultant Service Order. With respect to the performance of work by Subconsultants, the Consultant shall, in approving and accepting such work, ensure the professional quality, completeness, and coordination of the Subconsultant's work. The Consultant shall,, upon the request of the City, submit to the City such documentation and information as the City reasonably requests to evidence the creation, standing, ownership and professional licensure of the Consultant (and Subconsultants), including organizational documents, operating agreements and professional licensure documentation, and copies of the Consultant's contracts with the Subconsultant with respect to the Project. However, the City's failure to request such documentation or evidence and/or failure to enforce in any way the terms and provisions of this Section, the Agreement and/or any other Consultant Service Order during the Project does not excuse, waive and/or condone in any way any noncompliance of the requirements set forth therein including, without limitation, the professional licensure requirements. Any approval of a Subconsultant by the City shall in no way shift from the Consultant to City the responsibility for the quality and acceptability of the services performed by the Subconsultant. Payment of Subconsultants shall be the sole responsibility of the Consultant, and shall not be cause for any increase in compensation to the Consultant for payment of the Services. ARTICLE 3. THE CITY'S RESPONSIBILITIES 3.1 The City Manager shall designate a Project Administrator, who shall be the City's authorized representative to act on City's behalf with respect to the City's responsibilities or matters requiring City's approval under the Contract Documents. The Project Administrator shall be authorized (without limitation) to transmit instructions, receive information, and interpret and define City policies and decisions with respect to the Services and the Project. The Project• Administrator shall have full authority to require the Consultant to comply with the Contract Documents, provided, however, that any failure of the Project Administrator to identify any noncompliance, or to specifically direct or require compliance, shall in no way constitute a waiver of, or excuse, the Consultant's obligation to comply with the requirements of the Contract Documents. 3.2 The City shall make available to Consultant, for the convenience of the Consultant only, information that the City has in its possession pertinent to the Project. Consultant hereby agrees and acknowledges that, in making any such information available to Consultant, the City makes no express or implied certification, warranty, and/or representation as to the accuracy or completeness of such information and assumes no responsibility whatsoever with respect to, the sufficiency, completeness or accuracy of such information. The Consultant understands, and hereby agrees and acknowledges, that it is obligated to verify to the extent it deems necessary all information furnished by the City, and that it is solely responsible for the accuracy and applicability of all such information used by Consultant. Such verification shall include, without limitation, visual examination of existing conditions in all locations encompassed by the 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 13 verify the Consultant's applications for payment, or to ascertain that Consultant has properly remitted payment due to its Subconsultants or vendors). 3.4 If the City observes or otherwise becomes aware of any fault or defect in the Project, or non-conformance with the Contract Documents, the City, through the Project Administrator, shall give prompt written notice thereof to the Consultant. 3.5 The City, acting in its proprietary capacity as Owner and not in its regulatory capacity, shall render any administrative approvals and decisions required under this Agreement, in writing, as reasonably expeditious for the orderly progress of the Services and of the Work. 3.6 The City Commission shall be the final authority to do or to approve the following actions or conduct, by passage of an enabling resolution or amendment to this Agreement: 3.6.1 Except where otherwise expressly noted in the Agreement or the Contract Documents, the City Commission shall be the body to consider, comment upon, or approve any amendments or modifications to this Agreement. 3.6.2 The City Commission shall be the body to consider, comment upon, or approve any assignment, sale, transfer or subletting of this Agreement. Assignment and transfer shall be defined to also include sale of the majority of the stock of a corporate consultant. 3.6.3 The City Commission shall approve or consider all Contract Amendments that exceed the sum of fifty thousand dollars ($50,000.00) (or other such amount as may be specified by the City of Miami Beach Procurement Ordinance, as amended). 3.7 Except where otherwise expressly noted in this Agreement, the City Manager shall serve as the City's primary representative to whom administrative (proprietary) requests for decisions and approvals required hereunder by the City shall be made. Except where otherwise expressly noted in this Agreement or the Contract Documents, the City Manager shall issue decisions and authorizations which may include, without limitation, proprietary review, approval, or comment upon the schedules, plans, reports, estimates, contracts, and other documents submitted to the City by Consultant. 3.7.1 The City Manager shall have prior review and approval of the Project Manager (and any replacements) and of any Subconsultants (and any replacements). 3.7.2 The City Manager shall decide, and render administrative (proprietary) decisions on matters arising pursuant to this Agreement which are not otherwise expressly provided for in this Agreement. In his/her discretion, the City Manager may also consult with the City Commission on such matters. 3.7.3 At the request of Consultant, the City Manager shall be authorized, but not required, to reallocate monies already budgeted toward payment of the Consultant; 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 14 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. NOT USED 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 a 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 fees allowable (or, in the case of Reimbursable Expenses, the maximum cumulativeexpenses 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 Providing additional work relative to the Project which arises from subsequent circumstances and causes which do not currently exist, or which are not contemplated by the parties at the time of execution of this'Agreement (excluding circumstances and causes resulting from error, omission, inadvertence, or negligence of Consultant). 5.2.2 Serving as an expert witness in connection with any public hearing, arbitration 15 proceeding, or legal proceeding, unless the subject matter at issue has arisen from the error omission, inadvertence, or negligence of Consultant. 5.2.3 . Assistance in connection with bid protests, re-bidding, or re-negotiating contracts.. 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). 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. 16 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 willbe 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 17 of completion of the Services (or within thirty (30) days of expiration or earlier termination of this Agreement as the case may be). However, the City may grant an exclusive license of the copyright to the Consultant for reusing and reproducing copyrighted materials or portions thereof as authorized by the City Manager in advance and in writing, In addition, the Consultant shall not disclose, release, or make available any document to any third party without prior written approval from the City Manager. The Consultant shall warrant to the City that it has been granted a license to use and reproduce any standard details and designs owned by a third party and used or reproduced by the Consultant in the performance of this Agreement. Nothing contained herein shall be deemed to exclude any document from Chapter 119, Florida Statutes. 9.2 The Consultant is permitted to reproduce copyrighted material described above subject • to prior written approval of the City Manager. 9.3 At the City's option, the Consultant may be authorized, as an Additional Service, to adapt copyrighted material for additional or other work for the City; however, payment to the Consultant for such adaptations will be limited to an amount not greater than 50% of the original fee earned to adapt the original copyrighted material to a new site. 9.4 The City shall have the right to modify the Project or any components thereof without permission from the Consultant or without any additional compensation to the Consultant. The Consultant shall be released from any liability resulting from such modification. 9.5 The Consultant shall bind all Subconsultants to the Agreement requirements for re-use of plans and specifications. ARTICLE 10. TERMINATION OF AGREEMENT • 10.1 TERMINATION FOR LACK OF FUNDS: The City is a governmental .entity and is subject to the appropriation of funds by its legislative body in an amount sufficient to allow continuation of its performance in/accordance with the terms and conditions of this Agreement. In the event there is a lack of adequate funding either for the Services or the Project (or both), the City may terminate this Agreement without further liability to the City. 10.2 TERMINATION FOR CAUSE: The City, through the City Manager, may terminate this Agreement for cause, upon written notice to Consultant, in the event that the Consultant (1) violates,any provision of this Agreement or performs same in bad faith; (2) unreasonably delays the performance of 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 18 to pay Consultant for those Services satisfactorily performed and accepted prior to the date of termination (as such date is set forth in, or can be calculated from, the City's initial written default notice). Upon payment of any amount which may be due to Consultant pursuant to this subsection 10.2.2, the City shall have no further liability to Consultant. 10.2.3 As a condition precedent to release of any payment which may be due to Consultant under subsection 10.2.2, the Consultant shall promptly assemble and deliver to the Project Administrator any and all Project documents prepared (or caused to be prepared) by Consultant(including, without limitation, those referenced in subsection 9.1 hereof). The City shall not be responsible for any cost incurred by Consultant for assembly, copy, and/or delivery of Project documents pursuant to this subsection. 10.3 TERMINATION FOR CONVENIENCE: In addition to the City's right to terminate for cause, the City through the City Manager, may also terminate this Agreement, upon fourteen (14) days prior written notice to Consultant, for convenience, without cause, and without penalty, when (in its sole discretion) it deems such termination to be in the best interest of the City. In the event the City terminates the Agreement for convenience, Consultant shall be compensated for all Services satisfactorily performed and accepted up to the termination date (as set forth in the City's written notice), and for Consultant's costs in assembly and delivery to the Project Administrator of the Project documents (referenced in subsection 10.2.3 above). Upon payment of any amount which may be due to Consultant pursuant this subsection 10.3, the City shall have no further liability to Consultant. 10.4 TERMINATION BY CONSULTANT: The Consultant may only terminate this Agreement for cause, upon thirty (30) days prior written notice to the City, in the event that the City willfully violates any provisions of this Agreement or unreasonably delays payment of the Services or any portion thereof. In the event of a termination for cause by Consultant, the City shall pay Consultant for any Services satisfactorily performed and accepted up to the date of termination; provided, however, that the City shall first be granted a thirty (30) day cure period (commencing upon receipt of Consultant's initial written notice). 10.4.1 The Consultant shall have no right to terminate this Agreement for convenience. 10.5 IMPLEMENTATION OF TERMINATION: In the event of termination (whether for cause or for convenience), the Consultant shall immediately, upon receipt of the City's written notice of termination: (1) stop the performance of Services; (2) place no further orders or issue any other subcontracts, except for those which may have already been approved, in writing, by the Project Administrator; (3) terminate all existing orders and subcontracts; and (4) promptly assemble all Project documents (for delivery to the Project Administrator). 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 19 State of Florida. (b) Commercial General Liability on a comprehensive basis in an amo 6nt 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 $1,000,000 combined single limit per occurrence for bodily injury and property damage. (d) Professional Liability Insurance in an amount not less than $1,000,000 with the deductible per claim, if any, not to exceed 10% of the limit of liability. 11.2 The City must be named as and additional insured on the liability policies; and it must be stated on the certificate. 11.3 The Consultant must give the Project Administrator at least thirty (30) days prior written notice of cancellation or of substantial modifications in any required insurance coverage. All certificates and endorsements shall contain this requirement. 11.4 The insurance must be furnished by an insurance company rated A:V or better, or its equivalent, according to Bests' Guide Rating Book, and by insurance companies duly authorized to do business in the State of Florida, and countersigned by the company's Florida resident agent. 11.5 Consultant shall provide the Project Administrator with a certificate of insurance of all required insurance policies. The City reserves the right to require a certified copy of such policies, upon written request to Consultant. ARTICLE 12. INDEMNIFICATION AND HOLD HARMLESS 12.1 To the fullest extent permitted by Section 725.08, Florida Statutes, the Consultant shall indemnify and. hold harmless the City and its officers, employees, agents, and instrumentalities, from liabilities; damages, losses, and costs, including, but not limited to, reasonable attorneys' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Consultant and other persons employed or utilized by the Consultant in the performance of this Agreement. The Consultant shall pay all claims and losses in connection therewith and shall investigate and defend all claims, suits, or actions of any kind or nature in the name of the City, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney's fees which may issue thereon. Consultant expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by Consultant shall in no way limit its responsibility to indemnify, keep, and save harmless and defend the City or its officers, employees, agents, and instrumentalities as herein provided. 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 20 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 Consultant's performance of the Services will constitute an additional cost to the City that would not have been incurred without the error. The damages to the City for errors, omissions or any combinations thereof shall be calculated as the total cost of any damages or incremental costs to the City resulting out of the errors or omissions by the Consultant, including, without limitation, the direct, indirect and/or consequential damages resulting from the Consultant's errors and/or omissions or any combination thereof. Damages shall include delay damages caused by the error, omission, or any combination thereof. Should the Consultant disagree that all or part of such damages are the result of errors, omissions, or any combination thereof, the Consultant may appeal this determination, in writing, to the applicable Assistant City Manager. The Project Administrator's decision on all claims, questions and disputes shall be final, conclusive and binding upon the parties hereto unless such determination is clearly arbitrary or unreasonable. In the event that the Consultant does not agree with the decision of the Project Administrator, the Consultant shall present any such objections, in writing, to the City Manager. The Project Administrator and the Consultant shall abide by the decision of the City Manager. This paragraph does not constitute a waiver of any party's right to proceed in a court of competent jurisdiction after the above administrative remedies have been exhausted. ARTICLE 14. LIMITATION OF LIABILITY The City desires to enter into this Agreement only if in so doing the City can place a limit on its liability for any cause of action for money damages due to an alleged breach by the City of this Agreement, so that its liability for any such breach never exceeds the "not to exceed" amount of the fee paid to Consultant under this Agreement, less any amount(s) actually paid to Consultant hereunder. Consultant hereby expresses its willingness to enter into this Agreement, with Consultant's recovery from the City for any damages for action for breach of contract to be limited to Consultant's "not to exceed" fee under this Agreement, less any amount(s) actually paid by the City to the Consultant hereunder. Accordingly, and notwithstanding any other term or condition of this Agreement, Consultant hereby agrees that the City shall not be liable to Consultant for money damages due to an alleged breach by the City of this Agreement, in an amount in excess of the "not to exceed amount" of Consultant's fees under this Agreement, which amount shall be reduced by any amount(s) actually paid by the City to Consultant hereunder. Nothing contained in this subsection, or elsewhere in this Agreement, is in any way intended to be a waiver of the limitation placed upon City's liability, as set forth in Section 768.28, Florida Statutes. ARTICLE 15. NOTICE All written notices given to City by Consultant shall be addressed to: 21 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: Office of Capital Improvement City of Miami Beach 1701 Meridian Avenue Miami Beach, Florida 33139 Attn: Maria Cerna, Division Director All written notices given to the Consultant from the City shall be addressed to: Wingerter Laboratories, Inc. 1820 Northeast 144th Street North Miami, FL 33181 Attn: Jill Wingerter Chin-You 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 AND WAIVER OF JURY TRIAL: 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, 22 Y 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 Protect Documents. In accordance with Section 119.07 (3) (ee), Florida Statutes, entitled "Inspection, Examination, and Duplication of Records; Exemptions," all building plans, blueprints, schematic drawings, and diagrams, including draft, preliminary, and final formats, are exempt from the provisions of Section 119.07(1), Florida Statutes (inspection and copying of public records), and s. 24(a), Article I of the State Constitution. Information made exempt by this paragraph, with prior written approval from the City Manager, may be disclosed to another entity to perform its duties and responsibilities; to a licensed architect, engineer, or contractor who is, performing work on or related to the Project; or upon a showing of good cause before a court of competent jurisdiction. The entities or persons receiving such information shall maintain the exempt status of the information. 16.5.2.1 In addition to the requirements in this subsection 16.5.2, the Consultant agrees to abide by all applicable Federal, State, and City procedures, as may be amended from time to time, by which the documents are handled, copied, and distributed which may include, but is not limited to, each employee of Consultant and Subconsultants that will be involved in the Project being required to sign an agreement stating that they will not copy, duplicate, or distribute the documents unless authorized by the City Manager, in writing. 16.5.2.2 The Consultant and its Subconsultants agree in writing that the Project documents are to be kept and maintained in a secure location. 16.5.2.3 Each set of the, Project documents are to be numbered and the whereabouts of the documents shall be tracked at all times. 23 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: If applicable to the performance of Consultant's Services, the Consultant shall prepare, without added compensation, all necessary supplemental documents to correct errors, omissions, and/or ambiguities which may exist in the Contract Documents prepared by Consultant, including documents prepared by its Subconsultants. Compliance with this subsection shall not be construed to relieve the Consultant from any liability resulting from any such errors, omissions, and/or ambiguities in the Contract Documents and other documents or Services related thereto. 16.7 ASSIGNMENT: The Consultant shall not assign, transfer or convey this Agreement to any other person, firm, association or corporation, in whole or in part, without the prior written consent of the City Commission, which consent, if given at all, shall be at the Commission's sole option and discretion. However, the Consultant will be permitted to cause portions of the Services to be performed by Subconsultants, subject to the prior written approval of the City Manager. 16.8 SUCCESSORS AND ASSIGNS: The Consultant and the City each . binds himself/herself, his/her partners, successors, legal representatives and assigns to the other party of the Agreement and to the partners, successors, legal representatives, and assigns of 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 all necessary items for the proper completion of the Services.. 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. 24 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 J,..: >�••.=.-.�_,,.H: ter, , ,,,, ) ___.___ 2. 21 lgi+� .. ',� r CITY LERK �� a,��`' s A',* OR Attest < CQ SULTANT: t� :1,,_,OIjF' 10RA T� 11/IN ERTER LABORATORIES, INC. , •.<‘,.-:;.:-7'• >'a'' ... lif I Olt.y . \C c12;:'-'::)-4"...0."6. 1\.-'4"A AdV4-- (X _ Signature/Sec etary Sk :ture/President SQ.,nr-,, -Vc- W nerArr -3-1' 1 (U). ( h;n '`�a.�. Print Name Print Name APPROVED AS TO FORM &LANGUAGE &FOR EXECUTION City Attorney (-4\f,�,np Date 25 SCHEDULE A PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND WINGERTER LABORATORIES, INC. SCOPE OF SERVICES Geotechnical, soil testing and/or lab testing services are required for proper pre-planning of construction projects for the City. Many of the City's CIP and Public Works projects will require, during one time or another, a geotechnical, soils or lab testing report to validate either the City's Engineer's or any Architect's or Engineer of Records recommendations as to any site, building or any other project's unknown characteristics. Through this agreement the City will be able to adequately plan and incorporate geotechnical and soil testing services as part of the pre- construction preparatory work, which is a phase of every City construction project. In addition, the Geotechnical firm(s) would provide personnel that are qualified, trained and thoroughly familiar with the City's rules, policies, and procedures in inspection, sampling testing, and reporting various areas and stages of construction. The ability to have a list of Geotechnical firms to be contacted. on an as needed basis would enable the City to utilize these services when the need arises. 1.0 Geotechnical Services • The Consultant shall provide all labor, materials, equipment, transportation, and other appurtenant work for performing- subsurface explorations, obtaining representative samples, and performing all other geotechnical services. • The Consultant shall comply with all federal, state, and local rules and regulations with regard to permits, bonds, drilling, plugging, and all other applicable aspects of drilling. • The Consultant shall research and review all pertinent existing geologic and geotechnical data and information available from USGS, area development, and the company's own files. • The Consultant shall review the proposed project information and-..requested scope of work indicated as a minimum level of services desired relative 'to the anticipated subsurface conditions present. If localized subsurface conditions are expected to vary significantly, Consultant shall advise Owner of additional recommended services prior to commencing work. • The Consultant shall be responsible for contacting the appropriate agencies (state/city utility check) for determining locations of utilities in the vicinity of the actual boring locations. • Borings shall be backfilled to the original ground surface in accordance with all applicable local, state, and federal guidelines. •. Consultant shall perform the standard penetration test (SPT) in accordance with ASTM Designation D 1586. • In soil that is predominantly cohesive (silty clays, sandy clays, and material with adhesive binder), Consultant shall use the thin-walled tube method for sampling in accordance with ASTM Designation D 1587. • Rock coring shall be performed in accordance with ASTM Designation D 2113. • Double-ring infiltration test shall be conducted in accordance with ASTM Designation D 5093. , • Laboratory tests shall be assigned and performed by the Consultant to classify soils and obtain geotechnical physical characteristics such as strength, compressibility, swell 26 • potential, compaction characteristics, and chemical characteristics such as corrosiveness. Perform laboratory testing consistent in quantity and quality with local geotechnical engineering practice to provide the required design parameters and recommendations. The quantity of tests to be performed will be dependent upon the type of soil and/or rock encountered during drilling and sampling with additional consideration of the foundation types that may be required to support the proposed structures. • The Consultant shall prepare a geotechnical engineering report containing a discussion of the proposed construction, final boring logs, boring location plan, a description of the drilling and sampling program, a description of the geology and subsurface conditions encountered, groundwater conditions, laboratory test results, and foundation and earthwork recommendations and design parameters. The following is a list of major items that shall appear in the geotechnical engineering report: • Previous Construction Activity and Existing Fill (If present): A discussion of previous construction activity shall address any existing fills or subsurface openings, if encountered. Outline the engineering properties of any existing fills with regard to foundation design. • Subsurface Conditions: Subsurface conditions encountered at the site shall be discussed, based upon stratigraphic sequence observed and local geology. Figures shall be provided displaying soil borings and generalized kcross sections. A general description of the engineering properties or parameters determined from the investigation and applied to design recommendations shall be provided. Prevailing groundwater elevations observed and those recommended for design shall be noted. • Site Preparation Recommendations: Provide grading and site preparation recommendations taking into consideration the conceptual grading plan for the site. • Compaction Requirements: The report shall contain detailed and specific criteria for acceptable embankment, fill, or backfill materials and address whether the available borrow material on site is suitable for general or structural fill. The report shall contain recommendations for material usage at the site with regard to placement and compaction requirements as well as any recommended treatment. Compaction criteria, including acceptable gradations, moisture control, compactive effort, and need for proofrolling shall be discussed, including criteria for both granular and cohesive fill, if applicable. Preparation of subgrades for fill and backfill placement shall be discussed. • Foundation Design: The geotechnical engineering report prepared by the Consultant will be used to size and structurally design stable foundations for the structures. To accomplish this task, the report shall contain recommendations in regard to the recommended foundation type for each structure, as loading and site conditions may require. The report shall provide net allowable bearing pressures for shallow spread footings and mats, at recommended bearing depths, considering the types of materials supporting the mats, and note whether any overstressing is allowed under short-term loading such as dynamic, wind, or seismic loading conditions. If over-excavation of unsuitable materials and backfill with structural backfill are required to improve the foundation soils to allow the use of shallow foundations, provide estimated vertical and horizontal extent of the over-excavation and structural backfill. Provide estimated total and differential settlement for foundations using the recommended bearing pressures. Provide an estimate of the time of settlement. Note factors of safety included or recommended. Provide recommendations for resistance"-to lateral loads, such as passive 27 earth pressures and sliding friction for the base of foundations. Provide recommended groundwater level for determination of buoyancy and means to resist buoyant forces, if needed. Recommendations for deep foundations shall include diameter, depth, and any recommended installation requirements. Provide allowable design loading capacities for vertical downward loading, vertical upward loading, and horizontal loading, as appropriate to the site conditions. Provide design parameters for analysis of laterally loaded drilled piers as required for input into lateral pile capacity software. All factors of safety utilized in developing the allowable load capacities shall be outlined in detail. • Slope Stability and Excavations: The report shall address the recommended inclination of both temporary excavation and permanent slopes. • Excavation Requirements: If necessary, a section of the report shall address the excavatibility of the soils and rock which may be exposed during foundation excavation and site grading. The effort and type of equipment utilized to perform excavations is dependent upon the size and depth of the excavation. Thus, the discussion shall be in regard to area-type excavations and confined excavations, such as utility trenches. • Dewatering: Conditions present at the site requiring groundwater control, dewatering, or surface drainage during excavation for mats, footings, and other construction shall be discussed. Anticipated types of dewatering shall be described. Special consideration to exposed sub-soils within the bottom of excavations during construction shall be addressed. • Corrosion Potential and Chemical Attack to Concrete: An evaluation of representative subsurface materials shall be performed to provide laboratory test results for chemical constituents, specifically pH, chloride ion, soluble sulfates, and sulfides as well as electrical resistivity. These parameters are required to evaluate the potential for corrosion to underground piping and grounding, and selection of cement type to resist potential sulfate attack. • Pavements and Roadway: Provide typical pavement thickness suggestions in accordance with Miami Dade County and FDOT specifications. Any other items of consideration as deemed necessary by the geotechnical company. The geotechnical engineering report shall be prepared by or under the direction of a Registered Professional Engineer registered under the regulatory laws of the State of Florida. 2.0 Roadway Reports Roadway reports shall include, but not be limited to: • Copies of SCS and USGS maps with project limits. • A report of tests sheet that summarizes the laboratory test results, the soil stratification (i.e., soils grouped into layers of similar materials) and construction recommendations relative to the current Standard Indices. • Estimated seasonal high and/or low groundwater levels, and review with respect to proposed pavement grades. • Recommend type of geosynthetic for various applications. • The Design LBR results from 90% and mean methods. 28 • Permeability/infiltration parameters for water retention areas/exfiltration trenches/swales. • A description of the site and subsoil conditions, design recommendations and a discussion of any special considerations (i.e., removal of unsuitable material, recompression of weak soils, estimated settlement time/amount, groundwater control etc.). • An appendix which contains stratified soil boring profiles, laboratory test data sheets, Design LBR calculations/graphs, and any other pertinent information. In addition to the roadway report, the Consultant will also provide stratified boring profiles to the Designer and review the entire set of plans for completeness before each submittal as' requested by the Department. The Consultant shall assist the Designer with detailing limits on the cross-sections of subsoil excavation. Up to four draft roadway reports shall be submitted to the District Geotechnical Engineer for each review prior to incorporation of the Consultant's recommendations in the project design. 3.0 Permits The consultant is responsible for obtaining and maintaining all required City of Miami Beach and any Miami Dade County Public Works permits, including but not limited to, MOT, excavations, etc. Additionally, if required, the consultant shall be responsible for all special events permits from the City of Miami Beach and Miami Dade County Police Departments. 4.0 Additional Services Other geotechnical services to perform geotechnical investigation and/or construction material testing at other locations to be determined at a later date, may be required beyond the scope of this work. Compensation for such additional services shall be negotiated based on hourly rates contained in the Agreement awarded under this RFQ. 5.0 Materials Testing, Inspection, and Reporting The Consultant shall provide the City of Miami Beach with personnel that are qualified, trained and thoroughly familiar with the City's rules, policies, and procedures in inspection, sampling testing, and reporting in the following areas: • Bituminous Construction Materials • Sand, Coarse Aggregate, Limerock and Cemented Coquina Mine Inspection • Base, Sub-Grade and Embankment Materials • Pavement Parking Materials • Portland Cement Concrete • Precast Concrete Products • Pre-Stressed Concrete Products • Drilled Shaft Inspection • Laboratory Information Management System (LIMS) Data Entry • Pavement Coring Reporting (PCR) Data Entry • Consultant Contract Project Management • Construction Materials Investigations, Special Studies & Projects • Miscellaneous Construction Related Activities • Materials Inspection and Testing Related Maintenance Activities 29 • Asphalt Concrete Inspection/Evaluation • SeismicNibration Monitoring/Reporting • Special Inspector Services The Consultant shall provide (when required) qualified and experienced technicians in the following: • Aggregate Field Testing • Concrete Field Technician Level I and II • Aggregate Laboratory Testing • Concrete Laboratory Technician • LBR Technician • Asphalt Paving • Asphalt Plant • CTCI-Concrete Transportation Construction Inspections • Pre-stress Inspector Technician • Drilled Shaft Inspector • Pile Driving Inspector 6.0 Laboratory Services The Consultant shall have a capable materials laboratory. The Consultant laboratory shall have a Quality Control Program that includes provisions for checking test equipment and lab personnel proficiency. The laboratory must keep up-to-date records of calibration checks. 30 SCHEDULE A-1 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 Citywide Geotechnical and Laboratory Testing Services on an As-Needed-Basis Pursuant to Request for Qualifications No. 2018-097-KB you are directed to provide the following services: SCOPE OF SERVICES: Per attached proposal dated , to be considered part of this Agreement. Estimated calendar days to complete this work: Days Original Service Order Amount: $ Total From Previous Additional Service Orders: $ Fee for this Service Order is Lump Sum/Not to Exceed amount of: Total Agreement to Date: $ City's Project Date Coordinator/Manager Assistant Director Date Consultant. Date Project Administrator-Director Date City Manager Date NOTE: If engineering services are required,the Consultant Service Order shall comply with Chapter 287.055, Florida Statutes, the Consultants Competitive Negotiations Act (CCNA). The selected firm shall only provide engineering services for projects in which the estimated construction cost of each individual project under the contract does not exceed$2 million or for study activities in which each individual study under the contract does not exceed$200,000. 31 CONSULTANT COMPENSATION AGREEMENT BETWEEN CITY OF MIAMI BEACH AND WINGERTER LABORATORIES, INC. STRIES, INC. FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN "AS-NEEDED BASIS" Project Name and No: Scope of Services: Fee for this Service Order: $ Note*: These services will be paid lump sum based on percentage complete of each phase as identified in the individual tasks. 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. 32 SCHEDULE B— RATE SCHEDULE For Citywide Geotechnical and Laboratory Testing Services On An As-Needed-Basis RFQ 2018-097-KB Unit Unit Price 1. GEOTECHNICAL SERVICES (9.01) A.Mobilization of Truck Mounted Drill Rig. Up to 4 Percolations 1.A.1 Mobilization of Truck-Mounted Drill Rig or special access equipment per Day or Up $ 389.20 (ATV's,Off-Road or Water/marine Equipment) to 100 Ft.of Borings. Upto4 Percolations per Day or Up negotiated 1.A.2 Premium over 1.A.1 for mobilization of special access equipment(ATV's, To be to 100 Ft.of Off-Road or Water/marine Equipment) as needed Borings. B. Borings Standard Penetration per ASTM D-1586:, With or Without Casing: 1.B.1 Penetration Depth 0'to 50' Foot $ 22.24 1.B.2 Penetration Depth 51'to 75' Foot $ 26.69 1.B.3 Penetration Depth 76'to 100' Foot $ 31.14 1.B.4 Penetration Depth 101'to 150' Foot $ 38.92 C.Auger Borings per ASTM D-1452 Penetration Depth: 1.C.1 Penetration Depth 0'to 50' Foot $ 16.68 1.C.2 Penetration Depth 51'to 75' Foot $ 18.90 1.C.3 Penetration Depth 76'to 100' Foot $ 21.13 1.C.4 Penetration Depth 101'to 150' Foot $ 26.69 D. Rock Coring per ASTM D-2113(Max.NX Size): 1.D.1 Penetration Depth 0'to 50' Foot $ 38.92 1.D.2 Penetration'Depth 51'to 75' Foot $ 45.59 1.D.3 Penetration Depth 76'to 100' Foot $ 53.38 1.D.4 Penetration Depth 101'to 150' Foot $ 61.16 E.Standard Penetration Test(includes Mobilization and Soil Boring Log) (Portable Equipment} Foot $ 27.80 1.E.1 Standard Penetration Test(Water Boring)(Equipment Excluded, Barge Cost to be Negotiated by User Department. Permit Reimbursable upon Proof of Foot Payment) $ 56.71 • F.Undisturbed Sampling per ASTM D-15 Each $ 124.54 G.Slug Percolation Test-USGS/PWD 9"Dia.Hole(DERM)(Min.2 per job) Each $ • 480.38 H.Double Ring Infiltration Test per ASTM D-3385(swale or grassy areas)(Min.2 Each tests) $ 560.45 33 I.Percolation Tests 1.1.1 FL Dept:of Health and Rehabilitative Services,Chapter 100-6.57(Min.2 tests Each per job) $ 388.09 ' 1.1.2 DCPW Highway Division(min.6"dia.)(min.2 tests per job) Each $ 551.55 1.1.3 Open Hole Method(min.6"dia.)(min.2 tests) Each $ 553.78 J.Closing Holes with Grout/Approved Methods to Safe Proof Site.[Safe Proof Foot to be Accomplished Before Laboratory Leaves the Site] $ 8.90 K.Trench Test per So.FL Water Management District.(Excludes Equipment and Operator)(Provide Equipment Rental Invoice for Direct Cost Reimbursement] Hour $ 551.55 L.Soil Cement Stabilization Field Inspection Hour $ 96.74 , 1.L.1 Soil Cement Cylinder Testing Hour $ 71.17 1.L.2 Soil Cement Cylinder Testing per ASTM D-1633 Hour $ 38.92 M.Water Quality Monitoring' Each $ 90.07 N.Geotechnical Engineering Evaluation and Report of Existing Soil With Respect Hour to Allowable Bearing Capacity $ 140.11 0.Geotechnical Engineer Pile Capacity Analysis Hour $ 140.11 P.Muck Probes Hour $ ' 91.18 Q.Engineering Inspection during Geotechnical investigation Hour $ 100.08 ' 2. MONITORING WELLS (Includes Drilling) (9.01) A.Mobilization of Truck Mounted Drill Rig.(Same Conditions apply as Up to 2 wells referenced for Geotechnical Services,Item 1.A,Page 1 of the Fee Schedule) $ 404.77 B.Monitoring Well Installation(2"PVC,Max.20'Depth)*(Min.2 wells) Per Well $ 732.81 C.Monitoring Well Abandonment(2"PVC,Max.20'Depth)*(Min.2 wells) Per Well $ 308.02 D.Monitoring Well Abandonment(4"PVC,Max.20'Depth)*(Min.2 Wells) Per Well $ 395.87 • E.Monitoring Well(4"PVC,Max.20'Depth)*(Min.2 wells) Per Well $ 959.66 F.Monitoring Well Installation(2"'PVC,Greater than 20'up to 100')*(Min.2 Foot wells)* Excludes permit $ 78.95 G.Repair of Monitoring Wells Unit Rates Per Unit $ 1,057.51 H.Water Quality Monitoring(Does not include Analytical Tests)(Per Well) Per Well $ 273.55 I.Direct Push Well Installation(20'Max) Per Well $ 859.58 J.Direct Push Soil/Ground water Sampling Per Day $ 1,788.10 K.Boat Rental(min.8 hr day)with prior approval by the issuing dept.