Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Agreement with Wood Environment & Infrastructure Solutions, Inc.
av/g- 305-K AGREEMENT BETWEEN CITY OF MIAMI BEACH AND WOOD ENVIRONMENT & INFRASTRUCTURE SOLUTIONS, 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 s 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 WOOD ENVIRONMENT & INFRASTRUCTURE SOLUTIONS, INC. FOR FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS- NEEDED-BASIS This Agreement made and entered into this at day of Fe✓ruGr , 20 `q , (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 WOOD ENVIRONMENT & INFRASTRUCTURE SOLUTIONS, INC., a Nevada corporation having its principal office at 1105 Lakewood Parkway, Suite 300, Alpharetta, Gorgia 30009 (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 Wood Environment & Infrastructure Solutions, 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 4 following terms shall have the meanings specified herein unless otherwise stated herein: ADDITIONAL SERVICES: "Additional Services" shall mean those services, in addition to the Basic Services in this Agreement, as described in Article 5 and the Consultant Service Order, which the Consultant shall perform, at the City's option, and which must be duly authorized, in writing, by the City Manager or his authorized designee, prior to commencement of same. 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. rF 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 5 which the professional has been engaged by City and who will perform (or cause to be 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 all 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 7 Schedule C— Approved Subconsultants. SCOPE OF SERVICES: "Scope of Services" shall include the Project Scope, Basic Services, and any Additional Services (as approved by the City), all as described in Schedule "A" hereto. SERVICES: "Services" shall mean all services, work, and actions by the Consultant performed pursuant to or undertaken under this Agreement, 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 8 further described in the Consultant Service Order; and shall also include any and all of Consultant's responsibilities and obligations with respect to the Project, as set forth in the General Conditions of the Contract for Construction. 2.6 RESPONSIBILITY FOR CLAIMS AND LIABILITIES: No action or omission by.City shall waive or excuse Consultant's obligations under the Agreement and/or other Contract Documents and that Consultant shall remain fully liable for all work performed by Consultant including, without limitation, any design errors or omissions (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 the time for completion of the work and/or services for such Project (as set forth in the particular Consultant Service Order). 2.7.2 The Consultant shall perform the Services as expeditiously as is consistent with the standard of professional skill and care required by this Agreement, and the orderly progress of the Work. 2.7.3 Recognizing that the construction of other projects within the City may affect scheduling of the construction for the Project, the Consultant shall diligently coordinate performance of the Services with the City (through the Project Administrator) in order to provide for the safe, expeditious, economical and efficient completion of the Project, without negatively impacting concurrent work by others. 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 9 Project). Consultant shall immediately provide the Project Administrator with written notice stating the reason for the particular delay; the requested adjustment (i.e. extension) to the Project Schedule; and a revised anticipated schedule of completion. Upon receipt and review of Consultant's request (and such other documentation as the Project Administrator may require), the Project Administrator may grant a reasonable extension of time for completion of the particular work involved, and authorize that the appropriate adjustment be made to the Project Schedule. The Project Administrator's approval (if granted) shall be in writing. 2.8 Consultant shall use its best efforts to maintain a constructive, professional, cooperative working relationship with the Project Administrator, Contractor, and any and all other individuals and/or firms that have been contracted, or otherwise retained, to perform work on the Project. 2.9 The Consultant shall perform its duties under this Agreement, and under a Consultant Service Order, in a competent, timely and professional manner, and shall be responsible to the City for any failure in its performance, except to the extent that acts or omissions by the City make such performance impossible. 2.10 The Consultant is responsible for the professional quality, technical accuracy, completeness, performance and coordination of all Services required under the Agreement and under the Consultant Service Order (including the services performed by Subconsultants), within the specified time period and specified cost. The Consultant shall perform the Services utilizing the skill, knowledge, and judgment ordinarily possessed and used by a proficient 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 re-performance of any non-conforming construction work resulting from such deficient Services (i) for a period from the Effective Date of this Agreement, until twelve (12) months following final acceptance of the Work. 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 10 accordance with this subsection. Consultant shall receive comments from reviewers, in writing. Consultant shall address comments forwarded to it in a timely manner. The term "timely" shall be defined to mean as soon as possible under the circumstances, taking into account the timelines of the Project schedule. 2.11.1 The Consultant is advised that a performance evaluation of the Services rendered throughout this Agreement will be completed by the City and kept in the City's files for evaluation of future solicitations. 2.12 Consultant agrees that when any portion of the Services relates to a professional service which, under Florida Statutes, requires a license, certificate of authorization, or other form of legal entitlement to practice and/or perform such Service(s), it shall employ and/or retain only qualified duly licensed certified personnel to provide same. 2.13 Consultant agrees to designate, in writing,..within five (5) calendar days after receiving a fully executed Consultant Service Order, a qualified licensed professional to serve as its project manager (hereinafter referred to as the "Project Manager"). The Project Manager shall be authorized and responsible to act on behalf of Consultant with respect to directing, coordinating and administrating all aspects of the Services. Consultant's Project Manager (as well as any replacement) shall be subject to the prior written approval of the City Manager or the Project Administrator. Replacement (including reassignment) of an approved Project Manager shall not be made without the prior written approval of the City Manager or his designee (i.e. the Project Administrator). 2.13.1 Consultant agrees, within fourteen (14) calendar days of receipt of written notice from the City Manager or the Project Administrator (which notice shall state the cause therefore), to promptly remove and replace a Project Manager, or any other personnel employed or otherwise retained by Consultant for the Project ( including, without limitation, any Subconsultants). 2.14 Consultant agrees not to divulge, furnish or makekavailable 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 11 Consultant Service Order(whether or not specifically addressed in the Scope of Services). Mere' notice by Consultant'to the Project Administrator shall not constitute authorization or approval by the City to perform such work. Performance of any such work and/or services by Consultant without the prior written consent of the Project Administrator shall be undertaken at Consultant's sole risk and liability. 2.16 Consultant shall establish, maintain, and categorize any and all Project documents and records pertinent to the Services and shall provide the City, upon request, with copies of any and all such documents and/or records. In addition, Consultant shall provide electronic document files to the City upon completion of the Project. 2.17 THE CITY HAS NO OBLIGATION TO ASSIST, FACILITATE AND/OR PERFORM IN ANY WAY THE CONSULTANT'S OBLIGATIONS UNDER THE AGREEMENT OR OTHER CONTRACT DOCUMENTS. THE CITY'S PARTICIPATION, FACILITATION AND/OR ASSISTANCE TO THE CONSULTANT SHALL BE AT ITS SOLE DISCRETION AND SHALL NOT, IN ANY WAY, BE CONSTRUED, INTERPRETED AND/OR CONSTITUTE AN ASSUMPTION BY THE CITY OF CONSULTANT'S OBLIGATIONS, A WAIVER OF CONSULTANT'S OBLIGATIONS AND/OR EXCUSE ANY BREACH BY CONSULTANT OF ITS OBLIGATIONS UNDER THE CONTRACT DOCUMENTS. THE PARTICIPATION IN THE PERFORMANCE OF ANY OF CONSULTANT'S OBLIGATIONS SHALL NOT PRECLUDE THE CITY FROM DECLARING CONSULTANT IN DEFAULT FOR CONSULTANT'S FAILURE TO PERFORM SUCH OBLIGATION, NOR SHALL IT LIMIT, IN ANY WAY, THE CITY'S RIGHTS AND REMEDIES IN CONNECTION THEREWITH. THE CONSULTANT EXPRESSLY ACKNOWLEDGES AND AGREES NOT TO RAISE OR ASSERT AS DEFENSE TO ANY CLAIM, ACTION, SUIT AND/OR OTHER PROCEEDING OF A SIMILAR NATURE, THE CITY'S PARTICIPATION, ASSISTANCE AND/OR FACILITATION IN THE PERFORMANCE OF CONSULTANT'S OBLIGATIONS. INCLUDING, WITHOUT LIMITATION, ASSISTING WITH OBTAINING PERMITS OR WITH COORDINATION WITH UTILITIES, OR OTHER MATTERS RELATED TO THE PROJECT. IN THE EVENT OF ANY CONFLICT BETWEEN THIS SECTION AND/OR ANY OTHER PROVISION OF THIS AGREEMENT OR OTHER CONTRACT DOCUMENTS, THIS SECTION SHALL GOVERN. 2.18 GREEN BUILDING STANDARDS: 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 commitments made by the Consultant in its Proposal and during the competitive solicitation selection process and interview. Such services shall be undertaken and performed pursuant to appropriate written agreements between the Consultant and the Subconsultants, which shallcontain 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 13 insurance counseling services for the Project (including, without limitation, auditing services to verify the Consultant's applications for payment, or to ascertain that Consultant has properly remitted payment due to its Sub(onsultants or vendors). 3.4 If the City observes or ot erwise becomes aware of any fault or defect in the Project, or non-conformance with the Con ract Documents, the City, through the Project Administrator, shall give prompt written notice t ereof 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 -hall 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 ot erwise expressly noted in the Agreement or the Contract Documents, the City Co mission shall be the body to consider, comment upon, or approve any amendment. or modifications to this Agreement. 3.6.2 The City Commission shall be the body to consider, comment upon, or approve any assignment, sale, tra sfer 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 Commiss on 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 Mi:mi Beach Procurement Ordinance, as amended). 3.7 Except where otherwise -xpressly noted in this Agreement, theCity Manager shall serve as the City's primary representat ve to whom administrative (proprietary) requests for decisions and approvals required hereund=r by the City shall be made. Except where otherwise expressly noted in this Agreement or the ontract 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 Consulta t. 3.7.1 The City Manager shall have prior review and approval of the Project Manager (and any replacements) a d of any Subconsultants (and any replacements). 3.7.2 The City Manager shall decide, and render administrative (proprietary) decisions on matters arising purs ant to this Agreement which are not otherwise expressly provided for in this Agree ent. 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 th- Consultant's compensation (or other budgets established by this Agreement) may not se increased without the prior approval of the City Commission, which approval (if granted at all) shall be in its sole and reasonable discretion. 14 3.7.4 The City Manager may approve Contract Amendments which do not exceed the sum of fifty thousand dollars ($50,000.00) (or other such amount as may be specified by the City of Miami Beach Purchasing Ordinance, as amended); provided that no such amendments increase any of the budgets established by this Agreement. 3.7.5 The City Manager may, in his/her sole discretion, form a committee or committees, or inquire of, or consult with, persons for the purpose of receiving advice and recommendations relating to the exercise of the City's powers, duties, and responsibilities under this Agreement or the Contract Documents. 3.7.6 The City Manager shall be the City Commission's authorized representative with regard to acting on behalf of the City in the event of issuing any default notice(s) under this Agreement, and, should such default remain uncured, in terminating the Agreement (pursuant to and in accordance with Article 10 hereof). 3.8 The City's review, evaluation, or comment as to any documents prepared by or on behalf of the Consultant shall be solely for the purpose of the City's determining for its own satisfaction the suitability of the Project, or portions thereof, detailed in such documents for the purposes intended therefor by the City, and may not be relied upon in any way by the Consultant or any other third party as a substantive review thereof. ARTICLE 4. 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 cumulative expenses allowable), which the Consultant shall not exceed without further written authorization of the Project Administrator. The "Not to Exceed" amount is not a guaranteed maximum cost for the additional work requested (or, in the case of Reimbursables, for the expenses), and all costs applicable to same shall be verifiable through time sheets (and, for Reimbursables, expense reviews). 5.2 Additional Services include the following: 5.2.1 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). 15 5.2.2 Serving as an expert witness in connection with any public hearing, arbitration 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 will be available for examination and audit by the City Manager, or his/her authorized representatives, at Consultant's office (at the address designated in Article 15 ["Notices"]), during customary business hours. All such records shall be kept at least for a period of three (3) years after Consultant's completion of the Services. Incomplete or incorrect entries in such records and accounts relating personnel services and expenses may be grounds for City's disallowance of any fees or expenses based upon such entries. Consultant shall also bind its Subconsultants to the requirements of this Article and ensure compliance therewith ARTICLE 9. OWNERSHIP OF PROJECT DOCUMENTS 9.1 All notes, correspondence, documents, plans and specifications, designs, drawings, renderings, calculations, specifications, models, photographs, reports, surveys, investigations, 'and any other documents (whether completed or partially completed) and copyrights thereto for Services performed or produced in the performance of this Agreement, or related to the Project, whether in its native electronic form, paper or other hard copy medium or in electronic medium, except with respect to copyrighted standard details and designs owned by the Consultant or owned by a third party and licensed to the Consultant for use and reproduction, shall become the property of the City. Consultant shall deliver all such documents to the Project Administrator 17 in their native electronic form, as required in the Consultant Service Order within thirty(30) days of completion of the Services (or within thirty (30) days of expiration or earlier termination of this Agreement as the case may be). However, the City may grant an exclusive license of the copyright to the Consultant for reusing and reproducing copyrighted materials or portions thereof as authorized by the City Manager in advance and in writing, In addition, the Consultant shall not disclose, release, or make available any document to any third party without prior written approval from the City Manager. The Consultant shall warrant to the City that it has been granted a license to use and reproduce any standard details and designs owned by a third party and used or reproduced by the Consultant in the performance of this Agreement. Nothing contained herein shall be deemed to exclude any document from Chapter 119, Florida Statutes. 9.2 The Consultant is permitted to reproduce copyrighted material described above subject to prior written approval of the City Manager. 9.3 At the City's option, the Consultant may be authorized, as an Additional Service, to adapt copyrighted material for additional or other work for the City; however, payment to the Consultant for such adaptations will be limited to an amount not greater than 50% of the original fee earned to adapt the original copyrighted material to a new site. 9.4 The City shall have the right to modify the Project or any components thereof without permission from the Consultant or without any additional compensation to the Consultant. The Consultant shall be released from any liability resulting from such modification. 9.5 The Consultant shall bind all Subconsultants to the Agreement requirements for re-use of plans and specifications. ARTICLE 10. TERMINATION OF AGREEMENT 10.1 TERMINATION FOR LACK OF FUNDS: The City is a governmental entity and is subject to the appropriation of funds by its legislative body in an amount sufficient to allow continuation of its performance in accordance-with the terms and conditions of this Agreement. In the event there is a lack of adequate funding either for the Services or the Project (or both), the City may terminate this Agreement without further liability to the City. 10.2 TERMINATION FOR CAUSE: The City, through the City Manager, may terminate this Agreement for cause, upon written notice to Consultant, in the event that the Consultant (1) violates any provision of this Agreement or performs same in bad faith; (2) unreasonably delays the performance of 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. 18 10.2.2 In the event oftermination for cause by the City, the City shall only be obligated to pay Consultant for those Services satisfactorily performed and accepted prior to the date of termination (as such date is set forth in, or can be calculated from, the City's initial written default notice). Upon payment of any amount which may be due to Consultant pursuant to this subsection 10.2.2, the City shall have no further liability to Consultant. 10.2.3 As a condition precedent to release of any payment which may be due to Consultant under subsection 10.2.2, the Consultant shall promptly assemble and deliver to the Project Administrator any and all Project documents prepared (or caused to be prepared) by Consultant(including, without limitation, those referenced in subsection 9.1 hereof). The City shall not be responsible for any cost incurred by Consultant for assembly, copy, and/or delivery of Project documents pursuant to this subsection.. 10.3 TERMINATION FOR CONVENIENCE: In addition to the City's right to terminate for cause, the City through the City Manager, may also terminate this Agreement, upon fourteen (14) days prior written notice to Consultant, for convenience, without cause, and without penalty, when (in its sole discretion) it deems such termination to be in the best interest of the City. In the event the City terminates.the Agreement for convenience, Consultant shall be compensated for all Services satisfactorily performed and accepted up to the termination date (as set forth in the City's written notice), and for Consultant's costs in assembly and delivery to the Project Administrator of the Project documents (referenced in subsection 10.2.3 above). Upon payment of any amount which may be due to Consultant pursuant this subsection 10.3, the City shall have no further liability to Consultant. 10.4 TERMINATION BY CONSULTANT: The Consultant may only terminate this Agreement for cause, upon thirty (30) days prior written notice to the City, in the event that the City willfully violates any provisions of this Agreement or unreasonably delays payment of the Services or any portion thereof. In the event of a termination for cause by Consultant, the City shall-pay Consultant for any Services satisfactorily performed and accepted up to the date of termination; provided, however, that the City shall first be granted a thirty (30) day cure period (commencing upon receipt of Consultant's initial written notice). 10.4.1 The Consultant shall have no right to terminate this Agreement for convenience. 10.5 IMPLEMENTATION OF TERMINATION: In the event of termination (whether for cause or for convenience), the Consultant shall immediately, upon receipt of the City's written notice of termination: (1) stop the performance of Services; (2) place no further orders or issue any other subcontracts, except for those which may have already been approved, in writing, by the Project Administrator; (3) terminate allexisting 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: 19 (a) Workers' Compensation and Employer's Liability per the Statutory limits of the State of Florida. (b) Commercial General Liability on a comprehensive basis in an amount not less than $1,000,000 combined single limit per occurrence for bodily injury and property damage. (c) Automobile Liability Insurance covering all owned, non-owned and hired vehicles used in connection with the work, in an amount not less than $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. f , 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 20 or shares any responsibility or liability of the Consultant (including, without limitation its Subconsultants and/or any registered professionals (architects and/or engineers) under this Agreement). ARTICLE 13. ERRORS AND OMISSIONS 13.1 ERRORS AND OMISSIONS: It is specifically agreed that any construction changes categorized by the City as caused by an error, an omission, or any combination thereof in the 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 toenter 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 21 All written notices given to City by Consultant shall be addressed to: City Manager's Office City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 Attn: Jimmy L. Morales, City Manager With a copy to: 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: Wood Environment & Infrastructure Solutions, Inc. 1105 Lakewood Parkway, Suite 300 Alpharetta, GA 30009 Attn: Alexander Rojas, P.E., A.V.S, C.W.I. 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, andjhe 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 22 bid on leases of real property to the City, may not be awarded or perform work as a contractor, supplier, subcontractor, or subconsultant under a contract with the City, and may not transact business with the City in excess of the threshold amount provided in Section 287.017, Florida Statutes, for Category Two, for a period of 36 months from the date of being placed on the convicted vendor list. For violation of this subsection by Consultant, City shall have the right to terminate the Agreement without any liability to City, and pursue debarment of Consultant 16.4 NO CONTINGENT FEE: Consultant warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for Consultant, to solicit or secure this Agreement, and that it has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for Consultant, any fee, commission, percentage,gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of this subsection, City shall have the right to terminate the Agreement, without any liability or, at its discretion, to deduct from the contract price (or otherwise recover) the full amount of such fee, commission, percentage, gift, or consideration. 16.5 LAWS AND REGULATIONS: 16.5.1 The Consultant shall, during the Term of this Agreement, be governed by all Applicable Laws which may have a bearing on the Services involved in the Project. 16.5.2 Project Documents. In accordance with Section 119.07 (3) (ee), Florida Statutes, entitled "Inspection, Examination, and Duplication of Records; Exemptions," all building plans, blueprints, schematic drawings, and diagrams, including draft, preliminary, and final formats, are exempt from the provisions of Section 119.07(1), Florida Statutes (inspection and copying of public records), and s. 24(a), Article I of the State Constitution. Information made exempt by this paragraph, with prior written approval from the City Manager, 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 1 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 1 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 • -1 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 i __MI BEACH: S weinttos 7.1 L � �••� v•lron,... •••. CITY ERK ,>� = YOR �•a • .