(furnish per Day copy of ownership or copy of rental invoice) $ 503.74 3. PRE-STRESS / PRE-CAST (9.02) (INCLUDES TRAVEL, MILEAGE, DELIVERY AND CERTIFIED REPORTS) A.Pre-stress/Pre-cast fabrication inspection per PCI MNL-116(Structural)or MNL-117(Architectural)(Bridge and Building Units/Ready Mix Plants Per Hour Inspections)(Min.4) $ 92.30 B.Pre-stress(Inspection and Certified Report included)(Stressing Operation and per Hour Inspection)per PCI MNL-116(min.4 hrs) $ 92.30 C.Reinforced Concrete Pipe and Pre-Fabricated Manhole Inspection(types, sizes,and design)(includes inspection and Certified Report)(Min.4 hrs.) Per Hour $ 92.30 D.Absorption Test of Pre-cast Units per ASTM C-497, - Per Core $ 58.94 E.Three Edge Bearing Test per ASTM C-497 Per Hour $ 92.30 F.Hydrostatic Testing per ASTM C-497 Per Hour $ 92.30 34 G.Testing Concrete Cylinder per ASTM C-497(same conditions apply as shown per Cylinder on 3A.1)(Does NOT include TECHNICIAN or PICK-UP) $ 124.54 4. PILING (9.02) A.Pile Driving/Auger Cast Pile Inspection(includes Certified Log/Report[Min. Per Hour 4 hrs]) $ 93.41 4.A.1 Splice of piles as an addition(per occurrence)(with prior approval from engineer)(witness splice) Per Hour $ 93.41 B.Vibro-Flotation Inspection(4 hrs min.) Per Hour $ 93.41 C.Pile Load Test-Test Frame and Load Set-Up Witnessed by Certified Inspector per ASTM D-1143(Equipment/Loads Furnished by Contactor) Per Hour : $ 93.41 4.C.1 Furnishing and Set-Up of Calibrated Gauges Per Gauge $ 121.21 , 4.C.2 Monitoring of Pile Load Test,Collect Field Data,and Inspector Time Per Hour $ 93.41 4.C.3 Pile Load Test Report,Certify and Prepare Report for Load Capacity of Pile Per Hour (Engineers Time) $ 140.11 5. SOILS (9.02) INCLUDES TRAVEL, MILEAGE, DELIVERY AND CERTIFIED REPORT) 5A.Field Density Tests 5.A.1 Sand Cone Method per AASHTO T-19 and ASTM D-1556(2 test min.) Per Test $ 96.74 Nuclear Method per AASHTO T-238 AND ASTM D-2922,(Moisture per AASHTO T-239 and ASTM D-3017)(Min.4 tests) 5.A.2 Per Test(From 1 to 4 tests)per trip Per Test $ - 54.49 5.A.2A Per Test(From 5 to 10 tests)per trip Per Test $ 36.70 5.A.2B Per Test(From 11 or more tests)per trip Per Test $ 32.25 5.A.3 Maximum/Minimum Relative Density Tests per ASTM D-4253 and 4254 Per Test (Field and Laboratory) $ 187.93 5.A.4 Hourly Rate(min.4 hrs)*(Unlimited tests)(7am to 6pm)(equipment ONLY, Per Hour tech NOT included) $ 70.06 5.A.5 Evening Density Testing(9pm to 6am)(if requested by issuing dept., designee to be performed in the evening and to be paid at the min.4hrs Per Hour unlimited tests*)(equipment ONLY,technician NOT included) $ 93.41 B.Moisture Density Tests(Proctor) 5.B.1 Standard per AASHTO T-99 and ASTM D-698(non-traffic areas)(Min.2 tests Per Test per trip) $ 145.67 5.B.2 Modified per AASHTO T-180 and ASTM-1577(Building/Highway Projects) Per Test (Min.2 tests per trip) $ 165.69 C.Limerock Bearing Ratio(LBR)-FDOT Per Test $ 401.43 D.Carbonates on LBR Material(2 tests per trip) Per Test $ 83.40 E.Laboratory California Bearing Ratio(CBR)per ASTM D-1883(one Point) Per Test $' 309.14 5.E.1 Lab Proctor Test Per Test $ 163.46 5.E.2 Three Point CBR Per Test $ 389.20 F.Field California Bearing Ratio per Asphalt Institute MS-10(Latest Version) Per Test (Reaction Load by Others)(2 Tests min.) $ 471.49 G.Moisture Content Per Test $ 42.26 H.Organic Content 5.H.1 Limerock per AASHTO T-267(by Incineration) Per Test $ 56.71 5.H.2 Test of Soil Chemical Analysis[(1972) P.R. Hesse P.211](by Peroxide) Per Test $ 78.95 35 I.Grain Size per AASHTO T-27(Sieve Analysis only) Per Test $ 72.28 J.Mechanical Analysis per ASTM D-422 or T-11 and T-27 Per Test $ 76.73 K.Soil Classification per ASTM D-3282 and D-2487(AASHTO Unified-FAA) Per Test $ 107.86 L.Los Angeles Abrasion on rip-Rap per ASTM C-535(Large Size Coarse Per Test Aggregate). $ 286.90 M.Soundness on Rip-Rap per ASTM C-88(5 Cycle Sodium Sulfate) Per Test $ 318.03 N.Soil Specific Gravity per ASTM D-854 Per Test $ 67.83 0.Material Finer Than 200 Sieve Per ASTM C-117 Per Test $ 51.15 P.Liquid Limit per ASTM D-4318(Atterberg limits) Per Test $ 84.51 Q.Salt Content per FDOT FM 5-516 Per Test $ 68.94 R.Limerock Base Thickness Determination-Min.3"dia.Holes FAAP-211(min.2 Per Test tests)(excludes mobilization and transportation) $ 88.96 5.R.1* unlimited tests Day $ 766.17 S.Limerock Chemical Analysis per.DCPW,FDOT(2 tests min.) Per Test $ 97.86 T.Limerock Chemical Analysis per DCAD FAAP-211(2 tests min.) Per Test $ 97.86 U.Resistivity Test in Accordance with California Method 643-7 with Break-Downfor test,Sampling,PH Measurement of Water and Soil,etc. per $ 164.58 V.Sediment Tests Per Test $ 81.18 W.Soil Load Bearing Test(Plate Load)(Reaction Load By Others) 5.W.1 Static Load on Footings per ASTM D-1194 Per Test $ 581.58 5.W.2 Repetitive Static Load for Pavement per ASTM D-1195 Per Test $ 619.38 5.W.3 Non-Repetitive Static Load for Pavement er ASTM D-1196 Per Test $ 619.38 X.Soil Relative Density Tests(Vibro-Flotation/In-Situ Verification) 5.X.1 CPT Cone Penetration Test Soundings Per Foot $ 17,79 Y.Horticultural Service for Ph Value of Soil Per Test $ 46.70 Z.Horticultural Service for Soluble Salts in Soil Per Test $ 77,84 AA.Horticultural Service for Macro Nutrients in Soil Per Test. $ 94.52 AB.Backfill Monitoring(4 hrs min.) Per Hour $ 77,84 AC.Geotechnical Engineer(min.2 hrs) Per Hour $ 140.11 6. ASPHALT CONCRETE (9.03) includes travel, mileage and certified report A.Asphalt Paving Design Mix Marshall Method(includes Sampling,Standard Design as Applicable Marshall Procedures)per Asphalt Institute Manual Series Per Mix No.2 $ 889.60 B.Analysis of Special Design Mix Per Mix $ 722.80 C.Marshall Properties(FDOT Procedures)(Aviation P-401/P-405)(Technician plus tests) 6.C.1 Stability per ASTM D-1559 or AASHTO D-T 245(set of 3 specimen) Per Set $ 137.89 6.C.2 Flow per ASTM-1559 or AASHTO D-T 245(set of 3 specimen) Per Set $ 128.99 6.C.3 Density per ASTM D-2726(set of 3 specimen) Per Set $ 130.10 6.C.4 Air Voids per ASTM-3203(set of 3 specimen) , Per Set $ 128.99 6.C.5 Maximum density per ASTM D-2041 Per Set $ 84.51 6.C.6 Particle Coating per ASTM D-2489 Per Sample $ 142.34 36 6.C.7 Sampling/Prep. Per ASTM D-1559/D-2726 Per Sample $ 87,85 6.C.8 Bulk Specific Gravity of Drilled Core per ASTM D-2726 _ Per Core $ 61.16 6.C.9 Moisture Content-Drying per ASTM C-566 Per Sample $ 62.27 6.C.10 Moisture Content-Distillation per ASTM D-1461 Per Sample $ 147.90 6.C.11 Asphaltic Specific Gravity/Absorption of Aggregate Blends Per Aggregate Sample $ 113.42 6.C.12 Sampling Hot mix at Manufacturer per ASTM D-979 Per Hour $ 73.39 6.C.13 Effect of Water on Hot Mix per ASTM D-1075(set of 6 samples) Per Set $ 142.34 6.C.14 Washed Sieve Analysis Per Sample $ 72.28 6.C.15 AASHTO T-182 Per Sample $ 159.02 6.C.16 Flat/Elongated Pieces per ASTM D-4791 Per Sample $ 151.23 6.C.17 Effect of Moisture on Hot Mix per ASTM D-4867(set of 6 samples) Per Set $ 353.62 6.C.18 Sand Equivalent per ASTM D-2419 Per Sample $ 113.42 6.C.19 Effect of Water on Cohesion per ASTM D-1075/Modified Per Sample $ 213.50 D.Extraction/Gradation Analysis per ASTM D6307 Per Test $ 162.35 E.Asphalt Plant Technician Using FDOT Approved Plant,Laboratory and Procedures for Extraction,Gradation,Marshall Tests and Temperature Checks Hour (ASTM D-290-85)(per person,min.4 hrs) $ 92.30 F.Paving Technician for On-Site Paving Operations,Inspections per FDOT Hour Procedures(temperature,density testing and observation)(min.4 hrs.) $ 91.18 G.Asphalt densities(Nuclear-Back Scatter Method)(Min.4 tests) Per Test $ 33.36 H.Asphalt Core Drilling for Thickness Measurements(includes Asphalt Patching) Per Core (min 6 cores per call-out) $ 66.72 I:.Asphalt Cores Laboratory Tests for Measurements per ASTM D-3549 and Per Core weight per cubic foot,per ASTM D-2726(min 4 cores) $ 50.04 J.Gyratory Compaction(Bulk Specific Gravity) Per Sample $ 134.55 Ly 7. TECHNICAL SERVICES (AVIATION) (9.03) A.P401 Technical Services-NICET III/FDOTII/Equivalent per ASTM D-3666 Aspalt lant Facilities and Initial Inspection,Quality Reviews,Design Mix/JMF Hour Review,Technical Report/Meetings/Coordination Oversight/PWL/reviews (min.2 hrs.) $ 139.00 B.P401/P602/P603/P609 Field Acceptance Inspection-Certified Inspection per ASTM D-3666 7.B.1 Level I Inspector(weekday min.4 hrs) Hour $ 92.30 7.B.2 Level II Inspector(weekday min.4 hrs) Hour $ 101.19 7.B.3 Cancellation Fee(Plant)(Per cancellation,per technician) Per $ 271.33 8. CONCRETE TECHNICIAN (9.03) INCLUSIVE OF TRAVEL, MILEAGE, DELIVERY AND CERTIFIED REPORT) A.Cylinders-cast and tested by laboratory 8.A.1 Standard 6"x 12"or 4"x 8"cylinder(concrete temperature test and slump test)(per ASTM C-31"Section 7" Lab.Strength Tests per C-39 using C-617 or Per Set C-1231)(max.5 cylinders per set) $ 125.66 8.A.2 Lightweight 3"x 6"cylinder includes concrete per ASTM C-495(max.5 Per Set cylinders per set) $ 125.66 8.A.3 Air Entrainment pas ASTM C-31(used Concurrently with Concrete Set Per Set $ 41.14 37 Testing) 8.A.4 Cylinder pick-up(when not cast by laboratory) Hour $ 65.61 B.Securing Structural or Pavement Cores per ASTM C-42(6"max.dia.)(3 cores min.) 8.B.1 8"deep Per Core $ 143.45 8.B.2 14"deep Per Core $ 174.58 8.B.3 12"deep x 12"diameter Per Core $ 333.60 C.Cores Trim and Compression Test per ASTM C-42 / Per Test $ 45.59 D.Concrete Masonry Units per ASTM C-140 and C-551-Block/Brick per ASTM-140 8.D.1 Concrete Brick per ASTM C-551(min.2 bricks) 8.D.1A Compression Per Brick $ 51.15 8.D.1B Absorption 'Per Brick $ 73.39 8.D.1C Dimension Per Brick $ 50.04 8.D.1D Appearance Per Brick $ 48.93 8.D.2 Block, Manhole Per Test $ 86.74 8.D.3 Block,Concrete Compression per ASTM C-140-Individual Units Per Test $ 62.27 8.D.4 Block,Concrete Absorption per ASTM C-140-Individual Units Per Test $ 74.50 8.D.5 Moisture Content of Concrete Block per ASTM C-140 Per Block $ 62.27 8.D.6 Block Series, Dimensions,Compression,Absorption, Moisture Content and Per Block Unit Weight(Density)per ASTM C-140 $ 195.71' 8.D.7 Mortar Cubes 2"x2"x2"Compression Test per ASTM C-109(min.3 per test) Per Cube (cast by others) $ 42.26 8.D.8 Masonry Prism per ASTM C-1314(fabricated by contractor)(unfilled) Per Prism $ 156.79 8.D.9 Sampling and pick-up(casting not included) Per Unit $ 71.17 8.D.10 Concrete Block Unit Weight per ASTM C-140 Per Block $ 68.94 8.D.11 Grout Cube Compression Test per ASTM C-1014(cast by others) Per Cube $ 24.46 8.D.12 Technician to Cast Mortar or Grout Cubes in Laboratory or On-Site(incl. Hour slump and temp.tests)per ASTM C-1019 $ 71.17 8.D.13 On-Site Masonry Inspector per ACI-530(min.4 hrs) Hour $ 92.30 E.Concrete Beams 8.E.1 Tension Test per ASTM C-496(Splitting Tension Test for Cylindrical Per Test Specimen,not beams) $ 73.39 8.E.2 Flexural Test per ASTM C-78(ASTM C-31,C-78)cast per ASTM C-36,(2 Per Beam beams required per test) $ 135.66 F.Air Content per ASTM C-173 or ASTM C-231 Per Test $ 40.03 G.Concrete Densities(Unit Weight)and Yield Test per ASTM C-138 Per Test $ 4539 H.Design Mix per ACI-211 Standard Aggregate(Materials Furnished by Supplier) (Laboratory Sampling included)(1 Trial batch and 6 Cylinder Tests)(First of any Per Mix Series) ; $ 583.80 8.H.1(Additional Design Mixes in Series) Per Mix $ 453.70 8.H.2 Design Mix Materials Testing 8.H.2A Gradation Per Test $ 83.40 38 I 8.H.2B Fine Aggregate Gravity and Absorption C-127 Per Test $ 93.41 8.H.2C Coarse Aggregates Specific Gravity and Absorption C-128 Per Test $ 104.53 8.H.2D LA Abrasion C-88 Per Test $ 245.75 I.On-Site Inspection per ACI-304 and ACI-311.5R(per site visit as approved by the engineer)(4 hrs min.) Hour $' 92.30 J.Concrete Plant Inspection per ACI-311.5(Mix and Weight Verification)(4 hrs min.) Hour $ 92.30 K.Windsor Probe Test per ASTM C-803(Penetration Resistance to Determine per Trip Uniformity)with equipment charge(Windsor Gun)(per trip per location) $ 301.35 L.ASTM C-803(set of 3 probes per test) Per Set $ 120.10 M.Concrete Rebound Hammer Test per ASTM C-805(use of Spring Driven Steel per Hour " Hammer to determine uniformity of in-place concrete)(4 hrs min.) $ 90.07 N.Pull-out per ASTM C-900(includes pin installation) Per Test $ 382.53 0.Thickness of Concrete per ASTM C-1383 Hour $ 78.95 P.Corrosion Activity per ASTM C-876 Hour $ 97.86 Q.Chloride Content 8.Q.1 Per ASTM C-1152 Per Test ' $ 143.45 8.Q.2 Per ASTM C-1218 Per Test $ 150.12 R.Pachometer(Magnometer)Readings for Rebar Location,approximate size Hour and Spacing(4 hrs min.) ' $ 90.07 S.Los Angeles Abrasion per ASTM C-131(small size coarse aggregate) Hour $ 250.20 T.Sieve Analysis per ASTM-136 Per Test $ 83.40 U.Absorption Fine Aggregate per ASTM C-128,Coarse Aggregate per ASTM - per Test C-127 $ 83.40 V.Specific Gravity Fine Aggregate per ASTM C-128,Coarse Aggregate per ASTM per Test C-127 $ 83.40 W.Weight per Cubic Feet per ASTM C-29 Per Test. $ 83.40 9. STEEL (9.04) (use AWA, AMS, AWS, ASME, API, as applicable) A.Shop/Field Weld Inspection per ASTM D-5339(4 hrs min.) Hour $ 91.18 B.AWS,AWA,ASME Welder Tests-Groove or Fillet 9.B.1 Plate Per position $ 241.30 9.B.2 Pipe Per position $ 252.42 C.Reinforcing Steel Tensile Test(Min.3 Tests)-TENSILE ONLY DOES NOT Per Bar INCLUDE TECHNICIAN TIME TO SET-UP MACHINE $ . 190.15 D.Reinforcing Steel Deformation Test Per Test $ . 63.38 E.Reinforcing Bar Placement Inspection Hour $ 91.18 F.Chemical Laboratory Test 9.F.1 Weld Inspection and Dye Penetrant Weld Testing Hour $ ' . 91.18 G.Radiograph Weld Inspection(min.4 tests) Per Test $ 157.90 H.Engineering Services 9.H.1 Special Inspector for Threshold Buildings(State Certified)(2 hrs min.) , Hour $ 134.55 9.H.2 Special Inspector Designee(2 hrs min.) Hour $ 128.99 9.H.3 Special Inspector under the Florida Building Code(2 hrs min.) Hour $ 128.99 39 10. MECHANICAL (9.04) A.Sound Surveys(includes travel time) Hour $ 108.98 B.Lighting Surveys(includes travel time) Hour $ 108.98 11. FIRE PROOFING (9.04) A.Inspection of Sprayed-On Fireproof Coating on Structural Steel 11.A.1 4 hrs min Hour $ 90.07 11.A.2 Laboratory Unit Weight Test of Fireproofing Coating per ASTM E-605 Per Test $ 67.83 11.A.3 Field Adhesion/Cohesion Tests per ASTM E-736 Per Test $ 136.78 *if additional hours are required must have approval from issuing department 12. STRAIN MEASUREMENTS (SR4 INDICATOR) (9.04) A.Technician Services to install Gauges/Make Strain Reading(4 hr min.) Hour $ 90.07 13. ULTRASONIC INSPECTIONS (9.04) A.Services of an Ultrasonic Technician and Equipment(8 hrs min) Hour $ 139.00 B.Assistant Technician(8 hrs min) Hour $ 64.50 14. STRUCTURAL STEEL (9.04) A.Welding Inspector per AWS Code(4 hrs min) Hour $ 91.18 B.Structural Steel Shop or Field Inspector(4 hrs min) Hour $ 91.18 C.Bolt Tightening Inspection by Using: 14.C.1 Torque Wrench Hour $ 91.18 14.C.2 Reg.Wrench Hour $ 91.18 14.C.3 Filler Gauge ' Hour $ 91.18 D.Structural Steel Testing/Inspection(4 hrs min) Hour • $ 91.18 15. WELDING (9.04) A.AWS Certified Inspector(2 hrs min)(per inspection) Hour $ 91.18 B.AWS Certified Welding Inspector/1 hr PADI Certified(min 2 inspections per Hour inspection) . $ 157.90 16. MAGNETIC PARTICLE TESTING (MAGNAFLUX) (9.04) A.Services of a non-destructive technician Hour $ 91.18 B.Magnaflux Testing Hour $ 86.74 17. ROOFING (9.05) (all tests performed shall be in accordance with current edition of the Florida Building Code at time the work is issued) A.Built-up roof sample analysis(test method for moisture in mineral aggregate Per Test used for built-up roofs)(ASTM D-1864) $ 58.94 B.ASTM 3617 Per Test $ 338.05 C.Compression Test-Roof Tiles Hour $ 64.50 D.Absorption Test-roof tiles(per set of 5) Per Set $ 259.10 E.Up-Lift test of roof tiles(per set of 5) Per Set $ 313.58 F.Core Samples(per architect/engineer's recommendation) Per Sample $ 81.18 G.Visual Inspections 17.G.1 Per job min. Per Job min. $ 793.97 40 17.G.2 Per square foot Per Sq. Ft $ 0.18 H.Infrared Moisture Survey(mobilization of equipment) 17.H.1 Per job min. Per Job min. $ 880.70 17.H.2 Per square foot Per Sq. Ft $ 0.31 I.Asbestos Testing Per Sample $ 70.06 J.Nuclear Moisture Testing 17.J.1 Per job min. Per Job min. $ 838.45 17.1.2 Per square foot Per Sq. Ft $ 0.24 K.Impedance Moisture Survey(machine)(max 3 cores) 17.K.1 Per job min. Per Job min. $ 878,48 17.K.2 Per square foot(additional square foot survey) Per Sq. Ft $ 0,29 L.Bonded Pull Test Per Test $ 223.51 M.Fastener Pull Test(First 10,000 sq.ft.per deck)(10 tests) Per Test $ 878,48 17.M.1 Per new roof(core sample) Per Test $ 55.60 17.M.2 Existing roof(core sample) Per Test $ 66.72 N.Bell Chamber Test(max.2 tests/any additional test$300.00) Per Test $ 834.00 0.Title Uplift Test(TAS 106) 17.0.1 Per square feet(2,500 sq.ft) Per Sq. Ft $ 278.00 17.0.2 Additional per square Per Sq. Ft $ 22.24 P.Engineer's Report Hour $ 140.11 22. MAINTENANCE OF TRAFFIC (to be negotiated by issuing dept if required 23. ENGINEERING SERVICES A.C.A.D.Operator /1 Hour $ 80.06 B.Staff Engineer Hour $ 100.08 C.Professional Engineer Hour $ 133.44 D.Senior Engineer Hour $ 159.02 E.Principal Hour $ 167.91 F.Clerical/Administrative Hour $ 53.38 G.Engineering Technician(applies to all sub-categories) Hour $ 72.28 Note:Fees paid to the laboratories for the work performed shall be in accordance to the negotiated fee 24. UNDERGROUND UTILITY LOCATION AND INSPECTION It shall be noted that work performed for UNDERGROUND UTILITY LOCATION AND INSPECTION belongs to Sub-Category 15.03-Underground Utility Location,Category 15.00 SURVEYING AND MAPPING. Laboratory firms must be Certified under Category 15.00,Sub-Category 15.03 in order to perform this type of work or they shall Sub-Contract any of the firms certified under this Category. A.Utility Designation-Electronically Scan and Determine the Horizontal and Per Hour Vertical Location of Buried Utility Lines. (Min.3 Hrs.) $ 166.80 B.Expose Utility Lines by Air/Vacuum System(Soft Dig),Creating a Small ' Diameter Hole to be Plotted on Base Maps to Scale. Work Reviewed and Certified by a Florida Registered Land Surveyor.(Includes Cost Associated with Restoration and Photographs/Drawings to Document/Generate Complete Certified Report / 41 24.6.1 Per Test Hole(In Pavement)(Min.3 Tests per Visit) Per Test $ 945.20 24.6.2 Per Test Hole(In Soil)(Min.3 Tests per Visit) Per Test $ 945.20 C.Utility Location Inspector to Verify and Coordinate Location and Per Hour Documentation of Utility Company(Min.2 Hrs.per Test Location). $ 88.96 42 • SCHEDULE C APPROVED SUBCONSULTANTS SUBCONSULTANTS • No preapproved sub-consultants submitted with proposal 43 ATTACHMENT A RESOLUTION, COMMISSION ITEM, AND COMMISSION MEMORANDUM RESOLUTION NO. 2018-30544 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER, PURSUANT TO REQUEST FOR QUALIFICATIONS (RFQ) NO. 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY- TESTING ABORATORYTESTING SERVICES ON AN AS-NEEDED BASIS; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH RADISE INTERNATIONAL, LC,AS THE TOP RANKED PROPOSER; PROFESSIONAL SERVICE INDUSTRIES, INC.,AS THE SECOND'RANKED PROPOSER; GFA INTERNATIONAL, INC., AS THE THIRD RANKED PROPOSER; UNIVERSAL ENGINEERING SCIENCES, INC, AS THE FOURTH RANKED PROPOSER; TERRACON CONSULTANTS, INC., AS THE FIFTH RANKED PROPOSER; NUTTING ENGINEERS OF FLORIDA, INC. AND WOOD ENVIRONMENT & INFRASTRUCTURE SOLUTIONS, INC, AS THE SIXTH RANKED PROPOSERS; WINGERTER LABORATORIES, AS THE EIGHTH RANKED PROPOSER; AND TIERRA SOUTH FLORIDA,INC.AS THE NINTH RANKED PROPOSERS; AND FURTHER AUTHORIZING THE MAYOR: AND CITY CLERK TO EXECUTE AGREEMENTS WITH EACH OF THE FOREGOING PROPOSERS UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION. WHEREAS, on April 11, 2018, the City Commission approved to issue the City Commission approved to issue the Request for Qualifications (RFQ) NO. 2017-097-KB, for citywide geotechnical and laboratory testing services on an as-needed basis;and WHEREAS, Request for Qualifications No. 2018-097-KB (the "RFQ")was released on April 12,2018;and • WHEREAS,a voluntary pre-proposal meeting was held on April 25,2018;and WHEREAS,on July 30,2018,the City received a total of nine(9)proposals;and WHEREAS, on.August 23, 2018 and September 10, 2018, an Evaluation Committee ("Committee") appointed by the City Manager, via Letter to Commission (LTC) No. 454-2018, convened to consider the responsive proposals received;and WHEREAS,the Committee.was provided an overview of the project, information relative to the City's Cone of Silence Ordinance and the Government Sunshine Law,general information on the scope of services,and a copy of each proposal;and WHEREAS,the Committee's ranking was as follows: RADISE International, LC, as the top ranked proposer; Professional Service Industries, Inc.,as the second ranked proposer;GFA International, Inc., as the third ranked proposer; Universal Engineering Sciences, Inc, as the fourth ranked proposer; Terracon Consultants, Inc., as the fifth ranked proposer; Nutting Engineers of Florida, Inc. and Wood Environment & Infrastructure Solutions, Inc, as the sixth ranked proposers; Wingerter Laboratories, as the eighth ranked proposer; and Tierra South Florida,Inc.as the ninth ranked proposers;and WHEREAS, after reviewing all the submissions and the results of the evaluation process, the City Manager recommends that the Mayor and City Commission approve the resolution authorizing the Administration to enter into negotiations with RADISE International, • 44 LC, as the top ranked proposer; Professional Service.Industries, Inc., as.the second ranked proposer;GFA International, Inc.,as the third ranked proposer,Universal Engineering Sciences, Inc, as the fourth ranked proposer, Terracon Consultants, Inc., as the fifth ranked proposer; Nutting Engineers of Florida, Inc.and Wood Environment& Infrastructure Solutions, Inc, as the sixth, ranked proposers; Wingerter Laboratories, as the eighth ranked proposer; and Tierra South Florida,Inc.as the ninth ranked proposers. 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, pursuant to Request for Qualifications (RFQ) No. 2018-097-KB, for Citywide Geotechnical and Laboratory Testing Services on an As-Needed Basis; authorize the Administration to enter into negotiations with RADISE International, LC, as the top ranked proposer; Professional Service Industries, Inc., as the second ranked proposer; GFA International, Inc., as the third ranked proposer, Universal' Engineering Sciences, Inc, as the fourth ranked proposer; Terracon Consultants, Inc., as the fifth ranked proposer; Nutting Engineers of Florida, Inc.and Wood Environment& Infrastructure Solutions, Inc. as the sixth ranked proposers; Wingerter Laboratories, as the eighth ranked proposer;and Tierra South Florida, Inc. as the ninth ranked proposers;and further authorize the Mayor and City Clerk to execute agreements with each of the foregoing proposers Upon conclusion of successful negotiations by the Administration. PASSED AND ADOPTED this /7 day of /i • Resolutions-C7 AA 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, PURSUANT TO REQUEST FOR QUALIFICATIONS (RFQ) NO. 2018- 097-KB FOR. CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH RADISE INTERNATIONAL, LC,AS THE TOP RANKED PROPOSER; PROFESSIONAL SERVICE INDUSTRIES, INC., AS THE SECOND RANKED PROPOSER; GFA INTERNATIONAL, INC., AS THE THIRD RANKED PROPOSER; UNIVERSAL ENGINEERING SCIENCES, INC., AS THE FOURTH RANKED PROPOSER;TERRACON CONSULTANTS,.INC.,AS THE FIFTH RANKED PROPOSER; NUTTING ENGINEERS OF FLORIDA, INC.'AND WOOD ENVIRONMENT&INFRASTRUCTURE SOLUTIONS, INC.,AS THE SIXTH RANKED. PROPOSERS; WINGERTER LABORATORIES, AS THE. EIGHTH RANKED PROPOSER; AND TIERRA SOUTH FLORIDA, INC. AS THE NINTH RANKED PROPOSERS;AND FURTHER AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AGREEMENTS WITH EACH OF THE FOREGOING PROPOSERS UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION. • RECOMMENDATION Adopt the Resolution. ANALYSIS The City requires the service's of consulting finny to perform citywide geotechnical and soil testing services for the Capital Improvement Program (CIP) and Public Works Departments. For five (5) years,the City has contracted with several consulting firms to provide these services. In order to consider a replacement contract, the City is seeking proposals from qualified firm(s) to perform citywide geotechnical and soil testing services. Geotechnical, soil testing and/or lab testing services are required for proper pre-planning of construction projects for the City. Many of the City's CIP and Public Works projects will require, during one time or another, a geotechnical, soils or lab testing report to validate either the City's Engineer's or any Architect's or Engineer of Records recommendations as to any site, building or any other project's unknown characteristics. Through the issuance of this RFQ the City will be able to adequately plan and incorporate geotechnical and soil testing services as part of the pre-construction preparatory work,which is a phase Of every City construction project. In addition,the Geotechnical firms)would provide personnel that are qualified, Page 506 of 1637 46 trained and thoroughly familiar with the City's rules,policies, and procedures in inspection; sampling testing, and reporting various areas and stages of construction. The ability to have a list of Geotechnical firms to be contacted on art as needed basis would enable the City to utilize these services when the need arises. REQ PROCESS On April 11,2018,the City Commission approved to issue the Request for Qualifications(RFQ)NO. 2018-097-KB,for citywide geotechnical and laboratory testing services on an as-needed basis_ On April 12,2018,the RFQ was issued.The Procurement Department issued solicitation notices to 683 firms utilizing www.publicpurchase.com: 62 prospective proposers accessed the, advertised • solicitation.A voluntary pre-proposal conference toprovide information to the proposers submitting a response was held on April 25,2018. RFQ responses were due and received on July 30,2018. The City received proposals from the following nine(9)firms: • GFA International, Inc. • Nutting Engineers of Florida,Inc. • • Professional Service Industries,Inc. • RADISE International, LC • Terracon Consultants,Inc. • Tierra South Florida, Inc. • Universal Engineering Sciences,Inc • Wingerter Laboratories • Wood Environment&Infrastructure Solutions,Inc. On August 14,2018 the.City Manager appointed the'Evaluation Committee via LTC#454-2018.The Evaluation Committee convened on August 23,2018 and September 10,2018 to consider proposals received.The second meeting was held since one firm inadvertently failed receive the notification of the evaluation committee. The committee was comprised of Pilar Caurin, Capital Projects Coordinator, Capital Improvement Projects Office, City of Miami Beach; Eugene Egernba, Engineer, Public Works, City of Miami Beach; Pedro Fuentes, Engineer, Public Works, City of Miami Beach: Jose Perez, Capital Project Coordinator, Capital Improvement Projects Office, City of Miami Beach; Jorge Rodriguez, Capital Project Coordinator, Capital Improvement Projects Office, 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, a copy of each proposal, and a presentation by each proposing firm. 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,in the following order: 1. RADISE International,LC 2. Professional Service Industries,Inc. 3. GFA International,Inc. 4. Universal Engineering Sciences, Inc 5. Terracon Consultants,Inc. 6. Nutting Engineers of Florida,Inc. 7. Wood Environment&Infrastructure Solutions,Inc. 8. Wingerter Laboratories 9. Tierra South Florida, Inc. Due to the number of responses, a summary of each top-ranked firm or the firm's proposal is available upon request. Page 507 of 1637 • 47 • CONCLUSION I have reviewed the submittals and the results of the evaluation process. I have also considered the • needs of the City that include a wide variety of geotechnical services, especially in consideration of potential GO bond projects.All of the nine(9)proposals received are from very well qualified firms. Each one of these firms has its own unique experiences from which the City may benefitdepending on the project being considered. This especially impbrtant since the purpose of the RFQ is to proactively establish contracts for future services that are not yet identified. For this reason, I believe-it is important to have a wide range of service providers that the City can quickly access to address any project or emergency needs that may arise. For this reason, I believe it is the City's best interest toestablish contracts with all the firms so that future needs for services can be quickly addressed. Therefore, I recommend that the Mayor and City Commission approve the Resolution authorizing the Administrationto enter into negotiations with RADISE International, LC, as the top ranked proposer; Professional Service Industries, Inc.,as the second ranked proposer; GFA International, Inc.,as the third ranked proposer; Universal Engineering Sciences, Inc,as the fourth ranked proposer,Terracon Consultants, Inc., as the fifth ranked proposer; Nutting Engineers of Florida, Inc. and Wood Environment&Infrastructure Solutions, Inc, as the sixth ranked proposers;Wingerter Laboratories, as the eighth ranked proposer; and Tierra South Florida, Inc. as the ninth ranked proposers; and further authorize the Mayor and City Clerk to execute agreements with each of the foregoing proposers upon conclusion of successful negotiations by the Administration. FINANCIAL INFORMATION The cost of the related services, determined upon successful negotiations, are subject to funds availability approved through the City's budgeting process. Grant funding will not be utilized for this project. Legislative Tracking Capital Improvement Projects/Public Works/Procurement ATTACHMENTS: Description D Attachment A:Scoring and Ranking o Resolution Page 508 of 1637 48 • I UESTFOR quwFCAl1OI9S WIN - .. — ----- - - ` Ciln ida G991ofinW anJ Laboratory Teary/ P9eiG901 Eymn[4aal E' Penn Waal �� .mo.van �" Jw9a 16tanpaa Lo. Shoes on 9n eS Neodsd Brie KO 241.101E-0971i8 a a, ���ab . C511o.9 9Aeth.t9 99984 0m54aiw P9m9WM--1 10.1 9952 OurMW.e _ 6.64.1 . 91.54. 52.49. I. iWecW 'Newt. 1 11vul6yin m. _ PlpSEMemstonal LC' _ 95 5 101 1. _ 50 S 85 3 Sl 5 92 3 9e 55 95 2 -99 __5_ _ 587 I- .9 1 Ikkss3828 W542511N9rit5 Inc 91 5_ 89 2 96 5 101 , 98_ ! Si _ 0.. 900 95 . ), 39 5 93 ® _J_ _J CIA Wan...Ina E5 _ 5 -1 90 7 92 6 9 ). _6B S _ - -_ v...EmKR6a54itlees iM 69 3 63 8 86 3 95 11 S __ _CI 6r S__ 9J -fa .3 Te.rm Cgwt4anR IM _ 90 5 _ 95 l - - .5 95 ... 9 95 1 95 3 _99 _:3 50 9l FIN G 3 88 5 91 a E2 m 5 90 S 65 _ tlr ,-�2 _0�6 Ar.Atigieen WSW.ne 97 . 5 • 9( 3 Al 5 33 ! ;. • :5 _ v Wm3 En...,951.5-.55VI9k Eaklba.inc W 0' . BS a 82 5 ffi -0) -9 B7 5 rJJ . .3 & WRaeYr(aSmaWec. , 90 5 I 95 i 35 41 'E _5 •,_82 9 B3 8 5@ •_ •3 _ 55 5 _ _ 99 3 79 9• • 35 _5, 9_ B9 5 _ 8! B6, 6 9I •S 55 5 55 __I.B 1 -3e a' Tura Bach Rank* - 16 5 IP 9, B] 5' r i. Jtl _ e 1 99 S 1 d .BI - Oum8w.15n$4 — - - _ .rerm., 0F81i0 E116aCil. -- �. 7529989 99eac N F16614 ne F3d.nsWRl Semminar93]190 , 1_ RAOGEIr&ermoO LC .Yaw'Clm.anerss.4e. fleas 99a65F15668 4e. • L9900171911075201590589.19 Weanl!r L90avbrcc. _ • . WwSE.+c mn6 nham1a.San lot . , ,_ _ • Y CO Page 509 of 1637 ATTACHMENT B REQUEST FOR QUALIFICATIONS (RFQ) 50 i • MIAM1BEACH City of Miami Beach,1755 Meridian Avenue,3rd Floor, Miami Beach, Florida 33139,www.mlamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490 ADDENDUM NO. 11 RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS July 23,2018 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. • I. REVISION. Appendix C, Cl. Minimum Eligibility Requirements has been DELETED. RFQ has been revised as follows. -- ••••- . ' . :- _ .' - _ - : .- __ ._ _ - requi _ - ' - --- - e .. Iain-thp:: - -- - ---- _ e - -• - . considered. Authorizatlo• - -- _ .e- 9 c e- ••-' . >_- - - _ - - - .:nal-Regulation: . Per Special Condition 17 below, within 30 days from notification of award, Consultant shall possess any and all licenses required by the State of Florida, Division of Business and Professional Regulations AND Miami-Dade County to perform the work. II. REVISION. Section 0300, Tab 1, Cover Letter & Minimum Qualifications Requirements and Tab 2, Experience &Qualifications, have been revised as follows: • TAB 1 Cover Letter&Minimum Qualifications Requirements 1.1 Cover Letter and Table of Contents. The cover fetter must indicate Proposer and Proposer Primary Contact for the purposes of this solicitation. 1.2 Response Certification, Questionnaire & Requirements Affidavit (Appendix A). Attach Appendix A fully completed and executed. TAB 2 I Experience&Qualifications - 2.1 Qualifications of Proposing Firm. Submit detailed information regarding the firm's history and relevant experience and proven track record of providing the scope of services similar as identified in this solicitation, including experience in providing similar scope of services to public sector agencies. For each project that the proposer submits as evidence of similar experience, the following is required: project description, agency name, agency contact, contact telephone & email, and year(s) and term of engagement. • 1 ADDENDUMNO 2.1.1..11 Provide list of Miami Dade County, Int$r al—Sery ces .rtment, Tea Teal RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS in Category 10.02, Geology Services? 2.1.1. Submit copies of all currently held applicable licensure(s) or certificate(s) from Miami- Dade County or the State of Florida relating to geotechnical and laboratory testing services. If any license which the bidder currently does not possess is required to perform the work, state the bidders plan to achieve said licensure if awarded. • 2.2 Qualifications of Proposer Team. Provide an organizational chart of all personnel to be used for • 'this project if awarded, the role that each team member will play in providing the services detailed herein and each team members' qualifications. A resume of each individual, including education, licensure, experience, and any other pertinent information, shall be included for each respondent team member to be assigned to this contract. 2.2.1. Submit copies of all currently held applicable licensure(s) or certificate(s) from Miami- Dade County or the State of Florida relating to geotechnical and laboratory testing services. If any license which the bidder currently does not possess is required to perform the work, state the bidders plan to achieve said licensure if awarded. Ill. REVISION. Appendix D, Special Conditions has been revised as follows: • 1. TERM OF CONTRACT. Five (5) y ars. This contract shall remain in effect for three (3) years from date of contract execution by the Mayor and City Clerk. 2. OPTIONS TO RENEW. •- _ _ _ - _ _ -' _ _ -._ _ • two(2) year periods. The City of Miami Beach has the option to renew the contract at the sole discretion of the City Manager for an additional two {2), one (1) year periods, on a year-to-year basis. Renewal of the contract is a City of Miami Beach prerogative, not a right of the Contractor. Such option will be exercised, if at all, only when it is in the best interest of the City of Miami Beach. In the event that the contract is held over beyond the term herein provided it shall only be from a month-to-month basis only and shall not constitute an implied renewal of the contract. Said month to month extension shall be upon the same terms of the contract and at the compensation and payment provided herein, and shall not exceed six(6)months. IV. ANSWERS TO QUESTIONS BY PROSPECTIVE PROPOSERS VIA EMAIL. Q1: Has the City amended the questions deadline past May 15th, 2018? Does the City expect to receive and answer questions from the second Q&A addenda to be released? Will the City tell us if there is a deadline or standard for hours/days prior to a due date we might expect to receive additional addenda? ' I Al: The deadline for questions has concluded. No further questions will be considered. No due date extensions will be considered. • • • 2 ADDENDUM NO.11 RFQ 2018.097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS • ' . Any questions regarding this Addendum should be submitted In writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado aC�miamibeachfl.gov. Procurement Contact: Telephone: Email: • Kristy Sada 305-673-7000, ext. 6218 kristybada@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. . Simi-rely, •• Al;. D Pr4•curement Director . • • ; • !F i •• . • . •3 ADDENDUM NO.11 RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS _ I 11 MIAMI BEACH City of Miami Beach,1755 Meridian Avenue,3rd Floor,Miami Beach,Florida 33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490 ii ADDENDUM NO. 10 RFQ 2018-097=KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS July 20, 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. I. RFQ DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on Monday,July 30, 2018, at the following location: City of Miami.Beach Procurement Department 1755 Meridian Avenue, 3"d Floor Miami Beach, Florida.33139 Late proposals will'not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. FORTHCOMING ADDENDUM WILL CONTAIN RESPONSES TO QUESTIONS RECEIVED. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below,with a copy to the City Clerk's Office at RafaelGranado(a.miamibeachfl.aov. •Procurement Contact: Telephone: Email: Kristy Bada 305-673-7000,ext.6218 kristybada@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your 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. erel�� Alex Denis Procurement Director 1 r ADDENDUM NO.10 i RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS MIAMI BEACH City of Miami Beach,1755,Meridian Avenue,3rd Floor,Miami Beach,Florida 33139,www.miamibeachfl.gov' PROCUREMENT DEPARTMENT Tel: 305-673-7490. ADDENDUM NO. 9 RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS July 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. I. RFQ DUE DATE AND TIME. The deadline for the receipt of bids is extended until - 3:00 p.m., on Monday, July 23, 2018, at the following location:. City of Miami.Beach Procurement Department 1.755 Meridian Avenue, 3`d Floor Miami Beach, Florida 33139 • Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. • FORTHCOMING ADDENDUM WILL CONTAIN RESPONSES TO QUESTIONS RECEIVED. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below,with a copy to the City Clerk's Office at RafaelGranado(a.miamibeachfl.00v. Procurement Contact: Telephone: Email: Kristy Bade 305-673-7000,ext.6218 kristybada@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. erelAA }r Alex Denis Procurement Director 1 ADDENDUM NO.9 RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS: 1 � MIAMI BEACH City of Miami Beach,1755 Meridian Avenue,3rd Floor,Miami Beach,Florida 33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490 ADDENDUM NO. 8 RFQ 2018-097=KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED.BASIS July 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. I. RFQ DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on Monday, July 16, 2018, at the following location: City of Miami Beach Procurement Department 1755 Meridian Avenue, 3`d Floor Miami.Beach, Florida 33139 Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer-is solely responsible. I'.. • - ■ • 7 . • • 1917 T • . 1 - • • I • • 1 SI - V I. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below,with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.gov. Procurement Contact: Telephone: Email: Kristy Bada 305=673-7000, ext.6218 kristybada@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Potential proposers.that have elected not to submit a response to the RFQ are requested to complete andreturn.the"Notice to Prospective Bidders"questionnaire with the reason(s)for not submitting a proposal. Alex Denis Procurement Director 1 ADDENDUM NO.8 .. RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS_ MIAMI BEACH City of Miami Beach,1755•Meridian Avenue,3rd Floor, Miami Beach,Florida 33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673=7490 ADDENDUM NO. 7 RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS June 29, 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. 1. RFQ DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on Monday, July 9, 2018, at the following location: City of Miami.Beach Procurement Department 1755 Meridian Avenue, 3`d Floor Miami Beach, Florida 33139 Late proposalswill not be accepted. Proposers are cautioned to plan sufficient time to allow fortraffic or other delays for which the Proposer is solely responsible. A FORTHCOMING ADDENDUM WILL CONTAIN RESPONSES TO QUESTIONS RECEIVED. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below,with a copy to the City Clerk's Office at RafaelGranado(c miamibeachfl.aov. Procurement Contact: Telephone: Email: Kristy Bade 305-673-7000, ext.6218 kristybada@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. erel Alex Denis Procurement Director • 1 ADDENDUM NO.7 RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS 1 � MIAMI BEACH City of Miami Beach,1755 Meridian Avenue, 3rd Floor,Miami Beach, Florida 33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490 ADDENDUM NO. 6 • RFQ 2018-097-KB FOR CITYWIDE.GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS June 22, 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. I. RFQ DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on Monday, July 2, 2018, at the following location: City of Miami.Beach Procurement Department 1755 Meridian Avenue, 3'" Floor Miami Beach, Florida 33139 Late.proposals will not be accepted.•Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. • - ■ 911 all 1117 11 • a 1 - - • 1 • • 1 • I - V g. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below,with a copy to the City Clerk's Office at RafaelGranado a(�.miamibeachfl.00v. Procurement Contact: Telephone: Email: Kristy Bada 305-673-7000, ext.6218 . kristybada@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your 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.. erel Alex Denis Procurement Director t ADDENDUM NO.6 RFQ 2018-097-KB FOR CITYWIDE.GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS MIAMI BEACH City of Miami Beach,1755 Meridian Avenue,3rd Floor, Miami Beach, Florida 33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490 ADDENDUM NO. 5 RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS June 19, 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. RFQ DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on Wednesday, June 27, 2018, at the following location: City of Miami Beach Procurement Department 1755 Meridian Avenue, 3r' Floor Miami Beach, Florida 33139 Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. II. ATTACHMENTS. Exhibit A: Rate Schedule of City's Current Contract for Geotechnical and Laboratory Testing Services Exhibit B:. Pre-Proposal Sign-in Sheet { III. REVISION. Appendix C, Cl. Minimum Eligibility Requirements has been revised as follows. The Minimum Eligibility requirements for this solicitation are listed below. Proposer shall submit, the required submittal(s) documenting compliance with each minimum requirement with its proposal or within three (3) days of request by the City. Proposers that - '- -- •- -- ' -- -• • ' - ' - --- = fail to comply with minimum requirements shall be deemed non-responsive and shall not have its proposal considered. 1. Bidder (defined as the Firm) shall hold - - -=- - -- •--- . --- •-- = • ' ' a geology business certification from the Florida Department of Business and Professional Regulation. 1 ADDENDUM NO.5 RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS � I IV. REVISION. Section 0300, TAB 2, Experience&Qualifications, has been revised as follows: TAB 2 Experience&Qualifications 2.1 Qualifications of Proposing Firm.Submit detailed inforrpation regarding the firm's history and relevant experience and proven track record of providing the scope of services similar as identified in this solicitation, including experience in providing similar scope of services to public sector agencies. For each project that the proposer submits as evidence of similar experience, the following is required: project description, agency name, agency contact, contact telephone & email,and year(s)and term of engagement. 2.1.1. Provide-list-0 Miami-Dade County, Internal Services Department, Technical Certifications. Is the Proposer certified by Miami Dade County as a Technical Certified Firm in Category 10.02,Geology Services? 2.1.2 Miami-Dade County,Internal Services Department,Technical Certifications. Is the Proposer certified by Miami Dade County as a Technical Certified Firm in any Category 9.00, Soils, Foundations and Materials Testing? 2.2 Qualifications of Proposer Team. Provide an organizational chart of all personnel alb-ceesultants to be used for this project if awarded,the role that each team member will play in providing the services detailed herein and each team members'qualifications.A resume of each individual,including education,licensure,experience,and any other pertinent information,shall be included for each respondent team member to be assigned to this contract. V. ANSWERS TO QUESTIONS BY PROSPECTIVE PROPOSERS VIA EMAIL. Q1.: In relation to question #4, because the volume of work in these service areas is so small (<5%), we ask that the requirement be removed as a requirement of the Prime, as it is not feasible for a small business to support this type of staff full time. Or, as an alternate, would the City consider allowing these services to be provided by a Sub on the Prime's Team? Al: The City has issued the RFQ under the requirements of Section 287.055, Florida Statutes, commonly known as Consultant's Competitive Negotiation Act (CCNA), which requires for the City to consider the volume of work previously awarded to each firm by the agency. Q2: Under Appendix C the RFQ lists minimum eligibility requirements of asbestos and - geology business certifications (page 26 C1). As this does not seem applicable to this RFQ will the City please confirm that this is a requirement? A2: Refer to Revision above. Q3: Who are the incumbents of this contract? A3: GFA International, Inc., Wingerter Laboratories, Universal Engineering Sciences, Inc., HP Consultants, Inc., and Radise International, LLC. Q4: Tab 3 Approach& Methodology: a) Is there a preferred format for responses to all items in Tab 3? b) Does the City require copies of actual reports and/or forms used for projects where we have provided services outlined in Tab 3? A4: Responses shall be in sufficient detail and include supporting documentation, as applicable, which will allow the Evaluation Committee to complete a fully review the qualifications of the Proposer. 2 ADDENDUM NO.5 RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS Q5:We recently had D&B send the City an SQR for RFQ 2018-141-ND a)Can you verify that you received it? b) Is it necessary for us to have D&B send it to the City again for this RFQ? A5: 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 in the RFQ. Q6: Appendix C Minimum Requirements and Specifications: a) Is anything else required besides a copy of the firm's asbestos and geology licenses? b) Is anything required for C.2? c)Typically for this type of work, we are asked for a copy of the firm's engineering license. Would you also like a copy of that license? A6: Refer to Revision above. Q7: The Minimum Requirement in C.1 includes "Bidder (defined as the Firm) shall hold an asbestos business certification AND a geology business certification from the Florida Department of Business and Professional Regulation." Are asbestos services included in the expected Scope of Work under this contract; and if so, can you provide a clarification on what type of services? A7: Refer to Revision above. Q8: What are the anticipated fees to be awarded under this contract? A8: Fees have not been established and will be negotiated with successful proposer(s) during negotiations. Q9: What firms were awarded under the previous contract and what were the total fees per awarded per firm? A9: Please refer to response A4 and Exhibit A. Q10: In the subject RFQ, Appendix D, Special Conditions, Item #13 (pg.32) of RFQ states that there is a sample contract attached to the RFQ. Can you please provide the sample contract? ' A10: Sample contract will be provided to the successful proposer(s) during negotiations. Q11: Please-send us a list of all attendees to the pre-proposal meeting including those called in. All: Please refer to Exhibit B. 3 ADDENDUM NO.5 RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS • Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranadoCa.miamibeachfl.aov. Procurement Contact: Telephone: Email: Kristy Bada 305-673-7000, ext. 6218 kristybada@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your 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. Sincerely, or it, • Al:x Deni Pr) • - ent Director • • • • • • • • • • 4 ADDENDUM NO.5 RFQ 2018-097-KB • FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS Exhibit A: Rate Schedule of City's Current Contract for Geotechnical and Laboratory Testing Services 5 ADDENDUM NO.5 RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS SCHEDULE C-RATE SCHEDULE For Citywide Gootechnicai and Laboratory Testing Services on an As-Needed Basis RFC) No. .17-11PI2 _ Unit Unit Price 1. GE?OTE1t@•ffdICAL SERVICES (9.01) iA.Mobilization of Truck Mounted Drill Rig. Up to 4 Percolations 1.A7.Mobilization of Truck-Mounted Drill Rig or special access equipment(ATV's,Off-Road or per Day or Up to 100 $350.00 Water/marine Equipment) Ft.of Borings. 1.A.Z Premium over 1.A.1 for mobilization of special access equipment(ATV's,Off-Road or Up to 4 Percolations To be negotiated • Water/marine Equipment) per Day or Up to 100 as needed Ft,of Borings. -- ,B.Borings Standard Penetration per ASTM D-15BG: With or Without Casing: Penetration Depth 0'to 50' Foot $20.00 )Penetration Depth 51'to 75'_ Foot $24.00 Penetration Depth 76'to 100' Foot $28.00 Penetration Depth 101'to 150' Foot $35.00 C.Auger Borings per ASTM 0.1452 Penetration Depth: 1 Penetration Depth 0'to 50' Foot $15.00 Penetration Depth 51'to 75' Foot $17.00 Penetration Depth 76'to 100' Foot $19.00 Penetration Depth 301'to 150' Foot $24,00 D.Rock Coring per ASTM D-2113(Max,N)(Size): Penetration Depth 0'to 50' Foot $35,00 Penetration Depth 51'to 75' Foot $41.00 • Penetration Depth 76'to 100' Foot _^ $48,00 _ . Penetration Depth 101'to 150' Foot $55.00 E.Standard Penetration Test(includes Mobilization and Soil Boring Log)(Portable Equipment) Foot $25,00 1E.1 Standard Penetration Test(Water Boring)(Equipment Excluded, Barge Cost to be Foot $51,00 , Negotiated by • - - -- - P.Undisturbed Sampling per ASTM D-15 Each $112.00 G.Slug Percolation Test-USGS/PWD 9"Dia.Hole(DERM) (Min.2 per job) Each $432.00 H.Double Ring Infiltration Test per ASTM D-3385(swale or grassy areas)(Min.2 tests) Each $504.00 I.Percolation Tests . 11,1 FL Dept. of Health and Rehabilitative Services, Chapter 100-6.57(Min,2 tests per job) Each $349.00 11.2 DCPW Highway Division(min.6"die.)(min,2 tests per job) Each $496.00 11.3 Open Hole Method (min.6"die.)(min.2 tests) Each $498.00 J.Closing Holes with Grout/Approved Methods to Safe Proof Site,[Safe Proof to be Foot $8,00 Accomplished IC.Trench Test per So.FL Water Management District. (Excludes,Equipment and Operator) Hour $496.00 (Provide • L.Soil Cement Stabilization Field Inspection • Hour $87.00 11..1 Soil Cement Cylinder Testing Hour _ $64.00 1L.2 Soil Cement Cylinder Testing per ASTM D-1633 Hour $35.00 • M.Water Quality Monitoring _ Each $81.00 N.Geotechnical Engineering Evaluation and Report of Existing Soil With Respect to Allowable • Hour $126.00 Bearing 0.Geotechnical Engineer Pile Capacity Analysis Hour $126.00 P.Muck Probes Hour $82,00 Unit Unit Price . Page 41 of 50 CITY APPROVED ROTATIONAL CONSULTANT FORNi(JANUARY 2013) Ct.Engineering Inspection during Geotechnical Investigation � Hour $90.00 2. MONAT©RING WELLS (includes nil (9.01) A.Mobilisation of Truck Mounted Drill•Rig.(Same Conditions apply as referenced for Up to 2 wefts $364.00 Geotechnical • B.Monitoring Well installation (2" PVC,Max.20'Depth)'"(Min.2 wells) Per Well $659,00 C.Monitoring Well Abandonment (2"PVC,Max.20'Depth)* (Min,2 wells) Per Well $277.00 D.Monitoring Well Abandonment (4"PVC,Max.20'Depth)* (Min.2 Wells) Per Well $356.00 E.Monitoring Well(4"PVC,Max.20'Depth)*(Mtn,2 wells) �--_ Per Well $863,00 • F.Monitoring Well Installation (2"PVC,Greater than 20'up to 1001*(Mian.2 wells) Foot $71.00 *Excludes permit G.Repair of Monitoring Wells Unit Rates Per Unit $951.00 H.Water Quality Monitoring(Does not include Analytical Tests)(Per Well) Per Well $246.00 • I,Direct Push Well Installation (20' Max) Per Well $773.00 J. Direct Push Soil/Ground water Sampling Per Day $1,608.00 if. Boat Rental (min.8 hr clay)with prior approval by the Issuing dept.(furnish copy of Per Day $453.00 ownership or 3. PRE-STIREiSS I PRE-CAST (9.02) (INCLUDES TRAVEL, MILEAGE DELIVERY AND CERTIFIED RIEPORTSZ • A.Pre-stress/Pre-cast•fabrication inspection per PCI MNL-116 (Structural) or MNL-117 • (Architectural) Per Hour $83.00 B, Pre-stree (inspection and Certified Report included) (Stressing Operation and Inspection) per PCI Per Hour $83,00 • C.Reinforced Concrete Pipe and Pro-Fabricated Manhole Inspection (types,sizes,and design) (Includes inspection and Certified Report) (Min.4 hrs.) Per Hour $83.00 D.Absorption Test of Pre-cast Units per ASTM C-497 Per Core $53,00 E.Three Edge Bearing Test per ASTM C-497 Per Hour $83.00 F.Hydrostatic Testing per ASTM C-497 Per Hour $83.00 G.Testing Concrete Cylinder per ASTM C-497(same conditions apply as shown on 3A.1)(Does Per Cylinder $112.00 NOT 4.. PILING(9.021 A. Pile Driving/Auger Cast Pile Inspection (Includes Certiflyd Log/Report(Min.4 hrs]) Per Hour $84.00 4A,1 Splice of plies aa'an additien (per etcurance)'(with prior approval from engineer)-(witness Per Hour $84.00 B.Vibro-Flotation Inspection (4 hrs rain.) Per Hour $84.00 • C.Pile Load Test-Test Frame and Load Set-Up Witnessed by Certified Inspector per ASTM D-1748 Per Hour $84.00 4C.1 Furnishing and Set-Up of Calibrated Gauges Per Gauge $109.00 4C.2 Monitoring of Pile Load Test,Collect Field Data,and Inspector Time Per Hour $84,00 4C.3 Pile Load Test Report, Certify and Prepare Report for Load Capacity of Pile(Engineers Time) Per Hour $126.00 5, SOILS (9.02) INCLUDES T)3AVI»L, MILEAGE, DELIVERY AND CERTIFIED REPORT1 5A.Field Density Tests 5A,1 Sand Cone Method per AASHTO T-19 and ASTM 0-1556(2 test min,) Per Test $87.00 Nuclear Method per AASHTO T-238 AND ASTM D-2922,(Moisture per AASHTO T-239 and ASTM D- SA.2 Per Test(From 1 to 4 tests) per trip Per Test $49.00 Per Test(From 5 to 10 tests)per trip Per Test $33.00 Per Test(From 11 or more tests)per trip . Per Test $29.00 5A.3 Maximum/Minimum Relative Density Tests per ASTM D-4253 and 4254(Field and Per Test $169.00 Laboratory) • Page 42 of 50 CITY APPROVED ROTATIONAL CONSULTANT FORM(JANUARY 2013) ' Unit Unit Price 5A,4 Hourly Rate(min.4 hrs)*(Unlimited tests) (lam to 6pm)(equipment ONLY,tech NOT Per Hour $63.00 T SA.5 Evening Density Testing(9pm to Gam)(if requested by issuing dept.,designee to be performed in'the evening and to be paid at the min.4hrs unlimited tests*)(equipmentONLY, Per Hour $84.00 technician NO'r Included) B.Moisture Density Tests(Proctor) 53.1 Standard per AASi1TO T-99 and ASTM D-698(non-traffic areas)(Min.2 tests per trip) Per Test $131,00 , • 51,2 Modified per AASHTO 1-180 and ASTM-1577 (Building/Highway Projects) (Min.2 tests per Per Test $149.00 C.Limerock Bearing Ratio(I.BR)-FOOT Per Test $361.00 D.Carbonates on LBR Material(2 tests per trip) Per Test $75.00 6.Laboratory California Bearing Ratio(CBR) per ASTM D-1883(one Point) Per Test $278.00 56.1 Lab Proctor Test Per Test $147,00 • 56.2 Three Point CBR Per Test $350,00 F.Field California Bearing Ratio per Asphalt Institute MS-10(Latest Version) (Reaction Load by Per Test $424.00 Others)(2 Tests min.) . G.Moisture Content Per Test $38.00 H.Organic Content 5H.1 Limerock per AASHTO 1-267(by Incineration) _ Per Test $51.00 5H.2 Test of Soil Chemical Analysis [(1972) P.R.Hesse P.211] (by Peroxide) Per Test $71.00 • I.Grain Size per AASHTO 1-27(Sieve Analysis only) Per Test _ $65.00 J.Mechanical Analysis per ASTM D-422 or T-11 and T-27 Per Test $69.00 it,Soil Classification per ASTM 0-3282 and 0-2487(AASHTO Unified-FAA) Per Test _ $97,00 L.Los Angeles Abrasion on rib-Rap per ASTM C-535(Large She Coarse Aggregate) Per Test $258.00 M.Soundness on Rip-Rap per ASTM C-88(5 Cycle Sodium Sulfate) Per Test $286.00 N.Soil Specific Gravity per ASTM D-854 Per Test $61.00 0.Material Finer Than 200 Sieve Per ASTM C-117 Per Test $46.00 P.Liquid Limit per ASTM D-4318 (Atterberg Limits) • Per Test $76.00 Q.Salt Content per FOOT FM 5-516 Per Test $62.00 R.Limerocic Base Thickness Determination -Min.3"dia,Holes FAAP-211(min,2 tests) Per Test $80.00 (excludes mobilization and transportation) *unlimited tests • Day $689.00 S.Limerock Chemical Analysis per DCPW,FDOT(2 tests min.) 7 Per Test $88,00 T,Limerocic Chemical Analysts per DCAD FAAP-211.(2 tests min.) ' • Per Test $88,00 U.Resistivity Test in Accordance with California Method 643-7 with Break-Down for test, Per $148.00 Sampling,PH Measurement of Water and Soli,etc. V.Sediment Tests Per Test $73.00 W.Soil Load Bearing Test(Plate Load)(Reaction Load By Others) 5W.1 Static Load on Footings per ASTM D-1194 Per Test $523,00 5W,2 Repetitive Static Load for Pavement per ASTM D-1195 Per Test $557.00 5W,3 Non-Repetitive Static Load for Pavement er ASTM D-1196 Per Test $557,00 X.Soil Relative Density Tests(Vlbro-Flotation /In-Situ Verification) 5X.1 CPT Cone Penetration Test Soundings Per Foot, $16.00 • Y,Horticultural Service for Ph Value of Soil Per Test $42.00 •_ Z.Horticultural Service for Soluable Salts In Soil Per Test $70.00 AA.Horticultural Service for Macro Nutrients in Soli Per Test $85,00 AB.Backfiii Monitoring (4 hrs min.) Per Hour $70.00 AC.Geotechnical Engineer(min.2 hrs) Per Hour $126,00 6.ASPHALT CONCRETE (9.03]Includes travel,mileage and certified report A.Asphalt Paving Design Mix Marshall Method (includes Sampling,Standard Design as Per Mix $800,00 Applicable Marshall Procedures) per Asphalt Institute Manual Series No,2 3.Analysis of Special Design Mix Per Mix $650,00 Page 43 of 60 CITY APPROVED ROTATIONAL CONSULTANT FORM(JANUARY 2013) . • Unit Unit Price C.Marshall Properties (FOOT Procedures) (Aviation P-401/P-405)(Technician plus tests) 6C.1.Stability per ASTM D-1559 or AASHTO D-T 245(set of 3 specimen) Par Set $124,00 6C.2 Flow per ASTM-1559 or AASHTO D-T 245(set of 3 specimen) Per Set $116.00 6C,3 Density per ASTM D-2726 (set of 3 specimen) Per Set $117.00 6C.4 Air Voids per ASTM-3203 (set of 3 specimen) _ Per Set -_ $116,00 GC.5 Maximum density per ASTM D-2041 _ Per Set _�� $76,00 _ 6c.6 Particle Coating per ASTM D-2489 Per Sample $128.00 6C.7 Sampling/Prep.Per ASTM D-1559/D-2726 Per Sample $79.00 6C.8 Bulk Specific Gravity of Drilled'Core per ASTM D-2726 Per Core $55,00 • GC.9 Moisture Content-Drying per ASTM C-566 _ Per Sample $56.00 6C.10 Moisture Content-Distillation per ASTM D-1461 Per Sample $133.00 6C.11 Asphaltic Specific Gravity/Absorption of Aggregate Blends Per Aggregate Sample $'102.00 GC.12 Sampling Hot mix at Manufacturer per ASTM D-979 Per Hour $66.00 • 6C.13 Effect of Water on Hot Mix per ASTM D-1075 (set of 6 samples) , Per Set $128,00 GC,14 Washed Sieve Analysis Per Sample $65.00 6C.15 AASHTO T-182 Per Sample $143.00 GC.16 Flat/Elongated Pieces per ASTM D-4791 Per Sample a $136.00 _ 6C.17 Effect of Moisture on Hot Mix per ASTM 0-4867(set of 6 samples) - Per Set $318.00_ 6C.18 Sand Equivalent per ASTM D-2419 Per Sample $102.00 GC,19 Effect of Water on Cohesion per ASTM D-1075./Modified PerSample $192.00 j D. Extraction/Gradation Analysis per ASTM 06307 Per Test $146.00 L.Asphalt Plant Technician Using FOOT Approved Plant,Laboratory and Procedures for Hour $83,00 Extraction,Gradation,Marshall Tests and Temperature Checks(ASTM 0-290-85) (par person, min.4 lire) F.Paving Technician for On-Site Paving Operations, inspections per FOOT Procedures Hour $82,00 (temperature,density testing and observation) (min.4 hrs,) L G.Aspahit densities(Nuciear-Back Scatter Methos) (Min,4 tests) - Per Test • $30,00 H.Asphalt Core Drilling for Thicicness Measrurements (includes Asphalt Patching) (min 6 cares) Per Core $60.00 per call-out) I.Asphalt Cores Laboratory Tests for Measurements per ASTM 0.3549 and weight per cubic font,per ASTM D-2726(min 4 cores) Per Core $45,00 J.Gyratory Compaction (Bulk Specific Gravity) Per Sample $121.00 7. TECHNICAL SERVICES (AVIATION) (9.33) A,P401 Technical Services-NiCE'T IiI/FDOTII/Equivalent per ASTM D-3666 Aspalt lant Facilities and Initial Inspection,Quality Reviews,Design Mix/JMF Review,Technical Report/ Hour $125,00 Meetings/Coordination Oversight/PWL/reviews(min,2 hrs.) B.P401/P602/P603/P609-Field Acceptance Inspection-Certified Inspection per ASTM 78.1 Level I Inspector(weekday min,4 hrs) Hour $83.00 7B.2 Level II Inspector(weekday min.4 hrs) Hour $91.00 78.3 Cancellation Fee(Plant) (Per cancellation, per technician) Per $244.00 D. CONCRETE TECHNICIANS (9.03) INCLUSIVE OF TRAVEL, MILEAGE DELIVERY A)1I1 CERTIFIED REPO+T) A.Cylinders-cast and tested by laboratory 8A.1 Standard 6"x 12"or 4"x 8"cylinder(concrete temperature test and slump test)(per Per Set $113.00 ASTM C-31"Section 7"Lab.Strength Tests per C-39 using C-617 or C-1231)(max.5 cylinders BA.2 Lightweight 3"x 6"cylinder Includes concrete per ASTM C-495(max,5 cylinders per set) Per Set $113.00 8A.3 Air Entrainment pas ASTM C-31(used Concurrently with Concrete Set Testing) Per Set $37.00 8A,4 Cylinder pick-up (when not cast by laboratory) _ Hour $59.00 . B.Securing Structural or Pavement Cores per ASTM C-42(G"max. dia.)(3 cores min,) , 88.1 8"deep _ Per Core _ $129,00 8E1,2 14"deep . Per Core $157.00 Page 44 of 60 CITY APPROVED ROTATIONAL CONSULTANT FORM(JANUARY 2013) • • Unit Unit Price 88.3 12"deep x 12"diameter - T Per Core $300.00 C,Cores Trim and Compression Test per ASTM C-42 _ Per Test _ $41.00 ____ D.Concrete Masonry Units per ASTM 0.140 and 0.551-Blocic/l3rick per ASTM-140 80.1 Concrete Brick per ASTM C-551(min.2 bricks) _ _J • 8D,1A Compression Per Brick $46.00 8D.18 Absorption Per Brick $66.00 8D.1C Dimension Per Brick $45.00 8D,10 Appearance Per Brick $44.00 80.2 Block, Manhole Per Test $78.00 8D.3 Block,Concrete Compression per ASTM C-140-Individual Units Per Test $56.00 80.4 Block, Concrete Absorption per ASTM C-140-Individual Units Per Test $67.00 80.5 Moisture Content of Concrete Block per ASTM C-140 Per Block $56.00 80.6 Block Series, Dimensions, Compression, Absorption, Moisture Content and Unit Weight (Density) Per Block $176,00 80.7 Mortar Cubes 2"x2"x2" Cornpresslon Test per ASTM C-109(min.3 per test)(cast by others) Per Cube $38.00 80.8 Masonry Prism per ASTM C-1314(fabricated by contractor) (unfilled) Per Prism $141.00 80.9 Sampling and pick-up (casting not Included) Per Unit $64.00 80.10 Concrete Block Unit Weight per ASTM C-140 Per Block $62.00 80,11 Grout Cube Compression Test per ASTM C-1014(cast by others) _ Par Cube $22.00 80,12 Technician to Cast Mortar or Grout Cubes In Laboratory or On-Site(incl.slump and temp. • tests) Hour $64.00 80,13 On-Site Masonry Inspector per ACI-530 (min.4 hrs) Hour $83.00 •1 E.Concrete Beams . 8E.1 Tension Test per ASTM C-496(Splitting Tension Test for Cylindrical Specimen,not beams) Per Test $66,00 8E,2 Flexural Test per ASTM C-78(ASTM C-31,C-78)cast per ASTM C-36,(2 beams required per Per Beam $122,00 F.Air Content per ASTM C-173 or ASTM C-231 Per Test $36.00 G.Concrete Densities (Unit Weight) and Yield Test per ASTM C-138 Per Test $41.00 H.Design Mix per ACI-211 Standard Aggregate (Materials Furnished by Supplier) (Laboratory Sampling Included)(1 Trial batch and 6 Cylinder Tests)(First of any Series) Per Mix $525,00 (Additional Design Mixes In Series) Per Mix $408,00 8H,1 Design Mix Materials Testing • 8H,la Gradation Per Test $75.00 8EI.1b Fine.Aggregate Gravity and Absorption C-127 -- :, -- - -Per Test $84,00. - 8H,1c Coarse Aggregates Specific Gravity and Absorption C-128 • Per Test $94.00 8H.1d LA Abrasion C-88 Per Test $221.00 I.On-Site Inspection per ACI-304 and ACI.311.SR (per site visit as approved by the engineer).(4 Hour $83.00 J.Concrete Plant inspection per ACI-311.5 (Mix and Weight Verification) (4 hrs min.) Hour $83.00 K.Windsor Probe Test per ASTM C-803(Penetration Resistance to Determine Uniformity) with Per Trip $271.00 equipment charge(Windsor Gun) (per trip per location) L.ASTM C-803 (set of 3 probes per test) Per Set $108.00 M.Concrete Rebound Hammer Test per ASTM C-805(use of Spring Driven Steel Hammer to Per Hour $81.00 determine uniformity of in-place concrete) (4 hrs min) N.Pull-out per ASTM C-900(Includes pin installation) Per Test _ $344.00 O.Thickness of Concrete per ASTM C-1383 Hour $71,00 P.Corrosion Activity per ASTM C-876 Hour $88.00 Q.Chloride Content 80.1 Per ASTM C-1152 Per Test $129.00 _ 8Q.2 Per ASTM C-1218 • Per Test $135,00 R.Pachometer (Magnorneter) Readings for Rebar Location, approximate size and Spacing(4 hrs • Hour $81.00 S,Los Angeles Abrasion per ASTM C-131(small size coarse aggregate) Hour $225.00 T,Sieve Analysis per ASTM-136 Per Test $75.00 Page 45 of 50 CITY APPROVED ROTATIONAL CONSULTANT FORM(JANUARY 2013) Unit Unit Price U.Absorption Fine Aggregate per ASTM C428,Coarse Aggregate per ASTM C-127 Per Test $75.00 V.Specific Gravity Fine Aggregate per ASTM C,-128,Coarse Aggreepate per ASTM C427 Per Test $75.00 W.Weight par Cubic Feet per ASTM C-29 Per Test $75.00 9. STEEL (9.04) (use AWA, AMS, AWS, ASMV1E, API, as applicable) A.Shop/Field Weld Inspection per ASTM D-6339(4 his min.) Hour $82.00 B.AWS,AWA,ASME Welder Tests-Groove or Fillet Plate i _ Per position $217,00 Pipe Per position $227.00 C.Reinforcing Steel Tensile Test(Min. 3 Tests)-TENSILE ONLY DOES NOT INCLUDE Per Bar $171.00 TECHNICIAN TIME TO SET-UP'MACHINE • D.Reinforcing Steel Deformation Test _ Per Test $57.00 E.Reinforcing Bar Placement inspection Hour $82.00 F.Chemical Laboratory Test • _ Weld Inspection and Dye Penetrant Weld Testing _ Hour • $82.00 G.Radiograph Weld Inspection (min.4 tests) Per Test $142.00 H. Engineering Services 9H.1 Special Inspector for Threshold Buildings (State Certified) (2 hrs min.) _ • Hour $121.00 9H,2 Special inspector Designee(2 hrs min.) Hour $116,00 9H.3 Special Inspector under the Florida Building Code(2 hrs min,) Hour $116.00 10. MECHAidICAL (9.04) A.Sound Surveys'(Includes travel time) Hour $98.00 B.Lighting Surveys(includes travel time) Hour $98.00 11. FIRE PROOFING (9.04j, A,Inspection of Sprayed-On Fireproof Coating on Structural Steel 11A.1 4 hrs min • Hour $81.00 11A.2 Laboratory Unit Weight Test.of Fireproofing Coating per ASTM 6-605 Per Test $61.00 11A.3 Fieltl Adhesion /Cohesion Tests per ASTM E-736 Per Test $123.00 *If additional hours are required must have approval from Issuing department 12; STRAIIN•MEASUREMENTS (SR4"I4D CATCIa) (9,04) A.Technician Services to install Gauges/Maice Strain Reading(4 hr min.) Hour $81.00 13. ULTRASONIC INSPECTIONS (9.04) A.Services of an Ultrasonic Technician and Equipment(8 firs min) Hour $125.00 B.Assistant Technician (8 hrs.min) Hour $58.00 14. STRUCTURAL STEEL (9,04 A.Welding Inspector per AWS Code(4 hrs min) Hour $82,00 B.Structural Steel Shop or Field Inspector(4 hrs min) Hour $82.00 C.Bolt Tightening Inspection by Using: 14C,1 Torque Wrench • Flour $82,00 14C,2 Reg,Wrench Hour $82.00 14C.3 Filler Gauge Hour $82.00 D.Structural Steel Testing/Inspection (4 Firs min) Hour $82.00 1S. WELDING (9.04) A.AWS Certified Inspector (2 hrs min)(per Inspection) Hour $82.00 B,AWS Certified Waiting Inspector/1 hr PADI Certified (mhi 2 inspections per inspection) Hour $142,00 16. MAGNETIC PA'fRTiCLE TESTING (MVIAGI AFLUX) (9.041 • A.Services of a non-destructive technician Hour _ $82.00 • • 13.Magna•fiux Testing _ Hour _ $78.00 Page 46 of 60 • CITY APPROVED ROTATIONAL CONSULTANT FORM(JANUARY 2013) 1 • • Unit Unit Price • 'Il. ROOFING (9.05) (all testy performed shall be in accordance with current edition of the Florida Suildinci Code at time the work is issued) A.Built-up roof sample analysis(test method for moisture in mineral aggregate used for built-up roofs) (ASTM 0-1.864) Per Test $53.00 B.ASTM 3617 Per Test $304,00 C.Compression Test-Roof Tiles Hour $58,00 D.Absorption Test-roof tiles(per set of 5) Per Set $233.00 E.Up-Lift test of roof tiles(per set of 5) Per Set $282.00 F.Core Samples (per architect/engineer's recommendation) Per Sample $73,00 • G.Visual Inspections _ ~ Per Job min. •— -- - - •- Per Job min, $714.00 • - Per square foot Per Sq.Ft $0,16 I-I.Infrared Moisture Survey(mobilization of equipment) Per Job min, PerJob min. $792,00 Per square foot • Per Sq,Ft $0,28 1 Asbestos Testing Per Sample $63.00 J.Nuclear Moisture Testing Per Job min, Per Job min, $754.00 • Per square foot Per Sq,Ft $0,22 If.Impedence Moisture Survey(machine) (max 3 cores) Per Job min. Per Job min, $790.00 Per square foot(additional square foot survey) Per Sq,Ft $0,26 L.Bonded Pull Test Per Test • $201,00 M.Fastener Pull Test(First 10,000 sq.ft.per deck)(10 tests) Per Test $790,00 Per new roof(core sample) Per Test $50.00 Existing roof(core sample) Per Test $60,00 N.Bell Chamber Test(max.2 tests/any additional test$300,00) Per Test $750.00 O.Title Uplift Test(TAS 106) Per square feet(2,500 sq.ft) Per Sq,Ft $250,00 Additional pr square • • - - Per Sq.Ft • $20,00 P.Engineer's Report Hour $126.00 22. rflAINTENAN CE OF TRAFFIC (to be negotiated by Issuing dept if 23. ENGINEERING SERVICES • A.C.A.D. Operator Hour . $72.00 B.Staff Engineer Hour $90.00 C.Professional Engineer Hour $120.00 D.Senior Engineer Hour $143.00 • E.Principal Hour $151.00 F.Clerical/Administrative • Hour $48.00 G.Engineering Technician (applies to all sub-categories) Hour $65.00 Note:Pees paid to the laboratories for the work performed shall be In accordance to the 24. UNDERGROUND UTILITY LOCATION AND INSPECTION It shall be noted that work performed for UNDERGROUND UTILITY LocATIOIiL AND • INSPECTION belongs to Sub-Category 15.03-Underground Utility Location, Category 15.00 SURVEYING AND MAPPING. Laboratory firms must be Certified under Category 15.00, Sub- ategory_15,03 in order to perform this type of work or they shall Sub-Contract arty of the firms certified under this Category. Page 47 of 50 • CITY APPROVED ROTATIONAL CONSULTANT FORM(JANUARY 2013) , I • lint Unit Price A.Utility Designation-Electronically Scan and Determine the Horizontal and Vertical Location of Per Hour $150.00 Buried Utility Lines. (Mtn.3 I•Irs.) B.Expose Utility Lines by Air/Vacuum System (Soft Dig),Creating a Small Diameter i•iole to be Plotted on Base Maps to Scale..Work Reviewed and Certified by a Florida Registered Land Surveyor. (Includes Cost Associated with Restoration and Photographs /Drawings to Document/ Generate Complete Certified Report Per Test Hole(In Pavement) (Min.3 Tests per Visit) Per Test _ $850.00 Per Test Hole(In Soil)(Min.3 Tests per Visit) Per Test $850.00 C.Utility Location Inspector to Verify and Coordinate Location and Documentation of Utility Per Hour $80.00 Company (Min.2 Hrs. per Test Location). • " I • • • Paye 48 of 60 CITY APPROVED ROTATIONAL CONSULTANT FORM(JANUARY 2D1 3) Exhibit B: Pre-Proposal Sign-in Sheet 6 ADDENDUM NO.5 RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS MIA.M.IBEACH IilI CITY OF MIAMI BEACH PRE-PROPOSAL MEETING - SIGN-IN SHEET DATE: April 25, 2018 j TITLE: REQUEST FOR QUALIFICATIONS (RFQ) 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS- ' NEEDED BASIS -3W.i.it:t AI,isf' ',7i:!-fe'tr;:;t-4--::PaT:t::WAOW,I",':it-* ,vZltr-.,rv=,-:.ps-ro ittlaftektpat.i,,j.v.4,,-.D.k..cus,0 , iz .. ti ''tS %N� �%45-4-13 ' � rf fi ' . ,x_ S � . e ,F -N;-- : 3iz:,:,,�,. .,.,:: _ IKristy Bada Procurement- CMB 305-673-7000 kristybada(c?,miamibeachfl.gov ext. 6218 • C iP— CA4d C Q" 1e2, / i E. ,i?,1 .vi 0A46%' l1116 - c-i. .%4 /\...:.1 _ -^ 13 - T`" .2. �--• 1 . 4C % 11i i , 1 14V40 S Sato hv9a. se-4AQ 7rerYa[an. carp, (Xsntie tj �- lcr�cv\ wq.exsa. 3p -- x,`1-9 . A pet t r-yna,uvu v. iSoileArAiY►teYIY Poi mss.- I � •- -1 NN A k--tra Ni► V P-)NV V{LS k� c, --, e.a1Luv 4 .5ci.vt.+L 1_ QLrsy i i i r Nl;k,k u e,L.,t•�vvas'At-C 3G(c-- �:t.©(L) - Lo•''/l 12. c3 mat / S`�(-O(o s � ��5�-f ' ' A molo r� .4•x..1`"- - -4 r !�-e... ( O/V 1 1 1 • I f i I i • i 1 I i I i MIAMI BEACH City of Miami Beach,1755 Meridian Avenue,3rd Floor,Miami Beach, Florida 33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490 ADDENDUM NO. 4_ RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS June 15, 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. I. RFQ DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m.. on Monday,.June 25. 2018, at the following location: City of Miami Beach Procurement Department 1755 Meridian Avenue,,3`d Floor Miami Beach, Florida 33139 Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. Any questions regarding this Addendum should be ;submitted in writing to the Procurement Department to the attention of the individual named below,withTa copy to the City Clerk's Office at RafaelGranado(rmiamibeachfl.gov. Procurement Contact: Telephone: Email: Kristy Bada 305-673-7000,ext.6218 kristybada@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your 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. .7t...ere/0-.-A----17%ca Alex Denis Procurement Director , 1 ADDENDUM NO.4 RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS 1 MIAMI BEACH - City of Miami Beach,1755 Meridian Avenue,3rd Floor,Miami Beach, Florida 33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT , Tel: 305-673-7490 ADDENDUM NO. 3 RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS June 8, 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. I I. RFQ DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on Monday, June 18, 2018, at the following location: City of Miami Beach Procurement Department 1755 Meridian Avenue, 3`d Floor Miami Beach, Florida 33139 Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. A FORTHCOMING ADDENDUM WILL CONTAIN RESPONSES TO QUESTIONS RECEIVED. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below,with a copy to the City Clerk's Office at RafaelGranado(a�miamibeachfl.aov. Procurement Contact: Telephone: Email: Kristy Bade 305-673-7000,ext.6218 kristybada@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. rliz..A......1_,Rnment Director I 1 9 ADDENDUM NO.3 RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS I ' I � f MIAMI BEACH City of Miami Beach,1755 Meridian Avenue,3rd Floor, Miami Beach,Florida 33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673=7490 ADDENDUM NO. 2 RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS June 1,2018 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. I. RFQ DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on Monday,June 11, 2018, at the following location: � I City of Miami.Beach Procurement Department 1755 Meridian Avenue, 3rd Floor • Miami Beach, Florida 33139 Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow for trafficor other delays for which the Proposer is solely responsible. A FORTHCOMING ADDENDUM WILL CONTAIN RESPONSES TO QUESTIONS RECEIVED. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below,with a copy to the City Clerk's Office at.RafaelGranado@miamibeachfl.aov. Procurement Contact: Telephone: Email: _Kristy Bada 305-673-7000,ext.6218 kristybada@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendumas 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. Alex Denis Procurement Director 1 1 ADDENDUM NO.2. RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY STING SERVICES ON AN AS-NEEDED BASIS i I MIAMI BEACH City of Miami Beach,1755 Meridian Avenue,3rd Floor,Miami Beach, Florida 33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tela 305-673-7490 ADDENDUM NO. 1 RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS May 22,2018 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. I. RFQ DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on Monday, June 4, 2018, at the following location:. City of Miami Beach Procurement Department 1755 Meridian Avenue, 3'd Floor Miami Beach, Florida 33139 Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. A FORTHCOMING ADDENDUM WILL CONTAIN RESPONSES TO QUESTIONS RECEIVED. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below,with a copy to the City Clerk's Office at.RafaelGranado(a.miamibeachfl.aov. Procurement Contact: Telephone: Email: Kristy Bada 305-673-7000, ext.6218 kristybada@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your 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. erel}„ • Alex DenisARS Procurement Director 1 ADDENDUM NO.1 RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS • REQUEST FOR QUALIFICATIONS (RFQ.) FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS- NEEDED BASIS 2018-097-KB • RFQ ISSUANCE DATE: APRIL 12, 2018 STATEMENTS OF QUALIFICATIONS DUE: MAY 25, 2018 @ 3:00 PM ISSUED BY: MIAMIBEACH KRISTY RADA, CONTRACTING OFFICER III PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd_.Floor, Miami Beach, FL 33139 305.673.7490 I kristybada@miamibeachfl.gov I www.miamibeachfl.gov RFQ 2018-097-KB 1 MIAMI BEACH TABLE OF CONTENTS SOLICITATION SECTIONS: PAGE 0100 NOT UTILIZED N/A 0200 INSTRUCTIONS TO RESPONDENTS &GENERAL CONDITIONS 3 0300 SUBMITTAL INSTRUCTIONS & FORMAT 12 0400 EVALUATION PROCESS 14 APPENDICES: PAGE APPENDIX A RESPONSE CERTIFICATION, QUESTIONNAIRE AND AFFIDAVITS 16 APPENDIX B "NO BID" FORM 23 APPENDIX C MINIMUM REQUIREMENTS &SPECIFICATIONS 25 APPENDIX D SPECIAL CONDITIONS 31 APPENDIX F INSURANCE REQUIREMENTS. 34 RFQ 2018-097-KB 2 MIAMI BEACH SECTION 0200 INSTRUCTIONS TO RESPONDENTS&GENERAL CONDITIONS 1. GENERAL. This Request for Qualifications (RFQ) is issued by the City of Miami Beach, Florida (the "City"), as the means for prospective Proposer to submit their qualifications, proposed scopes of work and cost Statement of Qualifications (the"proposal") to the City for the City's consideration as an option in achieving the required scope of services and requirements as noted herein. All documents released in connection with this solicitation, including all appendixes and addenda,whether included herein or released under separate cover, comprise the solicitation, and are complementary to one another and together establish the complete terms, conditions and obligations of the Proposer and, subsequently,the successful proposer(s) (the"contractor[s]")if this RFQ results in an award. The City utilizes PublicPurchase (www.publicpurchase.com) for automatic notification of competitive solicitation opportunities and document fulfillment, including the issuance of any addendum to this RFQ. Any prospective proposer who has received this RFQ by any means other than through PublicPurchase must register immediately with PublicPurchase to assure it receives any addendum issued to this RFQ. Failure to receive an addendum may result in disqualification of proposal submitted. 2. PURPOSE. The City requires the services of consulting firms to perform citywide geotechnical and soil testing services for the Capital Improvement Program (CIP) and Public Works Departments. For five(5)years,the City has contracted with several consulting firms to provide these services. The current contract for these services expires on August 18, 2018. - In order to consider a replacement contract, the City is seeking proposals from qualified firm(s)to perform citywide geotechnical and soil testing services. Geotechnical, soil testing and/or lab testing services are required for proper pre-planning of construction projects for the City. Many of the City's CIP and Public Works projects will require, during one time or another, a geotechnical, soils or lab testing report to validate either the City's Engineer's or any Architect's or Engineer of Records recommendations as to any site, building or any other project's unknown characteristics. Through the issuance of this RFQ the City will be able to adequately plan and incorporate geotechnical and soil testing services as pat't of the pre-construction preparatory work, which is a phase of every City construction project. In addition, the Geotechnical firm(s) would provide personnel that are qualified, trained and thoroughly familiar with the City's rules, policies, and procedures in inspection, sampling testing, and reporting various areas and stages of construction. The ability to have a list of Geotechnical firms to be contacted on an as needed basis would enable the City to utilize these services when the need arises. It is the intent of the City of Miami Beach to select several firms under this RFQ,which will be contacted on an as needed basis. This contract shall remain in effect for an initial term of five (5) years, with two (2) optional renewal years at the City's discretion. This RFP is issued pursuant to Chapter 287.055, Florida Statutes, the Consultants Competitive Negotiations Act (CCNA). 3. SOLICITATION TIMETABLE.The tentative schedule for this solicitation is as follows: Solicitation Issued APRIL 12,2018 Pre-Submittal Meeting APRIL 25,2018 AT 10:00AM Deadline for Receipt of Questions MAY 15,2018 AT 5:00PM RFQ 201 8-097-KB 3 MIAMI BEACH Responses Due May 25,2018 AT 3:00PM Evaluation Committee Review TBD Proposer Presentations TBD Tentative Commission Approval Authorizing TBD Negotiations Contract Negotiations Following Commission Approval 4. PROCUREMENT CONTACT.Any questions or clarifications concerning this solicitation shall be submitted to the Procurement Contact noted below: Procurement Contact: Telephone: Email: Kris Bada - 305-673-7490 kris bada• miamibeachfl.•ov Additionally, the City Clerk is to be copied on all communications via e-mail at: RafaelGranado(a.miamibeachfl.gov; or via facsimile: 786-394-4188. The Bid title/number shall be referenced on all correspondence. All questions or requests for clarification must be received no later than ten (10)calendar days prior to the date proposals are due as scheduled in Section 0200-3. All responses to questions/clarifications will be sent to all prospective Proposers in the form of an addendum. 5. PRE-PROPOSAL MEETING OR SITE VISIT(S). Only if deemed necessary by the City, a pre-proposal meeting or site visit(s) may be scheduled. A Pre-PROPOSAL conference will be held as scheduled in Anticipated RFQ Timetable section above at the following address: City of Miami Beach Procurement Department Conference Room 1755 Meridian Avenue,3rd Floor T€ Miami Beach, Florida 33139 Attendance (in person or via telephone) is encouraged and recommended as a source of information, but is not mandatory. Proposers interested in participating in the Pre-Proposal Submission Meeting via telephone must follow these steps: (1) Dial the TELEPHONE NUMBER: 1-888-270-9936(Toll-free North America) (2) Enter the MEETING NUMBER: 5804578 Proposers who are interested in participating via telephone should send an e-mail to the contact person listed in this RFQ expressing their intent to participate via telephone. 