%4f Attest °AO SORRATIDULTANT OO[ L VVIR �JttIL N & , mi (iitTf INFRAS RU U' - SCS UTtQNS, INC. Aix.1_ 111'A o °000finioS 0 000 Signature/Secreta - ssist: � h '� .m•••• N ,�'-ature/Pfesident- Chief deilms@r° f 2 6 Deborah J. Barrow %%um.% " Bradley J. Knight Print Name Print Name APPROVED AS TO FORM & LANGUAGE &FOR EXECUTION I 36 City Attorney RS) Date 25 wood , Wood Environment&Infrastructure Solutions,Inc. 1105 Lakewood Parkway Suite 300 Alpharetta,GA 30009 INCUMBENCY CERTIFICATE USA T:770-360-0600 www.woodplc.com I, Bradley J. Knight,being the duly elected and acting Secretary of Wood Environment& Infrastructure Solutions, Inc. ("Wood")hereby certify that Alexander Rajas, is Project Manager of Wood, and, in this capacity,has the.authority, on behalf of Wood, to sign Agreements between City of Miami Beach and Wood to perform citywide geotechnical and laboratory testing services on an as- needed basis. Dated: February 5, 2019 tioaeaveyees neo �pvIrOne,/� o*• 0 Wood Environme : nfra cture Solutions, Inc. • • m9 • •v By: e 6� . -•• a Secretary to 00 SUBSCRIBED AND SWORN to before me this 5th day of January 2019. S , " S-rah J Smith TN MY Commission CO Y PUBLIC 11dVT1! GEORGIA Expires 12/27/2021 'Wood'is a trading name for John Wood Group PLC and its subsidiaries • • • SCHEDULEA PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND WOOD ENVIRONMENT & INFRASTRUCTURE SOLUTIONS, 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 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 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 - 1 • 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 WOOD ENVIRONMENT & INFRASTRUCTURE SOLUTIONS, 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. Up to 4 Percolations 1.A.2 Premium over 1.A.1 for mobilization of special access equipment(ATV's, ,per Day or Up to 100 Ft.of To be negotiated Off-Road or Water/marine Equipment) Borings. as needed 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) Foot (Portable Equipment) $ 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 D'CPW 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 sk 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 copy of ownership or copy of rental invoice) Per Day $ '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 on 3A.1)(Does NOT include TECHNICIAN or PICK-UP) Per Cylinder $ 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 Hour per ASTM D-1143(Equipment/Loads Furnished by Contactor) $ 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 (Engineers Time) Per Hour $ 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 (Field and Laboratory) Per Test $ 187.93 5.A.4 Hourly Rate(min.4 hrs)*(Unlimited tests)(7am to 6pm)(equipment ONLY, tech NOT included) Per Hour $' 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-Down for 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 AASHTOD-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 Per Aggregate 6.C.11,Asphaltic Specific Gravity Absorption of Aggregate Blends 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 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.) 8.6.1 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 Specimen,not beams) Per Test $ 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 $ 45.59 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 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 Uniformity)with equipment charge(Windsor Gun)(per trip per location) Per Trip $ 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 i 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 and Spacing(4 hrs min.) Hour $ 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 C-127 Per Test $ 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 INCLUDE TECHNICIAN TIME TO SET-UP MACHINE Per Bar $ 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 17.1.1 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 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 24.13.1 Per Test Hole(In Pavement)(Min.3 Tests per Visit) Per Test $ 945.20 24.8.2 Per Test Hole(In Soil)(Min.3 Tests per Visit) Per Test $ 945.20 C.Utility Location Inspector to Verify and Coordinate Location and Documentation of Utility Company(Min.2 Hrs.per Test Location). Per Hour $ 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 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 018. Dan Gelber,Mayor ATTEST: Raf I E. r nado,City"Cldrk T\AGENDA12018110 OctoberlProcurementhRFQ 20i8-097-KB Geotechnical Services1RFQ-2018-097-KB Geotechnical Services Resolution.doc • APPROVED AS TO :Il'+�Or;pj pRA fl' * FORM&LANGUAGE &FOR EXECUTION 26'`` LtAir 6- 1 ('K City Attorney ?...s.4) Date 45 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 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. 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, 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 an as needed basis would enable the City to utilize these services when the need arises. RFQ PROCESS On April 11,2018,the City Commission approved to issue the Request far Qualifications(RFQ)NO. 2018-097-KB,for citywide geotechnical andlaboratory 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 theadvertised solicitation.A voluntary pre-proposal conference to provide 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 Egemba, 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 L '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 Ripon 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 benefit depending on the project being considered. This especially important 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 to.establish 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 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. 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 ❑ Resolution Page 508 of 1637 48 • I�RC•aU FOR G�aLIFICanGNs(AFC!) - ------ - - I . Ciry35iyf:aPlShcnical and LaDpnb5y7eWPy PnarCylnE .Eu9ww Ega.b E' PSNaFPuga F Jwa Pwa �- Je19a Ro0npwa g . Sinless in at Naadad Mi. $II 8: Tw9�8 RSO NO.NI9-097a c. 2 i T o1. • COM. 9-59519. SULe95154917,515154917,599419941•055'Cam new:1' 155991 •u9nCuedma 5.591 0.A64. 0550519. I 5015951 00009. I me09559 5535591. P11315E91855559351.LC' % • 1 006 1. SO 5 96. 3 51 5 82 3 91 5 99 6 PD _j_ 95 1•97155553.4l 50515e139851185 Inc 4. 5 99 9 '%' _ 5 101 + E1 5 Si ♦. 93 5 �• 95 •- CA95.8&one1 IK 95 • 6 90 7 112 _ 6 �.�_E9 5 -era - 1 96 5- '501 2 56 5 92 MI® -'5.._ _ • wrre155I ErgSla::y5cielsn e< _ 89 - S n5 d • BB ] 59 4 0 I_ m ] 9l •i 60 3 92 0 'D Tp_gm mlfais.lnc 9n 5 95 l 5 - - ,T0.-21-0.__ _4. 5 d'rq.l d Acme 5r. - 67 - S. 92 S P4. `] 91 1 .5 90 -5 95 _ 5 % •9 50 5 69 6 Nb55 EnawnSe00699990 1960574009395 _ 1• W S 69 a 62 5 _87_ .91 76 _S e1 ••P 93 5 68� 3 ss 5 _'-�] —�� •. wmatrL 1.151,,, 90 5 I 65 '1 35 _5_ 95 .I 9 5D 3 96 5 96 ,_ 5 91 _ - __!' 9 15 5 59 e I _..A �5 Trina 59421905195 ._. 26 S 91, 9, ea P'' i7- 71 2 •..- d_' 7 09 S 9: I8 51 5 93 !.. 19 __. 6.5 35 419 69 1599 _- GFAImmIDw.i.Ile _ + tr Li nuMOEaahe<11*Maeda 5K 5 t - RA�E1.H560020eA98.5l2 _ FUMEinternmenat L4 5 1' . .Iosmw1 C9n'Anoss..rw, •r57,9790490 o. L942ra1 En9Mn*Smarm lig Wp59Ea/99585810071550a5eS035mm le[. 5 , t CO • • • Page 509 of 1637 ATTACHMENT B REQUEST FOR QUALIFICATIONS (RFQ) 50 MIAMBEACH City of Miami Beach,1755 Meridian Avenue,3rd Floor, Miami Beach, Florida 33139,www.mlamibeachfLgov / 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. •. . -•-•-•• •.'e" -:.. :••:• -. - _ - : ... :_ :: : . considered-. - Authorizatio- . ' -- - 'e- :--- —:• - --- - - - - - - •eRal-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 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. Spas. 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. • { • Internal c ^ rtmcnt Tech-Ric-al 1 ADDENDUM N0.11 RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS •• -. ___ 1 _ __. _ GCS? 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. III. 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. !- '-- : _-- • •_ :'_- : '-• : : ,e",•- • 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? 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 GEOTECHNI CAL 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 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. . Sing -rely, • AI=) D Prccurement Director • • II • . . 3 ADDENDUM NO.11 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. 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. 1. 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 r 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. t. • - • • V I . • • lily /i L • \ . . - . 01 • • • • 1 - V • 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 RafaelGranadoemiamibeachfl.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. Alex Denis Procurement Director 1 ADDENDUM NO.10 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. 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. Alex Denis Procurement Director 1 ADDENDUM NO.9 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. 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 1` • - • • I \ 1 . 1 ► 1l • l A 1 - S • 1 • - I B. s 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 ADDENDUM NO.8 RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS - 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. 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, 2b18, 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 fortraffic or other delays for which the Proposer is solely responsible. '• • ' ' • ► l • i i 1 1 1 ► 71 •N A S' • ` • • 1 • I - Y 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 RafaelGranadota7miamibeachfl.ciov. 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. ere�� Alex Denis Procurement Director I ADDENDUM NO.7 RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS � 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. 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`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. /• 1 - ■ • r 1 + 11 I s1 ► IT 11 . \ - • 1 1 e 1 1I - 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(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.. Alex Denis Ale Procurement Director 1 i ADDENDUM NO.6 RFQ 2018-097-KB FOR CITYWIDE.GEOTECHNICAL AND LABORATORY 1 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 N0. 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 1. 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 (31 days of request by the City. 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 - - -- - --- - - -- - a geology business certification from the Florida Department of Business and Professional Regulation. ADDENDUM NO.5 RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS 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 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. Previde-lista€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 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,licensureexperience,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 2018-087-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 ifto 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 RafaelGranado(c�miamibeachfl.dov. Procurement Contact: Telephone: Email: Krist Bada 305-673-7000 ext.6218 krist bada• miamibeachf.•ov 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, am Al:x Deni Pr► -Ment Director • • • • • • • • • • • • • 4 ADDENDUM NO.5_ RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS 1 Exhibit A: Rate Schedule of City's Current Contract for Geotechnical and Laboratory Testing Services I 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 Geotechnical and Laboratory Testing Services on an As-Needocl Basis REQ No. 17-1'1/12 Iiiiit Unit Price 1. GEOTECHNICAL SEiZVICES (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(ATV's,Off-Road or per Day or Up to 100 $350.00 .• • Water/marine Equipment) Ft.of Borings. • 1.A,2 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 ASTNi D-1586; 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 D-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.NX Size): , • Penetration Depth 0'to 50' Foot $35.00 , . Penetration Depth 51'to 75' Foot $41.00 • Penetration Depth 76'to 1.00' 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"Die.Hole(DERM) (Min.2 per job) Each $432.00 H.Double Ring Infiltration Test per ASTM D-3385(swaie or grassy areas)(Min.2tests) Each $504.00 I.Percolation Tests . 11.1 FL Dept. of Health and Rehabilitative Services,Chapter 1.00-6.57 (Min,2 tests per Job) Each $349.00 11.2 DCPW Highway Division(min.6"dia.)(min,2 tests per Job) Each $496.00 11.3 Open Hole Method (min.6"dia.)(min.2 tests) Each $498.00 J.Closing Holes with Grout I Approved Methods to Safe Proof Site,[Safe Proof to be Foot $8.00 Accomplished K.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 1L,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 Bearing Hour $126.00 _ 0.Geotechnical Engineer Pile Capacity Analysis Hour $126.00 P.Muck Probes Hour $82.00 Unit Unit Price . Th Page 4,1 of 50 CITY APPROVED ROTATIONAL CONSULTANT FORM(JANUARY 2013) Q.Engineering Inspection during Geotechnical Investigation Hour ' $90.00 2. MONITORING iRtELLS (includes Drilling) (9.01) A.Mobilization of Truck Mounted Drill Rig.(Same Conditions apply ns referenced for Up to 2 wells $364,00 Geotechnical B.Monitoring Well Installation(2" PVC,Max.7.0'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)*(Min.2 wells) Per Well $863.00 • F.Monitoring Well installation (2."PVC,Greater than 20'up to 100')*(Min.2.wells) Foot $71.00 *Excludes permit G.Repair of Monitoring Wells Unit Rates _ Per Unit $951.00 11.Water Quality Monitoring(Does not include Analytical Tests)(Per Well) Per Well $246.00 I.Direct Push Well Installation (2.0'Max) Per Well $773.00 J, Direct Push Soil/Ground water Sampling Per Day $1,608.00 It.Boat Rental (min,8 hr clay)with prior approval by the issuing dept. (furnish copy of Per Day $453,00 ownership or 3. PRE-STRESS /PRE-CAST (9.02) (INCLUDES TRAVEL, MILEAGEL DELIVERY AND CERTIFIED REPORTS) A.Pre-stress/Pre-cast fabrication inspection per PCI MNL-116 (Structural) or MNL-117 (Architectural) Per Hour $83.00 B. Pre-strew (Inspection and Certified Report Included) (Stressing Operation and Inspection) per Per Hour $83,00 PC1 C.Reinforced Concrete Pipe and Pre-Fabricated Manhole Inspection (types,sires,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(9,02) A. Pile Driving/Auger Cast Pile Inspection (includes Certifird Log/Report(Min.4 hrs]) Per Hour $84.00 4A.i S•pllce of piles as"an addition (per otcurance)'(with prior approval from engineer)-(witness Per Hour $84.00 B.Vibro-Flotation inspection (4 Firs min,) Per Hour $84.00 C.Pile Load Test-Test Frame and Load Set-Up Witnessed by Certified Inspector per ASTM 0-1143 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 TRAVEL, MILEAGE, DELIVERY AND CERTIFIED REFORTZ SA.Field Density Tests 5A,1 Sand Cone Method per AASHTO T-19 and 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 4 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 60 CITY APPROVED ROTATIONAL CONSULTANT FORM(JANUARY 20W) • Unit Unit Price SA,4 Hourly Rate(min,4 hrs)*(Unlimited tests) (lam to 6pm)(equipment ONLY,tech NOT _ Per Hour $63.00 SA.5 Evening Density Testing(9pm to Gain) (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 NOT included) B,Moisture Density Tests(Proctor) • 53,1 Standard per AASHTO T-99 and ASTM D-698(non-traffic areas)(Min.2 tests per trip) Per Test $131.00 _ 513.2 Modified per AASHTO T-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 E.Laboratory California Bearing Ratio(CBR) per ASTM 0-1883(one Point) Per Test $278.00 5E,1 Lab Proctor Test _ Per Test $147,00 • • 5E.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 T-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 T-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 iC,Soil Classification per ASTM 0-3282 and D-2487(AASHTO Unified-PAA) Per Test $97.00 L.Cos Angeles Abrasion on rip-Rap per ASTM C-535(Large Size 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 0-4318 (Atterberg Limits) Per Test $76.00 Q.Salt Content per FOOT FM 5-516 Per Test $62,00 • R.Limerock 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,FOOT(2 tests min,) ,T Per Test $88,00 - T,Limerocic Chemical Analysts per i CAD PAAp•211(2 tests m)n,) 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 Soil,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.Soli Relative Density Tests(Vlbro-Flotation /in-Situ Verification) SX,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 Soii Per Test $70.00~ , AA.Horticultural Service for Macro Nutrients in Soil Per Test $85.00 AB.Backfill 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 I Applicable Marshall Procedures) per Asphalt Institute Manual Series No,2 Per Mix $800.00 B.Analysis of Special Design Mix Per Mix $650.00 Page 43 of 60 CITY APPROVED ROTATIONAL CONSULTANT FORM(JANUARY 2013) • • ' V Unit Unit Price C. Marshall Properties (FOOT Procedures) (Aviation P-40:1/P-405)(Technician plus tests) 6C.1 Stability per ASTM D-1559 or AASHTO D-T 245(set of 3 specimen) Per 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 Alr Voids per ASTM-3203 (set of 3 specimen) _ I Per Set $116.00 6C.5 Maximum density per ASTM D-2041 Per Set $7600 _ 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 $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 6C.12 Sampling Hot mix at Manufacturer per ASTM D-979 -- Per Hour _ $66.00 • GC.13 Effect of Water on Hot Mix per ASTM D-1075 (set of 6 samples) Per Set $128.00 6C.14 Washed Slave 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 $136.00 _ 6C.17 Effect of Moisture on Hot Mix per ASTM D-4867(set of G samples) _ Per Set $318.00- 6C.18 Sand Equivalent per ASTM D-2419 Per Sample $10Z00 6C.19 Effect of Water on Cohesion per ASTM D-1075/Modified Persample $192.00 i D. Extraction/Gradation Analysis per ASTM 06307 Per Test $146.00 E.Asphalt Plant Technician Using FOOT Approved plant,Laboratory and Procedures for Hour $83.00 Extraction,Gradation,Marshall Tests and Temperature Checks(ASTM D-290.85) (per person, min.4lnrs) F.Paving Technician for On-Site Paving Operations, inspections per FOOT Procedures Hour $82,00 (temperature,density testing and observation) (min.4 hrs.). G.Aspahit densities(Nuclear-Back Scatter Methos) (Min.4 tests) • Per Test $30.00 H.Asphalt Core Drilling for Thickness Measrurements (includes Asphalt Patching) (min 6 cores Per Core $60.00 per call-out) ' 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, TECHIIiCAL SERVICES (AVIATIOi4) (9.03) A,P401 Technical Services-NICET ill/FDOTII/Equivalent per ASTM D-3666 Aspalt'ant 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 79.1 Level l Inspector(weekday min,4 hrs) Hour $83.00 73.2 Level II Inspector(weekday min,4 hrs) Hour $91.00 70.3 Cancellation Fee(Plant) (Per cancellation, per technician) Per $244.00 I! 8. CONCRETE TECHNICIAN (9.03) INCLUSIVE OF TRAVEL,MILEAGE, DELIVERY AND CERTIFIED RAPD;'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 ASTM C-31"Section 7"Lab.Strength Tests per C-39 using C-617 or C-1231)(max.5 cylinders _ Per Set $113.00 8A.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(6"max. die.)(3 cores min.) 813.1.8"deep - Per Core $129.00 8B.2 14"deep - Per Core $157.00 Page 44 of SO CITY APPROVED ROTATIONAL CONSULTANT FORM(JANUARY 2013) • • • Unit Unit Price ___ 86.3 12"deep x 12"diameter - Per Core $300.00 C.Cores Trim and Compression Test per ASTM C-42 Per Test $41,00 D. Concrete Masonry Units per ASTM C-140 and 0.551.-Block/13rick per ASTM-140 80.1 Concrete Brick per ASTM C-551(min.2 bricks) 8D,1A Compression Per Brick $46.00 8D.1B Absorption Per Brick $66.00 ' 8D.1C Dimension Per Brick $45.00 8D.1D 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 8D.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 8D.6 Block Series, Dimensions, Compression, Absorption, Moisture Content and Unit Weight (Density) Per Block $176.00 8D.7 Mortar Cubes 2"x2"x2" Compression 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 8D,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 8D.11 Grout Cube Compression Test per ASTM C-1014(cast by others) _ Per Cube $22.00 80,12 Technician to Cast Mortar or Grout Cubes In Laboratory or On-Site (incl.slump and temp. Hour $64.00 tests) 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 far 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 Per Mix $525,00 Sampling Included)(1 Trial batch and 6 Cylinder Tests)(First of any Series) , (Additional Design Mixes In Series) Per Mix $408.00 8H,1 Design Mix Materials Testing • BH,la Gradation • Per Test $75.00 8H.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-311.511 (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 equipment charge(Windsor Gun) (per trip per location) Per Trip $271.00 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 8Q,1 Per ASTM C-1152 Per Test $129.00 80,2 Per ASTM C-1218 Per Test $135.00 R.Pachometer (Magnometer) 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 C-128,Coarse Aggregate per ASTM C-127 Per Test $75.00 Y.Specific Gravity Fine Aggregate per ASTM 0428,Coarse Aggrejate per ASTM C-127 Per Test $75.00 W.Weight par Cubic Feet per ASTM C-29 Per Test $75.00 9. STEEL (9.04 (use Ai1VA, AIMS, NAM, ASME, API, as applicable) A.Shop/Field Weld Inspection per ASTM 0-5339(4 hrs 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) i Per Test $142,00 H. Engineering Services i 9H.1 Special inspector for Threshold Buildings(State Certified) (2 hrs min.) , Hour $121,00 91-1,2 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. IVIECHANICAI. (9,04) A.Sound Surveys'(includes travel time) Hour $98.00 B.Lighting Surveys(includes travel time) Hour $98.00 11. FIRE PROOFING (9.Q41 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 Flekl Adhesion /Cohesion Tests per ASTM E-736 Per Test $123.00 i *if additional hours are required must have approval from issuing department 12. STRAIN MEASUREMENTS (SR4"IRJOICATOR) (904), - 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 hrs min) Hour $125,00 B.Assistant Technician (8 hes.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 • Hour $82,00 14C,2 Reg,Wrench Hour $82.00 14C.3 Filler Gauge Hour $82.00 D.Structural Steel Testing/Inspection (4 hrs min) Hour $82.00 15. WE MMNO (9.0441 A.AWS Certified inspector(2 hrs min)(per inspection) Hour $82.00 B.AWS Certified Welding Inspector/1 hr PADI Certified (min 2 inspections per Inspection) Hour $142.00 16. IVIAfNETIC PARTICLE TESTING (MAGNA%I,UX) (9.041 • A.Services of a non-destructive technician Hour _ $82.00 •• B.Magnaflux Testing Hour _ $78,00 Page 46 of 50 - I CITY APPROVED ROTATIONAL CONSULTANT FORM(JANUARY 2013) • Unit , Unit Price • X T. ROOFING (9.05) fail tests performed shall be in accordance with current edition of the 'Florida fiuildinr Code at time the worts is issued A,Built-up roof sample analysis(test method for moisture in mineral aggregate used for Per Test $53.00 built-up roofs)(ASTM 04864) B.ASTM 3617 Per Test $304,00 C.Compression Test-Roof Tiles _ Hour $58.00 0.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 H.Infrared Moisture Survey(mobilization of equipment) Per Job Min. PerJob min $792,00 Per square foot Per Sq.Ft $0.28 !Asbestos Testing Per Sample $63.00 J,Nuclear Moisture Testing Per Job min, Per Job rein, $754.00 Per square foot Per Sq,Ft $0.22 K.Impedence Moisture Survey(machine) (max 3 cores) Per lob 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 0.Title Uplift Test(TAS 106) Per square feet(2,500 sq.ft) Per Sq.Ft $250,00 Additional per square - Per Sq,Ft - - $20.00 P.Engineer's Report Hour $126.00 22 MAINTENANCE OF TRAFFIC(to be negotiated by issuing dept It 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 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 1.5.03 in order to perform this type of work or they shall Sub-Contract any of the firms certified under this Category. Page 47 of 50 CITY APPROVED ROTATIONAL CONSULTANT FORM(JANUARY 2013) . I +�Uni Unit Price _ r A.Utility Designation-Electronically Scan and Determine the Horizontal and Vertical Location of Per Hour $150.00 Buried Utility Lines. (Mtn.3 Hrs.) 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 Plorida 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 Company Per Hour $80.00 _(Min.2 Hrs.per Test Location). • • ) Page 48 of'60 CITY APPROVED ROTATIONAL CONSULTANT FORM(JANUARY 2013) , 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 , I 1 AAIAMIBEACH fri , CITY OF MIAMI BEACH 1 PRE-PROPOSAL MEETING SIGN-IN SHEET I DATE: April 25, 2018 • TITLE: REQUEST FOR QUALIFICATIONS (RFQ) 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS- NEEDED BASIS I�t..._i.._. f.....",;.an5-,..y� . .rYai'.r.l�i � .s. {fryk-r � ,Wt,,sW.,e."..a... IVd }I, . f i"^ - s �s .1 _ erp1S 'PAsLViia1:, N�i _ 4S5.741:.-47,'',.,..,*0* � Ps3� A VKI\ t s M 1 &. : ta - r3. " 9z- ,��gg .tk�� �, 1 , -�. 4 �,03'z aM s" . tr. t'z:aY_,;,: tti �fi , - s.5n-y4 . sa I{risty Bada Procurement- CMB 305-673-7000 kristvbada[cr�miamibeachfl.govext. 6218 ,� � J C 1A— C4d xc[�n tiGl .84,6 t;e2i' -II //el Pee/ E .e.,,,,L §,24.44hA on/ta - "vv . Wit. .(llug .P44 ?-.),, 4,4_ _73v' ;20- ----' •,J__: • I,..a. ' . ca4W..1 fir4 i iI 1.4-u40 s $oto hv9a. sertoD itrracan. ravit ga'(I4La / 9 1 yxsvvve.,ti c-s. Hi.Ic...111A 3 0 --.. WI • . I , 1 �1 g43`I pc1 to.rwle,uvu v uso,Qe. t r19 P., •-1 iNJ as L-'- \./tt-lA- V �v e;Xt S i% aa as- 2'2-41-" `�, �� .,-V ( . 