6. PRE-PROPOSAL INTERPRETATIONS. Oral information or responses to questions received by prospective Proposers are not binding on the City and will be without legal effect, including any information received at pre- submittal meeting or site visit(s). The City by means of Addenda will issue interpretations or written addenda clarifications considered necessary by the City in response to questions. Only questions answered by written addenda will be binding and may supersede terms noted in this solicitation. Addendum will be released through PublicPurchase. Any prospective proposer who has received this RFQ by any means other than through RFQ 2018-097-KB 4 MIAMI BEACH PublicPurchace must register immediately with PublicPurchase.to assure it receives any addendum issued to this RFQ. Failure to receive an addendum may result in disqualification of proposal. Written questions should be received no later than the date outlined in the Anticipated RFQ Timetable section. 7. CONE OFSILENCE. 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 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: httr://www.miamibeachfl.gov/city-hall/procurement/orocurement-related-ordinance-and-procedures/ • CONE OF SILENCE CITY CODE SECTION 2-486 • PROTEST PROCEDURES CITY CODE SECTION 2-371 • DEBARMENT PROCEEDINGS CITY CODE SECTIONS 2-397 THROUGH 2-485.3 • LOBBYIST REGISTRATION AND DISCLOSURE OF FEES CITY CODE SECTIONS 2-481 THROUGH 2-406 • CAMPAIGN CONTRIBUTIONS BY VENDORS CITY CODE SECTION 2.487 • CAMPAIGN CONTRIBUTIONS BY LOBBYISTS ON PROCUREMENT ISSUES CITY CODE SECTION 2-488 • REQUIREMENT FOR CITY CONTRACTORS TO PROVIDE EQUAL BENEFITS FOR CITY CODE SECTION 2-373 DOMESTIC PARTNERS • LIVING WAGE REQUIREMENT CITY CODE SECTIONS 2-407 THROUGH 2-410 • PREFERENCE FOR FLORIDA SMALL BUSINESSES OWNED AND CONTROLLED BY CITY CODE SECTION 2-374 VETERANS AND TO STATE-CERTIFIED SERVICE-DISABLED VETERAN BUSINESS ENTERPRISES • FALSE CLAIMS ORDINANCE CITY CODE SECTION 70-300 • ACCEPTANCE OF GIFTS,FAVORS& CITY CODE SECTION 2-449 SERVICES 9. PUBLIC ENTITY CRIME. A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crimes may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as a contractor, supplier, sub-contractor, or consultant under a contract with a'public entity, and may nottransact 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 areexpected to be or become familiar with, all City lobbyist laws. Proposers shall be solely responsible for ensuring that all City lobbyist laws are complied with, and shall be subject to any and all sanctions, as prescribed therein, including, without limitation,disqualification of their responses, in the event of such non-compliance. 11. DEBARMENT ORDINANCE: This RFQ is subjiact 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 RFQ 2018-097-KB5 MIAMI BEACH 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 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 whomay serve as team members. 18. VETERAN BUSINESS ENTERPRISES PREFERENCE. Pursuant to City Code Section 2-374, the City shall give a preference to a responsive and responsible Proposer which is a small business concern owned'and controlled by a veteran(s) or which is a service-disabled veteran business enterprise, and which is within five percent (5%) of the lowest responsive, responsible proposer, by providing such proposer an opportunity of providing said goods or contractual services for the lowest responsive proposal amount(or in this RFQ, the highest proposal amount). Whenever, as a result of the foregoing preference, the adjusted prices of two (2) or more proposers which are a small business concern owned and controlled by a veteran(s) or a service-disabled veteran , business enterprise constitute the lowest proposal pursuant to an RFQ or oral or written request for quotation, and such proposals are responsive, responsible and otherwise equal with respect to quality and service, then the award shall be made to the service-disabled veteran business enterprise. 19. DETERMINATION OF AWARD. The final ranking results of Step 1 &2 outlined in Section 0400, Evaluation of Proposals, will be considered by the City Manager who may recommend to the City Commission the Proposer(s) s/he deems to be in the best interest of the City or may recommend rejection of all proposals. The City Manager's recommendation need not be consistent with the scoring results identified herein and takes into consideration Miami Beach City Code Section 2-369, including the following considerations: (1)The ability,capacity and skill of the Proposer to perform the contract. (2)Whether the Proposer can perform the contract within the time specified,without delay or interference. (3)The character, integrity, reputation,judgment,experience and efficiency of the Proposer. RFQ 201 8-097-KB 6 MIAMIBEACH (4)The quality of performance of previous contracts. (5)The previous and existing compliance by the Proposer with laws and ordinances relating to the contract. The City Commission shall consider the City Manager's recommendation and may approve such recommendation. The City Commission may also, at its option, reject the City Manager's recommendation and select another Proposal or Proposals which it deems to be in the best interest of the City, or it may also reject all Proposals. 20. NEGOTIATIONS. Following selection, the City reserves the right to enter into further negotiations with the selected Proposer. Notwithstanding the preceding, the City is in no way obligated to enter into a contract with the selected Proposer in the event the parties are unable to negotiate a contract. It is also understood and acknowledged by Proposers that no property, contract or legal rights of any kind shall be created at any time until and unless an Agreement has been agreed to;approved by the City;and executed by the parties. 21. POSTPONEMENT/CANCELLATION/ACCEPTANCE/REJECTION. The City may, at its sole and absolute discretion, reject any and all, or parts of any and all, responses; re-advertise this RFQ; postpone or cancel, at any time,this RFQ process; or waive any irregularities in this RFQ, or in any responses received as a result of this RFQ. Reasonable efforts will be made to either award the proposer the contract or reject all proposals within one-hundred twenty (120) calendar days after proposal opening date. A proposer may withdraw its proposal after expiration of one hundred twenty (120) calendar days from the date of proposal opening by delivering written notice of withdrawal to the Department of Procurement Management prior to award of the contract by,the City Commission. 22. PROPOSER'S RESPONSIBILITY. Before submitting a response, each Proposer shall be solely responsible for making any and all investigations,evaluations, and examinations, as it deems necessary,to ascertain all conditions and requirements affecting the full performance of the contract. Ignorance of such conditions and requirements, and/or failure to make such evaluations, investigations, and examinations, will not relieve the Proposer from any obligation to comply with'every detail and with all provisions and requirements of the contract, and will not be accepted as a basis for any subsequent claim whatsoever for any monetary consideration on the part of the Proposer. 23. COSTS INCURRED BY PROPOSERS. All expenses involved with the preparation and submission of Proposals, or any work performed in connection therewith, shall be the sole responsibility (and shall be at the sole cost and expense)of the Proposer,and shall not be reimbursed by the City. 24. RELATIONSHIP TO THE CITY. It is the intent of the City, and Proposers hereby acknowledge and agree, that the successful Proposer is considered to be an independent contractor, and that neither the Proposer, nor the Proposer's employees, agents, and/or contractors, shall, under any circumstances, be considered employees or agents of the City. 24. OCCUPATIONAL HEALTH AND SAFETY. In compliance with Chapter 442, Florida Statutes, any toxic substance listed in Section 38F-41.03 of the Florida Administrative Code delivered as a result of this proposal must be accompanied by a Material Safety Data Sheet(MSDS)which may be obtained from the manufacturer. 25. ENVIRONMENTAL REGULATIONS. The City reserves the right to consider a proposer's history of citations and/or violations of environmental regulations in investigating a proposer's responsibility, and further reserves the right to declare a proposer not responsible if the history of violations warrant such determination in the opinion of the City. Proposer shall submit with its proposal, a complete history of all citations and/or violations, notices and RFQ 2018-097-KB 7 MIAMI BEACH dispositions thereof. The non-submission of any such documentation shall be deemed to be an affirmation by the Proposer that there are no citations or violations. Proposer shall notify the City immediately of notice of any citation or violation which proposer may receive after the proposal opening date and during the time of performance of any contract awarded to it. 26.TAXES.The City of Miami Beach is exempt from all Federal Excise and State taxes. 27. MISTAKES. Proposers are expected to examine the terms, conditions, specifications, delivery schedules, proposed pricing, and all instructions pertaining to the goods and services relative to this RFQ. Failure to do so will be at the Proposer's risk and may result in the Proposal being non-responsive. 28. PAYMENT. Payment will be made by the City after the goods or services have been received, inspected, and found to comply with contract, specifications,free of damage or defect, and are properly invoiced. Invoices must be consistent with Purchase Order format. 29. COPYRIGHT, PATENTS& ROYALTIES. Proposer shall indemnify and save harmless the City of Miami Beach, Florida, and its officers, employees, contractors, and/or agents, from liability of any nature or kind, including cost and expenses for, or on account of, any copyrighted, patented, or unpatented invention, process, or article manufactured or used in the performance of the contract, including its use by the City of Miami Beach, Florida. If the Proposer uses any design, device or materials covered by letters, patent, or copyright, it is mutually understood and agreed,without exception,that the proposal prices shall include all royalties or cost arising from the use of such design,device,or materials in any way involved in the work. 30. DEFAULT. Failure or refusal of the selected Proposer to execute a contract following approval of such contract by the City Commission, or untimely withdrawal of a response before such award is made and approved, may result in a claim for damages by the City and may be grounds for removing the Proposer from the City's vendor list. 31. MANNER OF PERFORMANCE. Proposer agrees to perform its duties and obligations in a professional manner and in accordance with all applicable Local, State, County, and Federal laws, rules, regulations and codes. Lack of knowledge or ignorance by the Proposer with/of applicable laws will in no way be a cause for relief from responsibility. Proposer agrees that the services provided shall be provided by employees that are educated, trained, experienced, certified, and licensed in all areas encompassed within their designated duties. Proposer agrees to furnish to the City any and all documentation, certification, authorization, license, permit, or registration currently required by applicable laws, rules, and regulations. Proposer further certifies that it and its employees will keep all licenses, permits, registrations, authorizations,or certifications required by applicable laws or regulations in full force and effect during the term of this contract. Failure of Proposer to comply with this paragraph shall constitute a material breach of this contract. Where contractor is required to enter or go on to City of Miami Beach property to deliver materials or perform work or services as a result of any contract resulting from this solicitation, the contractor will assume the full duty, obligation and expense of obtaining all necessary licenses, permits, and insurance, andassure 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. RFQ 2018-097-KB 8 MIAMI BEACH 33. NON-DISCRIMINATION. The Proposer certifies that it is in compliance with the non-discrimination clause contained in Section 202, Executive Order 11246, as amended by Executive Order 11375, relative to equal employment opportunity for all persons without regard to race, color, religion, sex or national origin. In accordance with the City's Human Rights Ordinance, codified in Chapter 62 of the City Code, Proposer shall prohibit discrimination by reason of race, color, national origin, religion, sex, intersexuality, gender identity, sexual orientation, marital and familial status,and age or disability. 34. DEMONSTRATION OF COMPETENCY. The city may consider any evidence available regarding the financial, technical, and other qualifications and abilities of a Proposer, including past performance (experience) in making an award that is in the best interest of the City,including: A. Pre-award inspection of the Proposer's facility may be made prior to the award of contract. B. Proposals will only be considered from firms which are regularly engaged in the business of providing the goods and/or services as described in this solicitation. C. Proposers must be able to demonstrate a good record of performance for a reasonable period of time, and have sufficient financial capacity, equipment, and organization to ensure that they can satisfactorily perform the services if awarded a contract under the terms and conditions of this solicitation. D. The terms "equipment and organization", as used herein shall, be construed to mean a fully equipped and well established company in line with the best business practices in the industry, and as determined by the City of Miami Beach.' E. The City may consider any evidence available regarding the financial, technical, and other qualifications and abilities of a Proposer, including past performance (experience), in making an award that is in the best interest of the City. F. The City'may require Proposer s to show proof that they have been designated as authorized representatives of a manufacturer or supplier,which is the actual source of supply. In these instances,the City may also require material information from the source of supply regarding the quality, packaging, and characteristics of the products to be supply to the City. 35. ASSIGNMENT. The successful Proposer shall not assign, transfer, convey, sublet or otherwise dispose of the contract, including any or all of its right, title or interest therein, or his/her or its power to execute such contract, to any person,company or corporation,without the prior written consent of the City. 36. LAWS, PERMITS AND REGULATIONS. The Proposer shall obtain and pay for all licenses, permits, and inspection fees required to complete the work and shall comply with all applicable laws. 37.OPTIONAL CONTRACT USAGE.When the successful Proposer(s)is in agreement, other units of government or non-profit agencies may participate in purchases pursuant to the award of this contract at the option of the unit of government or non-profit agency. 38. VOLUME OF WORK TO BE RECEIVED BY CONTRACTOR. It is the intent of the.City to purchase the goods and services specifically listed in this solicitation from the contractor. However, the City reserves the right to purchase any goods or services awarded from state or other governmental contract, or on an as-needed basis through the City's spot market purchase provisions. 39. DISPUTES. In the event of a conflict between the documents, the order of priority of the documents shall be as follows: A. Any contract or agreement resulting from the award of this solicitation;then B. Addendum issued for this solicitation,with the latest Addendum taking precedence;then RFQ 2018-097-KB 9 MIAMI BEACH 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 to or resulting from the performance of the agreement by the contractor or its employees, agents, servants, partners, principals or subcontractors. The contractor shall pay all claims and losses in connection therewith, and shall investigate and defend all claims, suits or actions of any kind or nature in the name of the City, where applicable, including appellate proceedings, and shall pay all costs,judgments, and attorney's fees which may be incurred thereon. The Proposer expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by the contractor shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided. The above indemnification provisions shall survive the expiration or termination of this Agreement. 41. CONTRACT EXTENSION. The City reserves the right to require the Contractor to extend contract past the stated termination date for a period of up to 120 days in the,event that a subsequent contract has not yet been awarded. Additional extensions past the 120 days may occur as needed by the City and as mutually agreed upon by the City and-the contractor. 42. FLORIDA PUBLIC RECORDS LAW. Proposers are hereby notified that all Bid including,without limitation, any and all information and documentation submitted therewith, are exempt from public records requirements under Section 119.07(1), Florida Statutes,and s. 24(a),Art. 1 of the State Constitution until such time as the City provides notice of an intended decision or until thirty (30) days after opening of the proposals, whichever is earlier. Additionally, Contractor agrees to be in full compliance with Florida Statute 119.0701 including, but not limited to, agreement to (a) Keep and maintain public records that ordinarily and necessarily would be required by the public agency in order to perform the services; (b) provide the public with access to public records on the same terms and conditions that the public agency would provide the records and at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law; (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law; (d) Meet all requirements for retaining public records and transfer, at no cost, to the public agency all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the public agency in a format that is compatible with the information technology systems of the public agency 43. OBSERVANCE OF LAWS. Proposers are expected to be familiar with, and comply with, all Federal, State, County, and City laws, ordinances, codes, rules and regulations, and all orders and decrees of bodies or tribunals having jurisdiction or authority which, in any manner, may affect the scope of services and/or project contemplated by this RFQ (including, without limitation, the Americans with Disabilities Act, Title VII of the Civil Rights Act, the EEOC Uniform Guidelines, and all EEO regulations and guidelines). Ignorance of the law(s) on the part of the Proposer will in no way relieve it from responsibility for compliance. 44. CONFLICT OF INTEREST. All Proposers must disclose, in their Proposal, the name(s) of any officer,director, agent, or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Further, all Proposers must disclose the name of any City employee who owns, either directly or RFQ 2018-097-KB 10 MIAMI BEACH indirectly, an interest of ten (10%) percent or more in the Proposer entity or any of its affiliates. 45. MODIFICATION/WITHDRAWALS OF PROPOSALS.A Proposer may submit a modified Proposal to replace all or any portion of a previously submitted Proposal up until the Proposal due date and time. Modifications received after the Proposal due date and time will not be considered. Proposals shall be irrevocable until contract award unless withdrawn in writing prior to the Proposal due date,or after expiration of 120 calendar days from the opening of Proposals without a contract award. Letters of withdrawal received after the Proposal due date and before said expiration date,and letters of withdrawal received after contract award will not be considered. 47. EXCEPTIONS TO RFQ. Proposers must clearly indicate any exceptions they wish to take to any of the terms in this RFQ, and outline what, if any, alternative is being offered. All exceptions and alternatives shall be included and clearly delineated, in writing, in the Proposal. The City, at its sole and absolute discretion, may accept or reject any or all exceptions and alternatives. In cases in which exceptions and alternatives are rejected, the City shall require the Proposer to comply with the particular term and/or condition of the RFQ to which Proposer took exception to (as said term and/or condition was originally set forth on the RFQ). 48. ACCEPTANCE OF GIFTS, FAVORS, SERVICES..Proposers shall not offer any gratuities, favors,or anything of 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. Cityreserves 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 _:_...,._.._.. ..,.,_ . NESE RFQ 2018-097-KB 11 MIAMI BEACH SECTION 0300 SUBMITTAL INSTRUCTIONS AND FORMAT 1. SEALED RESPONSES. One original Statement of Qualifications (preferably in 3-ring binder) must be submitted in an opaque, sealed envelope or container on or before the due date established for the receipt of proposals. Additionally, ten (10) bound copies and one (1) electronic format (CD or USB format) are to be submitted. The following information should be clearly marked on the face of the envelope or container in which the proposal is submitted: solicitation number, solicitation title, proposer name, proposer return address. Statement of Qualifications received electronically,either through email or facsimile,are not acceptable and will be rejected. 2. LATE BIDS. Statement of Qualifications are to be received on or before the due date established herein for the receipt of Bids.Any Bid received after the deadline established for receipt of Statement of Qualifications will be considered late and not be accepted or will be returned to proposer unopened. The City does not accept responsibility for any delays, natural or otherwise. 3.STATEMENTS OF QUALIFICATIONS FORMAT. In order to maintain comparability,facilitate the review process and assist the Evaluation Committee in review of Statement of Qualifications, it is strongly recommended that Statement of Qualifications be organized and tabbed in accordance with the sections and manner specified below. Hard copy submittal should be tabbed as enumerated below and contain a table of contents with page references. Electronic copies should also be tabbed and contain a table of contents with page references. TAB 1 Cover Letter&Minimum Qualifications Requirements 1.1 Cover Letter and Table of Contents.The cover letter must indicate Proposer and Proposer Primary Contact for the purposes of this solicitation. 1.2 Response Certification, Questionnaire & Requirements Affidavit (Appendix A). Attach Appendix A fully completed and executed. 1.3 Minimum Qualifications Requirements: Submit verifiable information documenting compliance with the minimum qualifications requirements established in Appendix C, Minimum Requirements and Specifications. TAB 2 Experience&Qualifications 2.1 Qualifications of Proposing Firm. Submit detailed information regarding the firm's history and relevant experience and proven track record of providing the scope of services similar as identified in this solicitation, including experience in providing similar scope of services to public sector agencies. For each project that the proposer submits as evidence of similar experience, the following is required: project description, agency name, agency contact, contact telephone & email,and year(s)and term of engagement. 2.1.1. Provide list of Miami-Dade County, Internal Services Deparment,technical certifications 2.2 Qualifications of Proposer Team. Provide an organizational chart of all personnel and consultants to be used for this project if awarded,the role that each team member will play in providing the services detailed herein and each team members' qualifications. A resume of each individual, including education, experience, and any other pertinent information,shall be included for each respondent team member to be assigned to this contract. TAB 3 Approach and Methodology 3.1 Submit detailed information on the approach and methodology proposer has used on similar past projects, including detailed information,as applicable,on the following: 1. Geotechnical Services a. Previous Construction Activity and Existing Fill b. Subsurface Conditions RFQ 2018-097-KB 12 MIAMI BEACH c. Site Preparation Recommendations d. Compaction Requirements e. Foundation Reporting 1. Slope Stability and Excavations g. Excavation Requirements h. Dewatering i. Corrosion Potential and Chemical Attack to Concrete j. Pavements and Roadway 2. Roadway Reports• 3. Materials Testing, Inspection, and Reporting a. Bituminous Construction Materials b. Sand, Coarse Aggregate, Limerock and Cemented Coquina Mine Inspection c. Base,.Sub-Grade and Embankment Materials . d. Pavement Parking Materials e. Portland Cement Concrete f. Precast Concrete Products g. Pre-Stressed Concrete Products h. Drilled Shaft.Inspection i. Laboratory Information Management System(LIMS) Data Entry j. Pavement Coring Reporting (PCR) Data Entry k. Consultant Contract Project Management I. Construction Materials Investigations, Special Studies& Projects m. Miscellaneous Construction Related Activities n. Materials Inspection and Testing Related Maintenance Activities o. Asphalt Concrete Inspection/Evaluation 4. Laboratory Services a. Materials b. Quality Control.Program Responses shall be in sufficient detail and include supporting documentation, as applicable, which will allow the Evaluation Committee to complete a fully review and score the proposed scope of services. 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 from D&B at: https://supplierportal.dnb.com/webapplwcslstoresIservlet/SupplierPortal?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 2018-097-KB 13 MIAMI BEACH SECTION 0400 STATEMENTS OF QUALIFICATIONS EVALUATION 1. Evaluation Committee. An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each Statement of Qualifications in accordance with the requirements set forth in the solicitation. If further information is desired, Proposals may be requested to make additional written submissions of a clarifying nature or oral presentations to the Evaluation Committee. The evaluation of Statement of Qualifications will proceed in a two-step process as noted below. It is important to note that the Evaluation Committee will score the qualitative portions of the Statement of Qualifications only. The Evaluation Committee does not make an award recommendation to the City Manager. The results of Step 1 &Step 2 Evaluations will be forwarded to the City Manager who will utilize the results to make a recommendation to the City Commission. In the event that only one responsive proposal is received, the City Manager, after determination that the sole responsive proposal materially meets the requirements of the RFP, may, without an evaluation committee, recommend to the City Commission that the Administration enter into negotiations. The City, in its discretion, may utilize technical or other advisers to assist the evaluation committee in the evaluation of proposals. 2. Step 1 Evaluation. The first step will consist of the qualitative criteria listed below to be considered by the Evaluation Committee. The second step will consist of quantitative criteria established below to be added to the Evaluation Committee results by the Department of Procurement Management. An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each Statement of Qualifications in accordance with the qualifications criteria established below for Step 1, Qualitative Criteria. In doing so, the Evaluation Committee may review and score all proposals received,with or without conducting interview sessions. Step 1-Qualitative Criteria Maximum Points Proposer Experience and Qualifications 70 Approach and Methodology 30 TOTAL AVAILABLE STEP 1 POINTS 100 3. Step 2 Evaluation. Following the results of Step 1 Evaluation of qualitative criteria, the Proposer may receive additional quantitative criteria points to be added by the Procurement Department to those points earned in Step 1, as follows. Step 2-Quantitative Criteria Maximum Points Veterans Preference 5 Prime Proposer Volume of Work (0-5 Points). Points awarded to the proposer for volume of work awarded by the City in the last three(3)years in accordance with the following table: Less than$250,000 5 5 $250,000,01—$2,000,000 3 Greater than$2,000,000 . 0 TOTAL AVAILABLE STEP 2 POINTS 10 RFQ 2018-097-KB 14 • 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 1. 2 -.3 • Ste. 1 Points 80 74 66 Committee Ste.2 Points 22 15 12 Member 2 Total 102 89 78 Rank • 1. • • 2 ;.. .3. Low Aggregate Score 3 7 8 Final Ranking* 1 2 3 * Final Ranking is presented to the City Manager for further due diligence and recommendation to the City Commission. Final Ranking does not constitute an award recommendation until such time as the City Manager has made his recommendation to the City Commission, which may be different than final ranking results. RFQ 2018-097-KB 15 APPENDIX A M1AMI : EA:CH Response Certification , Questionnaire & - . Requirements AffidaVit 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS- NEEDED BASIS PROCUREMENT DEPARTMENT ? 1755 Meridian Avenue,3rd Floor Miami Beach, Florida.33139 RFQ 2018-097-KB 16 MIAMI BEACH Solicitation No: Solicitation Title: 2018-097-KB FOR CITYWIDE.GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS Procurement Contact: Tel: Email: KRISTY BADA 305-673-7490 KRISTYBADA@MIAMIBEACHFL.GOV STATEMENTS OF QUALIFICATIONS CERTIFICATION, QUESTIONNAIRE& REQUIREMENTS AFFIDAVIT Purpose: The purposeof this Response Certification, Questionnaire and Requirements Affidavit Form is to inform prospective Proposals of certain solicitation and contractual requirements,and to collect necessary information from Proposals in order that certain portions of responsiveness, responsibility and other determining factors and compliance with requirements may be evaluated. This Statement of Qualifications Certification, Questionnaire and Requirements Affidavit Form is; a REQUIRED FORM that must be submitted fully completed and executed. 1. General Proposer Information. FIRM NAME: NO.OF YEARS IN BUSINESS: NO.OF YEARS IN BUSINESS LOCALLY: NO.OF EMPLOYEES: OTHER NAME(S)PROPOSER HAS OPERATED UNDER IN THELAST10 YEARS: FIRM PRIMARY ADDRESS(HEADQUARTERS): CITY: STATE: ZIP CODE: , TELEPHONE NO.: TOLL FREE NO.: FAX NO.: FIRM LOCAL ADDRESS: • CITY: STATE: ZIP CODE: • PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: ACCOUNT REP TELEPHONE NO.: ACCOUNT REP TOLL FREE NO.: ACCOUNT REP EMAIL: FEDERAL TAX IDENTIFICATION NO.: The City reserves the right to seek additional information from,proposer or other source(s),including but not limited to:any firm.or principal information, applicable licensure, resumes of relevant individuals, client information, financial information, or any information the City deems necessary to evaluate the capacity of the proposer to perform in accordance with contract requirements. • RFQ 2018-097-KB 17 MIAMI BEACH • 1. Veteran Owned Business.Is Pro oser claiming a veteran owned business status? YES NO SUBMITTAL REQUIREMENT: Proposers claiming veteran owned business status shall submit a documentation proving that firm is certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United States federal government,as required pursuant to ordinance 2011-3748. 2. Conflict Of Interest. All Proposers must disclose, in their Proposal, the name(s) of any officer, director, agent, or immediate family member(spouse,parent, sibling,and child)who is also an employee of the City of Miami Beach. Further, all Proposers must disclose the name of any City employee who owns,either directly or indirectly,an interest of ten(10%)percent or more in the Proposer entity or any of its affiliates. SUBMITTAL REQUIREMENT:Proposers must disclose the name(s)of any officer,director,agent,or immediate family member (spouse,parent,sibling,and child)who is also an employee of the City of Miami Beach. Proposers must also disclose the name of any City employee who owns,either directly or indirectly,an interest of ten(10%)percent or more in the Proposer entity or any of its affiliates 3. References& Past Performance. Proposer shall submit at least three (3) references for whom the Proposer has completed work similar in size and nature as the work referenced in solicitation. SUBMITTAL REQUIREMENT: For each reference submitted, the following information is required: 1) Firm Name, 2) Contact Individual Name&Title,3)Address,4)Telephone,5)Contact's Email and 6)Narrative on Scope of Services Provided. 4. Suspension, Debarment or Contract Cancellation. Has Proposer ever been debarred, suspended or other legal violation,or had a contract cancelled due to non-performance b an public sector agency? YES I NO SUBMITTAL REQUIREMENT: If answer to above is"YES,"Proposer shall submit a statement detailing the reasons that led to action(s). 5. Vendor Campaign Contributions.Proposers are expected to be or become familiar with,the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with, and shall be subject to any and all sanctions,as prescribed therein,including disqualification of their Proposals,in the event of such non-compliance. SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities(including your sub-consultants)with a controlling financial interest as defined in solicitation.For each individual or entity with a controlling financial interest indicate whether or not each individual or entity has contributed to the campaign either directly or indirectly,of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. 6. Code of Business Ethics.Pursuant to City Resolution No.2000-23879,each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics("Code")and submit that Code to the Department of Procurement Management with its proposal/response or within five(5)days upon receipt of request.The Code shall, at a minimum, require the Proposer, to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. In lieu of submitting Code of Business Ethics, Proposer may submit a statement indicating that it will adopt,as required in the ordinance,the City of Miami Beach Code of Ethics,available at http:l/www.miamibeachfl.dov/city-hail/procurement/ RFQ 2018-097-KB 18 MIAMI BEACH 7. Living Wage.Pursuant to Section 2-408 of the City of Miami Beach Code,as same may be amended from time to time,covered employees shall be paid the required living wage rates listed below: 1. Effective January 1, 2018, covered employees must be paid a living wage rate of no less than$11.62 per hour with health care benefits of at least$2.26 per hour,or a living wage rate of no less than$13.88 per hour without health care benefits. 2. Effective January 1,2019, covered employees must be paid a living wage rate of no less than$11.70 per hour with health care benefits of at least$2.74 per hour,or a living wage rate of no less than$14.44 per hour without health care benefits: 3. Effective January 1,2020, covered employees must be paid a living wage rate of no less than$11.78 per hour with health care benefits of at least$3.22 per hour,or a living wage rate of no less than$15.00 per hour without health care benefits. . The living wage rate and health care benefits rate may, by Resolution of the City Commission be indexed annually for inflation using the Consumer Price Index for all Urban Consumers (CPI-U) Miami/Ft. Lauderdale, issued by the U.S. Department of Labor's Bureau of Labor Statistics. Notwithstanding the preceding, no annual index shall exceed three percent(3%).The City may also,by resolution,elect not toindex the living wage rate in any particular year,if it determines it would not be fiscally sound to implement same(in a particular year). Proposers'failure to.comply with this provision shall be deemed a material breach under this proposal,under which the City may, at its sole option,immediately deem said Proposer as non-responsive,and may further subject Proposer to additional:penalties and fines,as provided in the City's Living Wage Ordinance,as amended. Further information on the Living Wage requirement is available at hittp://www.miamibeachfl.govlcity-hall/orocurementlprocurement-related-ordinance-and-procedures/, SUBMITTAL REQUIREMENT: No additional submittal is,required. By virtue of executing this affidavit document, Proposer agrees to the living wage requirement. Any payroll request made by the City during the contract term shall be completed electronically via the City's electronic compliance portal,LCP Tracker(LCPTracker.net). 8. Equal Benefits for Employees with Spouses and Employees with Domestic Partners. When awarding competitively solicited contracts valued at over$100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks,the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business with the City of Miami Beach,who are awarded a contract pursuant to competitive proposals,to provide"Equal Benefits"to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach, Florida; and,the Contractor's employees located in the United States,but outside of the City of Miami Beach limits,who are directly performing work on the contract within the City of Miami Beach. A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? YES ' NO B. Does your company provide or offer access to any benefits to employees with(same or opposite sex)domestic partners*or to domestic partners of employees? YES NO C. Please check all benefits that apply to your answers above and list in the "other section any additional benefits not already specified.Note:some benefits are provided to employees because they have a spouse or domestic partner,such as bereavement leave;other benefits are provided directly to the spouse or domestic partner,such as medical insurance. BENEFIT Firm Provides for Firm Provides for Firm does not• Employees with Employees with Provide Benefit Spouses Domestic Partners Health Sick Leave Family Medical Leave Bereavement Leave If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g.,there are no insurance providers in your area willing to offer domestic partner coverage).you may be eligible for Reasonable'Measures compliance.To comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application (attached)with all necessary documentation.Your Reasonable'Measures Application will be reviewed for consideration by the City Manager,or his designee.Approval is not guaranteed and the City Manager's decision is final. Further information on the Equal Benefits requirement is available at http'//www.miamibeachfl.gov/cit/-hall/procurement/procurement-related-ordinance- and-procedures/ RFQ 2018-097-KB 19 MIAMI BEACH 9. Public Entity Crimes.Section 287.133(2)(a),Florida Statutes,as currently enacted or as amended from time to time,states that a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal,proposal,or reply on a contract to provide any goods or services to a public entity;may not submit a proposal, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit proposals, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor,supplier,subcontractor,or consultant under a contract with any public entity;and may not transact business with any public entity in excess of the threshold amount provided in s.287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees with the requirements of Section 287.133,Florida Statutes,and certifies it has not been placed on convicted vendor list. 10. Non-Discrimination.Pursuant to City Ordinance No.2016-3990,the City shall not enter into a contract with a business unless the business represents that it does not and will not engage in a boycott as defined in Section 2-375(a) of the City Code, including the blacklisting,divesting from,or otherwise refusing to deal with a person or entity when such action is based on race, color,national origin,religion,sex,intersexuality,gender identity,sexual orientation,marital or familial status,age or disability. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code. 11. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant to Resolution 2016-29375, the City of Miami Beach, Florida, prohibits official City travel to the states of North Carolina and Mississippi, as well as the purchase of goods or services sourced in North Carolina and Mississippi. Proposer shall agree that no travel shall occur on behalf of the City to North Carolina or Mississippi,nor shall any product or services it provides to the City be sourced from these states. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Resolution 2016-29375. 12. Fair Chance Requirement.Pursuant to Section 2-376 of the City Code,the City shall not enter into any contract resulting from a competitive solicitation, unless the proposer certifies.in writing that the business has adopted and employs written policies, practices,and standards that are consistent with the City's Fair Chance Ordinance,set forth in Article V of Chapter 62 of the City Code("Fair Chance Ordinance"), and which, among other things, (i)prohibits City contractors, as an employer, from inquiring about an applicant's criminal history until the applicant is given a conditional offer of employment; (ii) prohibits advertising of employment positions with a statement that an individual with a criminal record may not apply for the position,and(iii)prohibits placing a statement on an employment application that a person with a criminal record may not apply for the position. SUBMITTAL REQUIREMENT: No additional submittal is required at this time. By virtue of executing this affidavit, Proposer certifies that it has adopted policies,practices and standards consistent with the City's Fair Chance Ordinance. Proposer agrees to provide the City with supporting documentation evidencing its compliance upon request. Proposer further agrees that any breach of the representations made herein shall constitute a material breach of contract, and shall entitle the City to the immediate termination for cause of the agreement,in addition to any damages that may be available at law and in equity. 13. Acknowledgement of Addendum. After issuance of solicitation,the City may release one or more addendum to the solicitation which may provide additional information to Proposers or alter solicitation requirements. The City will strive to reach every Proposer having received solicitation through the City's e-procurement system, PublicPurchase.com. However, Proposers are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation.This Acknowledgement of Addendum section certifies that the Proposer has received all addendum released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addenda may result in proposal disqualification. Initial to Confine Initial to Confirm Initial to Confirm Receipt Receipt Receipt Addendum 1 Addendum 6 Addendum 11 Addendum 2 Addendum 7 Addendum 12 Addendum 3 Addendum 8 Addendum 13 Addendum 4 Addendum 9 Addendum 14 Addendum 5 Addendum 10 Addendum 15 If additional confirmation of addendum is required,submit under separate cover. RFQ 2018-097-KB 20 MIAMI BEACH 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 applicants 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 201-8-097-KB 21 MIAMI BEACH PROPOSER CERTIFICATION I hereby certify that: I, as an authorized agent of the Proposer , am submitting the following information as my firm's proposal; Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation, all attachments, exhibits and appendices and the contents of any Addenda released hereto, and the Disclosure and Disclaimer Statement; proposer agrees to be bound to any and all specifications, terms and conditions contained in the solicitation, and\any released Addenda and understand that the following are requirements of this solicitation and failure to comply will result in disqualification of proposal submitted; Proposer has not divulged, discussed, or compared the proposal with other Proposals and has not colluded with any other proposer or party to any other proposal; proposer acknowledges,that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; all responses, data and information contained in this .proposal, inclusive of the Statement of Qualifications Certification,Questionnaire and Requirements Affidavit'are true and accurate. Name of Proposer's Authorized Representative: Title of Proposer's Authorized,Representative: Signature of Proposer's Authorized Representative: Date: State of FLORIDA ) On this_day of ,20_,personally appeared before me who County of ) stated that(s)he is the of , a corporation, and that the instrument was signed in behalf of the said corporation by authority of its board of directors and acknowledged said instrument to be its voluntary act and deed. Before me: Notary Public for the State of Florida My Commission Expires: • RFQ 2018-097-KB 22 APPENDIX & • II it 5 � " No Bid " : Form • 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS- NEEDED BASIS PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 o tan fo`r ©ses endors aha have recei td` e ' notification af� i s It tit ian but'k ;d"ecide-4i o torrespon to caniplel`e and submit:. xxtfached""Staterf eh of No ,Bid." The m "Stateent'of No Biot" pr©vides' lei City' u'iitfh'informdtion ©rn'haw to improve the solicitation process. Failure to;submit d'`Statement of No Bid" may`resultin not being notified of future solicitations by the City. RFQ 2018-097-KB 23 MIAMI BEACH Statement of No Bid WE HAVE ELECTED NOT TO SUBMIT A STATEMENTS OF QUALIFICATIONS AT THIS TIME FOR REASON(S) CHECKED AND/OR INDICATED BELOW: _Workload does not allow us to proposal _Insufficient time to respond _Specifications unclear or too restrictive Unable to meet specifications Unable to meet service requirements _Unable to meet insurance requirements _Do not offer this product/service _OTHER. (Please specify) We do_do not_want to be retained on your mailing list for future proposals of this type product and/or service. Signature: Title: Legal Company Name: Note: Failure to respond, either by submitting a proposal or this completed form, may result in your company being removed from our vendors list. PLEASE RETURN TO: CITY OF MIAMI BEACH PROCUREMENT DEPARTMENT ATTN: KRISTY BADA STATEMENTS OF QUALIFICATIONS#2018-097-KB 1755 MERIDIAN AVENUE, 3`d FLOOR MIAMI BEACH, FL 33139 RFQ 2018-097-KB 24 APPENDIX C I t_. Minimum Requirements & Specifications 201 8-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS- NEEDED BASIS PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 RFQ 2018-097-KB 25 MIAMI BEACH Cl. Minimum Eligibility Requirements. The Minimum Eligibility Requirements for this solicitation are listed below. Proposer shall submit, the required submittal(s) documenting compliance with each minimum requirement.. Proposers that fail to include the required submittals with its proposal or fail to comply with minimum requirements shall be deemed non-responsive and shall not have its proposal considered. 1. Bidder (defined as the Firm) shall hold an asbestos business certification AND a geology business certification from the Florida Department of Business and Professional Regulation. C2.Statement of Work Required 2.1 Introduction/Background The City requires the services of consulting firms to perform citywide geotechnical and soil testing services for the Capital Improvement Program (CIP) and Public Works Departments. For five (5) years, the City has contracted with several consulting firms to provide these services. The current contract for these services expires on August 18,2018. In order to consider a replacement contract, the City is seeking proposals from qualified firm(s) to perform citywide geotechnical and soil testing services. Geotechnical, soil testing and/or lab testing services are required for proper pre-planning of construction projects for the City. Many of the City's CIP and Public • Works projects will require, during one time or another, a geotechnical, soils or lab testing report to validate either the City's Engineer's or any Architect's or Engineer of Records recommendations as to any site, building or any other project's unknown characteristics. Through the issuance of this RFQ the City will be able to adequately plan and incorporate geotechnical and soil testing services as part of the pre-construction preparatory work, which is a phase of every City construction project In addition, the Geotechnical firm(s) would provide personnel that are qualified, trained and thoroughly familiar with the City's rules, policies, and procedures in inspection, sampling testing, and reporting various areas and stages of construction. The ability to have a list of Geotechnical firms to be contacted on an as needed basis would enable the City to utilize these services when the need arises. It is the intent of the City of Miami Beach to select several firms under this RFQ,which will be contacted on an as needed basis. This contract shall remain in effect for an initial term of five (5) years, with two (2) optional renewal years at the City's discretion. 2.2 Geotechnical Services • The Consultant shall provide all labor, materials, equipment, transportation, and other appurtenant work for performing subsurface explorations, obtaining representativesamples, and performing all other geotechnical services. • The Consultant shall comply with all federal, state, and local rules and regulations with regard to permits,bonds,drilling, plugging, and all other applicable aspects of drilling. • The Consultant shall research and review all pertinent existing geologic and geotechnical data and information available from USGS, area development, and the company's own files. • The Consultant shall review the proposed project information and requested scope of work indicated as a minimum level of services desired relative to the anticipated subsurface conditions present. If localized subsurface conditions are expected to vary significantly, Consultant shall advise Owner of additional recommended services prior to commencing work. • The Consultant shall be responsible for contacting the appropriate agencies (state/city utility check) RFQ 2018-097-KB 26 MIAMI BEACH for determining locations of utilities in the vicinity of the actual boring locations. • Borings shall be backfilled to the original ground surface in accordance with all applicable local, state,and federal guidelines. • Consultant shall perform the standard penetration test(SPT) in accordance with ASTM Designation D 1586. • In soil that is predominantly cohesive (silty clays, sandy clays, and material with adhesive binder), Consultant shall use the thin-walled tube method for sampling in accordance with ASTM Designation D 1587. • Rock coring shall be performed in accordance with ASTM Designation D 2113. • Double-ring infiltration test shall be conducted in accordance with ASTM Designation D 5093. • Laboratory tests shall be assigned and performed by the Consultant to classify soils and obtain geotechnical physical characteristics such as strength, compressibility, swell potential, compaction characteristics, and chemical characteristics such as corrosiveness. Perform laboratory testing consistent in quantity and quality with local geotechnical engineering practice to provide the required design parameters and recommendations. The quantity of tests to be performed will be dependent upon the type of soil 'and/or rock encountered during drilling and sampling with additional consideration of the foundation types that may be required to support the proposed structures. • The Consultant shall prepare a geotechnical engineering report containing a discussion of the proposed construction, final boring logs, boring location plan, a description of the drilling and sampling program, a description of the geology and subsurface conditions encountered, groundwater conditions, laboratory test results, and foundation and earthwork recommendations and design parameters. The following is a list of major items that shall appear in the geotechnical engineering report: • Previous Construction Activity and Existing Fill (If present): A discussion of previous construction activity shall address any existing fills or subsurface openings, if encountered. Outline the engineering properties of any existing fills with regard to foundation design. • Subsurface Conditions: Subsurface conditions encountered at the site shall be discussed, based upon stratigraphic sequence observed and local geology. Figures shall be provided displaying soil borings and generalized cross sections. A general description of the engineering properties or parameters determined from the investigation and applied to design recommendations shall be provided. Prevailing groundwater elevations observed and those recommended for design shall be noted. • Site Preparation Recommendations: Provide grading and site preparation recommendations taking into consideration the conceptual grading plan for the site. • Compaction Requirements: The report shall contain detailed and specific criteria for acceptable embankment, fill, or backfill materials and address whether the available borrow material on site is suitable for general or structural fill.The report shall contain recommendations for material usage at the site with regard to placement and compaction requirements as well as any recommended treatment. Compaction criteria, including acceptable gradations, moisture control, compactive effort, and need for proofrolling shall be discussed, including criteria for both-granular and cohesive fill, if applicable. Preparation of subgrades for fill and backfill placement shall be discussed. • Foundation Design: The geotechnical engineering report prepared by the Consultant will be used to size and structurally design stable foundations for the structures.To accomplish this task,the report ,shall contain recommendations in regard to the recommended foundation type for each structure, as RFQ 2018-097-KB 27 MIAMI BEACH loading and site conditions may require. The report shall provide net allowable bearing pressures for shallow spread footings and mats, at recommended bearing depths, considering the types of materials supporting the mats, and note whether any overstressing is allowed under short-term loading such as dynamic, wind, or seismic loading conditions. If over-excavation of unsuitable materials and backfill with structural backfill are required to improve the foundation soils to allow the use of shallow foundations, provide estimated vertical and horizontal extent of the over-excavation and structural backfill. Provide estimated total and differential settlement for foundations using the recommended bearing pressures. Provide an estimate of the time of settlement. Note factors of safety included or recommended. Provide recommendations for resistance to lateral loads, such as passive earth pressures and sliding friction for the base of foundations. Provide recommended groundwater level for determination of buoyancy and means to resist buoyant forces, if needed. Recommendations for deep foundations shall include diameter, depth, and any recommended installation requirements. Provide allowable design loading capacities for vertical downward loading, vertical upward loading, and horizontal loading,as appropriate to the site conditions. Provide design parameters for analysis of laterally loaded drilled piers as required for input into lateral pile capacity software.All factors of safety utilized in developing the allowable load capacities shall be outlined in • detail. • Slope Stability and Excavations: The report shall address the recommended inclination of both temporary excavation and permanent slopes. • Excavation Requirements: If necessary, a section of the report shall address the excavatibility of the soils and rock which may be exposed during foundation excavation and site grading. The effort and type of equipment utilized to perform excavations is dependent upon the size and depth of the excavation. Thus, the 'discussion shall be in regard to area-type excavations and confined excavations, such as utility trenches. • Dewatering: Conditions present at the site requiring groundwater control, dewatering, or surface drainage during excavation for mats,-footings, and other construction shall be discussed. Anticipated types of dewatering shall be described. Special consideration to exposed sub-soils within the bottom of excavations during construction shall be addressed. • Corrosion Potential and Chemical Attack to Concrete: An evaluation of representative subsurface materials shall be performed to provide laboratory test results for chemical constituents, specifically pH, chloride ion, soluble sulfates, and sulfides as well as electrical resistivity. These parameters are required to evaluate the potential for corrosion to underground piping and grounding, and selection of cement type to resist potential sulfate attack. • Pavements and Roadway: Provide typical pavement thickness suggestions in accordance with Miami Dade County and FDOT specifications. Any other items of consideration as deemed necessary by the geotechnical company. The geotechnical engineering report shall be prepared by or under the direction of a Registered Professional Engineer registered under the regulatory laws of the State of Florida. RFQ 2018-097-KB 28 MIAMI BEACH 2.3 Roadway Reports Roadway reports shall include, but not be limited to: • Copies of SCS and USGS maps with project limits. • A report of tests sheet that summarizes the laboratory test results, the soil stratification (i.e., soils grouped into layers of similar materials) and construction recommendations relative to the current Standard Indices. • Estimated seasonal high and/or low groundwater levels, and review with respect to proposed pavement grades. • Recommend type of geosynthetic for various applications. • The Design LBR results from 90%and mean methods. • Permeability/infiltration parameters for water retention areas/exfiltration trenches/swales. • A description of the site and subsoil conditions, design recommendations and a discussion of any special considerations (i.e., removal of unsuitable material, recompression of weak soils, estimated settlement time/amount,groundwater control etc.). • An appendix which contains stratified soil boring profiles, laboratory test data sheets, Design LBR calculations/graphs,and any other pertinent information. In addition to the roadway report, the Consultant will also provide stratified boring profiles to the Designer and review the entire set of plans for completeness before each submittal as requested by the Department. The Consultant shall assist the Designer with detailing limits on the cross-sections of subsoil excavation. Up to four draft roadway reports shall be submitted to the District Geotechnical Engineer for each review prior to incorporation of the Consultant's recommendations in the project design. 2.4 • Permits The consultant is responsible for obtaining and maintaining all required City of Miami Beach and any Miami Dade County Public Works permits, including but not limited to, MOT, excavations, etc. Additionally, if required, the consultant shall be responsible for all special events permits from the City of Miami Beach and Miami Dade County Police Departments. 2.5 Additional Services Other geotechnical services to perform geotechnical investigation and/or construction material testing at other locations to be determined at a later date, may be required beyond the scope of this work. Compensation for such additional services shall be negotiated based on hourly rates contained in the Agreement awarded under this RFQ. 2.6 Materials Testing, Inspection,and Reporting The Consultant shall provide the City of Miami Beach with personnel that are qualified, trained and thoroughly familiar with the City's rules, policies, and procedures in inspection, sampling testing, and reporting in the following areas: RFQ 2018-097-KB 29 MiA I BEACH • Bituminous Construction Materials • Sand, Coarse Aggregate, Limerock and Cemented Coquina Mine Inspection • Base, Sub-Grade and Embankment Materials • Pavement Parking Materials • Portland.Cement Concrete • Precast Concrete Products • Pre-Stressed Concrete Products • Drilled Shaft Inspection • Laboratory Information Management System (LIMS)Data Entry • Pavement Coring Reporting(PCR)Data Entry • Consultant Contract Project Management • Construction Materials Investigations,Special Studies& Projects • Miscellaneous Construction Related Activities • Materials Inspection and Testing Related Maintenance Activities • Asphalt Concrete Inspection/Evaluation • SeismicNibration Monitoring/Reporting • Special Inspector Services i— The Consultant shall provide(when required)qualified and experienced technicians in the following: • Aggregate Field Testing • Concrete Field Technician Level I and II • Aggregate Laboratory Testing • Concrete Laboratory Technician • LBR Technician • Asphalt Paving • Asphalt Plant. • CTCI-Concrete Transportation Construction Inspections • Pre-stress Inspector Technician • Drilled Shaft Inspector • Pile Driving Inspector 2.7 Laboratory.Services The Consultant shall have a capable materials laboratory. The Consultant laboratory shall have a Quality Control Program that includes provisions for checking test equipment and lab personnel proficiency. The laboratory must keep up-to-date records of calibration checks. RFQ 2018-097-KB30 MIAMI BEACH APPENDIX D , i` x°spa ` [ :;ex «tee r . .,.,% C " Special. Conditions 2M 8-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS- NEEDED BASIS PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 RFQ 2018-097-KB 31 MIAMI BEACH 1.TERM OF CONTRACT. Five(5)years. 2.OPTIONS TO RENEW.Option to renew is at the discretion of the City for two(2)additional two(2)year periods. 3.PRICES. Not Applicable. 4.EXAMINATION OF FACILITIES. Not Applicable. 5. INDEMNIFICATION. Provider shall indemnify and hold harmless the City and its officers, employees, agents and instrumentalities from any and all liability, losses or damages, including attorneys' fees and costs of defense, which the City or its officers, employees, agents or instrumentalities may incur as a result of claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to or resulting from the performance of this Agreement by the Provider or its employees, agents,servants, partners principals or subcontractors. Provider shall pay all claims and losses in connection therewith and shall investigate and defend all claims, suits or actions of any kind or nature in the name of the City, where applicable, including appellate proceedings, and shall pay all costs,judgments, and attorney's fees which may issue thereon. Provider expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by Provider shall in no way limit the0responsibility to indemnify, keep and save harmless and defend the City or its officers,employees, agents and instrumentalities as herein provided. 6. PERFORMANCE BOND. Not Applicable. • 7. REQUIRED CERTIFICATIONS.Not Applicable. 8.SHIPPING TERMS.Not Applicable. 9. DELIVERY REQUIREMENTS.Not Applicable. 10.WARRANTY REQUIREMENTS.Not Applicable. 11. BACKGROUND CHECKS. Not Applicable. j 12. COMPETITIVE SPECIFICATIONS. It is the goal of the City to maximize competition for the project among suppliers& contractors. Consultant shall endeavor to prepare all documents, plans & specifications that are in accordance with this goal. Under no condition shall Consultant include means & methods or product specifications that are considered "sole source"or restricted without prior written approval of the City. 13. ADDITIONAL TERMS OR CONDITIONS. This RFQ, including the attached Sample Contract, contains all the terms and conditions applicable to any service being provided to the City resulting from award of contract. By virtue of submitting a proposal,consultant agrees not to require additional terms and conditions at the time services are requested, either through a separate agreement,work order, letter of engagement or purchase order. 14. CHANGE OF PROJECT MANAGER. A change in the Consultant's project manager (as well as any replacement) shall be subject to the prior written approval of the City Manager or his designee (who in this case shall be an Assistant City Manager). Replacement(including reassignment) of an approved project manager or public information officer shall not be made without submitting a resume for the replacement staff person and receiving prior written approval.of the City Manager or his designee(i.e.the City project manager). 15. SUB-CONSULTANTS. The Consultant shall not retain, add, or replace any sub-consultant without the prior written approval of the City Manager, in response to a written request from the Consultant stating the reasons for any proposed RFQ 2018-097-KB 32 MIAMI BEACH, substitution. Any approval of a sub-consultant by the City Manager shall not in any way shift the responsibility for the quality and acceptability by the City of the services performed by the sub-consultant from the Consultant to the City. The quality of services and acceptability to the City ofthe services performed by sub-consultants shall be the sole responsibility of Consultant. 16. NEGOTIATIONS.Upon approval of selection by the City Commission, negotiations between the City and the selected Proposer(s) will take place to arrive at a mutually acceptable Agreement, including final scope of services, deliverables and cost of services. Remainder of Page Intentionally Left Blank • RFQ 2018-097-KB 33 APPENDIX E 1111" 11.1AA A Iy E C Insurance Requirements 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS- NEEDED BASIS • PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 RFQ 2018-097-KB 34 iV\ 1At \ IBEAC INSURANCE REQUIREMENTS This document sets forth the minimum levels of insurance that the contractor is required to maintain throughout the term of the contract and any renewal periods. XXX 1. Workers'Compensation and Employer's Liability per the Statutory limits of the state of Florida. XXX 2. Comprehensive General Liability(occurrence form), limits of liability$ 1,000,000.00 per occurrence for bodily injury property damage to include Premises/ Operations; Products, Completed Operations and Contractual Liability. Contractual Liability and Contractual Indemnity (Hold harmless endorsement exactly as written in"insurance requirements"of specifications). XXX 3. Automobile Liability-$1,000,000 each occurrence-owned/non-owned/hired automobiles included. 4. Excess Liability-$ .00 per occurrence to follow the primary coverages.. XXX 5. The City must be named as and additional insured onthe liability policies;and it must be stated on the certificate. 6. Other Insurance as indicated: _Builders Risk completed value $ .00 _Liquor Liability $ .00 _Fire Legal Liability $ .00 _Protection and Indemnity $ .00 Employee Dishonesty.Bond $ .00 _Other $ .00 XXX 7. Thirty(30)days written cancellation notice required. XXX 8. Best's guide rating B+:VI orbetter, 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 2018-097-KB 35 ATTACHMENT C CONSULTANT'S RESPONSE TO THE RFQ 51 Detail by FEI/EIN Number Page 1 of 3 Florida Department of State DIVISION OF CORPORATIONS Di nli,cJ r of t .:by-°.org '�,����,.J���\`.rr r:�•��: oitieistd Stat_ of Florida;s'?f�:i.r.• Department of State t Division of Corporations / Search Records / Detail By Document Number/ Detail by FEI/EIN Number Florida Profit Corporation WINGERTER LABORATORIES INC Filing Information • Document Number 156963 FEI/EIN Number 59-0594442 • Date Filed 01/18/1949 State ' FL Status ACTIVE Principal Address 1820 N. E. 144TH STREET NORTH MIAMI, FL 33181 Changed:01/26/2004 • Mailing Address • 9861 N.W. 3rd Street Pembroke Pines, FL 33024 Changed: 04/28/2017 Registered Agent Name&Address CHIN-YOU,JILL W • • 9861 N.W. 3rd Street • Pembroke Pines, FL 33024 Name Changed:01/21/2003 Address Changed:04/28/2017 Officer/Director Detail • Name&Address Title P CHIN-YOU,JILL W 1820 N. E. 144TH STREET NORTH MIAMI, FL 33181 Title C WINGERTER, NANCY L • http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inq... 1/29/2019 Detail by FEI/EIN Number Page 2 of 3 1820 NE 144 ST NORTH MIAMI, FL 33181 Title S WINGERTER,JENNIFER L • 1820 NE 144•ST NORTH MIAMI, FL 33181 Title VP FLOOD, DONALD J.,Jr. • 1820 N. E. 144TH STREET NORTH MIAMI, FL 33181 Annual Reports Report Year Filed Date 2016 03/03/2016 2017 04/28/2017 2018 02/06/2018 • Document Images 02/06/2018—ANNUAL REPORT View image in PDF format 04/28/2017—ANNUAL REPORT View image in PDF format 03/03/2016—ANNUAL REPORT View.image in PDF format 02/20/2015—ANNUAL REPORT View image in PDF format 02/27/2014—ANNUAL REPORT View image in PDF format 03/04/2013—ANNUAL REPORT View image in PDF format 02/06/2012—ANNUAL REPORT View image in PDF format 02/15/2011—ANNUAL REPORT View image in PDF format 03/23/2010—ANNUAL REPORT View image in PDF format 07/17/2009—ANNUAL REPORT View image in PDF format 02/06/2009—ANNUAL REPORT View image in PDF format 01/11/2008—ANNUAL REPORT View image in PDF format 03/28/2007—ANNUAL REPORT View image in PDF format 02/01/2006—ANNUAL REPORT View image in PDF format 01/11/2005—ANNUAL REPORT View image in PDF format 01/26/2004—ANNUAL REPORT View image in PDF format 01/21/2003—ANNUAL REPORT View image in PDF format 02/07/2002—ANNUAL REPORT View image in PDF format 05/17/2001—ANNUAL REPORT View image in PDF format. 03/28/2000—ANNUAL REPORT View image in PDF format 03/30/1999—ANNUAL REPORT View image in PDF format 04/16/1998—ANNUAL REPORT View image in PDF format 05/02/1997—ANNUAL REPORT View image in PDF format 04/22/1996—ANNUAL REPORT View image in PDF format 05/01/1995—ANNUAL REPORT View image in PDF format http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inq... 1/29/2019 Detail by FEI/EIN Number Page 3 of 3 Florida Department of State,Division of Corporations http://s earch.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inq... 1/29/2019 RESPONSE TO REQUEST FOR QUALIFICATIONS RFQ NO. #2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS Prepared for: CITY OF MIAMI BEACH Procurement Division 1755 Meridian Ave, 3rd Floor Miami Beach, Florida 33139 July 30, 2018 at 3:00 P.M. 1/11 LABORATORIESWINGERTEI INC. Professional Engineering & Testing Established 1949 WINGERTER LABORATORIES INC. Professional Enaineerina&Testing Established 1949 1.1 Table of Contents SECTION 1.1 Cover Letter 1.1 Table of Contents 1.2 Response Certification, Questionnaire&Requirements Affidavit(Appendix A) 1.3 Minimum Qualifications Requirements. 2.1 Qualifications of Proposing Firm. 2.1 Miami-Dade Tech Certification. 2.2 Qualifications of Proposer Team. 3.1 Approach and Methodology. -1- 1820 N.E.1440 Street•North Miami,FL 33181•(305)944-3401•I-800-345-SOIL Fax:(305)949-8698•Broward:(954)764-0472•Dispatch Fax:(305)949-1328 STEEL•CEMENT•CONCRETE•PAVEMENT INSPECTIONS•TEST BORINGS•SPECIFICATIONS WINGERTER LABORATORIES INC. Professional Enaineerin•a Testing Established 1949 1.1 Cover Letter July 30th.2018 The City of Miami Beach Procurement Department 1755 Meridian Avenue,3`d Floor Miami Beach,Florida 33139 RE: RFQ No.:2018-097-KB PROJECT: Professional Geotechnical and Engineering Testing Services To Whom It May Concern: WINGERTER LABORATORIES, INC. (WLI) is pleased to submit our qualifications pursuant to the City of Miami Beach Request for Qualifications for Professional Geotechnical and Laboratory Testing Services on an as- needed basis. As a family owned business we are proud to continue to provide high quality, cost-effective and • timely services possible for the efficient execution of the proposed project requirements. With our personal assurance WLI offers to provide the City of Miami Beach with a distinct level'of materials testing, inspection, geotechnical, environmental, and consulting Services. WINGERTER LABORATORIES, INC.is a family owned, third generational firm that was founded in January 1949, as a Construction Materials Engineering Testing Laboratory to provide quality testing services for the construction industry in the South Florida area. We continue to retain a superior reputation in terms of Dependability, Quality and Professionalism and have been a recognized leader in our industry in South Florida. If given the opportunity, we will work diligently to earn the City's trust and respect by delivering consistently professional and timely information that will assist with the'successful completion of various City projects. WLI has the immediate staffing ability to provide all of the services requested within this request for proposal and has been providing similar services to other municipalities for the past 69 years. WLI has carefully reviewed the submittal requirements to enable us to provide a compliant response in order to provide the requested Professional Geotechnical and Laboratory Testing Services. WLI can meet or exceed all of the minimum proposer requirements/qualifications. WINGERTER LABORATORIES, INC., is a member of the American Council of Independent Laboratories (ACIL) and conforms to the "Recommended Requirements �of Independent Laboratory Qualifications". WINGERTER LABORATORIES,INC.,is inspected and is certified by The Construction Materials Engineering Council (CMEC), Miami-Dade County Building Code Compliance and The Florida Department of Transportation(FDOT). Copies of certifications and accreditations have been included in this package for your review. -2- 1820 N.E.1441x'Street•North Miami.FL 33181 •(305)944-3401•1-800-345-SOIL Fax:(305)949-8698•Broward:(954)764-0472•Dispatch Fax:(305)949-1328 STEEL•CEMENT•CONCRETE•PAVEMENT INSPECTIONS•TEST BORINGS•SPECIFICATIONS WINGERTER LABORATORIES INC. Professional Engineering 8z Testing Established 1949 City of Miami Beach RFQ#2018-097-KB • Our Laboratory personnel are all fully certified in their specific areas work. We have Florida Registered Professional Engineers on staff to review, sign and seal reports as well as licensed Threshold Engineers, Building Inspectors to perform special and threshold construction inspections and Professional Geologists. WINGERTER LABORATORIES, INC., has maintained yearly revenues in excess of 1.3 million dollars from testing and inspections services continuously for the past ten years. WLI has successfully completed over Three Thousand Eight Hundred projects in the last five years. We specialize in and are capable of performing virtually every test and inspection envisioned for this type of project and have extensive experience in dealing with South Florida Regulatory Agencies. Our services have been provided to virtually every Governmental agency in South Florida.' WLI has been involved in some of South Florida's most recognizable historical construction projects which range from the Original Fontainebleau Hotel, The Rickenbacker Causeway, Jackson Memorial Hospital, The Metrorail,Bayside Marketplace, Joe Robbie Stadium, The Marquis, The Blue &Marina Blue Condominium, 1450 Brickell, Park Place at Brickell, Prototype Publix #621 on Miami Beach and both The Ft. Lauderdale/Hollywood and Miami International Airports. We offer the most comprehensive and specialized testing and quality control services including-forensic investigations and specialty work for which there is no ASTM or specified test method.Today,WLI remains a strong,knowledgeable leader that has shaped the South Florida skyline continually delivering the quality services, unique perspectives, and specialty testing services with cost consciousness and efficiencyat the forefront. We appreciate the opportunity to submit our response to Request for Qualifications for Geotechnical Engineering and Laboratory Testing Services and look forward to hearing from you further. If you should have any questions, please feel free to contact me at(305)944-3401,Extension 8 or via E-mail:Jili@a,wingerterlab.com. Yours Truly, WINGERTER LABORATORIES INCORPORATED using C600e4't' Ji 1 ingerter Chin-You - P ident -3- 1820 N.E.144th Street•North Miami,FL 33181 •(305)944-3401•I-800-345-SOIL Fax:(305)949-8698•Broward:(954)764-0472•Dispatch Fax:(305)949-1328 STEEL•CEMENT•CONCRETE•PAVEMENT INSPECTIONS•TEST BORINGS•SPECIFICATIONS WINGERTER IIVELABORATORI S INC. ProfessionalEnaineesins&Testing Established 1949 City of Miami Beach RFQ#2018-097-KB WLI is committed to providing provide prompt reliable services to the City of Miami Beach. Our entire technical team is dedicated to knowing and adhering to the most recent and applicable building codes while serving our clients in a professional and timely manner. We have earned an excellent reputation throughout South Florida's municipal governments for providing these services. Our clients speak highly of the level of professionalism and knowledge our staff exhibits. Our team provides services to both the Miami-Dade and Broward County "Rotating" lists for Foundations and Materials Testing and maintain active purchase orders with other local cities. Given our long history of commitment to client satisfaction and our years of experience providing Professional Geotechnical Engineering and Construction Material Testing and Inspection Services,WLI is confident that we will meet the needs of the City of Miami Beach. We do not anticipate any constraints in providing a high level of services to the City and meeting the assigned time constraints for a given project. We will accommodate the City's schedules and specific requirements and have established many long-standing relationships with many diversified clients, including municipalities and private developers who come back repeatedly to WLI for the top level of engineering services that they have come to know and rely on. Below is a brief list of municipalities that we have provided similar services for. Our Municipal Clients include: • Miami Beach • Broward County Parks&Recreation Housing Authority • Broward County Roads&Bridges : Miami-Dade County Aviation • Broward County Engineering • Miami-Dade County Public Works • City of Coral Gables Public Works • Miami-Dade County Parks&Recreation • City of Doral(as a sub-consultant) • Miami-Dade County Water&Sewer Authority • City of Hialeah(as a sub-consultant) i ' • Miami-Dade County Solid Waste • City of Hollywood Engineering • Miami-Dade County ADA • City of Homestead • Miami-Dade County OIG • City of Miami Public Works a Miami-Dade Seaport • City of Miami Beach CIF • Miami Shores Village • City of Miami Beach Public Works • Town of Golden Beach • • City of North Miami Parks&Recreation o Town of Surfside • City of North Miami Public Works • Village of Key Biscayne • City of North Miami Beach PW • Village of Palmetto Bay • City of South Miami WINGERTER LABORATORIES,INC. (WLI)has undertaken more than 3,334 projects of various clientele including homeowners, contractors, commercial owners, developers, multi=family developments and high rises and municipalities with contracted rates ranging from one hundred dollar to three hundred thousand dollars. -4- 1820 N.E. 144'Street•North Miami.FL 33181•(305)944-3401•I-800-345-SOIL Fax:(305)949-8698•Broward:(954)764-0472•Dispatch Fax:(305)949-1328 STEEL•CEMENT•CONCRETE•PAVEMENT INSPECTIONS•TEST BORINGS•SPECIFICATIONS WINGERTER LABORATORIES INC. Professional Enaineerina&Testing Established 1949 City of Miami Beach RFQ#2018-097-KB 1.2 Response Certification,_Questionnaire & Requirements Affidavit See attached Appendix A fully completed and executed. • -5- 1820 N.E.144th Street•North Miami.FL 33181•(305)944-3401 •I-800-345-SOIL Fax:(305)949-8698•Broward:(954)'764-0472•Dispatch Fax:(305)949-1328 STEEL•CEMENT•CONCRETE•PAVEMENT INSPECTIONS•TEST BORINGS•SPECIFICATIONS APPENDIX A /V\ AM 1 BEACH Response Certification ; Questionnaire & Requirements Affidavit 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS- NEEDED BASIS PROCUREMENT DEPARTMENT < 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 RFQ 2018-097-KB 16 MIAMI BEACH Solicitation Na Solt'dation Title 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS Procurement Contact Tel: Emait KRISTY BADA 305-673-7490 KRISTYBADA@MIAMIBEACHFL.GOV j 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: . Wrngerter Laboratories;Inc. NO.OF YEARS IN BUSINESS: 69 ' NO.OF YEARS IN BUSINESS LOCALLY:69 NO.OF EMPLOYEES: 21. OTHER NAME(S)PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: FIRM PRIMARY ADDRESS(HEADQUARTERS): 1820 N.E. 144th Street CITY: North Miami STATE: Florida ZIP CODE: 33181 TELEPHONE NO.: (305)9443401 TOLL FREE NO.: (800)345-SOIL(7645) Fax NO.: 305-949-8698 FIRM LOCAL ADDRESS: Same as above CITY: STATE: ZIP CODE: PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: Jill Wingerter Chin-You ACCOUNT REP.TELEPHONE NO.: (305)944-3401, Ext.8 ACCOUNT REP TOL FREE NO.: (800)345-SOIL(7645) ACCOUNT REP EMAIL J)Il©wingerterlab.com FEDERAL TAX IDENTIFICATION NO.: 59-0594442 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 2018-097-KB 17 MIAMI BEACH 1. Veteran Owned Business.Is Proposer claiming a veteran owned business status? I IYES n NO SUBMITTAL REQUIREMENT: Proposers claiming veteran owned business status shall submit a documentation proving that firm is certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United States federal government,as required pursuant to ordinance 2011-3748. 2. Conflict Of Interest.All Proposers must disclose,in their Proposal,the name(s)of any officer,director,agent,or immediate family member(spouse,parent,sibling,and child)who is also an employee of the City of Miami Beach. Further,all Proposers must disclose the name of any City employee who owns,either directly or indirectly,an interest of ten(10%)percent or more in . the Proposer entity or any of its affiliates. SUBMITTAL REQUIREMENT:Proposers must disclose the name(s)of any officer,director,agent,or immediate family member (spouse,parent,sibling,and child)whois also an employee of the City of Miami Beach. Proposers must also disclose the name of any City employee who owns,either directly or indirectly,an interest of ten(10%)percent or more in the Proposer entity or any of its affiliates 3. References&Past.Performance. Proposer shall submit at least three(3)referencesfor whom the Proposer has completed work similar in size and nature as the work referenced in solicitation. SUBMITTAL REQUIREMENT: For each reference submitted,the following information is required: 1)Firm Name,2)Contact Individual Name&Title,3)Address,4)Telephone,5)Contact's Email and 6)Narrative on Scope of Services Provided. 4. Suspension,Debarment or Contract Cancellation.Has Proposer ever been debarred,suspended or other legal violation,or had a contract cancelled due to non-performance by any public sector agency? MEM YES I X I 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 Cr City Commissioner for the City of.Miami Beach. 