2t4 -oro 3 (.. 75-675(i._0 y- ;c,,,T,.„,,,_„L. r:trio , 4..e.!1.„..- .Q r �$..• O/ . i j i I i 1 1 i I MIAMI BEACH City of Miami Beach,1755 Meridian Avenue,3rd Floor,Miami Beach, Florida 33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT % 1 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,with a copy to the City Clerk's Office at'RafaelGranado(a.miamibeachfl.ciov. Procurement Contact: Telephone: Email: Kristy Bade 305-673-7000,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. erely Alex Denis Procurement Director 1 ADDENDUM NO.4 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. 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, 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 inwriting to the Procurement Department to the attention of the individual named below,with a copy to the City Clerk's Office at RafaelGranadona.miamiibeachfl.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 Aa � Procurement Director ---'—.7171 ADDENDUM NO.3 RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY I 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.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. ere/�iti Alex Denis Are Procurement Director 1 ADDENDUM NO.2 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. 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. 1. RFQ DUE DATE AND TIME. The deadlinefor 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, 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. j 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.cov. 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 reasons)for not submitting a proposal. Alex Denis Procurement Director 1 ADDENDUM NO.1 RFQ 2018-097-KB . FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS - i REQUEST FOR QUALIFICATIONS ( RFQ.) FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS- NEEDED BASIS 2018-097-KB ' I RFQ ISSUANCE DATE:'APRIL 12, 2018 STATEMENTS OF QUALIFICATIONS DUE: MAY 25, 2018 @ 3:00 PM ISSUED BY: M1AMIBEACH KRISTY RADA, CONTRACTING OFFICER III PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor, Miami Beach, FL 331'39 305.673.7490 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 J , 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 appendixesand 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.publicourchase.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 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. 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 2018-097-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 Bade 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 , 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 OF SILENCE. This RFQ is subject to, and all proposers are expected to be or become familiar with, the City's Cone of Silence Requirements, as codified in Section 2-486 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Cone of Silence are complied with, and:shall be subject to any and all sanctions, as prescribed therein, including rendering their response voidable, in the event of such non-compliance. Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at rafaelgranado@miamibeachfl.gov 8. SPECIAL NOTICES. You are hereby advised that this solicitation is subject to the following ordinances/resolutions,which may be found on the City Of Miami Beach website: http://www.miamibeachfl.gov/city-hall/procurement/procurement-related-ordinance-and-procedures/ • CONE OF SILENCE CITY CODE SECTION 2-486 • PROTEST PROCEDURES CITY CODE SECTION 2-371 • DEBARMENT PROCEEDINGS CITY CODE SECTIONS 2-397 THROUGH 2-485.3 • LOBBYIST REGISTRATION AND DISCLOSURE OF FEES CITY CODE SECTIONS 2-481 THROUGH 2-406 • CAMPAIGN CONTRIBUTIONS BY VENDORS CITY CODE SECTION 2-487 • CAMPAIGN CONTRIBUTIONS BY LOBBYISTS ON PROCUREMENT ISSUES CITY CODE SECTION 2-488 • REQUIREMENT FOR CITY CONTRACTORS TO PROVIDE EQUAL BENEFITS FOR CITY CODE SECTION 2-373 DOMESTIC PARTNERS • LIVING WAGE REQUIREMENT CITY CODE SECTIONS 2-407 THROUGH 2-410 • PREFERENCE FOR FLORIDA SMALL BUSINESSES OWNED AND CONTROLLED BY CITY CODE SECTION 2-374 VETERANS AND TO STATE-CERTIFIED SERVICE-DISABLED VETERAN BUSINESS ENTERPRISES • FALSE CLAIMS ORDINANCE CITY CODE SECTION 70-300 • ACCEPTANCE OF GIFTS,FAVORS& CITY CODE SECTION 2-449 SERVICES 9. PUBLIC ENTITY CRIME. A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crimes may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as a contractor, supplier, sub-contractor, or consultantunder a contract with a public entity, and may not transact business with any public entity in excess of the threshold amount provided in Sec.287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 10. COMPLIANCE WITH THE CITY'S LOBBYIST LAWS. This RFQ is subject to, and all Proposers 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 subjgctt to, and all proposers are expected to be or become familiar with, the City's Debarment Ordinanceas 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-KB 5 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 who may serve as team members. 18. VETERAN BUSINESS ENTERPRISES PREFERENCE. Pursuant to City Code Section 2-374, the City shall give a preference to a responsive and responsible Proposer which is a small business concern owned and controlled by a veteran(s) or which is a service-disabled veteran business enterprise, and which is within five percent (5%) of the lowest responsive, responsible proposer, by providing such proposer an opportunity of providing said goods or contractual services for the lowest responsive proposal amount(or in this RFQ, the highest proposal amount). Whenever, as a result of the foregoing preference, the adjusted prices of two (2) or more proposers which are a small business concern owned and controlled by a veteran(s) or a service-disabled veteran business enterprise constitute the lowest proposal pursuant to an RFQ or oral or written request for quotation, and such proposals areresponsive, 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 2018-097-KB 6 MIAMI B EAC H (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 :__._.... ._... .__...._.., ,..... ...K_.... RFQ 201 8-097-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, and assure all work complies with all applicable laws.The contractor shall be liable for any damages or loss to the City occasioned by negligence of the Proposer,or its officers, employees, contractors,and/or agents,for failure to comply with applicable laws. 32. SPECIAL CONDITIONS. Any and all Special Conditions that may vary from these General Terms and Conditions shall have precedence. 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. City reserves the right to request supplemental information from Proposers at any time during the RFQ solicitation process. 50.ADDITIONAL SERVICES. Although this solicitation and resultant contract identifies specific goods, services or facilities ("items"), it is hereby agreed and understood that the City, through the approval of the Department and Procurement Directors (for additional items up to $50,000) or the City Manager (for additional items greater than $50,000), may require additional items to be added to the Contract which are required to complete the work. When additional items are required to be added to the Contract, awarded vendor(s), as applicable to the item being requested, under this contract may be invited to submit price quote(s) for these additional requirements. If these quote(s) are determined to be fair and reasonable, then the additional work will be awarded to the current contract vendor(s)that offers the lowest acceptable pricing. The additional items shall be added to this contract by through a Purchase Order (or Change Order if Purchase Order already exists). In some cases, the City may deem it necessary to add additional items through a formal amendment to the Contract, to be approved by the City Manager. The City may determine to obtain price quotes for the additional items from other vendors in the event that fair and reasonable pricing is not obtained from the current contract vendors, or for other reasons at the City's discretion. Balance of Page Intentionally Left Blank RFQ 2018-097-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 2018-097-1-(B 12 MIAMI BEACH c. Site Preparation Recommendations d. Compaction Requirements e. Foundation Reporting f. 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:/lsupplierportal:dnb.com/webapplwcs/stores/servlet/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 thesolicitation 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 MIAMIBEACH 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 .Member2 Total 102 89 78 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 ,,,ResponseCertification , 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 2018-0.97-KB __.. -.. _ _ �.. �.�. - _-..__ aft.-4.. _._,.,.. .16 1 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 purpose of this Response Certification, Questionnaire and Requirements Affidavit Form is to inform prospective Proposals of certain solicitation and contractual requirements,and to collect necessary information,from Proposals in order that certain portions of responsiveness, responsibility and other determining factors and compliance with requirements may be evaluated. This Statement of Qualifications Certification, Questionnaire and Requirements Affidavit Form is. a REQUIRED FORM that must be submitted fully completed and executed. 1. General Proposer Information. FIRM NAME: NO.OF YEARS IN BUSINESS:, NO.OF YEARS IN BUSINESS LOCALLY: NO.OF EMPLOYEES: OTHER NAME(S)PROPOSER HAS OPERATED UNDER IN.THE LAST 10 YEARS: FIRM PRIMARY ADDRESS(HEADQUARTERS):: CITY: STATE: ZIP CODE: TELEPHONE NO.: TOLL FREE NO.:, FAX NO _ 1 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 ftrm.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 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 Citi Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with, and shall be subject to any and all sanctions,as prescribed therein,including disqualification of their Proposals,in the event of such non-compliance. SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities(including your sub-consultants)with a controlling financial interest as defined in solicitation.For each individual or entity with a controlling financial interest indicate whether or not each individual or entity has contributed to the campaign either directly or indirectly,of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. 6. Code of Business Ethics.Pursuant to City Resolution No.2000-23879,each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics("Code")and submit that Code to the Department of Procurement Management with its proposal/response or within five(5)days upon receipt of request.The Code shall, at a minimum, require the Proposer,to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. In lieu of submitting Code of Business Ethics, Proposer may submit a statement indicating that it will adopt,as required in the ordinance,the City of Miami Beach Code of Ethics,available at htto://www.miamibeachfl.00v/citv-hall/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 mustbe 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 http://www.miamibeachfLoov/city-hall/procurement/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 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.govlcity-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 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 kill 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 certifiesin writing that the business has adopted and employs written policies, practices,and standards that are consistent with the City's Fair Chance Ordinance,set forth in Article V of Chapter 62 of the City Code("Fair Chance Ordinance"), and which, among other things, (i) prohibits City contractors, as an employer,from inquiring about an applicant's criminal history until the applicant is given a conditional offer of employment; (ii) prohibits advertising of employment positions with a statement that an individual with a criminal record may not apply for the position,and(iii)prohibits placing a statement on an employment application that a person with a criminal record may not apply for the position. SUBMITTAL REQUIREMENT: No additional submittal is required at this time. By virtue of executing this affidavit, Proposer certifies that it has adopted policies,practices and standards consistent with the City's Fair Chance Ordinance. Proposer agrees to provide the City with supporting documentation evidencing its compliance upon request. Proposer further agrees that any breach of the representations made herein shall constitute a material breach of contract, and shall entitle the City to the immediate termination for cause of the agreement,in addition to any damages that may be available at law and in equity. 13. Acknowledgement of Addendum. After issuance of solicitation,the City may release one or more addendum to the solicitation which may provide additional information to Proposers or alter solicitation requirements. The City will strive to reach every Proposer having received solicitation through the City's e-procurement system, PublicPurchase.com. However, Proposers are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation.This Acknowledgement of Addendum section certifies that the Proposer has received all addendum released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addenda may result in proposal disqualification. Initial to Confirm Initial to Confirm Initial to Confirm Receipt Receipt Receipt 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 MIAMIBEACH 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 Propbsals.It is the responsibility of the recipient to assure itself that information contained herein is accurate and complete.The City does not provide any assurances as to the accuracy of any information in this solicitation. Any reliance on these contents, or on any permitted communications with City officials, shall be at the recipient's own risk. Proposals should rely exclusively on their own investigations,interpretations,and analyses.The solicitation is being provided by the City without any warranty or representation,express or implied,as to its content,its accuracy,or its completeness.No warranty or representation is made by the City or its agents that any Statement of Qualifications conforming to these requirements will be selected for consideration, negotiation,or approval. The City shall have no obligation or liability with respect to this solicitation,the selection and the award process,or whether any award will be made.Any recipient of this solicitation who responds hereto fully acknowledges all the provisions of this Disclosure and Disclaimer,is totally relying on this Disclosure and Disclaimer,and agrees to be bound by the terms hereof.Any Statement of Qualifications submitted to the City pursuant to this solicitation are submitted at the sole risk and responsibility of the party submitting such Statement of Qualifications. This solicitation is made subject to correction of errors,omissions,or withdrawal from the market without notice.Information is for guidance only,and does not constitute all or any part of an agreement. The City and all Proposals will be bound only as,if and when a Statement of Qualifications,as same may be modified,and the applicable definitive agreements pertaining thereto,are approved and executed by the parties,and then only pursuant to the terms of the definitive agreements executed among the parties.Any response to this solicitation may be accepted or rejected by the City for any reason,or for no reason,without any resultant liability to the City. The City is governed by the Government-in-the-Sunshine Law, and all Statement of Qualifications and supporting documents shall be subject to-disclosure as required by such law.All Statement of Qualifications shall be submitted in sealed proposal form and shall remain confidential to the extent permitted by Florida Statutes, until the date and time selected for opening the responses. At that time, all documents received by the City shall become public records. Proposals are expected to make all disclosures and declarations as requested in this solicitation.-By submission of a Statement of Qualifications,the Proposer acknowledges and agrees that the City has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement information contained in the Statement of Qualifications,and authorizes the release to the City of any and all information sought in such inquiry or investigation.Each Proposer certifies that the information contained in the Statement of Qualifications is true,accurate and complete,to the best of its knowledge,information,and belief. Notwithstanding the foregoing or anything contained in the solicitation, all Proposals agree that in the event of a final unappealable judgment by a court of competent jurisdiction which imposes on the City any liability arising out of this solicitation,or any response thereto, or any action or inaction by the City with respect thereto, such liability shall be limited to $10,000.00 as agreed-upon and liquidated damages. The previous sentence, however, shall not be construed to circumvent any of the other provisions of this Disclosure and Disclaimer which imposes no liability on the City. In the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation,it is understood that the provisions of this Disclosure and Disclaimer shall always govern.The solicitation and any disputes arising from the solicitation shall be governed by and construed in accordance with the laws of the State of Florida. RFQ 2018-097-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 B • • M 1 A .E A. • • • 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 ','!Not0,4'ii°is itiVottontto those ve do'r ^ ho.have.received.n.otification" of- fhis soiicitafiorr.btu have decided not to respond,fa coinptete and submit- 'f e achd'd S aite ent Of Noo°Bid."; [le "Std tern:'en,. of No Bid"°provides lie City with information on how eto improve the solicitation process. ,Fail re la subh it € Alst `ement of Na Bid'S rndNfresult ire flat being notified of future solicitations;by,the Oity!_ e 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: I 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 APPENDIX C • 4 t • 4 .• to. r 4 . • ' "; , .*el,. / ' • Minimum Requirements 84(' Specifications • 201 8-097-KB • FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS- NEEDED BASIS PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3(0 Floor Miami Beach, Florida 33139 • • 1 RFQ 2018-097-KB 25 MIAMI BEACH C1. 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 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) 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(*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/swale . • 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 procedure s in inspection, sampling testing, and reporting in the following areas: RFQ 2018-097-KB 29 M1AMI 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 • 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 Consultantshall 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-KB 30 MIAMI BEACH APPENDIX D t Am ' M1�`F .�F e ' S.pecialCondi.fions { 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 31 1 r 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 the responsibility 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. 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 of the 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 H 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 1 ' MIAMIBEACH INSURANCE REQUIREMENTS This document sets forth the minimum levels of insurance that the contractor is required to maintain throughout the term of the contract and any renewal periods. XXX 1. Workers'Compensation and Employer's Liability per the Statutory limits of the state of Florida. XXX 2. Comprehensive General Liability(occurrence form), limits of liability$ 1,000,000.00 per occurrence for bodily injury property damage to'include Premises/ Operations; Products, Completed Operations and Contractual Liability. Contractual Liability and Contractual Indemnity (Hold harmless endorsement exactly as written in"insurance requirements"of specifications). XXX 3. Automobile Liability-$1,000,000 each occurrence-owned/non-owned/hired automobiles included. 4. Excess Liability-$ .00 per occurrence to follow the primary coverages.. XXX 5. The City must be named as and additional insured on the liability policies; and it must be stated on the certificate. 6.. Other Insurance as indicated: _Builders Risk completed value $_ .00 Liquor Liability $ .00 Fire Legal Liability $ .00 _Protection and Indemnity $ .00 _Employee Dishonesty Bond $ .00 Other $ .00 XXX 7. Thirty(30)days written cancellation notice required. XXX 8. Best's guide rating B+:VI or better,latest edition. XXX 9. Thecertificate 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 JS`/rjrci,f c! "Kaipz.org C..0aP`JJ 4:it r`)i 1 J on official/tuts of Florida sveba.ite Department of State / Division of Corporations / Search Records / Detail By Document Number I Detail by FEI/EIN Number Foreign Profit Corporation WOOD ENVIRONMENT&INFRASTRUCTURE SOLUTIONS, INC. Filing Information Document Number F00000004389 FEI/EIN Number 91-1641772 Date Filed 08/03/2000 State NV • Status ACTIVE Last Event NAME CHANGE AMENDMENT Event Date Filed 04/20/2018 Event Effective Date NONE Principal Address 1105 LAKEWOOD PARKWAY SUITE 300 ALPHARETTA, GA 30009 Changed: 12/21/2011 • Mailing Address 2020 WINSTON PARK DRIVE SUITE 700 OAKVILLE, ON L6H6X-7 CA. Changed: 10/01/2010 Registered Agent Name&Address UNITED AGENT GROUP INC. 11380 PROSPERITY FARMS ROAD#221E PALM BEACH GARDENS, FL 33410 • Name Changed:02/16/2018 Address Changed: 02/16/2018 Officer/Director Detail • Name&Address • Title Associate Surveyor Gardiner, Charles • http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inq... .1/29/2019 Detail by FEI/EIN Number Page 2 of 3 75 East Amelia Street Ste.200 Orlando, FL 32801-1320 Title President East US&LA TROUTT, LYTLE CJR. 3800 EZELL RD.,SUITE 100 NASHVILLE,TN 37211 Title Asst.Secretary Reed, Louise J 2020 WINSTON PARK DRIVE, SUITE 700 OAKVILLE, ON L6H 6X7 CA Title Treasurer, Director Sherrill, Kendall H 1105 Lakewood Parkway,Suite 300 Alpharetta,GA 30009 Title President, Director Massey,Ann E 1105 LAKEWOOD PARKWAY • SUITE 300 ALPHARETTA, GA 30009 Title Secretary Knight, Bradley J 1105 LAKEWOOD PARKWAY SUITE 300 ALPHARETTA,GA 30009 Title Associate Architect Semple, Herbert A 511 Congress Street Portland, ME 04101 Annual Reports Report Year Filed Date 2018 01/18/2018 2018 05/10/2018 2019 01/15/2019 Document Images 01/15/2019--ANNUAL REPORT View image in PDF format 05/10/2018—AMENDED ANNUAL REPORT View image in PDF format 04/20/2018—Name Change View image in PDF format http://search.sunbiz.org/Inquiry/CorporationSearch/S earchResultDetail?inq... 1/29/2019 Detail by FEI/EIN Number Page 3 of 3 02/16/2018—Req.Agent Change View image in PDF format 01/18/2018--ANNUAL REPORT View image in PDF format 10/26/2017--AMENDED ANNUAL REPORT View image in PDF format 01/11/2017—ANNUAL REPORT View image in PDF format -' 10/06/2016--AMENDED ANNUAL REPORT View image in PDF format 01/15/2016—ANNUAL REPORT View image in PDF format 02/12/2015—ANNUAL REPORT View image in PDF format 01/07/2015—Name Change View image in PDF format 09/29/2014—AMENDED ANNUAL REPORT View image in PDF format 01/16/2014--ANNUAL REPORT View image in PDF format 05/06/2013—AMENDED ANNUAL REPORT View image in PDF format 01/21/2013—ANNUAL REPORT View image in PDF format 01/05/2012--ANNUAL REPORT View image in PDF format 12/21/2011—ANNUAL REPORT View image in PDF format 11/22/2011—Merger View image in PDF format 11/01/2011—Name Change View image in PDF format 10/21/2011—ANNUAL REPORT View image in PDF format 03/29/2011—ANNUAL REPORT View image in PDF format 10/01/2010—ANNUAL REPORT •View image in PDF format 03/30/2010—ANNUAL REPORT View image in PDF format 04/03/2009—ANNUAL REPORT View image in PDF format 04/04/2008--ANNUAL REPORT View image in PDF format 04/12/2007—ANNUAL REPORT View image in PDF format 04/07/2006—ANNUAL REPORT View image in PDF format 04/04/2005—ANNUAL REPORT View image in PDF format 02/06/2004—ANNUAL REPORT View image in PDF format 03/21/2003—ANNUAL REPORT View image in PDF format 02/11/2002—ANNUAL REPORT View image in PDF format 07/05/2001--ANNUAL REPORT View image in PDF format 09/19/2000--Name Change View image in PDF format 08/03/2000—Foreign Profit View image in PDF format Florida Department-of State,Division of Corporations http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inq... 1/29/2019 Name History Page 1 of 1 Florida Department of State DIVISION OF CORPORATIONS 4141tDP/L:2 iO XeOrg , WI official.1(LU?of f'!ollde i eb..:;it' Department of State / Division of Corporations / Search,Records / Return to Detail Screen / • Return to Detail Screen Events WOOD ENVIRONMENT&INFRASTRUCTURE SOLUTIONS,INC. Document Number F00000004389 Date Filed 08/03/2000 Effective Date None Status Active Event Type Filed Effective Description Date' Date NAME CHANGE OLD NAME WAS:AMEC FOSTER WHEELER ENVIRONMENT 04/20/2018 AMENDMENT &INFRASTRUCTURE, INC. NAME CHANGE 01/07/2015 OLD NAME WAS:AMEC ENVIRONMENT& AMENDMENT INFRASTRUCTURE, INC. NAME CHANGE • 11/01/2011 OLD NAME WAS:AMEC EARTH&ENVIRONMENTAL, INC. AMENDMENT NAME CHANGE 09/19/2000 OLD NAME WAS:AGRA EARTH&ENVIRONMENTAL, INC. AMENDMENT Return to Detail Screen • Florida Department of State,Division of.Corporations • • http://search.sunbiz.org/Inquiry/CorporationSearch/NameHistory?aggregate... 1/29/2019 wood.Cof Miami Beach Citywide Geotechnical and Laboratory Testing Services on an As-Needed Basis I , ‘,. • 1 - R. 1 l R1 .... ` i - f/ .. �� t 1044—gr ‘ •'lift.- ..,.....riffigi440 . II. Fa5"""""4"WW" s ` „,,,,,.....: .. ...4-: : ..-I61 II f a H • -,-;------ 4 - --110.pil III...r. ,.. , . 1-1 - f ....., re t _ ,�'_ L._ o.w _ j : " "1r — I i A/ , , - r . -I • ' ----tZ II, ni '� t i 'a 11.11.; RFQ No.: 2018-097-KB Date: July 30, 2018 Time: 3:00 p.m. 1.,1.1.1... Copy wood. City of Miami Beach Citywide Geotechnical and Laboratory Testing Services on an As-Needed Basis RFQ No. 2018-097-KB July 30, 2018 Project Manager Alexander Rojas, PE, AVS, CWI Contact Information 305.826.5588 (office) 305.345.7166 (cell) 305.826.1799 (fax) Email alexander.rojas@woodplc.com Address 5845 NW 158th Street Miami Lakes, Florida 33014 1 ti' i W• 4 - `' .SII I a-p 4, Ann qw '(• '1E. "..1 : h j ' l' ' F. i f�, _- ' , fir. ;. �? F 3 i► ar � - , 3y t fy .-�> - y orj.,zy,. • ..» City of Miami Beacn Title Page RFQ No. 2018-097-KB Page No. Citywide Geotechnical and Laboratory July 30, 2018 1 Testing Services on an As-Needed Basis • ° ',°. = 9.) < m -4"! -1 el 1- ..... 1 .J o - a (c) .. cv r:'-'1°'‘.. i-,4 tli.,j,,".'"4.A "*". • - -.... *-- '0 D =5E4 ii;41.... -,• ' 1 i 1 ''''''',4.••-; ."--';': ------ •• --- - , , Ilst•r -,-- -• 1 •-•-- -I=!=i1-'s s , •..,- -., .-., -.= ' „10.4 ; 3 ...=..- , .....-- .„as=_1,1._-*slot ..,1 - 1 ,.. -..• .4".4',.- "I, ii=.i• 'k--- i t ,,... ., --"Vi --'` .,.- C= .0-/ Ai - ."-- --'-' 4411111.11 / - ' 1......, I id .." .. .* • „, k ‘ 4 E...= 3-31 11,11Wa / - lit . .. . _ 41411.b. - '-.. - .r- -"-- --.--' I' .'," - ii• .3 '''",- . et A---41s.,- - V . -=--9 -...- -- :Ago :-;••-..----- ...- - -.., - ----....; .. .....'"? h # .P.,... ....- -"". .._... . II ....-4-'44' :11-•:---=1 ........-.74. :1 .;-----1---- -,--, : ' . -- .- _---,-• - ....• 4.-•-•.- ...... - *,..„,... - -,,,,,- - -••ash,-.• . , . 0 A.•.,,,,,7......„ ,, . ,„ rr ..„:: ,,„*‘,.., ..v... -• ...-• .„,..g- ;„,,,,,,itpo...- 4 .,,,,, ...: . - -‹ ,..,^...... .: p,t, .2: ,,,,,,..„, -:::. ji3"-af--s = -:-- ....--.7 . _ ., .46, ---. -..--- ..,..v_z...)...- -4o-, -_,..,,, irt; ,_ --- „,.--- ':,,,, - - ,',2---- • * '.: ' - :., :-.;.1==,-.:-.g_11"--f..-"' #..". . ,..... . . ,' V,.r,,.z....,...,.... ., .., 41Fir.- *A.,. - ....... ,. -.- ., 'ft...Z.= .*--.... ' 1...' 4,• ..=== 11". OA. • -'1% '' - ..... : ...:"...,..= .4.....1 , . . . ,..... . ,,-.... . --...:. r14 :- 10. • olikellik IP -.It 10k. '.,' • "" ''''''''` -•- *4641. ' ,,...06,,,ZritPrOW1-',- Alp* '-- •*, '''' -3-e-----„,---z -e • - - ..17,4,-.,..,,,,,,,,;OF. .4trseNE.....c.,..1114,, ,4 s4,. ., . , aieitsr - :--ri ,# ov.,e.. -• . IIM----- iirli-5' ..\('. \I<' , '.. ' * -.lr OV -t*:, '1.2 ' ' ' '"N .1;,,,,,, ,...".•^7 J. lilerr, et. a,+-.J.J, • , 4.r"..eqe,trii 4. ..... , ....,.....-..t. ' al toso.ik 1 Ta b 1 Cover Letter and Minimum Qualifications Requirements a cr ,T o o rro c r O fD 7 p� N 7 1.1 Cover Letter a n d Table of Contents • • • wood. 5845 NW 158th Street Miami Lakes, Florida 33014 phone:305.826.5588 web:www.woodplc.com July 30, 2018 City of Miami Beach Attn: Kristy Bada, Contracting Officer III Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Re: 2018-097-KB, Citywide Geotechnical and Laboratory Testing Services on an As-Needed Basis Dear Ms. Bada and Selection Committee Members: Wood Environment & Infrastructure Solutions, Inc. (Wood) is very pleased to submit our proposal to the City of Miami Beach to provide citywide geotechnical and laboratory services on an as-needed basis. Formerly Amec Foster Wheeler Environment&Infrastructure, Inc., Wood is an engineering and design, environmental consulting, and construction company operating with more than 3,500 professionals in about 175 locations across the United States and the World. Wood's parent company, Wood plc, includes more than 50,000 professionals in about 175 locations across the World. In Florida, Wood employs nearly 400 people in offices located in every region of the state, including more than 100 in South Florida. Our South Florida offices have been serving the region for more than six decades. We can draw on our experienced local managers and geographical reach to support the needs of clients, regardless of project size and complexity.Wood's depth of global resources allows us to provide our clients with innovative solutions engineered and priced to fit perfectly with local challenges. Proximity to Project Location Wood's Miami-based team and laboratory have the geographic coverage area available and the transportation and equipment to meet the needs and requests of this contract. Our bilingual project manager and highly qualified professionals will form a seamless and flexible project team that will provide uninterrupted continuity to all tasks that fall under this contract. The close proximity of our offices will enable our team to rapidly respond to all project needs in a timely and cost-efficient manner. Team Qualifications The Wood team is prepared to provide the City of Miami Beach with the necessary field and testing resources. We have invested extensively in Construction Training Qualification Program (CTQP) certifications, fully certifying and cross training all field and laboratory testing technicians and bridge and roadway Inspectors, limiting the need for multiple technicians on the jobsite to perform various activities. Our in-house specialties include project and staff engineers, personnel specializing in maintenance of traffic (MOT), vibration monitoring, and geotechnical specialists —all available on an as-needed basis. All of the dedicated personnel for the Miami Beach project team have relevant experience, which eliminates the inefficiencies and costly learning curves of less-experienced engineering consulting firms or subcontractors. In-House Laboratory for Material Testing Our construction services offer the added benefit of having an in-house FDOT certified materials testing laboratories in Miami and West Palm Beach.Our in-house laboratories will eliminate the need to contract an outside laboratory for verification testing. Our laboratories also provide us the ability to provide expedited test results if the need arises. Our CTQP certified laboratory team currently utilizes Wood's very own Integrated Materials Testing System(IMTS).IMTS is a City of Miami Beach Cover Letter and RFQ No. 2018-097-KB Page No Citywide Geotechnical and Laboratory Minimum Qualification July 30, 2018 2 Testing Services on an As-Needed Basis Requirements software system that manages materials testing data from the point a sample is collected to the point a client is billed, keeping the entire process under one roof to reduce costs. Our goal is to ensure client satisfaction by providing optimal value. We accomplish our goal by offering exceptional technical expertise and resources, providing timely service at a reasonable price,delivering high quality work products, and remaining flexible to adapt as your needs continue to evolve. We will apply our years of Florida-based resources and experience to the City of Miami Beach contract by being responsive, readily available, and committed to providing exceptional client service specific to your scope of services, every step of the way. Understanding Scope of Services Geotechnical engineering and materials testing are Wood's flagship services. Our South Florida offices have used our complimentary talents and relevant experience to maintain strong,focused teams that are available and committed to meeting the your needs on a timely and cost-effective manner. We are prepared to provide the City of Miami Beach with the necessary field and testing resources along with fully competent and experienced CTQP-certified field and laboratory testing technicians, licensed building inspectors, certified welding inspectors, staff geotechnical engineers, project geotechnical engineers, senior geotechnical engineers, principal geotechnical engineers, a chief geotechnical engineer,GIS, MicroStation and CADD operators,maintenance of traffic personnel,PDA/EDC, PIT testing,CSL specialists, and administrative and technical support personnel. Our proposed technical and management team has significant and relevant recent project experience providing quality geotechnical and materials testing services for various local municipalities, state, and federal agencies which include, but are not limited to: Palm Beach, Broward, Monroe, Collier and Miami-Dade Counties; School Districts of Palm Beach, Broward and Miami-Dade Counties;the Cities of West Palm Beach and Fort Lauderdale;the Villages of Royal Palm Beach and Pinecrest;the Florida Department of Transportation (FDOT) (various Districts including 4 and 6); Florida's Turnpike Enterprise(FTE);the South Florida Water Management District(SFWMD);Broward County Aviation Department(BCAD); Palm Beach, Port Everglades, and Miami Port Authorities; Florida East Coast (FEC) Railway; and Tri-Rail Commuter Rail. In addition, we serve a multitude of commercial and industrial clients throughout South Florida. Our strategy is to maintain teams that fully satisfy the needs of our clients.We supplement our extensive list of services by preapproving and teaming with various speciality subconsultants. We strive to use M/WBE/DBE firms whenever possible as a means of establishing and maintaining healthy local relationships.In order to provide the required level of quality,expertise,and response to serve your contract,Wood intends to subcontract Geosol,Inc.—a Florida Department of Transportation (FDOT) DBE-certified and Miami-Dade Certified SBE firm—to complement our consulting services. Ricardo Fraxedas, PE, will be assigned as the Principal-in-Charge of this contract to assure Wood's local and global resources are available to assist in the successful completion of tasks that you assign to us.Ricardo has the local authority to negotiate with the City of Miami Beach. Mr.Alexander Rojas, PE,AVS, CWI, will be the Project Manager for this opportunity and will be the primary point of contact for the City. Mr. Rojas has more than 21 years of experience, with approximately 10 years providing services on various FDOT roadway projects in both Districts 4 and 6. We have a tremendous desire to further build our relationship with the City of Miami Beach, and we look forward to sharing our capabilities with you on infrastructure projects. Should you have any questions or require additional information, please feel free to contact us at your convenience. Sincerely, Wood Environment&Infrastructure Solutions,Inc. Ricardo Fraxedas, PE Alexand-r Rojas, P , VS, CWI Principal-in-Charge Project Manager/Primary Contact 305.525.0079 305.345.7166 ricardo.fraxedas@woodplc.com alexander.rojas@woodplc.com City of Miami Beach Cover Letter and RFQ No. 2018-097-KB Page No Citywide Geotechnical and Laboratory Minimum Qualification July'30, 2018 3 Testing Services on an As-Needed Basis Requirements • • wood. 1.1 Table of Contents City of Miami Beach Citywide Geotechnical and Laboratory Testing Services on an As-Needed Basis Tab 1: Cover Letter and Minimum Qualifications and Requirements 2 1.1 Cover Letter and Table of Contents 5 1.2 Response Certification, Questionnaire, and Requirements Affidavit(Appendix A) 39 Financial Capacity Tab 2: Experience and Qualifications 40 2.1 Qualifications of Proposing Firm 51 Similar Project Experience 75 2.1.1 Miami-Dade County or the Sate of Florida Licensure(s)or Certificate(s) 92 2.2 Qualifications of Proposer Team 96 Organization Chart 97 Team Members Licenses and Certifications Matrix 98 Resumes 135 2.2.1 Miami-Dade County or the Sate of Florida Licensure(s)or Certificate(s) Tab 3:Approach and Methodology 137 3.1 Approach and Methodology The quality of the work product, ability to meet and exceed schedule deadlines, and their overall commitment to the project team has been unsurpassed. (Wood) has not only the technical capability to perform, their quick response time; attention to detail is an added bonus." Dennis Caserta Senior Project Manager Miami-Dade County Public Schools City of Miami Beach Cover Letter and RFQ No. 2018-097-KB Citywide Geotechnical and LaboratoryMinimumQualification Page NO y July 30, 2018 4 Testing Services on an As-Needed Basis Requirements 1.2 Response Certification, Questionnaire, and Requirements Affidavit (Appendix A) TS a '6 p CD 7 tel 0 C X D D 1.2 Response Certification Questionnaire and Requirements Affidavit (Appendix A) On the following pages are Wood's answers and attachments to the City of Miami Beach's Certification, Questionnaire and Requirements Affidavit (Appendix A). 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 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: Wood Environment&Infrastructure Solutions,Inc. NO.OF YEARS IN BUSINESS: NO.OF YEARS IN BUSINESS LOCALLY: NO.OF EMPLOYEES: 70 60 6,000 OTHER NAME(S)PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: Amec Foster Wheeler;AMEC Environment&Infrastructure,Inc.;AMEC Earth & Environmental,Inc.; MACTEC,Inc. FIRM PRIMARY ADDRESS(HEADQUARTERS): 1105 Lakewood Parkway, Suite 300 CITY: Alpharetta STATE: Georgia ZIP CODE: 30009 TELEPHONE NO.: 770.360.0600 TOLL FREE NO.: N/A FAX NO.: 770.360.0540 FIRM LOCAL ADDRESS: 5845 NW 158th Street CITY: Miami Lakes STATE: Florida ZIP CODE: 33014 PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: Alexander Rojas, PE, AVS, CWI ACCOUNT REP TELEPHONE NO.: 305.345.7166 ACCOUNT REP TOLL FREE NO.: N/A ACCOUNT REP EMAIL: alexander.rojas@woodplc.com FEDERAL TAX IDENTIFICATION NO: 91-1641772 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. City of Miami Beach Cover Letter and RFQ No. 2018-097-KB Citywide Geotechnical and Laboratory Minimum Qualification July 30, 2018 Page No Testing Services on an As-Needed Basis Requirements MIAMI BEACH 1. Veteran Owned Business.Is Pro oser claiming a veteran owned business status? YES X NO SUBMITTAL REQUIREMENT: Proposers claiming veteran owned business status shall submit a documentation proving that firm is certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United States federal government,as required pursuant to ordinance 2011-3748. 2. Conflict Of Interest. All Proposers must disclose, in their Proposal, the name(s) of any officer, director, agent, or immediate family member(spouse, parent, sibling, and child)who is also an employee of the City of Miami Beach. Further, all Proposers must disclose the name of any City employee who owns,either directly or indirectly, an interest of ten (10%)percent or more in the Proposer entity or any of its affiliates. SUBMITTAL REQUIREMENT: Proposers must disclose the name(s)of any officer,director, agent,or immediate family member (spouse, parent,sibling, and child)who is also an employee of the City of Miami Beach. Proposers must also disclose the name of any City employee who owns,either directly or indirectly,an interest of ten(10%)percent or more in the Proposer entity or any of its affiliates (Submittal information on Page 11) 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. (Submittal information on Page 11) 4. Suspension, Debarment or Contract Cancellation. Has Proposer ever been debarred, suspended or other legal violation, or had a contract cancelled due to non-performance b an public sector agency? YES X NO SUBMITTAL REQUIREMENT: If answer to above is"YES," Proposer shall submit a statement detailing the reasons that led to action(s). 5. Vendor Campaign Contributions. Proposers are expected to be or become familiar with,the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with, and shall be subject to any and all sanctions,as prescribed therein, including disqualification of their Proposals,in the event of such non-compliance. SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities(including your sub-consultants)with a controlling financial interest as defined in solicitation. For each individual or entity with a controlling financial interest indicate whether or not each individual or entity has contributed to the campaign either directly or indirectly,of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. (Submittal information on Page 12) 6. Code of Business Ethics.Pursuant to City Resolution No.2000-23879,each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics("Code")and submit that Code to the Department of Procurement Management with its proposal/response or within five (5) days upon receipt of request. The Code shall, at a minimum, require the Proposer, to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. In lieu of submitting Code of Business Ethics,Proposer may submit a statement indicating that it will adopt,as required in the ordinance,the City of Miami Beach Code of Ethics,available at http://www.miamibeachfl.qov/city-hall/procurement/ (Submittal information on Page 12) City of Miami Beach Cover Letter and RFQ No. 2018-097-KB Citywide Geotechnical and Laboratory Minimum Qualification July 30, 2018 Pa., 5 Testing Services on an As-Needed Basis Requirements 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 http://www.miamibeachfl.00v/city-hall/procurement/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 51 or more full time employees on their payrolls during 20 or more calendar work weeks, the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business with the City of Miami Beach, who are awarded a contract pursuant to competitive proposals, to provide"Equal Benefits"to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach, Florida; and the Contractor's employees located in the United States,but outside of the City of Miami Beach limits,who are directly performing work on the contract within the City of Miami Beach. A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? X YES NO B. Does your company provide or offer access to any benefits to employees with(same or opposite sex)domestic partners*or to domestic partners of employees? X YES NO C. Please check all benefits that apply to your answers above and list in the "other" section any additional benefits not already specified. Note:some benefits are provided to employees because they have a spouse or domestic partner,such as bereavement leave;other benefits are provided directly to the spouse or domestic partner,such as medical insurance. BENEFIT Firm Provides for Firm Provides for Firm does not Employees with Employees with Provide Benefit Spouses Domestic Partners Health X X Sick Leave X X Family Medical Leave X X Bereavement Leave X X If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are no insurance providers in your area willing to offer domestic partner coverage)you may be eligible for Reasonable Measures compliance. To comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application (attached) with all necessary documentation. Your Reasonable Measures Application will be reviewed for consideration by the City Manager, or his designee. Approval is not guaranteed and the City Manager's decision is final. Further information on the Equal Benefits requirement is available at http://www.miamibeachfl.gov/city-hall/procurement/procurement-related-ordinance- and-procedures/ City of Miami Beach Cover Letter and RFQ No. 2018-097-KB page No Citywide Geotechnical and Laboratory Minimum Qualification July 30, 2018 Testing Services on an As-Needed Basis Requirements 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 Confirm ! Initial to Confirm Initial to Confirm Receipt Receipt Receipt "10 Addendum 1 /7740 Addendum 6 /?•bZ� Addendum 11 Addendum 2 ,4 ' Addendum 7 Addendum 12 Addendum 3 �1'J Addendum 8 Addendum 13 Addendum 4 pO Addendum 9 Addendum 14 ' BJP Addendum 5 /i ,7 Addendum 10 Addendum 15 If additional confirmation of addendum is required,submit under separate cover. City of Miami Beach Cover Letter and RFQ No. 2018-097-KB Citywide Geotechnical and Laboratory Minimum Qualification July 30, 2018 Page No 8 Testing Services on an As-Needed Basis Requirements 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 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 govem.The solicitation and any disputes arising from the solicitation shall be govemed by and construed in accordance with the laws of the State of Florida. City of Miami Beach Cover Letter and RFQ No. 2018-097-KB Page N Citywide Geotechnical and Laboratory Minimum Qualification July 30, 2018 9 Testing Services on an As-Needed Basis Requirements 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: i Title of Proposer's Authorized Representative: Michael D. Phelps, PE Office Manager Signature of Proposer's Authorized Representative: Date: July 24, 2018 State of FLORIDA On this 24th day of July , 2018, personally appeared before me Michael D. Phelps who County of Polk ) stated that (s)he is the Office Manager of Wood Environment&Infrastructure Solutions,Inc. a corporation, and that the instrument was signed in behalf of the said corporation by authority of its board of directors and acknowledged said instrument to be its voluntary act and deed. Before me: // Notary 'ub c for the State of Florida)ss,' ��, MICHELLE D. JERLA 17- Notary Public,State of Florida My Commission Expires: (2 /� . • 4• 1-.IN My comm.expires Feb. 15,2022 Commission Number GG 186810 City of Miami Beach Cover Letter and RFQ No. 2018-097-KB Citywide Geotechnical and LaboratoryMinimumQualification Page No y July 30, 2018 10 Testing Services on an As-Needed Basis Requirements 1.2 Response Certification, Questionnaire and Requirements Affidavit (Appendix A) - continued Item 2 - Conflict of Interest Wood has no officers, directors, agents, or immediate family members who are also an employee of the City of Miami Beach. No City employee owns, either directly or indirectly, an interest of ten (10%) percent or more in Wood or any of its affiliates. Item 3 - References and Past Performance Please see table below. Reference Table Client Contact Project Name Narrative of Scope Wood was selected by the City of Fort Lauderdale as Reference No.1 a professional consultant to provide geotechnical, Agency Name: construction materials, and laboratory testing services. City of Fort Lauderdale, Florida The projects performed under this contract are completed on a task work order basis. The services Contact Jose Custodio,PE,MCE, City of Fort Project Manager Lauderdale provided under this contract consist of site exploration Geotechnical studies, geotechnical engineering design, laboratory Address: 100 N.Andrews Engineering testing services, construction inspection, materials Avenue, Fort Lauderdale, and Laboratory testing and construction QA/QC.tWood's primary role is Florida 33301 Services to act as an extension to the City's available staff and resources. Our personnel consist of project managers, Phone No.:954.828.5248 geotechnical engineers, geologists, construction Email: engineers, threshold engineers, construction inspectors, JCustodio@fortlauderdale.gov engineering field and laboratory technicians, drafters, and office administrators. Reference No.2 Wood is performing laboratory verification testing Agency Name: services for the rigid rehabilitations at CR 934, Miami-Dade County, Florida located at 74th Street from NW 87" Avenue to SR 826/ Palmetto Expressway. This project includes widening Contact: Rakeshpal S. Gill LAP/Laboratory the existing road from a five-lane to a six-lane divided Project Manager Verification roadway, reducing the width of the existing median Address: 111 NW 1�`Street, Testing Services to accommodate a bicycle facility, sidewalks, curb and No. 1600, Miami, Florida for the Rigid gutter, a storm drainage system, pavement markings 33128 Rehabilitations at and signing, traffic signalization, roadway lighting, a CR 934 sound barrier wall on both sides of the roadway, and Phone No.: 305.375.0003 landscape irrigation. Wood's services include furnishing all supervision, labor, materials,equipment,tools,and all Email: operations necessary to provide improvements to NW gill@miamidade.gov 74th Street. Reference No.3 Wood provided CEI inspections and verification field and Agency Name: laboratory testing services for the Village of Pinecrest's Village of Pinecrest, Florida Safe Routes Safe Routes to Schools infrastructure improvements Contact: Mark Spanioli, PE to Schools for Pinecrest and Palmetto Elementary Schools. The Public Works Director Infrastructure project is being funded through the Local Agency Improvements Program (LAP). This project consists of applying the Address: 10800 Red Road, for Pinecrest Florida's Safe Routes to School infrastructure for the two Pinecrest, Florida 33156 and Palmetto schools.The