6. Code of Business Ethics.Pursuant to City Resolution No.2000-23879,each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics("Code')and submit that Code to the Department of Procurement Management with its proposal/response or within five(5)days upon receipt of request.The Code shall,at a minimum,require the Proposer,to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics.In lieu of submitting Code of Business Ethics,Proposer may submit a statement indicating that it will adopt,as required in the ordinance,the City of Miami Beach Code of Ethics,available at http:llwww.miamibeachfl.00v/city-halllarocurement! RFQ 2018-097-KB 18 MIAMI BEACH 7. Living Wage.Pursuant to Section 2-408 of the City of Miami Beach Code,as same may be amended from time to time,covered employees shall be paid the required living wage rates listed below: 1. Effective January 1,2018,covered employees must be paid a living wage rate of no less than$11.62 per hour with health care benefits of at least$2.26 per hour,or a living wage rate of no less than$13.88 per hour without health care benefits. 2. Effective January 1,2019,covered employees must be paid a living wage rate of no less than$11.70 per hour with health care benefits of at least$2.74 per hour,or a living wage rate of no less than$14.44 per hour without health care benefits. 3. Effective January 1,2020,covered employees must be paid a living wage rate of no less than$11.78 per hour with health care benefits of at least$3.22 per hour,or a living wage rate of no less than$15.00 per hour without health care benefits. The living wage rate and health care benefits rate may,by Resolution of the City Commission be indexed annually for inflation using the Consumer Price Index for all Urban Consumers(CPI-U) Miami/Ft. Lauderdale, issued by the U.S. Department of Labor's Bureau of Labor Statistics. Notwithstanding the preceding,no annual index shall exceed three.percent(3%).The City may also,by resolution,elect not to index the living wage rate in any particular year,if it determines it would not be fiscally sound to implement same(in a particular year). Proposers'failure to comply with this provision shall be deemed a material breach under this proposal,under which the City may, at its sole option,immediately deem said Proposer as non-responsive,and may further subject Proposer to additional penalties and fines,as provided in the City's Living Wage Ordinance,as amended. Further information on the Living Wage requirement is available at htta://www.miamibeachfl.govlcity-halltrocurement/procurement-related-ordinance-and-procedures/ SUBMITTAL REQUIREMENT: No additional submittal is required.By virtue of executing this affidavit document, Proposer agrees to the living wage requirement. Any payroll request made by the City during the contract term shall be completed electronically via the City's electronic compliance portal,LCP Tracker(LCPTracker.net). 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 61 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 1111 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 I I 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 I Firm does not I • Employees with Employees with Provide Benefit Spouses Domestic Partners Health X X Sidc Leave 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:llwww.miamibeachfl.gov/city-hall/procurementlprocurement-related-ordinance- and-procedures/ RFQ 2018.097-KB 19 MIAMI BEACH 9. Public Entity Crimes.Section 287.133(2)(a),Florida Statutes,as currently enacted or 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 wig 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 CFair 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 andira equity. 13. Acknowledgement of Addendum. After issuance of solicitation,the City may release one or more addendum to the solicitation which may provide.additional information to Proposers or alter solicitation requirements. The City will strive to reach every Proposer having received solicitation through the City's e-procurement system,PublicPurchase.com.However,Proposers are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation.This Acknowledgement of Addendum section certifies that the Proposer has received all addendum released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addenda may result in proposal disqualification. Initial to Confine Initial to Confirm Initial to Confirm Receipt Receipt Receipt roc Addendum 1 JWC. ' Addendum 6 JWC Addendum 11 ,iwC Addendum 2 rwc Addendum 7 Addendum 12 JWC Addendum 3. JWC Addendum.8 Addendum 13 JWC Addendum 4 roc Addendum 9 Addendum 14 roc - . Addendum 5 roc Addendum 10 Addendum 15 If additional confirmation of addendum is required,submit under separate cover. RFQ 2018r097-KB 20 MIAMI BEACH 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 intonation 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 al 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, ail 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 r 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 languagebetween this Disclosure and Disclaimer and the balance of the solicitation,it is understood that the provisions of this Disclosure and Disdaimer shall always govern.The solicitation and any disputes arising from the solicitation shall be governed by arid construed in accordance with the laws of the State of Florida. RFQ 2018=097-KB 21 MIAMI BEACH 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: Jill Wrngerter Chin-You President Signature of Proposer's Authorized Represen ' : Date: 941414 q, July 30,2018 State of FLORIDA ) On this 30thday of July ,2018 personally appeared before me Jill W Chin-You who ' County of Miami-Dade ) stated that(s)he is the. President Of wtngerter Laboratories,incl.a corporation,and that the instrument was signed in behalf of the said corporation by authority of its board of directors an.1.0.1smledged said instrument to be its voluntary act and deed.Before � d o n -Public for the State ofiqo' a My Commission Expires: •-/3-202,-/ ••. MY COMMISSION#GG05221S u, At EXPIRES:March 13,2021 Vd4pp fif bonded fhra BUdget Notary Services • RFQ 2018-097-KB 22 WINGERTER LABORATORIES IIID Professional Engineering&Tinting Established 1949 CODE OF BUSINESS ETHICS Statement Of Purpose Wingerter Laboratories,Inc. (WLI) seeks to create and sustain an ethical business climate for its clients, vendors and employees by adopting a Code of Business Ethics.Our Code of Business Ethics is modeled after The Greater Miami Chamber of Commerce that encourages its members and local businesses to incorporate the principles and practices outlined here in their individual codes of ethics which will guide their relationships with customers,clients and suppliers. Compliance with Government Rules&Regulations • We will properly maintain all records and post all licenses and certificates in prominent places easily seen by our employees and customers; • In dealing with government agencies and employees,we will conduct business in accordance with all applicable rules and regulations and in the open; • We will report contract irregularities and other improper or unlawful business practices to the Ethics Commission,the Office of Inspector General or appropriate law enforcement authorities. Recruitment,Selection&Compensation of Vendors and Suppliers • We will avoid conflicts of interest and disclose such conflicts when identified; • Gifts which compromise the integrity of a business transaction are unacceptable; • We will not kick back any portion of a contract payment to employees of the other contracting party or accept such a kickback. Business Accounting • All our financial transactions will be properly and fairly recorded in appropriate books of account,and there will be no "off the books"transactions or secret accounts. Promotion and Sales of Products and Services • Our products will comply with all applicable safety and quality standards; • We will promote and advertise our business and its products or services in a manner which is not misleading and does not falsely disparage our competitors; Doing Business with the Government • We will conduct business with government agencies and employees in a manner which avoids even the appearance of impropriety. Efforts to curry political favoritism are unacceptable; • Our bids will be competitive,appropriate to the bid documents and arrived at independently; • Any challenges to contracts awarded will have a substantive basis and not be pursued merely because we are the unsuccessful bidder; 1820 N.E.144'^Street• North Miami,FL 33181•(305)944-3401•1-800-345-SOIL Fax:(305)9.49-8698••Dispatch:(305)614-9012•Dispatch Fax:(305)949-1328 STEEL•CEMENT•CONCRETE•PAVEMENT INSPECTIONS•TEST BORINGS•SPECIFICATIONS WINGERTER LAAoRAT41u68INC. Professional Entinsarint as T.sting Established 1949 CODE OF BUSINESS ETHICS • We will,to the best of our ability,perform government contracts awarded at the price and under the terms provided for in the contract. • We will not submit inflated invoices for goods provided or services performed under such contracts, and claims will be made only for work actually performed.We will abide by all contracting and subcontracting regulations. • We will not,directly or indirectly,offer to give a bribe or otherwise channel kickbacks from contracts awarded,to government officials,their family members or business associates. • We will not seek or expect preferential treatment on bids based on our participation in political campaigns. Public Life and Political Campaigns. • We encourage all employees to participate in community life,public service and the political process; • We encourage all employees to recruit,support and elect ethical and qualified public officials and engage them in dialogue and debate about business and community issues; • Our contributions to political parties,committees or individuals will only be made in accordance with applicable law and will comply with all requirements for public disclosure.All contributions made on behalf of the business must be reported to senior company management; • We will not contribute to the campaigns of persons who are convicted felons or those who do not sign the Fair Campaign Practices Ordinance. • We will not knowingly disseminate false campaign information or support those who do. Adopted by Wingerter Laboratories,Inc. 1,--- , Jil ingerter Chin-Yo President I 1820 N.E.144th Street• North Miami,FL 33181•(305)944-3401•1-800-345-SOIL Fax:(305)949-8698•Dispatch:(305)614-9012•Dispatch Fax:(305)949-1328 STEEL•CEMENT•CONCRETE•PAVEMENT INSPECTIONS 9 TEST BORINGS•SPECIFICATIONS APPENDIX B 1BIDATTACHED " No Bid " Form 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS- NEEDED BASIS PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 I4 ari for those' vendors who have received notification of: his solicitation but have decided not to respond, to complete and submit` rhe attached. 'eJ ..1k,(:) Si �� •citernent of No Bid'' provides , . . I I M a ,r.gtion [IT: RFQ 2018-097-KB 23 MIAMI BEACH Statement of No Bid WE HAVE ELECTED NOT TO SUBMIT A STATEMENTS OF QUALIFICATIONS AT THIS TIME FOR REASON(S) CHECKED AND/OR INDICATED BELOW: _Workload does not allow us to proposal _Insufficient time to respond Specifications unclear or too restrictive +' _ unable to meet specifications BID ATTACHED _Unable to meet service requirements Unable tc 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: Wingerter Laboratories, Inc. Note: Failure to respond, either by submitting a proposal or this completed form, may result in your company being removed from our vendors list. PLEASE RETURN TO: CITY OF MIAMI BEACH PROCUREMENT DEPARTMENT ATTN: KRISTY BADA STATEMENTS OF QUALIFICATIONS #2018-097-KB 1755 MERIDIAN AVENUE, 3rd FLOOR MIAMI BEACH, FL 33139 RFQ 2018-097-KB 24 11/8/2017 Pre-Quaification Certificate-Returning Vendor Self-Service Portal Miami-Dade County Internal Services Department Architecture/Engineering (NE) Pre-Qualification Certificate I l This certificate is hereby WINGERTER LABORATORIES INC issued to: 1820 NE 144 ST,North Miami,FL 33181-0000 Approval Date: 11/01/2017 Expiration Date:10/31/2018 The above name applicant is pre-oualified to orovide professional A/E services for Miami-Dade County for the period indicated above. The appiicant nas committed its firm to comply with the specific conditions listed below: 1.Pre-Qualified to offer professional services only in the Miami-Dade County technical categories shown in the 'Statement of Technical Qualifications."All technical category restrictions must be strictly adhered to. 2.Pre-Qualification Certification(PQC)consolidates the technical certification, affirmative action plan,and vendor registration into one streamlined certification process resulting in the issuance of a Pre-Qualification Certificate. 3.Report any significant changes,such as contact person,qualifier,ownership,firm address,etc.,by login on the Self-Service Portal at www.miamidade.gov/vendor within 30 days of such a change. Failure to report said changes to the County may result in the immediate suspension or termination of your firm's Pre-Qualification Certification. 4.Failure to renew your firm's PQC at least thirty(30)days prior to your firm's current expiration date may result in the suspension and/or termination from County programs and current or future contracts until your firms Pre-Qualification Certification has been properly renewed.Any lapses in the certification of any of the required PQC areas (vendor registration,affirmative action plan, or technical certification) will result in a lapse in your PQC. Firms are responsible for observing and adhering to all submission deadlines. 5.Any renewal applications and/or supporting documents submitted after the application deadline might delay the review of your firm's PQC certification to the next available Technical Certification Committee meeting. The PQC application, submission deadlines, and the Technical Certification Committee meeting calendar can be found on Procurement Management web site located at httpi/www.miamidade.gov/intemalservices/prequailification-certification.asp 6.Permit Miami-Dade County representatives to have access during normal business hours to audit books and records to verify information submitted with this application.This right of access shall commence on the approval date of this certificate and shall terminate on its expiration date. I Please note that if at any time Miami-Dade County's has reason to believe that any person or firm has willfully and knowingly provided incorrect information or made false statements, the County may refer the matter to the State Attorney's Office and/or other investigative agencies,initiate debarment procedures,and/or pursue sanctions or other legal remedies in accordance with Miami-Dade County policy and/or applicable federal,state and local laws. Approved By Technical Certification Committee Miami-Dade County httpslh«ww.mlamidade.govivendorfTechnicalCertiftcationJPQC_PrintCertfficate ?!1 11/8/2017 Technical Certificate-Returning Vendor Self-Service Portal Miami-Dade County Internal Services Department Statement of Technical Certification Categories Firm: WINGERTER LABORATORIES INC 1820 NE 144th Street, North Miami, FL 33181 Code Category Description Approval Date Expiration Date SOILS, FOUNDATIONS AND MATERIALS TESTING-DRILLING, 9.01 10/05/2016 10/31/2018 SUBSURFACE INVESTIGATIONS AND SEISMOGRAPHIC SERVICES SOILS, FOUNDATIONS AND MATERIALS TESTING-GEOTECHNICAL AND 9.02 10/05/2016 10/31/2018 MATERIALS ENGINEERING SERVICES r s SOILS, FOUNDATIONS AND MATERIALS TESTING-CONCRETE AND 9.03 10/05/2016 10/31/2018 ASPHALT TESTING SERVICES SOILS, FOUNDATIONS AND MATERIALS TESTING-NON-DESTRUCTIVE fi 9.04 10/05/2016 10/31/2018 TESTING AND INSPECTIONS Approved By Technical Certification Committee Miami-Dade County ! i l I httos://www.rniarnidade gov/Vandorf echnicalCertificatlon/TC_PrintCertificate Ill per... uu4unEraJJay JO auti.raumi do$sauna e+it , .• • aSsesg ry Pusa 'ks •� a L 60ZI IVO 1 :qua uoRsluPen*V 911 S 'tits S Nd :sP04401,41 elvIS .LZ.d.O.HSW.£6l1 O1NSW'00110111SW'95H 01HSW sPp47Sw 011-SW 9Z6LO'AoS-04L£a us 'gam rusv 9810 N13V'L99La N sv'ot4to NjSV :sPa(3aw w1SV !!OS (MO ALLSV'61010 W1SV :SPu47eN N18V J:nit�eeow F D Florida Department of Transportation RICK SCOTT 605 Suwannee Street MIKE DEW GOVERNOR Tallahassee.FL 32399-0450 SECRETARY April 30, 2018 Jill Chin-You, President WINGERTER LABORATORIES INC 1820 NE 144th Street North Miami, Florida 33181 Dear Ms. Chin-You: The Florida Department of Transportation has reviewed your application for prequalification package and determined that the data submitted is adequate to technically prequalify your firm for the following types of work: Group 9 -Soil Exploration, Material Testing and Foundations 9.1 -Soil Exploration 9.2 -Geotechnical Classification Laboratory Testing 9.3 - Highway Materials Testing Your firm is now technically prequalified with the Department for Professional Services in the above referenced work types. Your firm may pursue projects in the referenced work types with fees estimated at less than $500,000.00. This status shall be valid until April 30, 2019 for contracting purposes. Should you have any questions, please feel free to contact me by email at carliayn.kell@dot.state.fl.us or by phone at 850-414-4597. Sincerely, Carliayn Kell Professional Services Qualification Administrator CBHK/kw www.fclot.gov Miami-Dade County,Florida DEPARTMENT OF REGULATORY AND ECONOMIC RESOURCES BOARD AND CODE ADMINISTRATION DIVISON Laboratory PRODUCT CONTROL SECTION 11805 S.W.26 Street-Room 208 Certificate MIAMI. .DE COUNTY Miami,Florida 33175-2474 APPROVED T(786)315-2590 Fax(786)315-2599 7du''4 WreeitEea tlae I age ee411ao'a:atareied, 9ose. located at 1820 72,S. 144 Se., Mame, 74 3318.' td as ajz,tricoued 7eatio:9 -dadonattnet us accaadawce mitis W1liacud-Dade Lau4(.4 Deiriani„rea:t a6 R'egr>alatazq awe Seone sic ,Z'eeouneed pzotocee 7745501-94, awl eo eaakee t4 Iterkno, rife jolloca,c9 tato: TAS 105 TAS 106 TAS112 TAS114 Appendix D TAS 124(Excludes Bell Chamber Test) TAS126(Nuclear Method Only) ASTM C67 Asphalt, Soils,Foundation and Concrete(Per Public Works Department Certification) RReaaltd 06 he alone o,:eettooted teat d. 41 6€ et4 acdsuttted e rice 711,410d-Dade eacti4 Dee atasescto f Re fulatamuy cud &eoaom& R'eaouneea ; 745301-94, aro, uktl all Ducat doeumEA tatias negcatted kaa ts:e afriraovala j knoduetd. r4?,ti honed eagiaeet(a) ,(mt did taioltatouy: Robert H. Schuler, P.E. This Certification and Registration Approved: February 11,2016 This Certification and Registration Expires : March 17,2021 Certification No. 15-1223.01 Renews: 11-0214.01 HelmyA. akar, P.E., M.S. Americo Segura, '.S. Product Control Section Supervisor Quality Assurance Unit Supervisor Product Control Section Product Control Section 74e 711 ul d-Dade eaust# Dettantmectt 'eg4clatmte4 awe Eeoosomic 'aaouneea aeae7ved tie ziglt to aemave tlia 0o1 aoa-comidia4Ce cadtl a46-4 awe legate-6Na 44 Set 4 Daatocol 7,45301-94. N:\CERTIFIC\LABORATO\Wingcrter Laboratories Inc\Wingertcr6.doc ?.. ..,,# Florida Board of Professional Engineers •' f. 2639 North Monroe Soret,Suite B-112 V; Tallahassee, FL 32303-5268 Wingetter Laboratories,Inc. 1820 NE 144TH ST MIAMI, FL 33181 Each licensee is solely responsible for notifying the Florida Board of Professional Engineers in writing the licensee's current address. Name changes require legal documentation showing name change. An original,a certified copy,or a duplicate of an original or certified copy of a document which shows the legal name change will be accepted unless there is a question about the authenticity of the document raised on its face,or because the genuineness of the document is uncertain,or because of another matter related to the application. At least 90 days prior to the expiration date shown on this license,a notice of renewal will be sent to your last known address. If you have not yet received your notice 60 days prior to the expiration date,please call(850)521-0500,or write,Florida Board of Professional Engineers, 2639 North Monroe Street,Suite B-112,Tallahassee,FL 32303-5268 or e-mail: board®fbpe.org Our website address is http://www.fbpe.org. t 44 StatejFkprida Board T-- io errs :, _ f ti tblf � t . , r,. tt , i � i - r < ,4^° 1* lk FBPE!pP ,, hS, Is authorized under the provisions of - ' R '," • s,to offer engineering services to the public through a Professional B f' ,-...i•-••• ',= usid Chapter 471,Florida Statutes. Expiration: 2/28/2019 GpCA Lic.No: 1 Audit No: 228201901545 it D WE WINGER • zyfN, • - I EXPI Always verify ❑ Y ❑ }. • . • Dorn •7r- - z'�;a., This is your license. It is unlaw State of Florida Board of Professional Engineers Attests that Donald John Flood Jr.,P.E. Is licensed ss•Professional Engineer under Chapter 471,Florida Statutes £,p.....7/74REM RP..ti.N+ &Ms Nor 22..211110.1.11 1 ! 7 [�1 / 1 City of North Miami NOI�THIMIAMI 776 N.E.125 Street • North Miami, FL 33161 • 305-893-6511 I. l it Ii, Business Tax Receipt J Issued Date: 10/1/2017 ENGINEERING TESTING LABORATORY Expiration Date: 9/30/2018 Business Tax Receipt#: BT-000315 Business Name I Address: WINGERTER LABORATORIES,INC. 1820 NE 144 ST WINGERTER LABORATORIES,INC. NORTH MIAMI,FL 33181 1820 NE 144 ST r ' NORTH MIAMI,FL 33181 Michael A.Etienne,Esquire,City Cleric NOTICE BUSINESS TAX RECEIPT MUST BE TRANSFE-RED WHEN BUSINESS IS MOVED OR SOLO. NON TRANSFERABLE • POST IN A CONSPICUOUS PLACE • NON-TRANSFERABLE Went or a cemmnation aline holder summations.to oe easiness.nater must comply win,any governmental . or nongovernmental regulatory Ina end requiremew which apply to the hasinas. The RECEIPT NO.above mast be dl.'played en all ceamtercial vehicles-Miami-Bede Code Sec Se-171. For mono Inlomratle&visit iyww.mleljdeda.aoyRueellacla 000080 Local Business Tax Receipt Miami—Dade County, State of Florida -THIS IS NOT A BILL-DO VOT PAY 213538 IsuSINEttS NAME/LOCATION RECEIPT NO. EXPIRES WTNCERTER LABORATORIES IPdC RENEWAL SEPTEMBER 30, 2018 1820 NE 444 ST 213538 Must be displayed at place of business NCRTH MIAMI 8.331131 Pursuant to County Code Chapter 8A-Art.9&10 OWNER SEC.TYPE OF NUSINESS PAYMENT ROOMED' WINGERTER LABORATORIES INC 213 SERVICE BUSINESS BY TAX COLLECTOR' Employete(s) 21 $94:511:08/25/2=-.:- ECHECK-17-190838 This Local Busing=Tax Replpt omit' nflrms payment et the Local Besiness Tax.The Receipt lawn a ilomme, pemdN L ere esReatlea ettM l+older'as quelMcatlens,te de business.Holder most nem*with any covernamenal Cr soagmemmnroel ra5uletory laws and requirements which meaty a the Sunless". Tie RECEIPT NO.above mast be displayed on ell caenerclei vehicles-Miami-Cade Code Sec ae-nt For mare information,visit Ertaylairphifilaintinantlf State of Florida Department of State I I certify from the records of this office that WINGERTER LABORATORIES INC is a corporation organized under the laws of the State of Florida, filed on January 18, 1949. The document number of this corporation is 156963. I further certify that said corporation has paid all fees due this office through December 31, 2018,that its most recent annual report/uniform business report was filed on February 6, 2018, and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given under my hand and the Great Seal of the State of Florida at Tallahassee,the Capital,this the Sixth day of February,2018 ls..' ejk- ,, ,, "., ----,1,4'''"W' 16e4% 040A ' . , Secretary of State cob ws' Tracking Number:CC9184667935 To authenticate this zertificate,visit the following site,enter this number,and then follow the instructions displayed. https://services.sunbiz.org/Filings/CertificateOfStatus/CertificateAuthentication A�o* CERTIFICATE OF LIABILITY INSURANCE DATE(MMDDIYYYY) 03/15/2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(les)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). 6 PRODUCER CONrACY Karen Brinkley NAME: Iron Ridge Insurance PHONE (800)775-8526 I FAX (239)288-7544 IANC.No.Extl: i(A/C,No): 1 4971 Royal Gulf Circle E-MAIL kbrinkley@ironridgeinsurance.com INSURER(S)AFFORDING COVERAGE NAIC s Fort Myers FL 33966 INSURER A: Scottsdale Insurance Company 41297 INSURED INSURER B: Wingerter Laboratories,Inc. INSURER C: 1820 NE 144th Street INSURER 0: INSURER E: North Miami FL 33181 INSURER F: COVERAGES CERTIFICATE NUMBER: CL1831504052 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL!HE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES-LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. - ADOL'5UBR POLICY EFF POL:CY EXP LTR TYPE OF INSURANCE IINSILtWD POLICY NUMBER 1MM/DD/YYYYj1MM/DDIYYYY LIMBS COMMERCIAL GENERAL LIABILITY II EACH OCCURRENCE S eLr.tyrT,�,e�e�1•l.-l�.�1 r CLAIMS-MADELi OCCUR I 'G L'Iilll- ____ S MED EXP An one.. on S '—, PERSONAL 8 AOV INJURY S GENL AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE S P�.RV 1 1I jE El LOC I PRODUCTS-COMP/OP AGG S AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT S (Ea accident) ANY AUTO BODILY INJURY(Per person) S OWNED SCHEDULED BODILY INJURY(Per accident) S AUTOS ONLY El AUTOS HIRED NON-OWNED PROPERTY DAMAGE S AUTOS ONLY — AUTOS ONLY (Per accident) .[ S UMBRELLA UAB OCCUR EACH OCCURRENCES EXCESS LIAB CLAIMS-MADE f I I AGGREGATE $ DED RETENTIONS S WORKERS COMPENSATION PER 10TH- AND EMPLOYERS'LIABILITY YIN STATUTE 1 ER ANY PROPRIETOR/PARTNER/EXECUTIVE a NIA E.L.EACH ACCIDENT S OFFICER/MEMBER EXCLUDED? (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE S N yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ Professional Liability 8 Per Claim $1,000,000 A Contractors Pollution Liability VRS0003237 03/15/2018 03/15/2019 Aggregate 52,000,000 I 1 I I _ I DESCRIPTION OF OPERATIONS 1 LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,may be attached If more space Is required) Professional Liability is written on a claims-made basis. Material Testing Laboratory. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. ** PROOF OF INSURANCE ** AUTHORIZED REPRESENTATIVE 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD CERTIFICATE OF LIABILITY INSURANCE os.9i2o"$°"""' THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT:If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Paychex Insurance Agency Inc PAYCHEX INSURANCE AGENCY,INC. 150 SAWGRASS DRIVE P rio.Exn: 877-266 6850 ,A/c.Nol: 585-389-7426 I ROCHESTER,NY 14620 . EMAIL Certs©paychex.com ADDRESS: I INSURER(S)AFFORDING COVERAGE NAIC C I INSURED INSURER A: OHIO SECURITY INSURANCE COMPANY 24082 iW1NGERTER LABORATORIES INC I INSURER B: 1820 NE 144TH ST NORTH MIAMI,FL 33181 1 INSURER C: INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POUCY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POUCY EFF POLICY EXP LIMITS LTR NSR MND _ (MWODNYYY) IMM/DO/YYYY1 I GENERAL LIABILITY EACH OCCURRENCE $ COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTEDPRE $ I ICLAIMS-MADE{ CCUR - MED EXP. (Fang-wenn) MED EXP $ PERSONAL&ADV INJURY s I GENERAL AGGREGATE S GENL AGGREGATE LIMIT APPLIES PER: I { I POLICY I PRWECTr�LOC PRODUCTS-COMP/OP AGG $ f AUTOMOBLE LIABILITY1 r COBINED SINGLE LIMIT AM'AUTOI (Ea accident) f 1 ALL OPINED r----'SCHEDULED BODILY INJURY f 1 AUTOS I_ 1 AUTOS ( person) I HIRED AUTOS I I MD BODILY INJURY(Per(Par accident) I I PROPERTY DAMAGE $ 1 (Per accident) $ IUMBRELLA LIAB I i OCCUR EACH OCCURRENCE S IMaas Ulla I I CLANS-MADE AGGREGATE $ I DED I I RETENn«+s s WORKERS COMPENSATION AND X PIC STATU- OTH. XWS58692580 03/25/2018 03/25/2019 A EMPLOYERS'L1AIHI nY TORY I RATS am E.L.EACH ACCIDENT S 1,000,000.00 ANY PROPRIETORNMTNER/EXEC:ITIVE OFFCER/MEMBER EXCLUDED? E.L.DISEASE-EA EMPLOYEE S 1,000,000.00 dandy a NM N/A ( E.L.DISEASE-POLICE LIMIT S 1,000,000.00 Irv..de.,t.under I DESCRIPTION OF OPERATIONS helm+ [ . DESCRIPTION OF OPERATIONS I LOCATIONS/VEHICLES(Attach ACORD 101,Additional Remarks Schedule,N more space Is required) ( I i 1 CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS,BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY,ITS AGENTS OR REPRESENTATIVES. ** PROOF OF INSURANCE ** AUTHORIZED REPRESENTATIVE ri1C> ACORD 25(2010/05) 1988-2010 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD �.. WINGE-1 OP ID:MSAM A CCPR CP. CERTIFICATE OF LIABILITY INSURANCE DATE 6/2 04/1018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the pollcy(les)must be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Marlon Sam NAME: M&L Insurance Agency,Inc. PHONE 877 04-2323 FAX FAX 2855 N.University Dr.Se.110 Jc No.Extl: 3 (AA:,Nog 954-840-0320 Coral Springs,FL 33065 EMAIL Marlon@mlinsurance.net David Vaandering ADDRESS: INSURER(SLAFFORDING COVERAGE I NAIL Y INSURER A:Voyager indemnity Insurance Co INSURED WINGERTER LABORATORIES INC INSURER B:FALLS LAKE NATIONAL INS CO 1820 NE 144TH ST NORTH MIAMI,FL 33181 INSURER C: INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. f INSR TYPE OP INSURANCE ADDU SUER{ POLICY EPP POLICY EXP 1 LTRINSD WVD POLICY NURSER `JMMIOOIYYYYUMM/DDIYYYY) LIMITS A X COMMERCIAL GENERAL LIABLITY EACH OCCURRENCE S 1,000,000 CLAIMS-MADE • X j OCCUR y y AMW0003863 01/27/2018 01/2712019 PRDAEM/�IGS D nrla) $ 100,000 X CONTRACTUAL GL MED EXP(Any one person) $ 5,000 AS PER CG0001 PERSONAL&ADV INJURY $ 1,000,000 GEM AGGREGATE UMIT APPLIES PER: GENERAL AGGREGATE S 2,000,000 X POLICY I PRO- TiI JECT I J LOC PRODUCTS-COMP/OP AGO S 2,000,000 OTHER: _ hA7BILE LUIBILITYCOMBINED SINGLE LIMITs1,000,000 (Ea acUCTSB AUTOY Y GMIBA000000461-00 01/27/2018 01/27/2019 BODILY INJURY(Pe person) $ OWNED i—I SCHEDULED BODILY INJURY(Per accident) S AUTOS AUTOS X HIRED AUTOS X A,UT NED I IPO acci ntTY h MAGE S X MED PAY X 2,000 UM s 20,000 j UMBRELLA LAB Ii OCCUR EACH OCCURRENCE S EXCESS UAB I I(,I,qIMS-MAGE AGGREGATE S DED RETENTIONS S WORKERS COMPENSATION AND EMPLOYERS'LIABIUTY Y/N STATUTE UTE ER ANY PROPRIETOR/PARTNER/EXECUTIVE N I A E.L.EACH ACCIDENT S OFFICER/MEMBER EXCLUDED? (Mandatory M NH) E.L.DISEASE-EA EMPLOYEE S It yes describe under DESCRIPTION OF OPERATIONS below EL DISEASE-POLICY UMIT S 1 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Sehedula,may be attached H more spaoa Is required) MATERIAL TESTING LABORATORY,SEE ATTACHED VEHICLE SCHEDULE.PROJECT NAME: PALOMAR-SOBE ALTON PROJECT NO.17010 GENERAL LIABILITY INCLUDES:BLANKET ADUTO INCLUDES:hARY All MUSTIBE ENDORSED, RIIMAI YBLANKET NON-CONTRIBUTORY ER BSUBROGATION. WAIVER OF SUBROGATION. ALL IS REQUIRED BY PRIOR WRITTEN CONTRACT PER FORMS ON POLICIES. ""SOBE ALTON,LLC IS LISTED AS Al.AS PER BLANKET Al ENDORSMENT ON THE GL, BUT ONLY IF REQUIRED BY WRITTEN CONTRACT. CERTIFICATE HOLDER CANCELLATION 1 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN 1 ACCORDANCE WITH THE POLICY PROVISIONS. ** PROOF OF INSURANCE ** .AUTHORIZED REPRESENTATIVE I David Vaandering i ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014/01) the ACORD name and logo are registered marks of ACORD Z96£TY31LS3TX3J3T CMO. 8TOZ TCZ6PTSOPJ000dbO£ 2D000 ZTOZ Zb8£5023S80TXSJ3T Q2T03 STOZ 5LL9803Z5WOT.MJJT Qd03 STOZ Z96£8TX30T3Sb83S5 Y1OXOS STOZ 881,9LOY8SZZt. .IJT O O3 800Z STL6ST72LZ3£dGYYT Q1I03 VTOZ 91,016806000ONTAON HOW 586T £9Z£6miQTSdOT. L3T QlI03 £TOZ b£OTTZ706ZH£dHYAT Q2I03 ZTOZ OL59ZPALZg59MN1i3£ Q2I03 LOOZ ((( £6b885Ab£Z59MNW,3£ QZI03 b0OZ SLOE/91A.0 °+°0 WVSW:01 dO ONI S3I2lOiY I08`d1 a31a39NIM 3WVN S.Q311nSNI Z 30Vd I.-3ONIM ClVd310N A�D" CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 03/15/2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER I CONTACT Kare Brinkley NAME: Iron Ridge Insurance PHONE (800)775-8526 I FAX (239)288-7544 IA/C.NQ,EMI: ,(A/C,-44 I 4971 Royal OJ`Circle I'E-MAIL kbrinkley@ironridgeinsurance.com ( ADDRESS. INSURER(S)AFFORDING COVERAGE NAIC e Fort Myers FL 33966INSURERA: Scottsdale Insurance Company i 4129., • INSURED i INSURER B: Wingerter Laboratories,Inc. 1 INSURER C: 1820 NE 144th Street INSURER D: INSURER E: North Miami FL 33181 INSURER F COVERAGES CERTIFICATE NUMBER: CL1831504052 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE Aoul:smH POLICY CFF I POLICY EXP LTRIN$D WVD POLICY NUMBER JMM/DDIYYYYUHM/DD/YYYY14 OMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ DAMAGE 10 / CLAIMS-MADE n OCCUR I PREMISES(EaENTLD ocavence) $ _ MED EXP(Any one person) $ PERSONAL 3 ADV INJURY $ GEN_AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE I$ F. _ POLICY ECT 0 LOC PRODUCTS-COMP/OP AGG OTHER: $ AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT - (Ea acdoent) $ ANY AUTO BODILY INJURY(Per person) $ SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY I-AUTO HIRED r NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY per accident) UMBRELLA UAB _�OCCUR (EACH OCCURRENCE $ 111 EXCESS LIAR )CLAIMS-MADE AGGREGATE $ 1 DED I RETENTION$ k I $ WORKERS COMPENSATION PER 0TH- AND EMPLOYERS'LIABIUTY YIN STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVE ❑ NIA E.L.EACH ACCIDENT S OFFICERIIEMBER EXCLUDED? (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE s If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ Professional Liability i Per Claim $1,000,000 A Contractors Pollution Liability VRS0003237 03/15!2018 03!15!2019 Aggregate $2,000,000 I 1 I _ 1 DESCRIPTION OF OPERATIONS/LOCATIONS I VEHICLES(ACORD 101,Addltbnal Remarks Schedule,may be attached N more space Is required) Professional Liability IS written on a claims-made basis. Material Testing Laboratory. CERTIFICATE POLDER CANCELLATION ISHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF.NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. �] ** PROOF ROOFj` OF INSURANCE ** AUTHORIZED REPRESENTATIVE --1 IJ 1988-2015 ACORD CORPORATION. All rights reserved. *CORD 25(2016/03) The ACORD name and logo are registered marks of ACORD WINGERTER LABORATORIES INC. Professional Enaineerins&Testing Established 1949 City of Miami Beach RFQ#2018-097-KB 1.3 Minimum Qualifications Requirements Our proven expertise in civil engineering,materials testing,covering soils,concrete and concrete products, steel,wood, asphalt and other miscellaneous materials has been manifested throughout the years with thousands of repetitive satisfied clients. These professional engineering services extend beyond the traditional laboratory testing and offer the services of special inspections for threshold buildings,forensic engineering and engineering consultations. Such consultations involve serving as a professional team member by providing technical advice and assistance to a project from inception to completion. Furthermore,we have been involved and have completed numerous investigative projects in the Geotechnical and structural fields. These projects include assessment of building failures,remedial recommendations,roadways, structures in a broader sense, as well as underwater structures. WINGERTER LABORATORIES, INC. (WLI) maintains one of the most qualified and experienced technical staff in the county. Our inspectors and technicians are trained and certified in their respective disciplines and all work performed by our inspectors is overseen and reviewed by a registered professional engineer and or geologist. Our facility is fully equipped and our in-house quality control program is inspected annually CMEC and the Florida Department of Transportation. WINGERTER LABORATORIES,INC.(WLI)Miami-Dade County approved Technical Certification in the following categories: 9.01 Drilling, Subsurface Investigations& Seismographic Services 9.02 Geotechnical and Materials Engineering Services 9.03 Concrete and Asphalt Testing Services 9.04 Non-Destructive Testing and Inspections WLI is also pre-qualified in the following disciplines with the Florida Department of Transportation: 9.1 Soil Exploration 9.2 Geotechnical Classification Laboratory Testing 9.3 Highway Materials Testing Testing and inspection personnel assigned to projects can often have positive or negative impacts on construction schedules, identification &resolution of deficiencies,overall construction quality and construction costs. We believe that Wingerter Laboratories, Inc. has sufficiently qualified and experienced staff and the proposed primary team members are certified and experienced to properly staff this project. -6- 1820 N.E.144°i Street•North Miami.FL 33181 •(305)944-3401 •1-800-345-SOIL Fax (305)949-8698•Broward:(954)764-0472•Dispatch Fax:(3051949-1328 STEEL•CEMENT•CONCRETE•PAVEMENT INSPECTIONS•TEST BORINGS•SPECIFICATIONS WINGERTER LABORATORIES INC. Professiousl&mined=&Testing Established 1949 City of Miami Beach REQ#2018-097-KB 1.3 Minimum Qualifications Requirements WINGERTER LABORATORIES,INC. offers the services of Professional Engineers,Graduate Engineers, experienced Laboratory Technicians and qualified Geotechnical Field Inspectors to perform the following: GEOTECHNICAL AND LABORATORY TESTING SERVICES: Field Testing: Standard Penetration Tests Rock Coring Monitoring Well Installations and Repairs Auger Borings and Split Spoon Sampling Earthwork Verification and Documentation Compaction Control Geo-hydrological Tests Percolation and Permeability Testing Pile Installation Documentation or Inspection Cast-In-Place(Auger Cast)Piles Concrete Precast Prestressed Piles Foundation Design and Impact Studies Pile Load Tests Plate Load Bearing Test Laboratory: Soil Classification and Testing Geological Evaluation and Sample Description Permeability Tests Compaction-CBR and LBR Atterberg Limits Absorption, Specific Gravity, Density Grain Size Analysis Abrasion of Aggregates Soundness of Aggregates Asphalt Testing and Analysis Concrete Aggregate Testing Nondestructive Evaluation of Steel Products Steel Bar and Structural Shapes Tensile Testing Tensile and Pull-Out Tests Tensile and Pull-out Tests on Wood Trusses Special Testing of manufactured items such as steel and cast iron Manhole Covers Engineering: Evaluation of Test Data Site Evaluation for Development Potential Foundation Recommendations Earthwork Procedures and Specification Format Material Suitability for Engineering Purposes Slope Stability Settlement Analysis Pavement Design Job Site Testing,Evaluations and Inspections: Asphalt Quality Control Asphalt Plant Inspection Concrete Batch Plant Inspection Concrete Site Inspection Leak Tests of Windows Survey of Roof Conditions Moisture Survey of Roofs Observation of Roof Construction Qualification of Welders and Procedures Shop and Field Inspection of Welds Shop Inspection of Structural Steel Fabrication Verification of Structural Steel Erection Nondestructive Evaluation of Steel Products -7- 1820 N.E 144"'Sheet•North Miami,FL 33181 •(305)944-3401 •1-800-345-SOIL Fax:(305)949-8698•Broward:(954)764-0472 a Dispatch Fax:(305)949-1328 STEEL a CEMENT•CONCRETE•PAVEMENT INSPECTIONS•TEST BORINGS•SPECIFICATIONS WINGERTER LABORATORIES INC. Professional Enaineerine&Testing Established 1949 City of Miami Beach RFQ#2018-097-KB 1.3 Minimum Qualifications Requirements Job Site Testing,Evaluations and Inspections: Asphalt Quality Control Asphalt Plant Inspection Concrete Batch Plant Inspection Concrete Site Inspection Leak Tests of Windows Survey of Roof Conditions Moisture Survey of Roofs Observation of Roof Construction Qualification of Welders and Procedures Shop and Field Inspection of Welds Shop Inspection of Structural Steel Fabrication Verification of Structural Steel Erection Nondestructive Evaluation of Steel Products CONSTRUCTION INSPECTION Verification of: Documentation of: Reinforcing Steel Placement Prestressing Operations Verification of Structural Steel Products Post Tensioning Operations Verification of Field Welding Pile Installation Inspections Verification of Bolted Connections Earthwork and Excavations Special Inspection for Threshold Buildings CONCRETE SAMPLING-TESTING-QUALITY CONTROL Fresh Concrete: Job Site Training* Job Site Sampling* Job Site Quality Control(documentation and inspection of each transport truck) Monitoring and Documentation of batch plant operations. In-place Concrete: Concrete Core Drilling and Testing* Non-destructive strength testing Laboratory: Curing of Test Specimens Testing(compressive, flexural, split tensile)* Design Mixes *All testing performed in accordance with applicable ASTM or Industry standards. -8- 1820 N.E.144th Street•North Miami.FL 33181 •(305)944-3401• 1-800-345-SOIL Fax:(305)949-8698•Broward:1954)764-0472•Dispatch Fax:(305)949-1328 STEEL•CEMENT•CONCRETE•PAVEMENT INSPECTIONS•TEST BORINGS 0 SPECIFICATIONS WINGERTER LABORATORIES INC Professional Engineering(1s Testing Established 1949 City of Miami Beach RFQ#2018-097-KB 1.3 Minimum Qualifications Requirements IN-HOUSE GEOTECHNICAL DRILLING EQUIPMENT AND LABORATORY � ,, 1 r •-- 'rz tar ^ y{ _ _t 9 i• p ... ' H .p, .1.' . ; 1t Ar' .)' ( r �,i t. 11401tOF . s _ annUill +r S NI • t -.5[ �i 'n • I .... _y i 1 It '- /Ss 1 V i -� l 11l r. I• ' 41 iii,in 1 - T. _= IMP = • _ .4 '. e V r pirm, r' t - \\\4\ - t� 4.`;t 1010181 .