approximate 1-mile radius of infrastructure Elementary improvements around the schools included installation Phone No.:305.669.6916 Schools of sign panels, a detectable warning device, a turf block, Email: a 4-foot sidewalk, and a rapid rectangular flashing mspanioli@pinecrest-fl.gov beacon system. City of Miami Beach Cover Letter and RFQ No. 2018-097-KB Page No Citywide Geotechnical and Laboratory Minimum Qualification July 30, 2018 11 Testing Services on an As-Needed Basis Requirements Item 5 - Vendor Campaign Contributions The Wood team members are familiar with the City's Campaign Finance Reform laws and have no individuals or entities with a controlling or financial interest in their firms that have contributed to campaigns of the Mayor or City Commissioners for the City of Miami Beach. Item 6 - Code of Business Ethics Wood's Code of Business Conduct provides a set of principles to guide us in our everyday business activities.It is equally valuable wherever in the world we are operating and whoever we are working with. It is a practical application of our values.All employees are required to report any potential or actual breaches of applicable laws or the Code. Employees are also required to report any request to do something which might be a breach. A copy of Wood's Code of Business Ethics is included on the following pages. Wood Group Policy May 2016 Business Ethics Policy " What should I do?" "How 99 "What if . . . " City of Miami Beach Cover Letter and RFQ No. 2018-097-KB Page No Citywide Geotechnical and Laboratory Minimum Qualification July 30, 2018 12 Testing Services on an As-Needed Basis Requirements Wood Group Business Ethics Policy Contents 01 Introduction 02 Objectives 03 Who does this policy apply to? 04 What is expected of us? 05 Reporting suspected non-compliance 06 Business and personal integrity 07 Bribery and corruption 07 Facilitation payments 09 Use of commercial intermediaries 09 Conflicts of interest 11 Gifts and entertainment 11 Charitable donations 11 Political donations 12 National and international trade 13 Trade compliance and economic sanctions 15 Competition/antitrust regulations 16 Financial responsibility 17 Accounting systems and procedures 17 Business Records 17 Fraud 18 Money laundering 18 Inside information and insider dealing 19 Confidentiality 20 Intellectual property(IP) 21 Data privacy 22 Index 23 Business Ethics helpline contact details 24 Receipt and Acknowledgement Business Ethics Helpline wgbusinessethics@expolink.co.uk Click here for Access Numbers See Page 23 of the Business Ethics Policy for a full list of Country Access Numbers Wood Group INT/B/1.4 May 2016 City of Miami Beach Cover Letter and RFQ No. 2018-097-KB Citywide Geotechnical and Laboratory Minimum Qualification July 30, 2018 Page No. 13 Testing Services on an As-Needed Basis Requirements w Introduction Wood Group's Core Values are at the heart of our • business because they define who we are, how we F, work, what we believe in and what we stand for. Our Core Values set out how we act and how we expect to be treated as part of Wood Group and provide a sound 1 basis to make decisions. The Business Ethics Policy provides the we also have Business Ethics Country foundation for our Integrity Core Value. Officers to support our Responsible It is required reading for everyone at Officers.Questions relating to the Policy Wood Group and is there to help us all can also be raised with Wood Group "do the right thing".We expect everyone Compliance or Legal. to abide by the standards of ethical You must report any breaches or business practice set out in the Business potential breaches of the Business Ethics Ethics Policy and to challenge behaviour Policy of which you become aware- CC I'm so glad we enforce this or actions inconsistent with our strong whether these relate to you,your direct policy,and so proud to be in this reputation for Integrity. reports or others.Reports can be made organisation. » All Wood Group people must uphold high to Wood Group Compliance or Legal, ethical,legal and business standards your Human Resources Department, wherever in the world their business your Responsible Officer or to a takes them.We also require those with relevant Business Ethics Country Officer. whom we do business to embrace similar You may prefer to report confidentially values and standards.We understand via the Business Ethics Helpline,which is ��At Wood Group we have a the challenges that can be faced. operated by an independent company,or Working for a dynamic organisation, via email to: strong culture of integrity. » operating in a global market place with many different clients,business wgbusinessethicslexpolink.co.uk partners and operations throughout We are proud of Wood Group's long the world is not always straightforward. standing reputation for Integrity.We New business partner relationships know that you are proud of it too. are established,new markets entered However,just one person's error in and new laws introduced that impact judgment could reflect upon Wood how business is conducted.Business Group as a whole,calling our reputation challenges and the passion to succeed into question CC It's great to work can potentially combine to entice and potentially resulting in significant for a company with any one of us to make decisions that financial consequences.We all share the morals. » could compromise our Integrity.We responsibility of placing our Core Values must always be resolute in the face of at the very heart of everything we do. such challenges,even if to do so may The Business Ethics Policy is there to cost us business in the short term. help us all to get it right.Thank you for Questions of ethics and integrity your support. can be complex and we welcome questions about the Business Ethics Policy and its application.Each Wood Group Strategic Business Unit has an appointed Responsible Officer to ensure, amongst other things,that policies and f procedures in the relevant business -d, are consistent with the Business Ethics [[r�vr CCrr Policy and to answer any questions.In Robin Watson,Chief Executive certain countries in which we operate INT/B/1.4 May 2016 Wood Group 01 City of Miami Beach Cover Letter and RFQ No. 2018-097-KB Citywide Geotechnical and Laboratory Minimum Qualification July 30, 2018 Page No. 14 Testing Services on an As-Needed Basis Requirements Wood Group Business Ethics Policy The objectives . . . The Business Ethics Policy has the following objectives: » To maintain, strengthen and protect the reputation for integrity and business ethics that Wood Group and Wood Group Personnel have built with all parties that they deal with. » To ensure that Wood Group Personnel conduct all their business activities in an ethical manner, reflecting the Group's Integrity Core Value. » To ensure that Wood Group Personnel comply with all laws and regulations applicable to Wood Group's business activities in all countries in which it operates. Business Ethics Helpline wgbusinessethics@expolink.co.uk Click here for Access Numbers See Page 23 of the Business Ethics Policy for a full list of Country Access Numbers 02 Wood Group INT/8/1.4 May 2016 City of Miami Beach Cover Letter and RFQ No. 2018-097-KB Citywide Geotechnical and Laboratory Minimum Qualification July 30, 2018 page No 15 Testing Services on an As-Needed Basis Requirements Wood Group Business Ethics Policy Who does the Policy apply to? This Policy applies to all 'Wood Group Personnel' engaged by'Wood Group' worldwide. For the purposes of the Business Ethics Policy, 'Wood Group' comprises the following legal entities(whether corporations, limited partnerships or other business structures): • John Wood Group PLC • Subsidiaries of John Wood Group PLC • Joint venture companies or consortia which are under the day-to-day management of John Wood Group PLC or a subsidiary of John Wood Group PLC The following persons will be deemed to be 'Wood Group Personnel': • Directors and Officers of Wood Group • Employees of Wood Group • Contractors, consultants, representatives, intermediaries and agents retained by Wood Group To assist in implementing and administering the Business Ethics Policy `Responsible Officers' and, in designated countries, `Business Ethics Country Officers' have been appointed. Responsible Officers are normally the CEO/President or senior executive of a Strategic Business Unit. They work closely with Wood Group Compliance and have responsibilities for implementing, communicating and administering the Business Ethics Policy and ensuring that policies, procedures and training within each Wood Group business are consistent with the Policy. Business Ethics Country Officers have a facilitative role, providing local support to the Responsible Officers in their designated country. INT/B/1.4 May 2016 Wood Group 03 City of Miami Beach Cover Letter and RFQ No. 2018-097-KB page No Citywide Geotechnical and Laboratory Minimum Qualification July 30, 2018 16 Testing Services on an As-Needed Basis Requirements Wood Group Business Ethics Policy What is expected of us? Wood Group Personnel are expected to perform and work with honesty and integrity and comply with all applicable laws in the course of their business activities, whether or not specifically covered by the Business Ethics Policy or any other Wood Group Policy. As one of Wood Group's Personnel,you have a personal responsibility to observe the standards of conduct and other requirements of the Business Ethics Policy whether ( N, or not these standards and requirements are also imposed by law. In the case of Wood Group employees,violations or non-compliance with L Wood Group does business applicable laws or Wood Group policies will constitute grounds for disciplinary action, globally,and that means you including,when appropriate,termination of employment. are subject to different laws For non-employees—such as contractors,consultants,representatives, and regulations.The Business intermediaries or agents conducting business on behalf of Wood Group violations Ethics Policy establishes principles non-compliance with applicable laws or Wood Groupfor business conduct applicable reg or pp policies will result in the throughout Wood Group,regardless termination of any relationship with Wood Group. of location.Where differences exist as the result of local laws or regulations you must apply either the Business Ethics Policy or the local requirements -whichever sets the highest standard of behaviour." 66 What about different • laws in different countries? 1/4 V ' . 4:: I , b` I, ,,, Cf I ) 0 04 Wood Group INT/B/1.4 May 2016 City of Miami Beach Cover Letter and RFQ No. 2018-097-KB Citywide Geotechnical and Laboratory Minimum Qualification July 30, 2018 Page No 17 Testing Services on an As-Needed Basis Requirements Wood Group Business Ethics Policy Reporting suspected non-compliance Stop! You must report any breaches or potential breaches of the L Ip) Policy of which you become aware. n Matters may be reported via: Think! Ask! • Wood Group Compliance or Legal • Your Responsible Officer or Business Ethics Country Officer(where applicable) The Business Ethics Policy cannot address every • Human Resources situation.Often law or policy will clearly dictate the answer,but on many occasions the situation will • Calling the Business Ethics Helpline require interpretation to decide upon the appropriate action. • Emailing the Business Ethics Helpline at wgbusinessethics/expoiink.co.uk When faced with a decision,stop,think and ask yourself Any issue creating concern can be reported on a confidential or, the following: if you prefer,anonymous basis via the Business Ethics Helpline • What feels right or wrong about the situation or action? at any time. • Is your proposed action consistent with the law,the Reports or questions received via the Business Ethics Helpline Business Ethics Policy and the Group's Integrity Core will be dealt with in a professional and confidential manner. Value? Matters relating to the Policy will normally be dealt with by • How might your decision or course of action affect Wood Group Compliance,Legal and/or Internal Audit. All such communications will be held in confidence to the extent others-for example fellow employees,our customers, consistent with carrying out an appropriate investigation under our suppliers,our contractors,our competitors,the applicable laws. community,or Wood Group shareholders? Failure to report knowledge of a violation of the Policy or failure • How might your decision or course of action appear to to assist or co-operate in the investigation of reported non- appearance Sometimes an innocent action can result in the compliance mayresult in disciplinary appearance of wrong-doing. p p ary action being taken against you. • Have you fully explored the consequences of your There will be no retaliation,retribution or victimisation in any decision?Would additional advice be helpful?Can your form against an individual who reports in good faith a suspected Responsible Officer,Business Ethics Country Officer, violation of the Policy or assists with an investigation,even Wood Group Compliance or Legal help? if the report is mistaken and/or the facts later turn out to be • If you are not completely sure then seek advice inaccurate or do not trigger any further action.An individual from your Responsible Officer,Business Ethics Country who retaliates in any way against a person who has in good Officer,Wood Group Compliance or Legal,or report faith reported a violation or suspected violation of the Policy will your concem to the Business Ethics Helpline at be subject to disciplinary action,which may include termination any time. of employment. INT/B/1.4 May 2016 Wood Group 05 City of Miami Beach Cover Letter and RFQ No. 2018-097-KB Page No. Citywide Geotechnical and Laboratory Minimum Qualification July 30, 2018 18 Testing Services on an As-Needed Basis Requirements Wood Group Business Ethics Policy Business and personal integrity Fast bucks . . . Wood Group expressly prohibits the making, offering, authorising or acceptance of improper payments (or the provision or acceptance of anything else of value), in any business dealings, in any country around the world. Wood Group and Wood Group Personnel must not, either directly or indirectly, make, offer, authorise or accept any unlawful payment or bribe, nor give, offer, authorise the giving of, or accept anything else of value. Wood Group expressly prohibits the payment of facilitation payments or other such `greasing' or `enabling' payments made to expedite routine transactions (e.g. customs inspections, visa processing, etc.) - even if the failure to pay leads to a delay or loss of business opportunity. Business Ethics Helpline wgbusinessethics@expolink.co.uk Click here for Access Numbers See Page 23 of the Business Ethics Policy for a full list of Country Access Numbers 06 Wood Group INT/B/1.4 May 2016 City of Miami Beach Cover Letter and RFQ No. 2018-097-KB Citywide Geotechnical and Laboratory Minimum Qualification July 30, 2018 v,yei> 19 Testing Services on an As-Needed Basis Requirements w « What if I have done nothing wrong and I am forcibly and aggressively demanded to give money or something of value?If I do not give something I fear that I will be hurt,or detained Bribery and corruption or my,or Wood Group's The making, offering, authorising or acceptance of property withheld,destroyed or improper payments is never acceptable in any situation damaged.99V'd and exposes both Wood Group and Wood Group Personnel to possible criminal prosecution and large civil fines or penalties. Acts or allegations of bribery can do serious damage to Wood Group's reputation. [ N 66 You may give what is For the purposes of the Business Ethics Policy,'improper payments'is used to required to prevent you from being describe a broad range of payments of money or anything of value(including harmed.You must immediately kickbacks,bribes or payoffs)made,offered,authorised or accepted in an attempt to report the incident in writing to influence a decision affecting Wood Group or for the personal gain of an individual. Wood Group Compliance and your Responsible Officer,and Wood Group and Wood Group Personnel may be subject to anti-bribery legislation, accurately record the payment including the US Foreign Corrupt Practices Act 1977(FCPA)or the UK Bribery Act in Wood Group's books and 2010.The FCPA is targeted at the bribery of public or government officials.However, records(or in your expense report the UK legislation relates to the bribery of both public or government officials and if paid with personal funds)as a everyone in the private sector.The legislation prohibits bribery even when it is facilitation payment." committed outside these countries'own borders. Any Wood Group Personnel found to have made,offered,authorised or accepted an improper payment,whether directly or indirectly,will be subject to:(i)in the case of an employee,disciplinary action which may ultimately lead to dismissal or(ii)in the case of a contractor,consultant,representative,intermediary or agent,termination of their services.Where appropriate,the matter will also be reported to the relevant criminal authorities. • Facilitation payments ""' Wood Group makes no distinction between bribes and so-called'facilitation'or 'greasing'or'enabling'payments to expedite or otherwise procure a transaction. Wood Group Personnel shall not make,offer,authorise or accept bribes or facilitation payments on behalf of Wood Group. i The only exception to this is where there is a real and imminent threat to the health, . safety,personal security or welfare of any Wood Group employee or a member of his or her family or a co-worker or loss of Wood Group's property.An example of this ' would be where a government official demands money(or something else of value) from you and threatens your personal security if their request is not met.If a facilitation t ` . payment is made under these exceptional circumstances,it must be immediatelyt reported in writing to Wood Group Compliance and your Responsible Officer,and a accurately recorded in Wood Group's books and records(or in your expense report if paid with personal funds)as a facilitation payment. ,,,. _. ., ., , .,, . ,..„ . I INT/B/1.4 May 2016 Wood Group 07 City of Miami Beach Cover Letter and RFQ No. 2018-097-KB P,{9zN� Citywide Geotechnical and Laboratory Minimum Qualification July 30, 2018 20 Testing Services on an As-Needed Basis Requirements Wood Group Business Ethics Policy Business and personal integrity continued Feeling uncomfortable? Wood Group has rules and processes governing the engagement of external agents and similar third party representatives (commercial intermediaries). Management and Wood Group Compliance approval is required before using a commercial intermediary. Wood Group Personnel must ensure that all fees and commissions paid to commercial intermediaries in relation to sales revenues or other business transactions with Wood Group are proportionate and legal in the relevant jurisdictions. Business Ethics Helpline wgbusinessethics@expolink.co.uk Click here for Access Numbers See Page 23 of the Business Ethics Policy for a full list of Country Access Numbers 08 Wood Group NT/B/1.4 May 2016 City of Miami Beach Cover Letter and RFQ No. 2018-097-KB Citywide Geotechnical and Laboratory Minimum Qualification July 30, 2018 Page No. 21 Testing Services on an As-Needed Basis Requirements Wood Group Business Ethics Policy W Use of commercial intermediaries • Stop! Business practices or other conditions in certain countries require the use of commercial intermediaries to represent Wood Group's interests.In many cases these commercial intermediaries can arrange negotiations and services more efficiently than otherwise might be possible.Commercial intermediaries must undergo careful due Think! Ask! diligence before being chosen because their improper conduct could damage Wood Group's reputation and expose Wood Group and Wood Group Personnel to legal liabilities. Even when nothing wrong All contracts must clearly stipulate that improper or illegal payments are not to be is intended,it is crucial to made-this includes any form of facilitation payment.Commercial intermediaries must consider how your actions be given a copy of the Policy and asked to confirm in writing their acceptance and might appear and to avoid the compliance with the principles and standards that apply to it. perception of a conflict Wood Group will terminate relationships with any commercial intermediaries who of interest. violate the bribery and corruption provisions of the Business Ethics Policy. When faced with a possible conflict of interest stop,think and ask Conflicts of interest yourself the following: Wood Group Personnel must avoid conflicts of interest between their private activities • Would other employees or an or personal interests and their responsibilities and duties owed to Wood Group. outsider think it might affect Wood Group Personnel must declare any potential conflicts of interest to their Line how I do my job? Manager,Human Resources department or Responsible Officer. • Could it affect any decision You must not accept(directly or indirectly)any personal payments,services or loans I might make at Wood Group? from a competitor,customer,supplier or contractor of Wood Group(excluding any • Do I or my family stand to gain bank or financial services company(or services from a professional advisor)with whom anything from my relationship Wood Group does business. with the third party doing Conflicts of interest include any personal interests which may affect your impartiality in business with Wood Group or any matter relevant to your duties. vice-versa? • Do I feel under any obligation due to my relationship with the third party doing business with Wood Group? « I think I may have • Would I be embarrassed if a conflict of interest. anyone inside or outside of What should I do?1' Wood Group knew about the situation? • How might the situation look to [ a customer or supplier-would " they question whether they If you think you may have a conflict of interest,or that have been treated fairly? others could possibly believe an activity or relationship you are engaged in is a conflict of interest,you must promptly If the answer to any of the disclose this to your Line Manager,Human Resources above questions is"yes"or department or Responsible Officer. even"possibly you may have a Many conflicts of interest can be resolved in a mutually acceptable conflict of interest that you need way,but they must be dealt with.Failure to disclose a conflict may to disclose and discuss with your lead to disciplinary action." Line Manager,Human Resources department or Responsible Officer. INT/B/1.4 May 2016 Wood Group 09 City of Miami Beach Cover Letter and RFQ No. 2018-097-KB Citywide Geotechnical and Laboratory Minimum Qualification July 30, 2018 Page No 22 Testing Services on an As-Needed Basis Requirements Wood Group Business Ethics Policy Business and personal integrity continued Thank you . . . is that for me? Gifts and/or entertainment whether given or received by Wood Group Personnel, must not place the recipient under any obligation and should not be capable of being misconstrued or create the appearance of an improper attempt to influence business decisions. Gifts and/or entertainment whether given or received by Wood Group Personnel must: • not be intended to improperly or illegally influence a business transaction, regardless of its value • be related to a business purpose • • only be given or accepted if within the bounds of accepted business practice Cash gifts are never acceptable. Gifts and/or entertainment given or received which have a value greater than US$500 per person require prior written approval from a Responsible Officer. Gifts and/or entertainment given to or received from Government Officials which have a value greater than US$100 per person require prior written approval from a Responsible Officer and Wood Group Compliance. Business Ethics Helpline wgbusinessethics@expolink.co.uk Click here for Access Numbers See Page 23 of the Business Ethics Policy for a full list of Country Access Numbers 10 Wood Group INT/6/1.4 May 2016 City of Miami Beach Cover Letter and RFQ No. 2018-097-KB page No Citywide Geotechnical and Laboratory Minimum Qualification July 30, 2018 23 Testing Services on an As-Needed Basis Requirements Wood Group Business Ethics Policy A le„ I am not sure if the ` customer I plan to invite 66 if in doubt and the value of to a business dinner the dinner could exceed$100 per would be considered person seek Responsible Officer and Wood Group Compliance a Government Official? approval." What should I do?99 ‘...... ..1 I/ Gifts and Entertainment Regardless of value,Wood Group Personnel must not offer or accept a gift or Stop! entertainment from any customer of Wood Group,or any person or company having current or prospective dealings with Wood Group such as a supplier or contractor,it the gift or entertainment could be perceived as an attempt to improperly influence a Think! Ask! business transaction. Gifts or entertainment(properly offered or received)which fall within the bounds of accepted business practice are allowed,provided the value does not exceed US$500 per person(or any lesser amount set by your Wood Group business)when When providing or receiving in relation to non-governmental organisations,and US$100 per person(or any lesser a gift or entertainment,stop, amount set by your Wood Group business)when in relation to a Government Official think,and ask yourself the or governmental organisation.Wood Group Personnel wishing to provide a gift or following: entertainment must also ensure that the potential recipient's acceptance will not • Would I feel comfortable breach his or her organisation's policy. telling others about this Infrequently,there may be situations where it is culturally appropriate to offer or gift/entertainment?Other receive a gift or entertainment(for example golf or other sporting events)with a related customers and suppliers? business purpose from a customer or supplier where the value exceeds the limits Other employees? mentioned above.In such situations you must complete the relevant Request for My manager?My family? Approval form and obtain the written permission of your Responsible Officer before The media? offering or accepting the gift or entertainment.Any Request for Approval form related • Do I feel any pressure to to a gift or entertainment greater than$100 offered by or to a Government Official or reciprocate or grant special government organisation also requires the review and pre-approval of Wood Group favours as a result of this gift/ Compliance. entertainment(or am I trying The term'Government Official'has a very broad meaning and includes any officer to put pressure on someone or employee of a national oil company,candidates for political office,officials else to reciprocate or grant of public international organisations(e.g.World Bank),tax officials,customs favours)? officers,military or police organisations and members of royal families who • Am I certain the gift does not may lack'official'authority but maintain ownership/managerial interest in violate any law or business government enterprises.For a full definition please consult the Business Ethics regulation? pages on the Wood Group intranet(Gifts and Entertainment section).If at any time you are unsure as to whether you are dealing with a Government Official(or govemmental • Does the gift or entertainment organisation)please contact Wood Group Compliance. exceed the$100/$500 approval limit?If it does,then Charitable donations you will need to complete a Charitable donations are a part of our community involvement and are one of the Request for Approval form ways that enables us to make a positive impact in the community.However,in certain (available on the Business circumstances a charitable donation could be perceived as a bribe. Ethics pages on the Wood Any charitable donations suggested by a public or government official therefore require Group intranet)and obtain the written approval of Wood Group Compliance. the prior written permission of your Responsible Officer and, Political donations where necessary,Wood Group Political donations include anything of value provided for the purpose of promoting, Compliance. supporting,or influencing any political process,political organisations,or election for public office at any level.Wood Group(or their commercial intermediaries)must not make any donations intended to procure political influence. Wood Group funds and resources may not be used to contribute to any political party or political candidate. . INT/B/1.4 May 2016 Wood Group 11 City of Miami Beach Cover Letter and RFQ No. 2018-097-KB Page No Citywide Geotechnical and Laboratory Minimum Qualification July 30, 2018 24 Testing Services on an As-Needed Basis Requirements Wood Group Business Ethics Policy National and international trade Anything to declare . . . Red or green channel? Wood Group must comply with all applicable import and export control laws and economic sanctions when conducting international business. Economic sanctions forbid persons of certain nationalities directly engaging in or facilitating others engaging in prohibited dealings with sanctioned countries, governments, persons or activities. For example, the US Government has put in place a number of economic sanctions that would prevent their citizens (including non-US nationals who work for US companies or anyone physically located in the US) from having anything to do with transactions for certain `embargoed' countries. Import and Export Controls regulate certain goods, software and technology and their import and export or re-export from one country to another. For example, the United Nations (UN), European Union (EU) and the UK and US have all put in place import and export controls on products. Goods may require a licence to be exported based on the type of product, its end use or the end user of the product. Business Ethics Helpline wgbusinessethics@expolink.co.uk Click here for Access Numbers See Page 23 of the Business Ethics Policy for a full list of Country Access Numbers 12 Wood Group INT/B/1.4 May 2016 City of Miami Beach Cover Letter and RFQ No. 2018-097-KB Citywide Geotechnical and Laboratory Minimum Qualification July 30, 2018 Page No 25 Testing Services on an As-Needed Basis Requirements Wood Group Business Ethics Policy W I1 Trade compliance and economic sanctions GG I have a potential The UN, the EU as well as the US and the UK new customer in a country and other countries), impose trade compliance that my company has not p p worked in before. How can I restrictions and sanction dealings with certain check that Wood Group can countries, entities and individuals. Serious penalties do business?» - fines, revocation of permits to export and even v..., imprisonment - can apply when these laws are broken. The combination of trade compliance laws and economic sanctions means there are frequently restrictions on: 1 • Imports of goods to countries requiring import tariffs or customs duties. 66 • Exports and re-exports of goods,technology and software to specific countries, Wood Group Compliance entities and individuals,and for certain end-uses. or Legal should be contacted for further information.Wood • Disclosure of certain technology and software source codes to nationals of a Group will comply with all prohibited country. applicable import and export control laws and economic • Involvement of nationals of the country imposing sanctions in any business sanctions when conducting dealings with the sanctioned country or with persons in the sanctioned country. international business." • New investments or other transactions with a sanctioned country,persons in the 44444170, sanctioned country and sanctioned individuals. Wood Group may incur significant penalties,fines and face other legal and reputational risks if we breach trade compliance laws or regulations or economic sanctions. Before Wood Group agrees to do any work for,or supply equipment to,a customer, it is essential that we know the ultimate country of destination and end user of the services and products that will be provided. If your work involves the sale,shipment,electronic transfer or disclosure of technical information,software,goods or services across national borders within Wood Group, or with third parties,you are required to keep up-to-date with applicable rules and regulations and seek the advice of Wood Group Compliance or Legal. Additionally,Wood Group maintains a list of watchlist countries in respect of which no work should be pursued without the prior written approval of Wood Group Compliance. Wood Group Compliance or Legal should be contacted for further information and can provide necessary training. iii INT/B/1.4 May 2016 Wood Group 13 City of Miami Beach Cover Letter and RFQ No. 2018-097-KB Citywide Geotechnical and LaboratoryMinimumQualification Page No y July 30, 2018 26 Testing Services on an As-Needed Basis Requirements Wood Group Business Ethics Policy National and International Trade continued A fair game for all . . . Wood Group will not engage in any activity or business practice, which is in breach of any applicable competition and/or antitrust law to which they may be subject. Wood Group is committed to conducting its business in an open and competitive fashion. Any activity that undermines this commitment is unacceptable. Business Ethics Helpline wgbusinessethics@expolink.co.uk Click here for Access Numbers See Page 23 of the Business Ethics Policy for a full list of Country Access Numbers 14 Wood Group INT/B/1.4 May 2016 City of Miami Beach Cover Letter and RFQ No. 2018-097-KB Citywide Geotechnical and Laboratory Minimum Qualification July 30, 2018 Page No 27 Testing Services on an As-Needed Basis Requirements Wood Group Business Ethics Policy << How can I ensure compliance with Competition and Antitrust laws?11 GG Do not agree with competitors to target certain customers,products,services or geographic territories." Do not discuss pricing or the terms of any Wood Group bid with a competitor." Competition/antitrust regulations Competition or antitrust laws apply to every level of business in many of the countries in which Wood Group operates.The laws apply not only to Wood Group but also to G 6 Do not agree our competitors,suppliers,and customers.It is important to be aware of the laws— the prices at which a not only to avoid infringement but also to ensure that suppliers or customers are not product will be resold to a third party." engaging in anti-competitive activities that could damage Wood Group's business. Some competition laws such as the US and EU laws,can apply even when the conduct occurs outside the relevant country or countries'borders. GDo not agree to boycott a customer or Although the laws may differ from country to country,the following examples illustrate supplier." some of the most common illegal competition and antitrust law activities: • Price fixing and bid rigging,such as agreements with competitors on prices to charge customers or potential customers. • Agreements between competitors regarding which suppliers or customers they will not deal with. • Agreements between competitors to reduce production or output. • Agreements between competitors not to compete for certain customers or accounts,or in certain geographic areas. • Misrepresentations about the abilities of a competitor's products or services. 10. <G Do not agree with competitors to limit the / quantity of goods or services G G Do avoid any communication with (14. '> available in the market." competitors on any anti-compel five tactics or plans." at GG Do make clear your objection -_ to any anti-competitive discussions or agreement and report any incident of this nature to Wood Group Compliance." INT/B/1.4 May 2016 Wood Group 15 City of Miami Beach Cover Letter and RFQ No. 2018-097-KB Citywide Geotechnical and Laboratory Minimum Qualification July 30, 2018 page No 28 Testing Services on an As-Needed Basis Requirements Wood Group Business Ethics Policy Financial responsibility Valuing our treasure . . . Our Financial Responsibility Core Value requires all Wood Group Personnel to protect and preserve Wood Group's assets and resources and assist Wood Group in its efforts to control costs. The use of Wood Group assets and resources for personal financial gain is strictly prohibited. The use of Wood Group assets and resources for anything other than the conduct of Wood Group business, requires the express written permission of your Responsible Officer or a member of Wood Group Compliance or Legal. Business Ethics Helpline wgbusinessethics@expolink.co.uk Click here for Access Numbers See Page 23 of the Business Ethics Policy for a full list of Country Access Numbers 16 Wood Group INT/B/1.4 May 2016 City of Miami Beach Cover Letter and RFQ No. 2018-097-KB Citywide Geotechnical and Laboratory Minimum Qualification July 30, 2018 Page No. 29 Testing Services on an As-Needed Basis Requirements Wood Group Business Ethics Policy A Accounting systems and procedures Wood Group will maintain accounting systems and procedures which enable it and all other relevant « To whom should parties at all times to obtain a true and fair view of its I report my suspicions assets and liabilities, profit and loss and cashflow. of a fraudulent act?99 All Wood Group accounts and records must be recorded in a manner that clearly identifies and describes the true nature of business transactions,assets or liabilities, and properly and promptly classifies and records entries in conformity with generally accepted accounting principles and standards. Accounting records must be retained for as long as required by law or generally accepted accounting practice. Business Records G G Such suspicion should be reported so that it may be All Wood Group business records must be recorded in investigated.You can report to a manner that clearly identifies and describes the true Wood Group Compliance or Legal or you may use the Business Ethics nature of the business transaction. Helpline. Remember-there will be no Wood Group will act in accordance with the law,any governmental requirements,as well retaliation or retribution against as applicable technical and professional standards in all aspects of its reporting. anyone who reports something in Wood Group Personnel must never compromise the integrity of any business record by " good faith. knowingly entering an untrue or inaccurate statement,(e.g.on an inspection or testing report)nor influence anyone else to do so. Fraud Wood Group will not tolerate fraud and has established procedures to prevent, detect, report and investigate suspected frauds. Fraud generally involves some form of deceit, theft, trickery, or making of false statements, breach of trust and guilty intention with the object of obtaining money or other benefit. A fraudulent act can have significant consequences to Wood Group and the individuals involved,including loss of sales and access to financing,withdrawal of licences,litigation and damaged reputation. Fraud includes,but is not limited to: 4101W— • Dishonesty,embezzlement or fraudulent act. • Misappropriation of Wood Group,customer,supplier or contractor assets. • Conversion to personal use of cash,supplies or any Wood Group asset. :�5" x'?{ • Unauthorised handling or reporting of Wood Group business transactions. 1Y, t h 5 • Falsification of Wood Group business documents,records or financial statements. • Misrepresentations about Wood Group products or services. • Failure to disclose information when there is a legal duty to do so. If you suspect that fraudulent activity may have occurred,you must immediately report your suspicion to Wood Group Compliance or Legal,or you may prefer to use,the Business Ethics Helpline. INT/B/1.4 May 2016 Wood Group 17 City of Miami Beach Cover Letter and RFQ No. 2018-097-KB Citywide Geotechnical and Laboratory Minimum Qualification July 30, 2018 Page No 30 Testing Services on an As-Needed Basis Requirements Financial Responsibility continued Money laundering Inside information and insider dealing Wood Group does not condone, Wood Group Personnel are prohibited facilitate or support money laundering. from trading in shares or other securities Wood Group abides by all relevant in Wood Group or any other publicly national and international laws and traded company on the basis of 'inside regulations designed to deter and information'. prevent money laundering and terrorist Many countries have laws prohibiting the use or disclosure of financing and will only conduct business material,non-public and unpublished price sensitive or'inside with reputable companies. information'-information that generally is not available to the public which could,if publicly known,affect the market price of Money laundering is a generic term used to describe the Wood Group's shares(or those of one of our customers). process by which individuals or companies try to move illicit You must not deal in shares in John Wood Group PLC based or illegal funds(including the proceeds of criminal activity on'inside information'about Wood Group,nor disclose that such as terrorism,drug dealing,fraud,etc.)through legitimate information to any third party who might use it to deal in such businesses in order to hide the criminal origin of the funds. shares or encourage any third party to carry out any dealing Money laundering legislation is designed to assist and protect in such shares.Further,Wood Group Personnel who may legitimate businesses from being used by criminals for such a have inside information relating to publicly held companies purpose. (including clients,suppliers and competitors),as a result of Many of the countries in which Wood Group operates have their employment at Wood Group,are prohibited from trading some form of anti-money laundering legislation.The legislation in securities of such companies.If you are uncertain if the may place both criminal corporate liability on Wood Group information available to you is potentially'inside information' and criminal personal liability on any Wood Group Personnel contact Wood Group Compliance or Legal. involved. You must contact Wood Group Compliance or Legal to report any suspicious transactions,activity or incidents of money laundering. Look out! Examples of suspicious transactions could include: • Any transaction where you don't know or cannot verify the parties to the transaction. • A willingness by one party to pay above market price. • Payments made in currencies other than specified in the invoice. • Payments made by someone not a party to the contract(unless approved). • Payments to/from an account other than the normal business relationship account. • Requests to make an overpayment. • Requests for payments to an overseas jurisdiction unconnected with the transaction or requesting party. • Requests for payments in cash. 18 Wood Group INT/B/1.4 May 2016 City of Miami Beach Cover Letter and RFQ No. 2018-097-KB Page No. Citywide Geotechnical and Laboratory Minimum Qualification July 30, 2018 31 Testing Services on an As-Needed Basis Requirements Wood Group Business Ethics Policy Confidentiality Wood Group Personnel must protect confidential information, proprietary information and trade secrets in Stop! their possession from unauthorised use or disclosure, including any confidential information relating to Think! Ask! customers, suppliers, contractors, employees and other third parties. • Be very careful if discussing company Wood Group will comply with the provisions of confidentiality undertakings which they business in restaurants,on enter into,including those relating to potential acquisition targets,divestments,joint aircraft,in elevators or on mobile ventures,collaboration arrangements or other potential business opportunities. phones in public places. Confidential information can be broadly defined as technical information concerning • Think twice before transmitting products and services,manufacturing and development process information, confidential materials via the engineering designs,drawings and layouts,software code,know-how,pending patent internet or email and use applications,invention disclosure statements and the like. protected passwords Confidential information would also include non-public business information such as wherever possible. non-public financial information,employee information(including email lists),analyses, • Only discuss confidential forecasts,customer and supplier lists,strategic and operating plans,corporate information with those organisation plans,audit materials or reports,legal opinions and advice,information employees who have a regarding litigation or potential litigation,proposed transactions,and the like. legitimate need to know. The release(intentional or inadvertent)of any confidential information to third parties • If you see Wood Group's without appropriate controls and/or protection can damage Wood Group and in some confidential information left cases violate the law. unattended or otherwise made Wood Group Personnel must not disclose to third parties any non-public material. accessible to people who If your work requires you to discuss such information with outsiders(for example should not have it(even other in negotiating a transaction),such discussions must only occur with the protection Wood Group employees), of a written confidentiality or non-disclosure agreement.These agreements can be report this Immediately to provided by Wood Group Compliance or Legal. your Line Manager or a Responsible Officer. Wood Group also has obligations with respect to the confidential information • Make sure that any copies of customers,suppliers and other third parties with whom we have a business relationship.Improper handling of sensitive business,financial,or technical information, of Wood Group confidential or of original ideas provided to Wood Group by customers,suppliers,and other third information are clearly and parties can lead to a loss of trust and also legal claims against Wood Group consistently marked for damages. 'WOOD GROUP CONFIDENTIAL'. • Disclose confidential information to a third party only where there is a compelling business reason to do so and a written confidentiality agreement is in place. INT/B/1.4 May 2016 Wood Group 19 City of Miami Beach Cover Letter and RFQ No. 2018-097-KB No Citywide Geotechnical and Laboratory Minimum Qualification July 30, 2018 Page2 Testing Services on an As-Needed Basis Requirements 32 Wood Group Business Ethics Policy Intellectual property Knowledge is power . . I Intellectual property (IP) rights including patent rights, copyright, design rights, database rights, trade marks and service marks in all inventions, documents, logos, designs and computer programs created, devised or undertaken by Wood Group Personnel will belong to Wood Group. Wood Group will own the copyright (or other IP rights) in all of the work that Wood Group Personnel create on behalf of Wood Group. Business Ethics Helpline wgbusinessethics@expolink.co.uk Click here for Access Numbers See Page 23 of the Business Ethics Policy for a full list of Country Access Numbers 20 Wood Group INT/B/1.4 May 2016 City of Miami Beach Cover Letter and RFQ No. 2018-097-KB Page No. Citywide Geotechnical and Laboratory Minimum Qualification July 30, 2018 33 Testing Services on an As-Needed Basis Requirements Wood Group Business Ethics Policy l 1 L 6 I have recently joined Wood Group from another oil and gas service company where we did certain processes differently. Can I use guidance manuals from my old employer to Intellectual Property help my new Wood Group Wood Group will respect the valid intellectual property rights of third parties and will colleagues?» not knowingly infringe such rights. Wood Group's Business managers are under a general duty to ensure that all relevant \vile contracts of employment or contracts for services provide for the ownership of relevant intellectual property rights by Wood Group. Unauthorised use of others'intellectual property can expose Wood Group and Wood Group Personnel to legal claims and damages. G G N0:Your previous employer will own the copyright or Data privacy other IP in the manuals.Their use,no matter how helpful or well-intentioned, Wood Group will comply with relevant data protection could create legal problems for legislation affecting the acquisition, maintenance and Wood Group." use of personal data, whether such information is held electronically or otherwise. Wood Group Personnel with access to personal data must only use it for the purpose for which it was collected and must adhere to high levels of confidentiality when using it. . « Can I take documents ;. : ! t and reports that I have :,,,,.��,' T worked on with me if I leave ..,,.„.• Wood Group?99 T II s+ < G G N O!Wood Group owns the `,,,- # IP in your entire work product and you a may not take any documents belonging Wir ' t, to Wood Group-whether in paper or electronic form-with you without prior i l written permission from Wood Group I ,;::, Compliance or Legal" s rNi. /00.0 .# i t. t, To find out more about Wood Group's policy regarding the acceptable use of IT systems please see the Group IT Policies on the Wood Group intranet. INT/B/1.4 May 2016 Wood Group 21 City of Miami Beach Cover Letter and RFQ No. 2018-097-KB Page No. Citywide Geotechnical and Laboratory Minimum Qualification July 30, 2018 34 Testing Services on an As-Needed Basis Requirements Wood Group Business Ethics Policy Index A G Accounting systems-17 Gifts-10 and 11 Antitrust-14 and 15 Government officials-07, 10 and 11 Assets -16 and 17 B Import&export controls-12 and 13 Bribery-06 and 07 Insider dealing-18 Business Ethics Country Officers-03 Inside information-18 Business Records-17 Intellectual property-20 and 21 IT systems use-21 C Cash-10, 17 and 18 M Charitable donations-11 Money laundering-18 Competition law-14 and 15 Commercial intermediaries-08 and 09 P Confidentiality-19 and 21 Conflicts of interest-09 Payments-06,07,09 and 18 Corruption-07 Personal security-07 Political donations-11 Data privacy-21 R Responsible Officers-03 Retaliation-05 and 17 Economic sanctions-12 and 13 Entertainment-10 and 11 Trade compliance-12 and 13 F Trade secrets-21 Facilitation payments-06 and 07 Family-07 and 09 Fraud-17 and 18 Wood Group Personnel-03 Funds-07, 11 and 18 A list of current Responsible and Business Ethics Country Officers, Wood Group Compliance contacts and all telephone numbers for the Wood Group Business Ethics Helpline are available on the Business Ethics pages on the Wood Group intranet. 22 Wood Group INT/B/1.4 May 2016 City of Miami Beach Cover Letter and RFQ No. 2018-097-KB Citywide Geotechnical and Laboratory Minimum QualificationPage No. July 30, 2018 35 Testing Services on an As-Needed Basis Requirements w G G Lines open 24 hours a day, 7 days a week,and in over 100 different languages. » Helpline Access Numbers All Wood Group Personnel have a duty to report any potential breach of the Business Ethics Policy.Wood Group's Business Ethics Helpline is operated by Expolink,an independent company,and allows concerns to be reported confidentially 24 hours a day,7 days a week,in over 100 different languages.Your call can be made anonymously and will not be recorded.Concerns can be reported either by email to wgbusinessethics@expolink.co.uk or by using any of the following telephone numbers: Location Helpline Contact Number Location Helpline Contact Number Argentina 0800 6662603 Italy 800783776 Australia 1800121889 Kazakhstan 88003333524 Bangladesh Bangladesh dial 157-0011 then Malaysia 1800 885530 or 1800 805597 the caller will either get through Mexico 01800 1230193 to the operator or hear a recorded message which will Norway 800 14870 prompt them to dial 8779167615 Peru 0800 53611 Brazil 0800 8918807 Philippines 1 800 1441 0948 or 1800 14420076 Canada 1 888 2685816 Republic of Ireland 1800 567014 Chile 123 00200412 Russia 81080026081044 or 81080020582044 China Netcom(North) 10800 8522112 or 0080038383000 Saudi Arabia 800 8440172 China Netcom(South) 10800 1522112 Singapore 800 4411140 Colombia 01800 9444796 South Africa 0800 990520 France 0800 900240 Sweden 0200 285415 Germany 0800 1823246 Thailand 001 800442078 India 000 800 4401286 Trinidad and Tobago 18002037122 Indonesia 0078030114626 or 00180304411201 United Arab Emirates 8000 4413873 Israel 1809446487 United Kingdom 0800 374199 United States 1877 5335310 General Helpline for all other countries:+44 1249661808 When using the general Helpline number,caller dials their country operator asking for international collect call or reverse charge to+44 1249661808.The Country operator will dial number and speak to a Helpline operator who will accept reverse charge.The Country operator connects caller to Helpline and leaves the call,The Helpline conversation then takes place as normal. INT/B/1.4 May 2016 Wood Group 23 City of Miami Beach Cover Letter and RFQ No. 2018-097-KB Citywide Geotechnical and Laboratory Minimum Qualification July 30, 2018 Page No. 36 Testing Services on an As-Needed Basis Requirements « Please sign this form and return it to Human Resources in hard copy or by email.91 Business Ethics Policy The Wood Group Business Ethics Policy is available online in nine languages via the Wood Group intranet(www.woodgroup.net)or the Wood Group website(www.woodgroup.com). Receipt and Acknowledgement I acknowledge that I have read and understood the Wood Group Business Ethics Policy. I understand that each Wood Group employee, member of the Board of Directors,contractor and consultant and representatives,intermediaries and agents retained by Wood Group are responsible for knowing and adhering to the principles and standards of the Business Ethics Policy. Signature: Print name: Strategic Business Unit: Title: Location: Date: 24 Wood Group INT/B/1.4 May 2018 City of Miami Beach Cover Letter and RFQ No. 2018-097-KB Citywide Geotechnical and Laboratory Minimum Qualification July 30, 2018 Page No. 37 Testing Services on an As-Needed Basis Requirements w This Policy is intended to assist in promoting best practice across Wood Group.It does not give third parties the right to audit compliance or to pursue Wood Group on the basis of the matters set out in this Policy. Any act by Wood Group Personnel in violation of the law or of Wood Group's policies is beyond the scope of such person's authority and is not an act by or on behalf of Wood Group. ©John Wood Group PLC 2016 Permission to reproduce any part of this publication should be sought from John Wood Group PLC.Permission will usually be given,provided that the source is acknowledged. Designed and produced by www.akadesignitd.co.uk INT/B/1 4 May 2016 Wood Group City of Miami Beach Cover Letter and RFC? No. 2018-097-KB Citywide Geotechnical and LaboratoryMinimum July 30, 2018 Page No Qualification 38 Testing Services on an As-Needed Basis Requirements Financial Capacity Wood has submitted the Dun & Bradstreet (D&B) request for a Supplier Qualification Report (SQR). This report has been sent from D&B directly to the Procurement Contact, Ms. Kristy Bada, as requested per the proposal documents. FilWed 519/2013 3:40 PM Dunlop, William <DunlopW@DNB.com> dun&bradstreet Report-Wood Environment&Infrastructure Solutions,Inc. To Icristybadamiamtbeacifl.gov Cc Kenon,Sandra Message-f -'wood-environment--infrastructure-solutions,-inc_05-09-2018.pdf(279 KB) Good day Ms.Bada.Please see attached report. Thank you dungy?bradstreet Bill Dunlop-OLY Client Principal National Sales Canada c 416.902.8871 o:905.812.5957 I dunlopw@dnb.com Dun&Bradstreet Canada 6750 Century Avenue,suite 305 Mississauga,ON L5N 087 dnb.ca © © c' o City of Miami Beach Cover Letter and RFQ No. 2018-097-KB page No Citywide Geotechnical and Laboratory Minimum Qualification July 30, 2018 39 Testing Services on an As-Needed Basis Requirements • , -.,- .. _ • , . 4 F 4,, • .AI .1. . 561-liil','464":" __. ..._ ...-- \ - •- .- . '.;- - . 7------------ -------------------11110.1..L... • .: - ..,... '.` 1 _Al .4 - ...... _. r '... I VIPS. - ' - ••'' '',•"- . ''4 ' ,..:.,..,,t ,..,-4.,•it,,='e.i.,;,;!,,,--- ' -/.,k, -. , '-, ' ;,yililt,A „.e' — -- -,.._ .....,....„=,,,,,..„..... ., , ..,„. ' ' , ,^ .... t ;' - , ''`* ''';'''.%'. ilir*'' • -'.'' '-,,,'.'...ii',1;";t.-.-','",'''''''' ' -'; ..- ..• '''' ;,-7,,,,.., ,,;'fr," • - ---- - 's' -L-1:41.ir-. -•:',....7-t•-.>.- • - ,., _vaawseLirm„,_ -.......• - • ,Lit, ,, 1 Alii„,,e, - -..._-•__, ,. ...3,„, ,,,,, \.) . - ,, .4.)„,,,,,, „.,,.. ,..-) --.. -,- - 'Ait ,r• , -- .., . . -- " -,-. - -•-, .' if ' , . ,* ''•.g."*" ' ' •0 '''-.-' 4 .,. --- -"' 'i",-• • '-7'A llis ...*.,-.`-t-`...i i' - ---, • - --,.-.,..; k• ; . ./1 , ,-, , . a ,,,,.; ' - '''.::- - ''I.- ' - • 8,,, ., . - ,C) x i,;I .,,), ,,. - 7 ''- -—• - - _ _ _ 1..!. , ,_ - 44'1 •--' 4-15-7r. - -1'.-- , ,.,. -, - - ., • - 0 Cu t.•./A -.- .-...,,...-1 _ _ _. .___-4.c„..,_..... _.:_ __ 4...-..:e.,.. L, cL a \ .„- _ _,....... .,....4,..,.. -. ._.„, : -,---010-, ,- I 'I ) , 1 - -_____ '4,- • -.U....- • I ''" - -- ••;.--''''" A- -;,... --i- .": ' • -4.!. ..._.--- e..------ • / x - dahr,_ 4 - . .. . ..-Amt. - 156 ! , 1.1_11.1,1:.;-/:-.....,..1.:!„-_Al.....,,_ -_.7_•••,...,,. , . . . .. . . .. . • Tab 2 Experience and Qualifications . , . . . . 2.1 Qualifications of Proposing Firm o A N y� f1 T Q' 3 0 2.1 Qualifications of Proposing Firm • • • li,:ii ,, . • , . t 4immi • - 1, ,• aetad. 1. ,_. r ,_ , ..., 771r- IF cr d .. _....., , ,,,,, sr - ,., „. , 1, , ,,,, ._ 1 „ .. , _. , 4.--7,^ 1.,,,- -;,- 41I1 �.•d am ir'` ._^;` �1a f" "•, Ow Ir w,. / / 1. l _ A/ . ' ---- \,.\'' ? ',.,.. 7..*,,,,„"1 Yy. - y Ill'�. , „iy, r—�., 1 ,„ - b i �'---•+ w„ Wit-x -7- . '., ir -'-'}I'--„.:"">1-.:„. .cssit, ' ' _ , U-,., ...,,, - .-fii*piiii, ii„ : _.j Headquartered in Alpharetta, Georgia, Wood Environment & Infrastructure Solutions, Inc. (formerly Amec Foster Wheeler Environment & Infrastructure, Inc.) is an environmental consulting, engineering and design, and construction company. Wood is a corporation operating with close to 3,500 professionals in about 175 locations across the United States and the world. Serving the clean energy, federal, industrial/commercial, mining, oil and gas, transportation, and water sectors, we provide services to both public and private clients. Since 2000, Engineering News Record magazine has ranked Wood plc and its companies among the top international design firms in the world. Background Wood's Florida operation employs nearly 400 full-time employees—with almost 100 in the South Florida region.Wood can draw on its experienced local managers and geographical reach to support the needs of our clients regardless of project size and complexity.Our depth of global resources allows us to provide the City of Miami Beach with innovative solutions engineered to fit perfectly with your business challenges. City of Miami Beach Experience and RFQ No. 2018-097-KB PageNo Citywide Geotechnical and Laboratory 30, 2018 Qualifications July 40 Testing Services on an As-Needed Basis During the last 40 years,Wood has provided geotechnical • Dredged sediment dewatering and disposal engineering and materials testing services for various • Dynamic pile testing services public agencies, organizations, and federal, state, and • Earth retaining structures and ground improvement regional governments, as well as industrial and private • Erosion protection and slope repair clients. • Expert opinion and peer review • Forensic engineering Wood's Geotechnical and Materials Engineering Group is • Foundation installation inspections supported by a host of well qualified geotechnical and • Foundation stability analysis and design materials engineers,geologists,inspectors,and technicians. • Geophysical testing Since Wood is comprised of a team of multidisciplinary • Geosynthetic and hydraulic containment systems engineers and scientists, we have the ability to develop • Geotechnical in-situ testing (SPT, CPT, DMT, PMT) creative solutions to complex geotechnical situations in • Geotechnical instrumentation and monitoring addition to completing more traditional geotechnical • Ground improvement alternatives services. Our staff includes more than 100 individuals • Groundwater well installation and monitoring who are licensed Professional Engineers registered with • Landfill expansions and closures the State of Florida. Wood's Geotechnical and Materials • Load testing/NDT services and analysis Engineering Group includes 22 qualified geotechnical • Mine tailings disposal planning and management engineers on staff in Florida. • Roadway and site preparation • Roadway pavement design and subgrade evaluation Geotechnical Services • Sinkhole and subsidence remediation Wood can provide the full range of geotechnical • Site drainage services, from conceptive planning through design and • Site evaluation construction. We have the ability to develop creative • Slope stability and seepage modeling solutions to complex geotechnical and construction • Slope stability analysis and retaining structure design situations in addition to completing more traditional • Soil and materials testing services.Our staff members include experienced engineers, • Soil mechanics geologists, hydrogeologists, scientists, and technicians • Soil stabilization with unprecedented expertise. • Subsurface investigation and geophysical surveys • Vibration monitoring We focus on using innovative technologies to provide practical,cost-effective investigation,design,and oversight Our geotechnical background encompasses all aspects in numerous areas.These areas include: and phases of a project, from feasibility through project implementation. Our integrated team of professionals • Construction QA/QC provides exploration, analysis, and design related to • Constructions specifications soil, rock, and groundwater as an essential part of most • Dewatering evaluation projects. Understanding the engineering behavior of soil • Deep and shallow excavations and rock is what our geotechnical engineers do best; • Deep and shallow structural foundations issues of strength, stability, and durability are assessed, • Deep foundation alternatives designed, and managed. ■ S i „ a �,\ s iia` _boo Y (( l • w a '.. • ;� 11E11111p Ili lc, I Mimi . .1'!1 . r 1!IJill!.11 , - W' I' .._. � " Ilat r " City of Miami Beach Experience and RFQ No. 2018-097-KB PageNo Citywide Geotechnical and Laboratory 30, 2018 Qualifications July 41 Testing Services on an As-Needed Basis 7 ` - WA 44 z. ; . . a ., 4 ' . — r— Ate —� # _ 1 ..r :,,ems..+- " > ^� yyc —�� r +1 w 77 y ii ,z- w.. Our geotechnical engineers have been involved with a of the site. Borings are logged on site by a qualified staff vast number of infrastructure, transportation, water, and geologist or geotechnical engineer. Wood's integrated energy sector projects located throughout South Florida. services also include the installation of piezometers and We are dedicated to the consistent achievement of monitoring wells to track groundwater levels and water industry leading standards of excellence in environmental quality. consulting. Over the years, we have received excellent performance records, letters of recommendation, and Our subsurface investigations can also involve cone certificates of appreciation from various local governments, penetrometer testing(CPT),dilatometer testing(DMT),and municipalities, and agencies in South Florida for our work geophysical testing such as ground penetrating radar(GPR) performance in various services areas, including the key and electrical resistivity. If required, select soil samples services listed in the City's Scope of Work. from the borings will be sent to our team's laboratory to perform engineering classification tests.We also have the Subsurface Investigations capability to provide more complex geotechnical testing For both development and restoration projects, all should the need arise, including gradation, hydrometer, geotechnical engineering initiatives invariably begin with triaxial shear, direct shear, unconfined compression, one a site investigation. This investigation of soil and bedrock dimensional consolidation, restricted flow consolidation, in an area of interest is completed to determine the permeability testing, and others. site's engineering properties. During the last 40 years, we have provided subsurface investigations for industry; A comprehensive subsurface exploration program is municipalities;federal,state,and regional government;and essential to sufficiently characterize the ground that developers. will support any constructed facility. The quality of the exploration program ultimately dictates the geotechnical By investigating subsurface conditions, our professionals design as well as the level of the owner's risk associated are able to determine the physical/mechanical and chemical with additional costs due to unanticipated ground properties of materials that make up the ground.Our staff conditions encountered during construction. Therefore, employs a range of investigation techniques to evaluate proper planning and execution of the exploration program conditions that pose geotechnical risks for an existing is crucial. structure, planned development,or restoration project.As part of our appraisal,we look at soil and rock properties,the Deep and Shallow Structural Foundations distribution of faults, and the groundwater regime below Our geotechnical engineering team has extensive the area of interest.We do this to understand how they will experience designing structural foundations, which allows interact with proposed construction or instability issues. us to design practical solutions for new development, Reliable desk study appraisals and site investigations allow as well as remediation projects. Whether we are dealing thorough assessment of the risks posed by site conditions. with buildings, bridges, roadways, retaining walls, or other infrastructure, our professionals are well suited to gather The subsurface evaluation for a typical project will involve all information necessary to make appropriate foundation standard penetration testing (SPT) wherein samples are design decisions. collected using split spoon and Shelby tube methods.Rig- mounted and shallow hand auger borings are also used in Our geotechnical staff has experience with varied establishing and documenting general soil characteristics subsurface conditions which allow us to efficiently City of Miami Beach Experience and RFQ No. 2018-097-KB pare No Citywide Geotechnical and Laboratory30, 2018 Y Qualifications July 42 Testing Services on an As-Needed Basis design economical, dependable foundation systems. We have provided analysis, design recommendations, and construction quality control for the following: . ?' ' • Shallow foundations • Slab-on-grade • Strip footings t • Column footings _ r • Mats : • Deep foundations _= ` ~ �• Driven piles '. �. -. • Auger-cast piles • Mini-piles • Caissons In addition,we have extensive experience in the remediation ' �# :� �'� of structural foundations, such as compaction grouting, , ,t, • :: chemical grouting, and underpinning. >, � Ground Improvement/Sinkhole Remediation AV, Wood's geotechnical engineers, in conjunction with our ;Ar~ Forensic Engineering & Science department, provide comprehensive sinkhole remediation design and ground Roadways, Highways, and Bridges improvement monitoring services. Wood's remediation Wood has provided geotechnical,construction inspection, program is monitored by ACI-certified field representatives and testing during the design and construction of hundreds who oversee the daily operations of the sinkhole of miles of roadways, highways, and bridge structures remediation contractor performing the stabilization work. throughout Florida and the United States.Our geotechnical The remediation process is crucial as it is the first step in group specializes in the design and inspection of bridge stabilizing and repairing of the structure and problematic foundations and alternatives.Our geotechnical group has conditions. Specific remediation monitoring services designed more than 60 bridge structures in South Florida include: within the last five years. • Compaction grouting Our engineers evaluate subsurface conditions for • Vibro replacement (stone columns)/vibro compaction quality roadway performance and roadway construction • Deep dynamic compaction considerations. Our geotechnical team has expertise with • Chemical grouting the identification and treatment of compressible or yielding • Intrusion grouting subsurface conditions that lead to problematic roadway • Slurry grouting performance and often end up requiring costly repairs and • Shallow polyurethane chemical grouting future maintenance concerns. Wood also has significant • Foundation underpinning experience with the rehabilitation of roadways inclusive • Low-density flowable fill injection of pavement reinforcement techniques. Our geotechnical • Other foundation improvements team has experience dealing with roadway constructions in areas with high groundwater levees and through low-lying Comprehensive technical specifications have been areas, as well as the design and installation of undrains. prepared for each of the specific services that Wood monitors. Our field representatives receive regular in- Our engineering inspectors are certified through FDOT house as well as on the job training to make sure that to perform quality assurance inspections and testing at they understand how our specifications are to be enacted asphalt production plants during roadway construction.In in the field. addition,we also have FDOT-certified roadway inspectors that observe the placement and compaction operation of Information collected from the field monitoring program asphalt to assure compliance with FDOT standard roadway include grout quantities, drilling depths, structure construction practices. movement, structure damage, quality control field and laboratory tests on cement grout material, grout point Utilities lay-out, re-drilling depth information, and quantity of Wood has extensive experience performing geotechnical grout not used. Wood interacts with property owners to explorations,engineering evaluations, and quality control keep an open line of communication to assist with their testing and inspections for various underground and above understanding of the work being performed. ground utilities.These projects have included pressurized City of Miami Beach Experience and RFQ No. 2018-097-KB Page No Citywide Geotechnical and Laboratory Qualifications July 30, 2018 43 Testing Services on an As-Needed Basis ase "- T i I i tor ...., .t, , .... ,„,... , bur, , - "' ,. ., a , ,�.-' r 4,. :. . . »wRI tet,. Vii, .:.,�o., _ i ii i and gravity fed sanitary sewer; potable water and grey are obtained and measured in the field. Pavement crack water transmission lines; lift stations; pump houses; pipe measurements are obtained along with a measurement racks; and pipe bridge supports.We have expertise in the of the roadway's cross-slope. Below the asphalt, we drill analysis and design of bracing and dewatering systems for through the base-course material, obtain a sample for deep/shallow excavations,as well as the stability evaluation visual and laboratory classification,and measure the base- of sloped excavations. Our geotechnical engineers have course thickness. Upon completion, the pavements are designed and provided technical specifications and patched with asphaltic concrete.The formal written report construction oversight during pipeline installation using is prepared, which documents the details and findings of conventional cut and cover methods, as well as jack and our work,along with the pavement assessment. Pavement bore, directional drilling, and other specialty methods. rehabilitation recommendations are also provided. We have provided numerous CMT services, including inspections during construction of underground utilities Facilities and Building Structures to ensure compliance with the construction plans and Our geotechnical and CMT team has performed site technical specifications. Our engineering technicians explorations and preparation, geotechnical engineering evaluate the suitability and acceptability of pipe trench design,and construction inspection services for numerous backfill materials prior to placement through field above ground facilities and structures. Our geotechnical sampling and laboratory testing procedures. In addition, engineers use state-of-the-art techniques to evaluate our technicians perform "in-place" soil density testing to the foundation performance and develop the most cost- evaluate the compaction effort during construction and effective solutions to support building structures.Our staff the backfilling process of traditional cut and cover utility is highly experience with site developments and ground systems. modifications techniques. Pavement Coring and Condition Assessment Wastewater and Water Treatment Facilities Wood has significant experience with pavement coring Our technical staff has extensive experience providing and roadway condition assessment projects. Our local geotechnical and testing services for the construction, team has performed more than 50 pavement assessment expansion, and rehabilitation of water and wastewater projects for FDOT and Florida's Turnpike Enterprise,as well treatment facilities. New construction and expansion of as local government agencies within the past two years. these types of facilities typically involves the construction Our approach to this type of project includes performing of large concrete tanks and basins for the storage,filtration, field reviews to observe traffic flow and safety concerns and chemical treatment of water and wastewater. These associated with the performance of the work. Our staff structures typically impose high bearing pressures, often obtains site photographs and assesses and rates the requiring the implementation of ground improvement conditions of existing roadways. Pavement core locations methods to increase the soil bearing capacity and minimize are identified and marked in the field and underground the settlement potential. We are intimately familiar with utilities are cleared through the Sunshine One-Call service. the ground improvement methods most commonly Maintenance of traffic (MOT) plans are prepared by our used in the region, including vibro-compaction, vibro- advanced MOT-certified staff.These plans,along with our replacement,dynamic-compaction,and different deep soil coring plan,are presented to the client's Traffic Operations mixing techniques. Rehabilitation projects typically require and Maintenance staff notifying and requesting permission extensive forensic destructive and non-destructive testing to proceed with work. Following approval, core samples of existing concrete structures, often involving working City of Miami Beach Experience and RFQ No. 2018-097-KB page No Citywide Geotechnical and Laboratory Qualifications July 30, 2018 44 Testing Services on an As-Needed Basis within confined spaces requiring special permits and safety measures.We have the resources on hand to perform this type of testing, including staff trained to work in confined - spaces.These projects often also involve deep excavations for the installation