� I -9- 1820 N.E 144th Street•North Miami,FL 33181 •(305)944-3401 •1-800-345-SOIL Fax (305)949-8698•Broward:(954)764-0472•Dispatch Fax (305)949-1328 STEEL•CEMENT•CONCRETE•PAVEMENT INSPECTIONS•TEST BORINGS•SPECIFICATIONS WINGERTER LABORATORIES INC. Professional Entinserint as Testing Established 1949 City of Miami Beach RFQ#2018-097-KB 2.1 Qualifications of Proposing Firm EXPERIENCE: Our specialized team provides Construction Materials Testing and Inspection Services on a multiple of projects every day. Our team provides services to Miami-Dade County Municipal Proj ects through the Soils, Foundations and Materials Testing Contract administered by the Public works department. We also have active contracts with The City of Coral Gables,The City of Miami Beach,The City of Miami Gardens,The City of North Miami Beach,Miami Shores Village and Broward County,Florida. i: Specialized Commercial Structures: WLI has been actively involved with many specialized commercial structures throughout South Florida. Our involvement has been multi-faceted in that we can be hired as the owner's or developer's representative protecting their project's interest,quality assurance and timeliness,and also have been retained by a municipality to ensure that their interests are being meet by the sub-contractor. Secondly we have been retained to perform our services as a part of the contractor's quality control plan required by the owner and/or local governing agencies such as FDOT. Finally,we provide our specialized services to producers and manufacturer's seeking product or material approvals for use during construction. ii: South Florida Geotech Conditions: WINGERTER LABORATORIES,INC.maintains a fleet of fully equipped drill rigs and trained personnel required to perform a wide variety of Geotechnical Investigations. We maintain a full database of knowledge dredging the Geotechnical Conditions throughout South Florida. We have been instrumental throughout the years in dredging the Port of Miami,Seawall Installation and Inspections, locating sink-holes and subsurface issues by use of shallow drilling and Ground Penetrating Radar (GPR). We also provide Geological expertise to regarding the geological formation presence in Miami- Dade County and how they impact foundation designs. iii: South Florida Building Codes: Our founder,George E.Wingerter,P.E.,served on the advisory committee in the development of the South Florida Building Code and we have continued to provide input and data over the years for use by chief building officials. We have a commitment to excellence and quality and our entire staff of engineers, inspectors and technicians are well versed in the requirements of all local building codes. WLI is constantly adding and developing test procedures to meet these ever changing Building Codes to serve our customer's current and future needs. WLI maintains cooperative and respectful relationships with the Building Official Association of Florida's local chapter and have hosted their annual holiday party at our facility for the past thirty years. -10- 1820 N.E. 144th Street•North Miami.FL 33181 a(305)944-3401 •I-800-345-SOIL Fax.(305)949-8698 a Broward.(954)764-0472 a Dispatch Fax:(305)949-1328 STEEL•CEMENT•CONCRETE a PAVEMENT INSPECTIONS•TEST BORINGS•SPECIFICATIONS WINGERTER LABORATORIES INC. Professional Engineering&Testing Established 1949 City of Miami Beach RFQ#2018-097-KB 2.1 Qualifications of Proposing Firm Project Experience: 1) Project Name: Master Pump Station#3 Location: 1110 SW 3`i Ave,Miami FL Project Dates: May 2014 to June 2016 WLI Fees: $60,940.97 Est. Construction Costs: $21,000,000.00 Description: The Pump Station Improvement Program consists of managing the upgrades to the MDWASD Wastewater Collection and Transmission System (WCTS) that includes sanitary sewer collection system, pump stations and force mains upgrades. The new pump station will be replacing pump station 8,which is currently on Brickell Avenue and lacks the capacity to handle the growth in the area. Pump Station 3 was designed with state of the art technology to operate remotely from the Central District Wastewater Treatment Plant. The Brickell interceptor consists of approximately 4,300 feet of sewer lines for the new Pump Station 3. The Miami-Dade Water and Sewer Department (WASD) received a 2016 Project of the Year award from the Cuban-American Association of Civil Engineers (CAACE) for its Brickell sewer interceptor and Master Pump Station 3. Scope: WLI has provided all construction materials testing and inspection services for this project including concrete and masonry testing, soil testing, structural steel welded and bolted connections. Client: Miami-Dade Water and Sewer Authority Department-Attn: lleana Quintana 3575 South LeJeune Road Miami,Florida 33146 Phone: (786)268-5306 Email:lquinta@miamidade.gov ., Ill il ►. k: 0 2. • P -_'J }.l i. .,. 4 x ;r f q Esee i~ r '. I I. 3 ....t,. e. T .� r 4 ; -11- 1820 N.E.144"Street•North Miami.FL 33181 •(305)944-3401 • I-800-345-SOIL Fax:(305)949-8698•Broward:(954)764-0472•Dispatch Fax:(305)949-1328 STEEL•CEMENT•CONCRETE•PAVEMENT INSPECTIONS•TEST BORINGS•SPECIFICATIONS WINGERTER LABORATORIES INC. Professional Engineering&Testing Established 1949 City of Miami Beach RFQ#2018-097-KB 2.1 Qualifications of Proposing Firm 2) Project Name: City of Miami Gardens Municipal Complex Location: NW 27th Avenue between NW 195-199 Street, Miami Gardens, Florida Project Dates: November 2011 to July 2016 WL1 Fees: $334,645.75 Est. Construction Costs: $42,700,000.00 Description: The total project involved building a new $42.7 million, 306,262-square foot Municipal Complex. Phase 1 and 2 consisted of a 63,406 square foot City Hall building, an 8,535 square foot Council Chambers Building and a 167,157 square foot parking garage. Phase 3 includes a 67,164 square foot Police Department headquarters. The complex is designed as a single, cohesive facility to support all business activity and public interaction with City Council and staff. Scope: WLI has provided all Geotechnical site inspections, Vibroflotation Inspection and Monitoring, Soil Borings and Geotechnical recommendations, Threshold Inspections and Construction Materials testing services for this project. Client: City of Miami Gardens Capital Improvements Projects—Attn:Jimmie Allen, RA, 18605 NW 27t1i Avenue,Miami Gardens, Florida 33056 Phone: (305) 622-8000 Ext 2802 Email: iallen@a,miamigardens-fl.gov ortrai 4$2:11 - ...... ... - -fi=r Sr - ... -. . - -12- 1820 N.E. 140 Street•North Miami.FL 33181 •(305)944-3401 • I-800-345-SOIL Fax:(305)949-8698•Broward:(954)764-0472•Dispatch Fax:(305)949-1328 STEEL•CEMENT•CONCRETE•PAVEMENT INSPECTIONS•TEST BORINGS•SPECIFICATIONS VilLoWINGERTER LABORATORIES INC. Professional Entlneerina 3 Testing Established 1949 City of Miami Beach RFQ#2018-097-KB 2.1 Qualifications of Proposing Firm 3) Project Name: SoLe Mia (formerly Biscayne Landings) Location: 15055 Biscayne Blvd North Miami,FL 33181 Project Dates: October 2013 to Ongoing(Multiple Phases and Sections) WLI Fees: $190,428.19 Est. Construction Costs: $22,000,000.00 Description: This master planned community consists of 184-acre,pedestrian-friendly lifestyle community featuring approximately 500,000 square feet of retail space, chef- driven dining concepts, entertainment venues, office spaces, cinema with table service, gourmet grocery, an auto dealership and Costco. The development will feature a diverse landscape of residential and commercial complexes, intertwined with 37 acres of parks and recreation space and two swimmable 10-acre crystal lagoons. WINGERTER LABORATORIES, INC. (WLI) provided all construction materials testing and inspection services for the projects including concrete and masonry testing, soil testing, and threshold inspections services including structural steel and bolted connections directly for the SoLe Mia project. Scope: WLI has provided all construction materials testing and inspection services for this project including concrete and masonry testing, soil testing, vibro-compaction verification,Geotechnical Drilling and laboratory testing and well installation. Client: Oleta Partners, LLC—Attn: Darryl Lee 15055 Biscayne Blvd.,North Miami,FL 33181 Phone: (561)504-0909 Email:dleeetrunbe .com ,,;1 4 si. . . TA Vit. 1 ..„,-.000.1 ...,4.,. ,..,,,....„, . t •. • • ,. ..;,,,,-,-.4.. ...,, K4:. • • :. .•.. . . ,.,, • . ... • .„, c-4,p, -..--:. . , .. -, .,,,,. . . .<, .....e, • • .. . ... .., • , _ �� -13- 1820 N . 144ih Street•North Miami,FL 33181•(305)944-3401 •I-800-345-SOIL Fax (305)949-8698•Broward:(954)764-0472•Dispatch Fax (305)949-1328 STEEL•CEMENT•CONCRETE a PAVEMENT INSPECTIONS a TEST BORINGS•SPECIFICATIONS WINGERTER LABORATORIES INC. Professional Engineering!c Testing Established 1949 City of Miami Beach RFQ#2018-097-KB 2.1 Qualifications of Proposing Firm 4) Project Name: THE BOND ON BRICKELL Location: 1080 Brickell Avenue,Miami, Florida Project Dates: January 2014 to November 2016 WLI Fees: $247,897.63 Est.Construction Costs: $140,000,000.00 Description: The Bond on Brickell is a luxury condo building with 328 condo residences with studio to three bedroom options along with bi-level lofts and two-story penthouse condos. Designed by Nichols Brosch Wurst Wolfe & Associates, The Bond on Brickell rises 44 floors offering beautiful views of the bay and city.The lobby and common area spaces at The Bond were designed by Loguer with British-themed photography collection by Terry O'Neill,and art by Tatiana Blanco. Scope: WLI has provided all construction materials testing and inspection services for this project including concrete and masonry grout testing, soil testing, and structural steel welded and bolted connection inspections, Post Tensioning Inspection and Anchor Bolt uplift testing. Client: MDR Toledo, LLC(The Rilea Group)—Attn: Tony Rey,Project Director Phone: (305) 371-5254 Email:Trey(a,rilegroup.com 1 spa" }?� t ' kit . -...,t, _ „:„,,,„ ,,, aL...,.-, ..,..:, t+ mak - ' • g i ;earti�'� _;• (` t s - a ' t � •a ..�..� w 11! 1 r ._ u� a • .._ , .i,., i� `tet.. .Milt-,.--j t .. _ _ -14.- 1820 N.E. 144a Street a North Miami,FL 33181•(305)944-3401 • I-800-345-SOIL. Fax:(305)949-8698•Broward:(954)764-0472 a Dispatch Fax:(305)949-1328 STEEL•CEMENT•CONCRETE a PAVEMENT INSPECTIONS•TEST BORINGS•SPECIFICATIONS ilineWINGERTER LABORATORIES INC. Professional Engineering a Testing Established 1949 City of Miami Beach RFQ#2018-097-KB 2.1 Qualifications of Proposing Firm Legal Name: WINGERTER LABORATORIES, INC. Address: 1820 NE 144'h Street,North Miami,Florida 33181 Phone: (305)944-3401 Fax: (305)949-8698 Website: www.wingeretrlab.com State of Incorporation: Florida Date of Incorporation: January 1949 Key Contacts: Jill Wingerter Chin-You President Email: Jillna,wingerterlab.com Leon C. Chin-You Vice President Email: Leon a,wingerterlab.com Donald J.Flood,PE Director Email: Donald(a,wingerterlab.com FIEN: 59-0594442 Corporation Type: "C"Corporation AREAS OF SPECIALIZATION: ➢ Geotechnical Engineering ➢ Soils, Concrete and Aggregate Sampling and Testing Services ➢ Special,Threshold and Welding Inspection Services ➢ Product Approval and Specialty Testing PROPOSER'S PERSONNEL: Principals: 3 Engineers: 1 Building Inspector: 2 Clerical: 3 Lab Techs: 3 Field Technicians: 13 M/WBE: We are currently certified by The South Florida Water Management District and we are a 100%Woman Owned Company. MOTTO: We maintain an "Open Laboratory Policy" which allows all clients as needed access to our testing facility to witness testing, attend meetings, and provide training to project personnel ay our facility at no additional cost. WLI prides itself on delivering the highest level of service at the best possible price and have proven over and over that"Quality really does stand the test of time". -15- 1820 N.E. 144"'Street•North Miami.FL 33181 •(305 944-3401 • 1-800-345-SOIL Fax:(305)949-8698•Broward:(954)764-0472•Dispatch Fax (305)949-132_8 STEEL•CEMENT•CONCRETE•PAVEMENT INSPECTIONS•TEST BORINGS•SPECIFICATIONS WINGERTER LABORATORIES INC. Professional Ensineerins 8 Testing Established 1949 City of Miami Beach RFQ#2018-097-KB 2.2 Qualifications of Proposer Team ORGANIZATIONAL CHART: The following organizational chart and resumes represent the key individuals which will be directly involved with this project. Chief Engineer Ii Project Manager'' Technicians Inspectors& Engineers - Daemion Black - Daniel Goldman,B.N. - Dave Walker - Luis Rodriguez - John Cooper - Michael Major - Thurston Lovett - Erick Thomas - Darnell Richard - Antoine Oliver Personnel resumes are provided for review herein. We have listed the lead personnel to be assigned to this project. -16- '820 N.E. I44"'Street•North Miami,FL 33181 •(305)944-3401 •I-800-345-SOIL Fax:(305)949-8698•Broward:(954)764-0472•Dispatch Fax:(305)949-1328 STEEL•CEMENT•CONCRETE•PAVEMENT INSPECTIONS•TEST BORINGS•SPECIFICATIONS iliklid WINGERTER LABORATORIES IBC. Professional Engineering&Testing Established 1949 City of Miami Beach RFQ#2018-097-KB 2.2. Qualifications of Proposer Team — Staff Background and Resumes WINGERTER LABORATORIES,INC. (WLI),has proposed a group of our current personnel that exemplifies quality and excellence. This teaming has successfully completed a large scope of projects both to the Public Sector, such as numerous Publix Supermarkets Stores,Retail stores,Car Dealerships, and AutoZone Retail Stores to large scale Municipal Projects like City of Miami Gardens Municipal Complex, and several projects for Miami-Dade County Dept.of Transportation and Public Works, Water and Sewer Departments. All laboratory and field personnel are fully certified and/or trained in their specific areas of work by the American Concrete Institute, Florida Department of Transportation CTAP Program or through Florida State Licensure. Our staff also includes licensed Technicians, Water Well Contractors, Building/Special Inspectors, Florida Registered Professional Engineers and Geologists to provide project review and coordination,report review,and sign and seal all test and inspection reports. If selected by The City of Miami Beach to be placed on their library for to provide Professional Geotechnical and Laboratory Testing Services. WINGERTER LABORATORIES, INC. (WLI), is fully committed to providing the City, with the most qualified team that we can offer and will respond to your ever-changing needs for testing and inspection services. WLI will approach each assignment with professionalism and haste taking into consideration the time frame and duration,job schedule and overall budget for each request. This will enable us to deliver prompt service that full and complaint in scope with a cost conscious edge. WINGERTER LABORATORIES,INC. (WLI) was founded around the principles of excellence, quality, and service. We are committed to staying on the cutting edge of issues to help our clients meet the challenges of tomorrow. WLI is dedicated to providing quality, cost-effective professional services that lead to practical and innovative solutions for our clients in a prompt and responsible manner based on sound business and construction practices. -17- 1820 N.E. 144"'Street•North Miami,FL 33181 •(305)944-3401 •1-800-345-SOIL Fax:(305)949-8698 s Broward:(954)764-0472•Dispatch Fax:(305)949-1328 STEEL•CEMENT•CONCRETE•PAVEMENT INSPECTIONS•TEST BORINGS•SPECIFICATIONS WINGERTER LABORATORIES INC. Professional Enstineerins&Testing Established 1949 City of Miami Beach RFQ#2018-097-KB DONALD J. FLOOD, P.E. Chief Engineer EDUCATION/REGISTRATION: M.S.in Geotechnical Engineering: Rutgers University(graduated 1990) • New Brunswick,New Jersey B.S.in Civil Engineering: Cleveland State University(graduated 1987)• Cleveland,Ohio Registered Professional Engineer: Florida PE#44847 Building Inspector: State of Florida#BN0003076 Certified Examiner: American Concrete Institute EXPERIENCE: WINGERTER LABORATORIES,INC. (WLI) (2018 to present) 1820 NE 144th Street,North Miami,Florida 33181 s Vice President/Chief Engineer: Responsible for the direction of an engineering staff and technical personnel for geotechnical explorations,studies,and subsurface evaluation of soils. Furnish engineering analyses and recommendations for foundations of structures,and testing of concrete and construction materials. Preparation of reports rendering geotechnical and construction engineering evaluations,opinions,test results and forensic engineering investigation findings for private and commercial facilities. Supervise and review building special and threshold inspections and reports. Provide reports,data and testimony for construction mitigation and arbitration casework. ROOF ENGINEERING CALCULATION SERVICE,INC.(RE-CSI) (2014 to present) 1522 N.W.113th Terrace,Pembroke Pines,Florida 33026 • President/Engineer: Preparation of design calculations as per Florida Building Codes for public and commercial roof construction including: metal deck design, fastener pattern determinations for approved roof systems, roof drainage survey code verifications and recommendations, periodic inspections of existing roofing systems as set forth in Miami — Dade County Protocols. Specify roof-related repairs for wood and steel support framing. Design calculations for metal edgework and attachments of rooftop equipment. ATLANTIC&CARIBBEAN ROOF CONSULTING,LLC (ACRC) (2003-2014) 1839 N.W.29th Street,Oakland Park,Florida 33311 • Vice President/Chief Engineer: Preparation of design calculations as per Florida Building Codes for industrial and commercial roof construction including: metal deck design, fastener pattern determinations for approved roof systems, roof drainage survey code verifications and recommendations,structural inspections and testing of existing roofmg systems as set forth in Miami — Dade County Testing Protocols. Specify repairs for wood and steel structural support framing. Forensic research and testimony for selected civil construction litigation casework when requested. WINGERTER LABORATORIES,INC. (WLI) (1995-2003) 1820 NE 144th Street,North Miami,Florida 33181 • Vice President/Chief Engineer: Responsible for the direction of an engineering staff and technical personnel for geotechnical explorations,studies,and subsurface evaluation of soils. Furnish engineering analyses and recommendations for foundations of structures,and testing of concrete and construction materials. Supervise and review building special and threshold inspections and reports. Provide reports,data and testimony for construction mitigation and arbitration casework. -18- 1820 N.E.140 Street•North Miami.FL 33181 •(305)944-3401• I-800-345-SOIL Fax:(305)949-8698•Broward:(954)764-0472•Dispatch Fax:(305)949-1328 STEEL•CEMENT•CONCRETE•PAVEMENT INSPECTIONS•TEST BORINGS•SPECIFICATIONS WINGERTER LABORATORIES TEC. Professional Enaineerina&Testing Established 1949 City of Miami Beach RFQ#2018-097-KB URS CONSULTANTS,INC. (1994) 124 Marriott Drive,Tallahassee,Florida 32301 • Resident Project Engineer: SR-836/NW 45th Ave. Field engineering and administration for ramp construction, bridge widening and roadway resurfacing in Miami,Florida. HOWARD NEEDLES TAMMEN&BERGENDOFF ENGINEERS(HNTB) (1991- 1993) 1375 East Ninth Street,Cleveland,Ohio 44114 • Resident Project Engineer:Ohio Department of Transportation,site-work and utility construction in Ashland, Ohio. Ohio Turnpike Interchange#3a,ramp and bridge construction in Toledo,Ohio. • Analyst: Review roadway, bridge, subsurface engineering and environmental assessment proposals submitted to the Ohio Department of Transportation by private engineering consultants. Prepare State Estimate for fee comparison. Attend ODOT committee meetings to evaluate pending project scope of services. Pump Station construction and administration for the Northeast Ohio Regional Sewer District in Cleveland,Ohio. HOWARD NEEDLES TAMMEN&BERGENDOFF ENGINEERS (1987- 1991) State Route#3,East Rutherford,New Jersey 07073 • Geotechnical Engineer: Organization and management of laboratory soils testing and field soils/asphalt quality control on the New Jersey Turnpike Widening Project from Interchange 8a to 9. Duties included continuous evaluation of laboratory test procedures and techniques, review of all field reports, and recommendations for earthwork repair measures. Maintenance of all laboratory and field testing records, administration records, correspondence and project meetings with the New Jersey Turnpike Authority. HAVENS&EMERSON ENVIRONMENTAL ENGINEERS (H&E) (1983-1984) 1300 East Ninth Street,Cleveland,Ohio 44114 • Construction Inspector: Erie County Sewer Separation Project in Huron, Ohio. Storm and sanitary sewer construction inspection, including sanitary sewer relining, sewer tunnel construction. Structural and mechanical inspections during the construction of a waste water treatment facility, and monthly progress payment material estimate preparation. CITY OF MENTOR,OHIO (1979-1983) 8500 Civic Center Blvd,Mentor,Ohio 44060 • Public Works Construction Inspector: Quality control of subdivision improvements, including storm, sanitary and waterline installations and testing. Inspection of roadway embankment and concrete paving construction. Preparation of monthly contract progress payments, storm sewer engineering design and surveying. HERRON TESTING LABORATORIES(HTL) (1969-1979) 5405 East Schaaf Road,Cleveland,Ohio 44131 • Construction&Earthwork Inspector:Inspection of earthwork operations,drilled caisson and piling installations,and inspection of commercial department store building construction throughout the Eastern United States. Supervising inspector for wastewater treatment plant geotechnical and structural construction. Field and laboratory testing of soils,concrete and asphalt. PUBLICATION "Properties of Municipal Solid Waste Ash-Cement Composite":M.H.Maher,D.Flood and P.N.Balaguru. Published in the Transportation Research Record#1295. Soil Stabilization Issue, 1991. -19- 1820 N.E.I44th Street•North Miami,FL 33181 •(305)944-3401 •I-800-345-SOIL Fax:(305)949-8698•Broward:(954)764-0472•Dispatch Fax:(305)949-1328 STEEL•CEMENT•CONCRETE•PAVEMENT INSPECTIONS•TEST BORINGS•SPECIFICATIONS WINGERTER LABORATORIES INC. Profsasional Engineering&Testing Established 1949 City of Miami Beach RFQ#2018-097-KB LEON C. CHIN-YOU, B. N. Vice President EDUCATION 1984-1989 Titchfield High School Port Antonio,Jamaica Merit: Diploma 1989-1992 University of Technology(Formerly C.A.S.T.) Kingston,Jamaica Major: Quantity Surveying and Construction Technology Merit: Diploma EXPERIENCE Over fifteen years'experience in building construction including preparation of working blueprint drawings,full quantity take-offs and estimates of material and trade processes of residential and commercial buildings from subsurface to superstructure. Field work included on-site inspection for interim certificates,checks for conformity with engineers' specifications,Auger cast and driven pile inspections,threshold and special inspections,erection and inspection of structural steelwork including fabrication,post tensioning and reinforcing steel inspections,checking of levels for surveyors'approval,concrete strength and soil compaction testing,welding inspections,civil and structural construction engineering inspections of bridges,roadways,residential and commercial building structures,from substructure to superstructure,and basic knowledge of environmental remediation system installation,design,and inspection. Employment History July 2009-Present Win!erter Laboratories,Inc.,North Miami,Florida Position: Vice President Duties: The complete supervision and management of all departments including Geotechnical,Inspections, Concrete,Soils/Aggregate and office administration. His responsibilities also include supervising all field and laboratory personnel,preparing reports,attending meetings,scheduling and prioritizing field and laboratory projects,maintenance of drilling equipment,and coordination of supplies and equipment. Oct. 1995- July 2009 Wingerter Laboratories,Inc.,North Miami,Florida Position: Materials Dept.Manager/Senior Engineering Inspector/Drilling Supervisor Duties:Civil,structural and geotechnical engineering inspections for residential and commercial projects including,special,threshold and construction materials engineering inspections,pile driving and Auger cast pile installation,controlled fill and earthwork operations,ground improvement,and monitoring load tests. Projects include low and high rise buildings,parking structures,bridge and highway structures as well as industrial facilities,marinas,residential developments,and municipal utilities. He is also directly responsible for client contact, preparation of proposals,budget control and coordination of projects with architects,structural and project engineers,and const:uction contractors. His responsibilities also include supervising field personnel conducting structural inspections, pile installation inspections,roof inspections and testing,construction quality control inspections,coordinating work of field and office personnel,preparing reports,meeting deadlines,scheduling and prioritizing field and laboratory projects, maintenance of drilling equipment,and ordering of supplies. Serves as supervisor of drilling crews performing Geotechnical and environmental drilling operations and performs various laboratory tests of different construction materials and structural components to confirm strength parameters. -20- 1820 N.E.144th Street•North Miami,FL 33181 •(305)944-3401 •1-800-345-SOIL Fax:(305)949-8698•Broward:(954)764-0472•Dispatch Fax:(305)949-1328 STEEL a CEMENT•CONCRETE•PAVEMENT INSPECTIONS•TEST BORINGS•SPECIFICATIONS WINGERTER LABORATORIES RIC. Professional Ensineesiau&Testing Established 1949 City of Miami Beach RFQ#2018-097-KB 1988— 1992 The Architects,Portland,Jamaica Position: Draftsman/Quantity Surveyor Duties: Preparation of working blueprint drawings,detailed estimates of materials and labor charges;on-site inspection of work in progress and preparation of certificates for payment to sub-contractor trades. Oct. 1992-Feb. 1995 L&A Contracting Company,Miami, Florida Position: Foreman Duties: Reinforcing steel layout from substructure to superstructure,including layout of deck spans,foundations,pile caps,columns and related structures,according to engineering specifications for inspection by FDOT engineers, supervision of work crew and preparation of daily and weekly reports for subcontractor payments. Feb. 1995—Dec. 1995 Miami N.D.T.,Inc.,Opa Locka,Florida Position: Project Engineer Duties: Varied engineering duties dealing with construction materials testing,inspections and engineering services ranging from concrete,soil aggregate and asphalt testing,welding inspections,civil,structural and environmental engineering duties,construction engineering inspections and varied aspects of construction management. CURRENT AFFILIATIONS • Jamaica Institute of Quantity Surveyors(J.I.Q.S.)-Member • American Concrete Institute(A.C.I.)-Concrete Field Testing Technician(Grade 1) • American Concrete Institute(A.C.I.)-Concrete Transportation • American Welding Society(A.W.S.)-Member • O. S.H.A.Certified Hazmat Supervisor • Parsons Brinkerhoff Certified F.E.M.A,Disaster Assessment Inspector • Troxler Electronic Laboratories -Nuclear Density Gauge Operation • Troxler Electronic Laboratories -Radiation Safety Officer • American Society of Civil Engineers (A.S.C.E.)-Affiliate Member • Southern Building Code Congress International(SBCCI)Professional Member • State of Florida Department of Professional Regulation—Building Inspector #BN 00003292 • FDOT-Prestressed Concrete Training Course • Post-Tensioning Institute(PTI)Certified Post Tensioning Inspector -21- 1820 N.E. I44' Street•North Miami.FL 33181•(305)944-3401 • I-800-345-SOIL Fax:(305)949-8698•Broward:(954)764-0472•Dispatch Fax:(305)949-1328 STEEL•CEMENT•CONCRETE•PAVEMENT INSPECTIONS•TEST BORINGS•SPECIFICATIONS WINGERTER LABORATORIES IJC. Professional Enaineeriaa&Testing Established 1949 City of Miami Beach RFQ#2018-097-KB LUIS RODRIGUEZ, JR. Operations Manager EXPERIENCE WINGERTER LABORATORIES,INC. Operations Manager, July 2009-Present He is in charge of the daily technical operations of all field and laboratory activities.Responsibilities include oversight of Concrete,Soils,Asphalt and Geotechnical Departments and their managers. He also serves as the companies Radiation Safety Officer(RSO)and IT Technician. He is also responsible for the hiring of technical personnel. Lab Manager, April 2003—July 2009 He is in charge of the daily field and laboratory activities of all technicians and supervises the performance of all laboratory tests.He also serves as the companies Radiation Safety Officer(RSO)and IT Technician. He is also responsible for all Seismograph Monitoring Jobs and various specialty engineering work. Engineer's Assistant,June 2001—April 2003 His responsibilities include assisting the Chief Engineer and the Geotechnical Engineer by performing tests in the areas of concrete testing,inspections. He also conducts utility clearances and soil boring layouts. Engineering Technician,April 1999-June 2001 His responsibilities include performing tests in the areas of Precast and Prestressed concrete,soil testing,co-efficient of friction testing on ceramic tiles,static load testing and the preparation of reports. EDUCATION&CERTIFICATION AMERICAN CONCRETE INSTITUTE BROWARD COUNTY COMMUNITY COLLEGE ACI Concrete Field Testing Technician-Grade I Blue Print Reading&Construction Estimating ACI Aggregate Base Testing Technician ACI Aggregate Testing Technician NORTH MIAMI BEACH SENIOR HIGH SCHOOL ACI Concrete Strength Testing Technician North Miami Beach,FL,Diploma TROXLER ELECTRONICS,INC. MIA AIRPORT SECURITY TRAINING(S.I.D.A.) Certified Nuclear Moisture Density Gauge Operation Certified Radiation Safety Officer FL DEPARTMENT OF TRANSPORTATION Aggregate Testing Technician (CTQP) WINGERTER LABORATORIES,INC. Limerock Bearing Ratio Technician(CTQP) Certified Forklift Operator&Instructor Aggregate Base Testing Technician(CTQP) Concrete Strength Testing Technician(CTQP) ALLEN FACE&COMPANY LLC Qualified Sampler Technician(CTQP) Certified F-Meter Operator Concrete Laboratory Technician—Level 1 (CTQP) Asphalt Paving Technician-Level 1(CTQP) Asphalt Paving Technician-Level 2(CTQP) -22- 1820 N.E.140 Street•North Miami,FL 33181 •(305)944-3401 a 1-800-345-SOIL Fax (305)949-8698 a Broward:(954)764-0472 5 Dispatch Fax:(305)949-1328 STEEL•CEMENT•CONCRETE•PAVEMENT INSPECTIONS•TEST BORINGS•SPECIFICATIONS WINGERTER LABORATORIES INC. Professional Enaineerina&Testing Established 1949 City of Miami Beach RFQ#2018-097-KB MICHAEL A. MAJOR Soils Laboratory Manager EXPERIENCE WINGERTER LABORATORIES,INC. Soils Lab Manager,May 2010 to Present Responsibilities include managing soils lab personnel,generating final reports,maintaining the Quality System Manual and inputting data into FDOT LIMS System. Performing daily laboratory tests such as sampling aggregates,Sieve Analysis(include finer than No.200),grain size, Sodium Sulfate Soundness,Acid Insoluble,Intact Rock Testing, moisture content,clay lumps and friable particles,liquid and plastic limit,moisture density(proctor),Limerock Bearing Ratio,California Bearing Ratio,specific gravity and absorption of coarse and fine aggregate,unit weight and voids in aggregate,Los Angeles Abrasion,Carbonate Content,Organic Content and impurities. Dispatch,February 2007-March 2009 His responsibilities included the coordination and supervision of all field and laboratory testing personnel,coordination of daily schedule,review of all field reports,and final soils laboratory reports.Coordinated the daily schedule and oversaw materials that entered the lab. Soils Lab Technician, 2005 to 2007 His responsibilities included performing laboratory tests such as sampling aggregates, Sieve Analysis(which include finer than No.200),grain size,moisture content,clay lumps and friable particles,liquid and plastic limit,moisture density (proctor),Limerock Bearing Ratio,California Bearing Ratio,specific gravity and absorption of coarse and fine aggregate, unit weight and voids in aggregate,Los Angeles Abrasion,Carbonate Content,Organic Content and impurities. Engineering Technician,May 2001-2005 His responsibilities included performing tests in the areas of precast and prestressed concrete,grout and masonry testing, soil testing by use of Troxler Nuclear Gauge and by Sand Cone Method,asphaltic concrete inspections,construction materials placement and preparation of reports. He has also been trained in concrete and soils laboratory work including machine operation.His previous projects include Miami International Airport's New Northside Runway 8-26 on which he has worked from its origin in June 2001,becoming familiar with FAA requirements for Soils Testing and Limerock Excavations. Concrete Capping Specialist,July 2000-April 2001 His responsibilities include the daily preparation of concrete test specimens from stripping to capping,including curing. Assisted in the daily testing of all concrete and masonry testing. Was responsible for maintaining all field supplies and the cleanliness of the concrete intake area. MICHAEL MAJOR,SR.LAWN SERVICES Lawn Man,March 1998-May 2000 His responsibilities include mowing,trimming,edging and raking for commercial and residential clients. -23- 1820 N.E. 144i'Street•North Miami,FL 33181 •(305)944-3401 • I-800.345-SOIL Fax:(305)949-8698•Broward:(954).764-0472•Dispatch Fax:(305)949-1328 STEEL•CEMENT•CONCRETE•PAVEMENT INSPECTIONS•TEST BORINGS•SPECIFICATIONS Wi•WINGERTER LABORATORIES INC. Professional Engineering&Testing Established 1949 City of Miami Beach RFQ#2018-097-KB EDUCATION&CERTIFICATION AMERICAN CONCRETE INSTITUTE BROWARD COUNTY COMMUNITY COLLEGE ACI Aggregate Base Testing Technician Blue Print Reading&Construction Estimating ACI Aggregate Lab Testing Technician EARL C.CLEMENTS ADULT EDUCATION SCHOOL General Education Diploma-May 2000 Pt period Apprentice in Carpentry- 1999-2000 TROXLER ELECTRONICS,INC. Certified Nuclear Moisture Density Gauge Operation FL DEPARTMENT OF TRANSPORTATION WINGERTER LABORATORIES,INC. Aggregate Testing Technician(CTQP) Certified Forklift Operator&Instructor Limerock Bearing Ratio Technician (CTQP) Aggregate Base Testing Technician (CTQP) Qualified Sampler Technician(CTQP) Asphalt Plant Level I&II(CTQP) Quality Control Manager(CTQP) -24- 1820 N.E. 144' Street•North Miami.FL 33181 •(305)944-3401 •1-800-345-SOIL Fax:(305)949-8698•Broward:(954)764-0472•Dispatch Fax:(305)949-1328 STEEL•CEMENT•CONCRETE a PAVEMENT INSPECTIONS•TEST BORINGS•SPECIFICATIONS WINGERTER LABORATORIES IBC. Professional Engineerint 3 Testing Established 1949 City of Miami Beach RFQ#2018-097-KB Daniel Goldman Licensed Building Inspector Experience Work History • Wingerter Laboratories, Inc.,North Miami,Florida. 2008—Present Position: Engineering Inspector/License Building Inspector Duties: Structural and geotechnical engineering inspections for residential and commercial projects including,special,threshold and construction materials engineering inspections, pile driving and Auger cast pile installation, controlled fill and earthwork operations, ground improvement, and monitoring load tests. Projects include low and high rise buildings,parking structures,bridge and highway structures as well as industrial facilities, marinas,residential developments,and municipal utilities. • All-Rite Home Improvements, Inc. Miami, Florida. Owner. 1984-2008. • Property Supervisor of construction/Maintenance,April 1994—July 2006. • R&S Management,Miami,Florida. Project manager, September 1992 —April 1994 Construction/Renovation • Rebuilt five apartment buildings and renovated two apartment buildings following Hurricane Andrew; Renovated newly purchased apartment building • Renovated and remodeled numerous private residences. Entrepreneurship • Owned and operated a two-branch video store in South Miami for eight years • Owned and operated home-improvement construction company, including pulling permits,obtaining insurance, and meeting all code requirements Licenses/Certifications • BN-6133 • ICC Certified Commercial Building Inspector#5153474—B2 • Qualified storm water Management Inspector#16354 • Certified General Contractor#1504235; Certified Residential Contractor#051343 • FDOT/CTQP Asphalt Plant Inspector Level I and ii Education • A.A.,Accounting/Liberal Arts,Miami-Dade Community College -25- 1820 N.E.144d Street•North Miami.FL 33181 •(305)944-3401 •1-800-345-SOIL Fax:(305)949-8698•Broward:(954)764-0472•Dispatch Fax:(305)949-1328 STEEL•CEMENT•CONCRETE•PAVEMENT INSPECTIONS•TEST BORINGS•SPECIFICATIONS WINGERTER LABORATORIES INC. Professional Ensineerins&Testing Established 1949 City of Miami Beach RFQ#2018-097-KB DAEMION S. BLACK Senior Engineering Technician EXPERIENCE WINGERTER LABORATORIES,INC. Senior Engineering Technician,January,2000-Present His responsibilities include performing tests in the areas of precast and prestressed concrete, grout and masonry testing, soil testing by use of Troxler Nuclear Gauge,earthwork inspection,demucking operation monitoring and preparation of reports.He also has experience in the concrete laboratory and the soils laboratory. LAW ENGINEERING,INC. Field Technician,1993—December,1999 His responsibilities included field and laboratory technical work and field density testing. MIAMI NDT Field Technician,1992—1993 His responsibilities included field and laboratory technical work. CERTIFICATION AND EDUCATION FLORIDA DEPARTMENT OF TRANSPORTATION'S CONSTRUCTION TRAINING QUALIFICATION PROGRAM(CTQP) Earthwork Construction Inspection—Level 1 and II Concrete Field Technician—Level 1 (CTQP) Asphalt Paving-Level 1(CTQP) AMERICAN CONCRETE INSTITUTE ACI Concrete Field Testing Technician-Grade I TROXLER ELECTRONICS,INC. Certified Nuclear Moisture Density Gauge Operation GEORGE WESTINGHOUSE SCHOOL Diploma(Jamaica) -26- )820 N E I44*Street S North Miami.FL 33181 •(305)944-3401 s 1-800-345-SOIL Fax:(305)949-8698•Broward (954)764-0472 s Dispatch Fax:(305)949-1328 STEEL•CEMENT•CONCRETE•PAVEM ENT INSPECTIONS s TEST BORINGS•SPECIFICATIONS WINGERTER LABORATORIES INC. Professional En[ineesine&Testing Established 1949 City of Miami Beach RFQ#2018-097-KB DAVE E. WALKER Senior Engineering Inspector EXPERIENCE WINGERTER LABORATORIES,INC. Engineering Inspector—July 2003 to Present His responsibilities include geotechnical engineering inspections for residential and commercial projects including,pre-stress plant and field inspections, Special,Threshold and construction materials engineering inspections,pile driving and Auger cast pile installation, controlled fill and earthwork operations,ground improvement,and monitoring load tests. Engineering Technician—May 1994 to June 2003 His responsibilities included performing tests in the areas of precast and prestressed concrete, grout and masonry testing, soil testing by use of Troxler Nuclear Gauge and by Sand Cone Method,asphaltic concrete inspections,construction materials placement and preparation of reports. He has also been trained in concrete and soils laboratory work including machine operation. His previous projects include Miami International Airport's New Northside Runway 8-26 on which he has worked from its origin in June 2001,becoming familiar with FAA requirements for soils testing and limerock excavations. CERTIFICATION AND EDUCATION AMERICAN CONCRETE INSTITUTE TROXLER ELECTRONICS, INC. ACI Concrete Field Testing Technician- Grade I Nuclear Gauge Safety Certification FLORIDA DEPARTMENT OF TRANSPORTATION MIAMI-DADE COMMUNITY COLLEGE Asphalt Paving Technician (CTQP) Computer Training Certification Earthwork Inspector—Level I KINGSTON COLLEGE BROWARD COUNTY COMMUNITY COLLEGE Kingston, Jamaica-College Diploma Blue Print Reading& Construction Estimating SKILLS Computer Software: Windows,Microsoft Word and Microsoft Excel -27- 1820 N.E. 144d Street•North Miami.FL 33181 •(305)944-3401•I-800-345-SOIL Fax:(305)949-8698•Broward:(9541764-0472•Dispatch Fax:(305)949-1328 STEEL•CEMENT•CONCRETE•PAVEMENT INSPECTIONS•TEST BORINGS•SPECIFICATIONS WINGERTER LABORATORIES INC. Professional Engineering&Testing Established 1949 City of Miami Beach RFQ#2018-097-KB JOHN H. COOPER Senior Driller&Geotechnical Inspector EXPERIENCE WINGERTER LABORATORIES,INC. Senior Driller,May 1973-Present Over 30 years of experience in the fields of drilling,soil sampling and well installation. His responsibilities include conducting subsurface and exploratory drilling for Geotechnical and Environmental purposes including: Operation of Truck Mounted Rotary Drill Rigs-CMS(Custom Built)with hollow stem augers. Operation of Portable Tripod Rig. Conducting Standard Penetration Test Borings(ASTM D-1586)and Rock Coring(ASTM D-2113)to depths in excess of 60 feet. Installation of Monitoring Wells,two to eight inches in diameter to depths of up to 50 feet. Shallow Environmental Sampling using hollow stem augers and split spoon. Conducting Soil Permeability Tests(FDOT,HRS&SFWMD Type)and Double Ring Infiltrometer Tests. Preparation of Field Drill and Boring Logs. Maintaining drilling equipment in proper working conditions. Conduct Concrete and Asphaltic Core Sampling or other duties assigned by Supervisory Engineer. Conduct Seismograph/Vibration Monitoring Conduct Geotechnical Site Observations and Inspections EDUCATION WILSON HIGH SCHOOL Tifton, Georgia -28- 1820 N.E. 144t'Street•North Miami.FL 33181 •(305)944-3401 • I-800-345-SOIL Fax:(305)949-8698•Broward:(954)764-04'2•Dispatch Fax:(305)949-1328 STEEL•CEMENT•CONCRETE•PAVEMENT INSPECTIONS•TEST BORINGS•SPECIFICATIONS WINGERTER LABORATORIES INC. Professional Engineering&Testing Established 1949 City of Miami Beach RFQ#2018-097-KB 2.2. Qualifications of Proposer Team Sub-Consultant Information We have chosen not to include any sub consultants in our submittal. If the need should arise for a sub- consultant,we will advise the City of Miami Beach and present all licensing and qualifications of said sub-consultant. Workload Wingerter Laboratories, Inc. (WLI)has about a 40%-50%current workload for Geotechnical and Laboratory Testing Projects. Our current projects include SoLe Mia Rental Towers,Costco Wholesale Club,Atlantic Sapphire Salomon Farm and 3 active Publix Supermarkets and a variety of small commercial and residential projects. Fast Track and Expedited Basis If selected by The City of Miami Beach to be the provide Professional Geotechnical and Laboratory Testing Services WINGERTER LABORATORIES,INC.