of pipelines, valves, and sump pumps. We have significant experience in the geotechnical design and inspection of braced and unbraced excavations, as well as performing QA/QC inspection and testing for the • controlled backfill of such excavations. Stormwater Management and Water Quality " Wood has participated in the design and QA/QC of = numerous stormwater management and water quality • ,' ` improvement facilities such as stormwater treatment areas, reservoirs, conveyance canals, and pumping stations, mainly for SFWMD, SWFWMD, and USACE. with earth dam and levee projects in 31 states and 24 The geotechnical design of this type of project typically foreign countries. Wood team members have pioneered involves extensive subsurface exploration programs, as the use of roller compacted concrete(RCC) as a means of well as seepage and slope stability analyses for the design armoring the interior slopes of water reservoirs in South of water bearing embankments and retaining structures. Florida and we have amassed extensive and directly As such, our staff has gained a wealth of knowledge applicable experience dealing with the unique character concerning local and regional geology and hydrogeology, of Florida's subsurface conditions. in addition to invaluable expertise in the design/analyses methodology and regulatory requirements for the design Our expertise includes dam siting and feasibility studies,as and construction of embankments and retaining structures. well as design and construction of earth dams and levees for water supply, flood protection and disposal of waste The construction of these projects, which are usually materials from dredging, industrial processes and mining very large and subject to stringent technical construction operations. Wood has been involved in the design and specifications, require the development and execution construction of dams associated with a wide range of water of comprehensive QA/QC plans and procedures. supply, water storage, mining, and industrial applications. Consequently, our involvement in this type of project has provided us with the necessary tools and reinforced the Our clients have included local, regional, state, national, ability of our local staff to manage and provide testing and and international governments, as well as industry, inspection services for construction projects of any size developers, and other private entities.We believe there is and degree of complexity. no other Florida-based firm with more extensive,detailed understanding of the complexities involved in designing, Earth Retaining Structures constructing, and permitting dams and impoundments in Wood geotechnical engineers also have experience in Florida's unique soils and geology environment. both the design of new earth retaining structures and the remediation of existing ones.We are experienced with the Our relevant experience Includes: design of both temporary and permanent wall systems such as sheetpiles,soldier piles,tie back walls,soil nail walls,and • Dam break analysis concrete retaining walls.The design of the most effective • Darn design wall system is highly dependent on factors including • Dam inspection the wall height, aesthetic requirements, foundation soil • Dam safety conditions, water table location, soil corrosivity, and • Deep and shallow structural foundations backfill materials.We are accustomed to tailoring our site • Dewatering systems investigation to provide a thorough understanding of the • Earth retaining structures site conditions important in determining the most effective • Emergency action plans earth retaining structure to meet the needs of our clients. • Emergency response plans • Erosion protection Dams/Impoundments • Geosynthetic systems Wood has developed world-class credentials in the • Levee and reservoir design specialized discipline of designing, monitoring, and • Pavement system design evaluating earthen dams. Our staff members include • Seepage control experienced engineers, geologists, hydrogeologists, • Slope stability and support scientists, and technicians with unprecedented expertise • Slurry wall design in the areas of dam design, inspection, certification, and • Soils and materials testing safety.Wood team members collectively have experience • Subsurface investigations/soil surveys City of Miami Beach Experience and RFQ No. 2018-097-KB page No Citywide Geotechnical and Laboratory Qualifications July 30, 2018 45 Testing Services on an As-Needed Basis f '. . . r f , • .... - w .,. x • .,y � ..,Yf,. �is s �" i +r<T�• ` : r_S""".. e, 1 T1s �e v �"r �,.-% r,:.-t _ ` m',`,4Y. Levee Certification effects on wave run-up and embankment erosion of the Wood provides levee inspection and certification services ECPL levees. This evaluation included conditions that on to numerous clients, such as the South Florida Water average would occur once every 100 years, or have a Management District, in order to determine the current one percent chance of occurring in any given year. The condition of levee systems and what must be done to levees were designed and constructed by the USACE in obtain Levee Certification by FEMA. For purposes of the the 1950s and 1960s. They are maintained and operated National Flood Insurance Program (NFIP), FEMA will only by SFWMD and inspected annually by SFWMD staff and recognize in its flood hazard and risk mapping effort those reports are submitted to USACE.Wood's investigation was levee systems that meet, and continue to meet, minimum in support of FEMA's effort to update the flood insurance design, operation, and maintenance standards that are rate maps in Broward County.The Digital Flood Insurance consistent with the level of protection sought through the Map(DFIRM)will incorporate results from Wood's hydraulic comprehensive floodplain management criteria established and hydrologic models to estimate the flood risk east of in Title 44 of Code of Federal Regulations,Section 65.10 of the Water Conservation Areas' (WCA) levees, which in the the NFIP regulations (44 CFR 65.10). current maps have been shown as "no flow boundaries." Wood's levee certification work requires specialized skills in Dredging and Bank Stabilization geotechnical engineering specifically related to dams,levees Wood has been instrumental in the completion of critical and impoundments;hydrologic and hydraulic analyses and dredging and sediment removal projects throughout modeling involving the use of SWAN, ACES, SBEACH, and the region. Our waterbody restoration efforts have been other computer models, as well as understanding Risk completed for a wide range of clients including water Assessment and Failure Mode and Effects Analysis(FMEA); management districts,mining operations,and municipalities and Topographic Surveying.Wood's professional engineers and encompass the full range of environments including have unique experience in the specialized fields of levee rural and urban;fresh water and marine; lake, estuary, and design, and construction and rehabilitation, including canal. knowledge of rules and regulations related to FEMA's levee certification standards. Wood remains at the forefront of dredging and sediment removal methodologies as we continue to study and utilize Wood's typical levee certification analyses include an a variety of techniques including chemical, physical, and assessment of the following: hybrid methods. Some have included hydrocyclones, filter presses, ring clarifiers, rotating screens, sand separation • Freeboard devices and other dewatering techniques and slurry • Closures handling systems. We have artfully designed storage/ • Embankment protection impoundment areas and spoils handling systems for • Embankment and foundation stability millions of cubic yards of sediment and mine tailings and • Settlement have developed sediment isolation systems to control the • Interior drainage accumulation of dredge sediments. Our vast experience • Other drainage criteria (e.g.failure of a neighboring and broad exposure to organic and fine grained materials system) are instrumental in establishing optimum dewatering and materials handling specifications. Wood completed an evaluation of Broward County's 38- mile long East Coast Protection Levees (ECPL) in order to Wood staff includes internationally Certified Specialists estimate the combined 100-year return flood and wind in Erosion and Sediment Control who are highly adept City of Miami Beach Experience and RFQ No. 2018-097-KB gaga No Citywide Geotechnical and Laboratory Qualifications July 30, 2018 46 Testing Services on an As-Needed Basis + aye ti • _, r . la. • ' m, "`/, '."' „ -sr.•' , i.. 4 ft' •fq. . ^.. A `\Y ;;:t. t �y� ., 111 -__ ,Y R at managing solutions for erosion prevention and construction materials engineering is accomplished sediment discharge control in both coastal and freshwater through the application of sound theoretical concepts ecosystems.We are continuously sensitive to our waterbody and practical knowledge of the behavior of construction restoration efforts and ensure the utilization of dredge materials under various conditions. material for beneficial end uses such as wetland creation and enhancement, soil amendments, land reclamation, Wood's registered professional engineers maintain direct capping of contaminated sediments, and others. control over all testing activities to verify that appropriate data gathering and testing techniques are employed by Wood's successes in this discipline are many and varied. meeting pertinent standards. Specifications are enforced Wood designed and implemented the longest floating/ through observation, supervision and quality assurance/ overland dredge material pipeline in Florida which spanned control during construction.Wood's method of systematic an excess of 12 miles from 32 individual canal segments to testing of construction materials is the means by which the the disposal site. architect, engineer, and owner can be sure that materials being used by the contractor are of the quality specified. Roadway Reports This assurance directly affects the success of a project from Integrated Materials Testing System the standpoint of life service,safety,budget and schedule. The Integrated Materials Testing System (IMTS) is a software system that manages materials testing data In general,our field inspection and material testing services from the point a sample is collected to the point a client include the following field service areas: is billed. The system allows us to track a sample in the lab by setting up a work order for tests to be performed, • Aggregate testing tracking the equipment used to perform the tests, storing • Asphaltic concrete testing/pavement assessment surveys and calculating test results, and generating result reports. • Concrete and masonry materials The reports move through an electronic approval process • Construction inspection services (special/threshold) that allows project managers and engineers to be notified • Construction specification of pending reports and approve them from wherever they • Fire proofing evaluation are with the click of a button. Once approved, reports are • In-situ materials evaluation automatically distributed to clients,getting results quickly • Masonry testing into the hands of the people who requested them. • Non-destructive testing • On-site (mobile) laboratories IMTS manages the data for a comprehensive set of test • Post-tensioned/pre-stressed concrete testing types performed using either ASTM or AASHTO standards. • QA/QC programs Each test has corresponding reports for displaying the • Soil and concrete testing results effectively, including charts and graphs where • Specialty laboratory testing appropriate. • Structural steel testing/inspection Materials Testing, Inspection, and Reporting Structural Inspections (Special Inspections/Threshold Materials testing, inspection, and reporting services are Inspections) provided by Wood within the disciplines of geotechnical Wood offers a broad range of construction engineering and civil engineering for new construction. At Wood, and inspection services to assure the quality of our City of Miami Beach Experience and RFQ No. 2018-097-KB Page No Citywide Geotechnical and LaboratoryQualifications July 30, 2018 47 Testing Services on an As-Needed Basis clients'construction projects.Our construction inspection -, personnel are certified and licensed professionals in Florida if 1 i , to perform threshold and special inspection services. In L-110 � general,our special (threshold) inspection services,where 0 y r required in the threshold inspection plan, consist of: .0 p ,,, .41. ►_�� • Review of the threshold inspection plan * • • Observation of reinforcing steel before placement of 7 .' 41 V. MI ' structural concrete Q v. V- • Observation of placement of the cast-in-place structural concrete • Observation of reinforced masonry construction _ _ - .'__ 1 including reinforcement, grout, and mortar • Observation of precast structure installations iiIwf / fr4�'— :-` --- • Observation of bolted and field welded connections of ' . ri _- 'f' structural steel elements and metal deck - d r • Documentation of any items not in compliance with the - plans and specifications7 —. • Site visits by the threshold inspector, coordination with the building department, field observation reporting, Structural Welding Code — Steel, D1.1-2000. On a typical and a final letter indicating the project was constructed construction project,we perform the following: in accordance with the plans and specifications or approved modifications • Observe the general steel erection sequence • Visually inspect high-strength bolted connections Wood has provided construction management and • Test a percentage of the bolts, and at least two bolts in material testing services to municipalities, state, and each connection,for tightness using a calibrated torque federal agencies during the construction of municipal wrench facilities, roads, bridges, and support structures as well • Review welder qualifications and welding procedures as buildings, stadiums, and exhibit halls. Services include • Visually inspect shop and field welds concrete testing, steel reinforcement inspection and • Non-destructively examine complete penetration welds testing,steel(architectural), precast inspection(structural), using ultrasonic,magnetic particle,or liquid penetration foundation inspection,soils testing,and testing/inspection test methods of masonry, fireproofing, waterproofing, roofing, and • Inspect spacing and quality of decking welds as required bituminous materials. by the plans • Inspect stud shear connectors for number, spacing, and Structural Steel weld quality Wood understands the critical nature of steel construction • Verify field painting is performed in accordance with the quality control and has extensive experience and readily project specifications available equipment to successfully complete a project • Document daily structural steel observations and testing where structural steel is a key element.Our services cover activities and provide construction observation reports both reinforcement steel and structural steel, including: for distribution to all necessary parties • Qualifications of welders and welding procedures Reinforcement Steel • Inspection of joints for proper fit-up and joint preparation Typical inspection activities for reinforcement steel include: prior to welding • Inspection of finished structural welds for conformance • Observe the placement of the reinforcement steel with the size and length requirements of the project • Verify reinforcement steel for quantity, size, location, drawings and quality requirements support • Ultrasonic inspection of completed penetration • Verify proper reinforcement steel clearance for concrete structural welds coverage • Verification inspections of high-strength bolted • Document daily reinforcement steel observations and connections concrete testing activities and provide construction • Inspection of deck welds and decking installation observation reports for distribution to all necessary parties Wood observes the on-site erection of structural steel and inspection of welded and bolted connections in Roofing accordance with the requirements of the AISC Manual of Roofing systems are one of the building elements Steel Construction and the American Welding Society's most vulnerable to the quality of construction. Wood's City of Miami Beach Experience and RFQ No. 2018-097-KB Pa 4 Citywide Geotechnical and Laboratory QualificationsJuly 30, 2018 48 Testing Services on an As-Needed Basis \'s ......., , Ai AY . w • 4 0 , ., „..., .}„: r ..,.. ikt „ . - a professionals have evaluated the performance of thousands and practical solutions to exterior wall problems. Wood's of existing roof systems. We have designed all types approach includes a thorough visual examination of the of replacement roofs and monitored their installation. exterior wall system and a review of available design Wood has designed QA/QC programs including reviewing and shop drawings. When required, water testing is drawings and specifications, performing application performed and sections of the wall are disassembled surveys,and providing life-prolonging maintenance plans to determine the cause or causes of the water leakage. and repair procedures. Our single-source services are Wood's engineers typically meet with the client to develop directed by professional engineers and include: final repair strategies. A report is prepared defining the problems and outlining potential solutions tailored to Construction Monitoring — Wood's quality assurance/ the client's priorities and budgetary constraints. Detailed control procedures for roof construction begin with a study specifications and bid documents are prepared for the of design drawings and specifications.A detailed checklist rehabilitation program. of critical construction items is prepared, based upon this review and Wood's years of experience in roofing surveys, Asbestos, Fuel, and Hazardous Material Testing and and used as a basis for monitoring the roofing operation Remediation to note deviations from the project requirements. Our approach to environmental management focuses on integrating environmental issues and aspects with safety, Condition/Maintenance Surveys — Wood has quality and productivity to the benefit of our clients and the developed programs for condition surveys and preventive environment. Wood provides environmental consulting, maintenance, including visual, infrared, nuclear and sampling and analytical services relating to air, water, electronic examinations to document a roofs watertightness, waste, asbestos and soil. We integrate quality assurance moisture content and general condition. This survey and quality control methods in all aspects of environmental includes an analysis of roof penetrations, condition of the sampling and analysis to ensure confidence in the results decking and any early signs of deterioration, condition provided to our clients. Our depth of experience and of the flashing and seals around walls and parapets, roof history working with regulatory agencies allows Wood to membrane integrity and any combinations of factors which make sound evaluations of assessment findings and offer represent potential roof problems. Routine maintenance practical response options. surveys assist in early detection of problems before they become major concerns. Laboratory Services Wood currently has four geotechnical soils laboratories Investigation and Repair Procedures—Wood's engineers within Florida, including West Palm Beach, Miami Lakes, can provide detailed investigations as to the problem Tampa,and Jacksonville.The laboratories are managed by source and extent of a roof failure. From this analysis, our a team of registered professional engineers and certified professionals develop repair procedures, prepare plans, lab technicians.The laboratories are validated to perform specifications and bid documents, and provide on-site work for FDOT and/or USACE or accredited through CMEC. monitoring during the repair process. The Wood team's laboratories are equipped with state- of-the-art, calibrated test equipment, which include high- Moisture Detection Consulting — Experienced in all tech data tracking systems.They are also used to maintain facets of exterior wall construction, Wood's staff applies quality control and compliance of construction materials a professional, scientific approach resulting in effective and materials preparation. The facilities offer precision in City of Miami Beach Experience and RFQ No. 2018-097-KB PageNo Citywide Geotechnical and Laboratory 30, 2018 Qualifications July 49 Testing Services on an As-Needed Basis r li i ' I s ... ,. II It . . .,, j , ( ,r , . It ernihr. li. 1' ,.7 . ( el 1 ,field and laboratory testing operations with timely turn- • Moisture-density(proctor) compaction around and delivery time. • One dimensional (oedometer) consolidation • Soil sampling and loggings (hand auger and piston Our laboratories cover a broad range of materials testing, tubes) including undisturbed and remolded soils, rock cores, • Swell and shrinkage aggregates, concrete, and asphalt. Members of our team • Triaxial shear testing; consolidated undrained (CU); are also experienced in setting up and operating validated unconsolidated undrained (UU); consolidated drained field laboratories at major construction sites. In the past, (CD) we operated a USACE-validated field laboratory at the • Unconfined compression C-44 Reservoir and STA project. • Vane shear testing • Well slug testing Our technicians perform a myriad of lab and field tests to measure the engineering properties of soils and rocks, Wood's registered professional engineers maintain direct including: control over all testing activities to verify that appropriate data gathering and testing techniques are employed by • Aggregate durability, abrasion, and organic impurities meeting pertinent standards. Specifications are enforced • Asphalt coring, sampling, and logging through observation, supervision, and quality assurance/ • California Bearing Ratio (CBR) control during construction. • Classification and index parameters • Coarse and fine fraction specific gravity and absorption Wood's method of systematic testing of construction • Compressive and tensile strength (concrete and grout/ materials is the means by which the architect, engineer, soil-cement mix) and owner can be sure that materials being used by the • Concrete slump, air, and temperature contractor are of the quality specified.This assurance directly • Concrete, grout, and shotcrete sampling affects the success of a project from the standpoint of life • Constant rate of strain (CRS) consolidation service,safety,budget,and schedule.Our experienced staff • Direct (DS) and direct simple (DSS) shear and facilities offer precision in field and laboratory testing • Double ring infiltration operations with timely turnaround and delivery time. • Drill rig monitoring • Earthworks, aggregates, and concrete Detailed project descriptions are listed on the following • Field density(sand cone and troxler nuclear gauge) pages highlighting the Wood team's similar project • Field testing/sampling experience. At the end of this section are letters of • Flexible and fixed wall permeability reference from several of our municipal clients for • Florida bearing value (FBV) current or recent projects completed by Wood. Also • Laboratory vane and penetrometer provided are copies of additional certifications and • Limerock bearing ratio (LBR) licenses for our firm. City of Miami Beach Experience and RFQ No. 2018-097-KB Page N o Citywide Geotechnical and Laboratory 30, 2018 Qualifications July 50 Testing Services on an As-Needed Basis wood. �t L ,; 5'. Client/Customer Miami Dade County Public Works, Park& Recreation Client Reference - Guillermo R. Pena, R.A., .-- LEED 275 NW 2nd Street, 4th Floor, Miami, Florida �s ;. • USA 33128 305.755.7914 (p) 7 305.755.7995 (f) guillermo.Pena@ miamidade.gov Location 111110ek Miami, Florida Project Duration 2017 to Ongoing Oak Grove Park Father Gerard Jean Juste Community Center Project Value Engineering: $53,000 Wood is performing construction material testing services for the construction at Construction: $11.2 million Oak Grove Park Father Gerard Jean Juste Community Center. The project consists of the new construction of a one-story, 20,000 square-foot center that will include a covered passenger drop-off entrance, a reception and lobby area, and assorted Personnel multi-purpose rooms for staff, meetings, special events, games, fitness, cultural Jose N. Quiroz enrichment activities, and after-school and adult programs. There will also be an Alexander Rojas, PE, AVS, 82- by 44-foot aquatics pool with a deck and splash pad with lifeguard,first-aid,and CWI pool ticket stations, plus men's and women's locker rooms, restrooms,and showers. Other park improvements will include new landscaping, lighted walkway and parking Hector Orue-Capdevila areas, a new detached restroom building, and a new 1,200 square-foot band shell. Raul Fernandez A new