(WLI),will be readily accessible upon the City's request to review project specification's and structural drawings and develop a need based approach. We can offer next day field services and RUSH laboratory testing on almost every test or inspection required pending the nature of the request. We will provide a project manager to The City of Sunrise and we will make sure that all projects are given top priority. Availability WLI can provide immediate and timely service to The City of Miami Beach due to the fact that over 50%of our current workforce lives and works within Miami-Dade County. Our company vehicles are assigned to all field personnel on a twenty-four(24)hour basis. The field personnel would be assigned directly from their point of residence in Miami-Dade County to all citywide projects. Our Laboratory and field personnel are all fully certified in their specific areas of work by The American Concrete Institute,The Florida Department of Transportation,Troxler Electronic Laboratories and AWS WLI maintains a full equipped laboratory with additional in-house equipment that is already ready to go to accommodate virtually any test that would be required on during any phase of the project. We are family owned and operated therefore there all matters and jobs can be performed quickly and efficiently as there is no bureaucracy. -29- ;820 29-i820 N.E.I40 Street•North Miami,FL 33181 •(305)944-3401 •1-800-345-SOIL Fax:(305)949-8698 a Broward:(954)764-0472 a Dispatch Fax:(305)949-1328 STEEL a CEMENT•CONCRETE•PAVEMENT INSPECTIONS•TEST BORINGS•SPECIFICATIONS WINGERTER IIVILABORATORI$8INC• Professional Enaineerina&Testing Established 1949 City of Miami Beach RFQ#2018-097-KB 3.1. Approach and Methodology Geotechnical & Testing Expertise We have performed over 6,000 projects in the last five(5) years and approximately 35-40%has been municipal related. We are prepared to bring the following bulleted partial list of services we are planning to provide the City of Miami Beach. • Geotechnical Soil Borings • Monitoring Wells Installation&Permeability Tests • Moisture Density Testing(Proctor)Modified and Standard Test Methods • Field Density Testing-Nuclear&Sand Cone Methods • Limerock&California Bearing Ratio Tests • Organic Material Testing, Carbonate Tests&Liquid Limits(Atterbergs) • Gradations, Sieve Analysis&Hydrometers • Concrete Test Cylinders(Compression,Tensile or Modulus of Elasticity) • Masonry Grout Testing(Cubes,Cylinders, &Prisms) = Concrete Masonry Unit Testing(Strength,Absorption,Fire Rating&Prisms) • Welding Inspection and Ultra Sonic Testing • Anchor Bolt Testing and Bolt Torque inspections • Post Tensioning Cable Placement&Monitoring • Tensile Testing of Rebar&Post Tensioned Cables • Pre-cast/Pre-stressed Concrete Inspection • Fireproofing Inspection&Testing • Curtain Wall Inspection and Water Intrusion Testing • Asphalt Paving&Plant Inspection and Testing • Ground Improvement Monitoring and Testing including confirmation Test Borings • Roof Uplift Resistance Testing • Ground Penetrating Radar(GPR)&Subsurface Interface Radar(SIR) • Paint& Stucco Thickness Verification • Co-efficient of Friction Testing on Floor Surfaces • Stucco Inspection &Testing(Bond/Adhesion and Pull Testing) • Tile/Waterproofing Uplift Testing& Quality Control Monitoring • Moisture Testing on Floors via Calcium Chloride • Concrete Coring,Windsor Probe Tests or Schmidt Hammer Testing of Concrete • Balcony&Handrailing/Post Load and/or Impact Testing • Stair Load Testing • Glazing Impact Testing • Ceiling Framing Load Testing -30- 1820 N.E.144"'Street•North Miami,FL 33181 •(305)944-3401 • I-800-345-SOIL Fax:(305)949-8698•Broward:(954)764-0472•Dispatch Fax:(305)949-1328 STEEL•CEMENT•CONCRETE•PAVEMENT INSPECTIONS•TEST BORINGS•SPECIFICATIONS WINGERTER LABORATORIES IBC. Professional Enaineerins&Test Established 1949 References & Past Performance Company: Miami-Dade County DT &PW Location: 111 N.W. 1s1 Street Suite 1420 Miami,FL 33128 Contact Name: Luis F. Lacau Jr.,P.L.S. References Phone Number: (305)375-5774 Email: Luis.Lacau@miamidade.gov Type/Scope of service provided: Geotechnical Drilling and Laboratory Testing Services Project: Underline M-Path Project#20170082: SW 1st Ct from SW 7th St to SW 12th St,Miami,FL Company: Stantec Location: 901 Ponce de Leon Blvd., Suite 900, Coral Gables,FL 33134 Contact Name: Mr. Sean Compel,P.E. References Phone Number: (786)502-0770 or(305)445-2900 x 2230 Email: seam compel aa,stantec.com Type/Scope of service provided:Geotechnical Drilling,Materials Testing and Inspections Services Projects: City of Miami Bch- Parking Lot P86 and City of Miami Beach-West 42nd Street Company: Oleta Partners,LLC Location: 15055 Biscayne Blvd North Miami,FL 33181 Contact Name: Darryl Lee References Phone Number: (786)629-3134 or cell (561)504-0909 Email:dlee@turnberry.com Type/Scope of service provided:Geotechnical,Laboratory and Materials Testing Services Projects: Spine Road @ SoLe Mia, Lakes 5,4&2-Biscayne Landings Site and Rental Towers(On-Going) 1820 N.E.144ih Street•North Miami,FL 33181 •(305)944-3401 •1-800-345-SOIL Fax:(305)949-8698•Broward:(954)764-0472•Dispatch Fax:(305)949-1328 STEEL•CEMENT•CONCRETE•PAVEMENT INSPECTIONS•TEST BORINGS•SPECIFICATIONS WINGERTER LABORATORIES INC. Profs ssionalEnaineerins&Testing Established 1949 City of Miami Beach RFQ#2018-097-KB 3.1. Approach and Methodology When called upon our administrative staff along with our project team at WLR will commit to provide clear, precise and open communications on all aspects of the project with the City of Miami Beach and its representatives'. This will include field reporting, final signed and sealed reports, report distribution, billing and consulting. Our project manager along with our office management will be available at your request to accommodate the special needs of your project. We maintain an "Open Laboratory Policy" which allows all clients as needed access to our testing facility to witness testing, attend meetings, and provide training to project personnel ay our facility at no additional cost. WLI prides itself on delivering the highest level of service at the best possible price and have proven over and over that"Quality really does stand the test of time". -31- 1820 N.E.140 Street a North Miami.FL 33181 •(305)944-3401 •1-800-345-SOIL Fax:4305)949-8698 a Broward:(9541764-0472 a Dispatch Fax:1305)949-1328 STEEL•CEMENT•CONCRETE a PAVEMENT INSPECTIONS•TEST BORINGS•SPECIFICATIONS • WINGERTER LABORATORIES INC. Professional Engineering 8 Testing Established 1949 City of Miami Beach RFQ#2018-097-KB 3.1. Approach and Methodology Geotechnical & Testing Expertise The geotechnical investigation and evaluation should include a balance of methods to acquire and evaluate subsurface information,including drilling and sampling,laboratory testing, geophysical surveys, , and analytical testing. WINGERTER LABORATORIES,INC.(WLI)geotechnical approach should satisfy the design input requirements as specified in Appendix"C"of the Request for Qualifications. Our Methods of geotechnical evaluation may range from determining simple base course materials to a complex multipurpose city complex using known Geotechnical engineering along with new methods for dealing with current water and climate changes.As Geotechnical engineers we use standard procedures to investigate and evaluate soil parameters with data collected from boring locations and permeability testing as deemed appropriate for the soil types and geologic variability along the prospective project. Engineering geologists evaluate the soil strata between boring locations and assess the dimensional representation of geotechnical soil conditions when preparing the Foundation design and recommendation report or forensic feasibility study. We have performed over 6,000 projects in the last five(5) years and approximately 35-40%has been municipal related. We are prepared to bring the following bulleted partial list of services we are planning to provide the City of Miami Beach. • Geotechnical Soil Borings • Monitoring Wells Installation&Permeability Tests • Moisture Density Testing(Proctor)Modified and Standard Test Methods • Field Density Testing-Nuclear&Sand Cone Methods • Limerock&California Bearing Ratio Tests • Organic Material Testing, Carbonate Tests& Liquid Limits(Atterbergs) • Gradations, Sieve Analysis&Hydrometers • Concrete Test Cylinders (Compression,Tensile or Modulus of Elasticity) • Masonry Grout Testing(Cubes,Cylinders, &Prisms) • Concrete Masonry Unit Testing(Strength,Absorption,Fire Rating&Prisms) • Welding Inspection and Ultra Sonic Testing • Anchor Bolt Testing and Bolt Torque Inspections • Post Tensioning Cable Placement&Monitoring • Tensile Testing of Rebar&Post Tensioned Cables • Pre-cast/Pre-stressed Concrete Inspection • Fireproofing Inspection&Testing • Curtain Wall Inspection and Water Intrusion Testing • Asphalt Paving&Plant Inspection and Testing • Ground Improvement Monitoring and Testing including confirmation Test Borings • Roof Uplift Resistance Testing -30- 1820 N E. 144'' Street•North Miami.FL33I81 •13051 944-3401 • I-800-345-SOIL Fax (305)949-8698•Broward:(954)764-04'72•Dispatch Fax:(305)949-1328 STEEL.•CEMENT•CONCRETE•PAVEMENT INSPECTIONS•TEST BORINGS•SPECIFICATIONS WINGERTER LABORATORIES INC. Professional E sineerinc&Testing Established 1949 City of Miami Beach RFQ#2018-097-KB 3.1. Approach and Methodology • Ground Penetrating Radar(GPR)&Subsurface Interface Radar(SIR) • Paint&Stucco Thickness Verification • Co-efficient of Friction Testing on Floor Surfaces • Stucco Inspection&Testing(Bond/Adhesion and Pull Testing) • Tile/Waterproofing Uplift Testing&Quality Control Monitoring • Moisture Testing on Floors via Calcium Chloride • Concrete Coring,Windsor Probe Tests or Schmidt Hammer Testing of Concrete • Balcony&Handrailing/Post Load and/or Impact Testing • Stair Load Testing • Glazing Impact Testing • Ceiling Framing Load Testing When called upon our administrative staff along with our project team at WLI will commit to provide clear, precise and open communications on all aspects of the project with the City of Miami Beach and its representatives'. This will include field reporting, final signed and sealed reports, report distribution, billing and consulting. Our project manager along with our office management will be available at your request to accommodate the special needs of your project. We maintain an "Open Laboratory Policy"which allows all clients as needed access to our testing facility to witness testing,attend meetings, and provide training to project personnel ay our facility at no additional cost. WLI prides itself on delivering the highest level of service at the best possible price and have proven over and over that"Quality really does stand the test of time". -31- 1820 N E. 144"'Street•North Miami.FL 33181 •4303)944-3401 •1-800-345-SOIL Fax:(305)949-8698•Bmward:(954)764-0472•Dispatch Fax:(305)949-1328 STEEL•CEMENT•CONCRETE•PAVEMENT INSPECTIONS•TEST BORINGS•SPECIFICATIONS MIAMIBEACH City of Miami Beach,1755 Meridian Avenue,3rd Floor,Miami Beach,Florida 33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490 ADDENDUM NO. 1 RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS May 22, 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. I. RFQ DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on Monday, June 4, 2018, at the following location: City of Miami Beach Procurement Department I 1755 Meridian Avenue, 3`d Floor Miami Beach, Florida 33139 Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. A FORTHCOMING ADDENDUM WILL CONTAIN RESPONSES TO QUESTIONS RECEIVED. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below,with a copy to the City Clerk's Office at RafaelGranadomiamibeachfl.qov. Procurement Contact: Telephone: Email: Kristy Bade 305-673-7000,ext.6218 kristybada@,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. erelyAR„ Alex Denis Procurement Director 1 ADDENDUM NO. 1 RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS MIAMI BEACH City of Miami Beach,1755 Meridian Avenue,3rd Floor,Miami Beach,Florida 33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490 ADDENDUM NO. 2 RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS June 1, 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. I. RFQ DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on Monday, June 11, 2018, at the following location: City of Miami Beach Procurement Department 1755 Meridian Avenue, 3`d Floor Miami Beach, Florida 33139 Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. A FORTHCOMING ADDENDUM WILL CONTAIN RESPONSES TO QUESTIONS RECEIVED. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at Ra faelGranadomiamibeachfl.gov. Procurement Contact: Telephone: Email: Kristy Bada 305-673-7000.ext.6218 kristybada@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your 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 reasor(s)for not submitting a proposal. erel,/ AA Alex Denis Procurement Director 1 1 ADDENDUM NO.2 RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY ESTING SERVICES ON AN AS-NEEDED BASIS MIAMIBEACH City of Miami Beach,1755 Meridian Avenue,3rd Floor,Miami Beach, Florida 33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490 ADDENDUM NO. 3 RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS June 8, 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. I. RFQ DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on Monday, June 18, 2018, at the following location: City of Miami Beach Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. A FORTHCOMING ADDENDUM WILL CONTAIN RESPONSES TO QUESTIONS RECEIVED. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado a.miamibeachfl.gov. Procurement Contact: Telephone: I Email: Kristy Bade _ 305-673-7000, ext. 6218 kristybada@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. ere ha Alex Denis Procurement Director ,DDENDUMM NO.: RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY "STING SERVICES ON AN AS-NEEDED BASIS I 1 i 1 't (\ 1 -4_ I t INSURANCE REQUIREMENTS This document sets forth the minimum levels of insurance that the contractor is required to maintain throughout the term of the contract and any renewal periods. XXX 1. Workers' Compensation and Employer's Liability per the Statutory limits of the state of Florida. XXX 2. Comprehensive General Liability(occurrence form), limits of liability$ 1,000,000.90 per occurrence for bodily injury property damage to include Premises/ Operations; Products, Completed Operations and Contractual Liability. Contractual Liability and Contractual Indemnity (Hold harmless endorsement exactly as written in"insurance requirements"of specifications). XXX 3. Automobile Liability-$1,000,000 each occurrence-ownedinon-owned/hired automobiles included. 4. Excess Liability-$ .00 per occurrence to follow the primary coverages. XXX 5. The City must be named as and additional insured on the liability policies; and it must be stated on the certificate. 6. Other Insurance as indicated: Builders Risk completed value $ .00 Liquor Liability $ .00 Fire Legal Liabiiity $ .00 —Protection and Indemnity $ .00 Employee Dishonesty Bond $ .00 Other $ .00 XXX 7. Thirty(30)days written cancellation notice required. XXX 8. Best's guide rating B+:VI or better, latest edition. XXX 9. The certificate must state the proposal number and title The City of Miami Beach is self-insured.Any and all claim payments made from self-insurance are subject to the limits and provisions of Florida Statute 768.28, the Florida Constitution, and any other applicable Statutes. RFQ 2018-097-KB 35 MIAMIBEACH City of Miami Beach,1755 Meridian Avenue,3rd Floor,Miami Beach, Florida 33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490 ADDENDUM NO. 4 RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS June 15, 2018 This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers. or otner clarifications and revisions issued by the City. I. RFQ DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on Monday, June 25, 2018, at the following location: City of Miami Beach Procurement Department 1755 Meridian Aveniir4, 3`d Floor Miami Beach, Florida 33139 Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below,with a copy to the City Clerk's Office at RafaelGranadomiamibeachfl.qov. Procurement Contact: I Telephone: Email: Kristy Bade 1305-673-7000, ext. 6218 , kristybada@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. ere�C� Alex Denis Procurement Director 1 ADDENDUM NO.4 RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS M1AMIBEACH City of Miami Beach,1755 Meridian Avenue,3rd Floor,Miami Beach,Florida 33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490 ADDENDUM NO. 5 RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS June 19, 2018 This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers, cr other clarifications and revisions issued by the City. I. RFQ DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on Wednesday, June 27, 2018, at the following location: City of Miami Beach Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. II. ATTACHMENTS. Exhibit A: Rate Schedule of City's Current Contract for Geotechnical and Laboratory Testing Services Exhibit B: Pre-Proposal Sign-in Sheet Dl. REVISION. Appendix C, Cl. Minimum Eligibility Requirements has been revised as follows. The Minimum Eligibility requirements for this solicitation are listed below. Proposer shall submit, the required submittal(s) documenting compliance with each minimum requirement with its proposal or within three (3) days of request by the City. Proposers that - . .__ _ __.. _. .._ - - . • . - _ --- - fail to comply with minimum requirements shall be deemed non-responsive and shall not have its proposal considered. 1. Bidder (defined as the Firm) shall hold - --2-- -- --- -- - - -- -- _ • • ib a geology business certification from the Florida Department of Business and Professional Regulation. 1 ADDENDUM NO.5 RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS Q5: We recently had D&B send the City an SQR for RFQ 2018-141-ND a)Can you verify that you received it? b) Is it necessary for us to have D&B send it to the City again for this RFQ? A5: 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 in the RFQ. 06: Appendix C Minimum Requirements and Specifications: a) Is anything else required besides a copy of the firm's asbestos and geology licenses? b) Is anything required for C.2? c)Typically for this type of work, we are asked for a copy of the firm's engineering license. Would you also like a copy of that license? A6: Refer to Revision above. Q7: The Minimum Requirement in C.1 includes "Bidder (defined as the Firm) shall hold an asbestos business certification AND a geology business certification from the Florida Department of Business and Professional Regulation." Are asbestos services included in the expected Scope of Work under this contract; and if so, can you provide a clarification on what type of services? A7: Refer to Revision above. Q8: What are the anticipated fees to be awarded under this contract? A8: Fees have not been established and will be negotiated with successful proposer(s) during negotiations. Q9: What firms were awarded under the previous contract and what were the total fees per awarded per firm? A9: Please refer to response A4 and Exhibit A. Q10: In the subject RFQ, Appendix D, Special Conditions, Item #13 (spg.32) of RFQ states that there is a sample contract attached to the RFQ. Can you please provide the sample contract? A10: Sample contract will be provided to the successful proposer(s) during negotiations. Q11: Please send us a list of all attendees to the pre-proposal meeting including those called in. All: Please refer to Exhibit B. 3 ADDENDUM NO.5 RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS Exhibit A: Rate Schedule of City's Current Contract for Geotechnical and Laboratory Testing Services S ADDENDUM NO.5 RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING 3 RVICES ON AN AS-NEEDED BASIS Engineering Inspection during Geotechnical Investigation Hour $90.00 2. MONITORING WELLS (Includes Drilling) (9.01) A,Mobilization of Truck Mounted Drill Rig•(Same Conditions apply as referenced for Up to 2 wells $364.00 Geotechnical El.Monitoring Well Installation(2"PVC,Max.20'Depth)*(Min.2 wells) Per Well _ $659.00 C.Monitoring Well Abandonment (2"PVC,Max.20'Depth)*(Min.2 wells) Per Well $277.00 D.Monitolln: Well Abandonment (4"PVC,Max.20'Depth)* (Min.2 Wells) Per Well $356,00 E.Monitoring Well(4"PVC,Max.20'Depth)*(Min, Z wells) I Per Well $863 CO F.Monitoring Well Installation (2"PVC,Greater than 20'up to 1001"(Min.2 wells) Foot $71.00 1 *Excludes permit G.Repair of Monitoring Wells Unit Rates Per Unit $951.00 H.Water Quality Monitoring(Does not include Analytical Tests)(Per Well) Per Well $246.00 I.Direct Push Well Installation(20'Max) Per Well $773.00 .1.Direct Push Soli/Ground water Sampling Per Day $1,608.00 It.Boat Rental (min.8 hr day)with prior approval by the issuing dept.(furnish copy of ownership or Per Day $453.00 3. PRE-STRESS 1 PRE-CAST (9.02) (INCLUDES TRAVEL, MILEAGE, DELIVERY AND CERTIFIED REPORTS) A.Pre-stress/Pre-cast fabrication inspection per PCI MNL-115 (Structural) or MNL-117 (Architectural) Per Hour $83,00 B.Pre-stree(Inspection and Certified Report Included) (Stressing Operation anti inspection) per PCI Per Hour $83,00 C.Reinforced Concrete Pipe and Pre-Fabricated Manhole inspection(types,sixes,and design) (includes inspection and Certified Report)(Min.4 hrs.) Per Hour $83.00 D.Absorption Test of Pre-cast Units per ASTM C-497 Per Core $53,00 E.Three Edge Bearing Test per ASTM C-497 Per Hour $83.00 F.Hydrostatic Testing per ASTM C-497 Per Hour $83.00 G.Testing Concrete Cylinder per ASTM 0.497(same conditions apply as shown on 34.1)(Does NOT Per Cylinder $112.00 4. PiLING (9.021 A.Pile Driving/Auger Cast Pile Inspection (includes Certifird Log/Report[Min.4 hrs]) (. Per Hour 1 $84.00 44.1 Splice of plies as an addition (per etcurance) (with prior approval from engineer)(witness Per Hour $84.00 B.Vibro-Flotation Inspection (4 hrs min.) Per Hour $84.00 C.Pile Load Test-Test Frame and Load Set-Up Witnessed by Certified Inspector per ASTM D-1343 Per Hour $84.00 4C.1 Furnishing and Set-up of Calibrated Gauges Per Gauge $109.00 4C,2 Monitoring of Pile Load Test,Collect Field Data,and Inspector Time Per Hour $84.00 4C.3 Pile Load Test Report,Certify and Prepare Report for Load Capacity of Plle(Engineers Time) Per Hour $126,00 S. SOILS (9.02) INCLUDES TRAVEL, MiLEAGE, DELIVERY AND CERTIFIED REPORT) SA.Field Density Tests 5A.1 Sand Cone Method per AASHTO T-19 end ASTM D-1556(2 test min,) Per Test $87.00 Nuclear Method per AASHTO T-238 AND ASTM 0-2922,(Moisture per AASHTO T-239 and ASTM D 5A.2 Per Test(From 1 to 4 tests)per trip ( Per Test $49.00 Per Test(From 5 to 10 tests)per trip Pe;Test $33.00 Per Test(From 11 or more tests)per trip Per Test $29.00 SA.3 Maximum/Minimum Relative Density Tests per ASTM 0-4253 and 4254(Field and Per Test $169.00 Laboratory) Page 42 of 60 CITY APPROVED ROTATIONAL_CONSULTANT"ORM(JANUARY 2013) Unit Unit Price C.Marshall Properties (FOOT Procedures) (Aviation P-401/P-405)(Technician plus tests) 6C.1 Stability per ASTM D-1559 or AASI-fT0 D-T 245(set of 3 specimen) Per Set $124,00 6C.2 Flow per ASTM-1559 or AASHTO 0-T 245(set of 3 specimen) Per Set $116.00 6C.3 Density per ASTM D-2726(set of 3 specimen) Per Set $117.00 6C.4 Alr Voids per ASTM-3203 (set of 3 specimen) Per Set $116.00 6C.5 Maximum density per ASTM D-2041 Per Set $76.00 6c.6 Particle Coating per ASTM 0-2489 Per Sample $128.00 6C.7 Sampling/Prep.Per ASTM D-1559/D-2726 Per Sample $79.00 6C.8 Bulk Specific Gravity of Drilled Core per ASTM D-2726 Per core I $55.00 1 6C.9 Moisture Content-Drying per ASTM C-566 Per Sample $56.00 6C.10 Moisture Content-Distillation per ASTM D-1461 Per Sample $133.00 6C.11 Asphaltic Specific Gravity/Absorption of Aggregate Blends Per Aggregate Sample $102.00 6C.12 Sampling Hot mix et Manufacturer per ASTM D-979 Per Hour $66.00 6C,13 Effect of Water on Hot Mix per ASTM D-1075(set of 6 samples) Per Set ) $128.00 6C.14 Washed Sieve Analysis Per Sample $65.00 6C,15 AASHTO T-182 Per Sample $143.00 SC.16 Flat/Elongated Pieces per ASTM 0-4791 I Per Sample $136.00 6C.17 Effect of Moisture on Hot Mix per ASTM D-4867(set of 6 samples) Per Set $310.00 6C.18 Sand Equivalent per ASTM 0-2419 Per Sample $102.00 6C,19 Effect of Water on Cohesion per ASTM D-1075/Modified Per Sample $192.00 D.Extraction/Gradation Analysis par ASTM 06307 Per Test $146.00 E.Asphalt Plant Technician Using FDOT Approved Plant,Laboratory and Procedures for Extraction,Gradation,Marshall Tests and Temperature Checks(ASTM D-290.85) (per Hour $83.00 person,min,4 hrs) F.Paving Technician for On-Site Paving Operations, inspections per FOOT Procedures (temperature,density testing and observation) (min.4 hrs.) Hour $82.00 G.Aspahlt densities(Nuclear-Back Scatter Methos)(Min.4 tests) ) Per Test $30.00 Fi.Asphalt Core Drilling for Thickness Measrurements (includes Asphalt Patching)(min 6 cores per call-out) Per Core $60.00 I.Asphalt Cores Laboratory Tests for Measurements per ASTM D-3549 and weight per cubic foot,per ASTM D-2726(min 4 cores) Per Core $45.00 J.Gyratory Compaction (Bulk Specific Gravity) Per Sample $121.00 7. TECHNICAL SERVICES (AVIATION) (9.03) A.P401 Technical Services-NiCET III/FDOTII/Equivalent per ASTM 0-3666 Aspait lent Facilities and Initial inspection, Quality Reviews,Design Mix/JMF Review,Technical Report/ Hour $125,00 Meetings/Coordination Oversight/PWL/reviews(min.2 hrs.) B.P401/P602/P603/P609-Field Acceptance Inspection -Certified Inspection per ASTM 70.1 Level I Inspector(weekday min.4 hrs) Hour $83.00 7B.2 Level Il Inspector(Weekday min.4 hrs) Hour $91.00 70.3 Cancellation Fee(Plant)(Per cancellation, per technician) Per $244.00 S. CONCRETE TECHNICIAN (9.03) INCLUSIVE OF TRAVEL, MILEAGE, DELIVERY AND CERTIFIED REPORT). A,Cylinders-cast and tested by leboretor' I 1 8A.1 Standard 6"x 12"or 4"x 8"cylinder(concrete temperature test and slump test)(per Per Set ASTM C-31"Sect;on 7"Lab.Strength Tests per C-39 using 0.617 or C-1231)(max.5 cylinders $113.00 8A.2 Lightweight 8"x 6"cylinder Includes concrete per ASTM C-495(max.5 cylinders per set) Per Set $113.00 8A.3 Air Entrainment pas ASTM C-31(used Concurrently with Concrete Set Testing) Per Set $37.00 8A.4 Cylinder pick-up (when not cast by laboratory) Hour $59.00 B.Securing Structural or Pavement Cores per ASTM C-42(6"max.dia.)(3 cores min.) 8B.1 8"deep f Per Core $129.00 8B.2 14"deep Per Core $157.00 I Page 44 of 60 CITY APPROVED ROTATIONAL CONSULTANT FORM(JANUARY 2013) unit ! Unit Price U.Absorption Fine Aggregate per ASTM C-128,Coarse Aggregate per ASTM C-127 Per Test $75.00 V.Specific Gravity Fine Aggregate per ASTM C-128,Coarse Aggregate per ASTM C-127 Per Test 1 $75,00 W.Weight per Cubic Feet per ASTM C-29 Per Test $75.00 B. STEEL (9.04) (use AWA, AMS, AWS,ASME, API, as applicable) A.Shop/Field Weld inspection per ASTM 0-5339 (4 hrs min.) Hour 582,00 13.AWS,AWA,ASME Welder Tests-Groove or Fillet Plate Per position _ 5217,00� Pipe Per position $227.00 C.Reinforcing Steel Tensile Test(Min. 3'rests)-TENSILE ONLY DOES NOT INCLUDE Per Bar $171.00 TECHNICIAN TIME TO SET-UP MACI ZINE D.Reinforcing Steel Deformation Test Per Test $57.00 E.Reinforcing Bar Placement inspection Hour $82.00 F.Chemical Laboratory Test Weld Inspection and Dye Penetrant Weld Testing Hour $82.00 G.Radiograph Weld Inspection (min.4 tests) Per Test $142,00 H.Engineering Services 9H.1 Special Inspector for Threshold Buildings(State Certified) (2 hrs min,) Hour $121,00 9H.2 Special Inspector Designee (2 hrs min,) Hour $116,00 91-1.3 Special Inspector under the Florida Building Code 2 hrs min.) Hour $116.00 10. MECHANICAL (9.04) A.Sound Surveys (Includes travel time) Hour $98.00 B.Lighting Surveys(Includes travel time) Hour $98.00 11. FIRE PROOFING (9.04) A.Inspection of Sprayed-On Fireproof Coating on Structural Steel 11A.1 4 hrs min Hour $81.00 11A.2 Laboratory Unit Weight Test of Fireproofing Coating per ASTM E-605 Per Test $61.00 11A.3 Field Adhesion /Cohesion Tests per ASTM E-736 Per Test $12300 i,'f additional hours are required must have approval from Issuing department 12. STRAIN MEASUREMENTS (SR4 INDICATOR) (9.04i - A.Technician Services to Install Gauges/Make Strain Reading(4 hr min.) Hour $81.00 13. ULTRASONIC INSPECTIONS (9.04) A,Services of an Ultrasonic Technician and Equipment(8 hrs min) Hour $125.00 B.Assistant Technician (8 hrs min) Hour $58.00 14. STRUCTURAL STEEL (9.04) A.Welding inspector per AWS Code(4 hrs min) Hour $82,00 3.Structural Steel Shop or Field Inspector(4 hrs min) Hour $82.00 C.Bolt Tlghtenin: Inspection by Using: 14C.1 Torque Wrench Hour $82.00 14C,2 Reg.Wrench Hour $82.00 140.3 Filler Gauge ( Hour $82.00 D.Structural Steel Testing/Inspection (4 hrs min) Hour $82.00 15. WELDING (9.04) A.AWS Certified Inspector (2 hrs min)(per inspection) Hour $82.00 B.AWS Certified Welding inspector/1 hr PADI Certified (mit 2 inspections per inspection) Hour $142.00 16. MAGNETIC PARTICLE TESTING (MAGNAFLUX) (9.04 A.Services of a non-destructive technician Hour j $82.00 B.Magnaflux Testing 1 Hour _ � $78.00 'rage 46 of 50 CITY APPROVED ROTATIONAL CONSULTANT FORM(JANUARY 2013) Un( Unit Price t iA.Utility Designation -Electronically Scan and Determine the Horizontal and Vertical Location of Per Hour $150.00 Burled Utility Lines. (Min.3 Hrs.) 8,Expose Utility Lines by Air/Vacuum System(Soft Dig),Creating a Small Diameter Hole to be Plotted on i3 ase Maps to Scale. Work Reviewed and Certified by a Florida Registered Land I Surveyor. (Includes Cost Assodated with Restoration and Photographs/Drawings to Document / Generate Complete Certified Report 1 Per Test Hole(In Pavement) (Mtn.3 Tests per Visit) Per Test $850.00 Per Test Hole(In SoIi)(Min.3 Tests per Visit) j Per Test $850.00 C.Utility Location Inspector to Verify and Coordinate Location and Documentation of Utility Company Per Hour $80,00 (Min,2 Ors.per Test Locatlonj. 'age 48 of 60 CITY APPROVED ROTATIONAL.CONSULTANT FORM(JANUARY 2019) MIAMIBEACH CITY OF MIAMI BEACH PRE-PROPOSAL MEETING SIGN-IN SHEET DATE April 25, 2018 TITLE: REQUEST FOR QUALIFICATIONS (RFQ) 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS- NEEDED BASIS t 43' -"-Ya' ' `� � '' �fi1\ AR .. ;'rr` ° a • i''.r�",.a5 ?k�„x-„ _ p } 'lk�. 1. _:2'4.,_�y34�} i��9, 14 '' j,i.•"�y..T„ ... r. s �+ _. iw'c" � � Kristy Bada Procurement-CMB 305-673-7000 knstybada(e\miamibeachfl.gov ext. 6218 Aika eNta (--":7C1.4%1 7 I �. ,. ..Lk 61 1k�o L 4 o E s 01-O ht)9°_ s a-taQ tevya.r. . ca rK LGL A I Cy �(AsvKetj�. 1cr4A 1 `vlt'e.Yly �+rrr�s 3oS a�'1 vhtJ<YSCI T.4311 JpcAkreneAnid excA rtax1Yg W. `p1tJ�VG� \g►-1 Lj r'J 1,1 e. e -Az A L., e e—tt-) LEYVII 0( . 1 MIAMIBEACH City of Miami Beach,1755 Meridian Avenue,3rd Floor,Miami Beach, Florida 33139, www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490 ADDENDUM NO. 6 RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS June 22, 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. !. RFQ DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on Monday,July 2, 2018, at the following location: City of Miami Beach Procurement Department 1755 Meridian Avenue, 3`d Floor Miami Beach, Florida 33139 Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. A FORTHCOMING ADDENDUM WILL CONTAIN RESPONSES TO QUESTIONS RECEIVED. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below,with a copy to the City Clerk's Office at RafaelGranado(amiamibeachfl.gov. Procurement Contact: Telephone: Email: Kristy Bada 305-673-7000,ext.6218 kristybada@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your 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. ha Alex Denis Procurement Director i 7 ADDENDUM NO.6 RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY VESTING SERVICES ON AN AS-NEEDED BASIS MIAMI BEACH City of Miami Beach,1755 Meridian Avenue, 3rd Floor,Miami Beach,Florida 33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490 ADDENDUM NO. 7 RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS June 29, 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. I. RFQ DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on Monday, July 9, 2018, at the following location: City of Miami Beach Procurement Department 1755 Meridian Avenue, 3`d Floor Miami Beach, Florida 33139 Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. A FORTHCOMING ADDENDUM WILL CONTAIN RESPONSES TO QUESTIONS RECEIVED. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below,with a copy to the City Clerk's Office at RafaelGranado(amiamibeachfl.gov. Procurement Contact: Telephone: Email: Kristy Bada 305-673-7000, ext. 6218 kristybada@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your 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. erel rte, imt Alex Denis Procurement Director 1 ADDENDUM NO.7 RFC)2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS MIAMIBEACH City of Miami Beach,1755 Meridian Avenue,3rd Floor,Miami Beach,Florida 33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490 ADDENDUM NO. 8 RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS July 6, 2018 This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued oy the City. I. RFQ DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on Monday, July 16, 2018, at the following location: City of Miami Beach Procurement Department 1755 Meridian Avenue. 3`d Floor Miami Beach, Florida 33139 Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. A FORTHCOMING ADDENDUM WILL CONTAIN RESPONSES TO QUESTIONS RECEIVED. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below,with a copy to the City Clerk's Office at RafaelGranado(a�miamibeachfl.gov. Procurement Contact: Telephone: Email: Kristy Bada 305-673-7000,ext.6218 kristybada@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your 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. zyincerel,/ AR Alex Denis Procurement Director 1 ADDENDUM NO 8 RFC)2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY STING SERVICES ON AN AS-NEEDED BASIS MIAMIBEACH City of Miami Beach,1755 Meridian Avenue,3rd Floor,Miami Beach, Florida 33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490 ADDENDUM NO. 9 RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS July 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. I. RFQ DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on Monday, July 23, 2013, at the following location: City of Miami Beach Procurement Department 1755 Meridian Avenue, 3`d Floor Miami Beach, Florida 33139 Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. F • - • • 1 \ . , t I • l ► ►► • . .11 - - • l • • 1 • l - V I. Any questions regarding this Addendum shoulo be submitted in writing to the Procurement Department to the attention of the individual named below,with a copy to the City Clerk's Office at RafaelGranado a(�miamibeachfl.gov. Procurement Contact: Telephone: I Email: Kristy Bada 305-673-7000, ext.6218 I kristybada@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. ,t.erel,/„ . AR Alex Denis Procurement Director 1 ADDENDUM NO 9 RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS MIAMIBEACH City of Miami Beach,1755 Meridian Avenue, 3rd Floor,Miami Beach, Florida 33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490 ADDENDUM NO. 10 RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS July 20, 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. I. RFQ DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on Monday, July 30, 2018, at the following location: City of Miami Beach Procurement Department 1755 Meridian Avenue, 3`d Floor Miami Beach, Florida 33139 Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. nt7•1:it,IKe1 IkIcl_1.1,14.1111u\IIII I1.10kI:f4.11•1.61 l 11 I01]4.1t[.LF4.a4yIk11.1 Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below,with a copy to the City Clerk's Office at RafaelGranadomiamibeachfl.qov. Procurement Contact: Telephone: Email: Kristy Bada 305-673-7000, ext. 6218 kristybada@miamibeachfl,gov Proposers are reminded to acknowledge receipt of this addendum as part of your 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. erel,/� Arc Alex Denis I Procurement Director 1 ADDENDUM NO 10 RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN?.S-NEEDED BASIS M1AMIBEACH City of Miami Beach,1755 Meridian Avenue,3rd Floor, Miami Beach, Florida 33139,www,miamibeachfl.gov PROCUREMENT DEPARTMENT . Tel: 305-673-7490 ADDENDUM NO. 11 RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATOR:' TESTING SERVICES ON AN AS-NEEDED BASIS July 23,2018 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. I. REVISION. Appendix C, Cl. Minimum Eligibility Requirements has been DELETED. RFQ has been revised as follows. •- ••• • -.. : - _ • - .. _ . '. .. e: _ Proposer nhnll submit, the roquired submittal(s) dccume• '-• -:•-- '••- "'• . 1. re-: -• - --. - . _ . e:e -. .._ --- -- -- - •- - • - - • .. .- -- '0•• -• - --- - . - • •- - -.- . Per Special Condition 17 below, within 30 days from notification of award, Consultant shall possess any and all licenses required by the State of Florida, Division of Business and Professional Regulations AND Miami-Dade County to perform the work. IL REVISION. Section 0300, Tab 1, Cover Letter & Minimum Qualifications Requirements and Tab 2, Experience&Qualifications, have been revised as follows: IMIN Cover Letter&Minimum Qualifications Requirements 1.1 Cover Letter and Table of Contents. The cover letter must indicate Proposer and Proposer , Primary Contact for the purposes of this solicitation. 1.2 Response Certification, Questionnaire & Requirements Affidavit (Appendix A). Attach Appendix A fully completed and executed. Sped canons. FExperience&Qualifications 2.1 Qualifications of Proposing Firm. Submit detailed information regarding the firm's history and relevant experience and proven track record of providing the scope of services similar as ieentified in this solicitation, including experience in providing similar scope of services to public sector agencies. 1 For each project that the proposer submits as evidence of similar experience, the foilowing is required: project description, agency name, agency contact, contact telephone & email, and year(s) and term of engagement. Cerbiftsation:• -_ - --- -- -y- " atria +-Bade--r __ _- I ADDENDUM NO.11 ".—"—"n"'"'."."71 . RFQ 2018-097-KB ���� IFOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS F ire-Gategor vices? - .- - - - . - . - . - -- • .. •. .. ficatiens—ts . .. +a' '-e: -e.• -- - - .. - .3t -- :et 2.1.1. Submit copies of all currently held applicable licensure(s) or certificate(s)from Miami- Dade County or the State of Florida relating to geotechnical and laboratory testing services. If any license which the bidder currently does not possess is required to perform the work, state the bidders plan to achieve said licensure if awarded. 2.2 Qualifications of Proposer Team. Provide an organizational chart of all personnel to be used for this project if awarded, the role that each team member will play in providing the services detailed herein and each team members' qualifications. A resume of each individual, including education, licensure, experience, and any other pertinent information, shall be included for each respondent I team member to be assigned to this contract. 2.2.1. Submit copies of all currently held applicable licensure(s) or certificate(s) from Miami- Dade County or the State of Florida relating to geotechnical and laboratory testing services. If any license which the bidder currently does not possess is reQuired to perform the work, state the bidders plan to achieve said licensure if awarded. III. REVISION. Appendix D,Special Conditions has been revised as follows: 1. TERM OF CONTRACT. Five (5) years. This contract shall remain in effect for three (3) years from date or contract execution by the Mayor and City Clerk. 2. OPTIONS TO RENEW.-9ptien4e-ren: '. _ -: . .- - - - - _' • . --_ _ . two(2)y ar periods: The City of Miami Beach has the option to renew the contract at the sole discretion of t-ie City Manager for an additional two (2), one (1) year periods, on a year-to-year basis. Renewal of the contract is a City of Miami Beach prerogative, not a right of the Contractor. Such option will be exercised, if at all, only when it is in the best interest of the City of Miami Beach. In the event that the contract is held over beyond the term herein provided it shall only be from a month-to-month basis only and shall not constitute an implied renewal of the contract. Said month to month extension shall be upon the same terms of the contract and at the compensation and payment provided herein,and shall not exceed six(6)months. IV. ANSWERS TO QUESTIONS BY PROSPECTIVE PROPOSERS VIA EMAIL. Q1: Has the City amended the questions deadline past May 15th, 2018? Does the City expect to receive and answer questions from the second Q&A addenda to be released? Will the City tell us if there is a deadline or standard for hours/days prior to a due date we might expect to receive additional addenda? Al: The deadline for questions has concluded. No further questions will be considered. No due date extensions will be considered. 2 ADDENDUM NO.1' RFQ 2.018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado u.miamibeachfl.dov. I Procurement Contact: 1 Telephone: I Email: Kristy Bads 305-673-7000, ext.6218 i kristybada@rniamibeacnfl.gov I 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. Sine rely, .` Al- D--•b Pr. rement Director • I 3 ADDENDUM NO.11 RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS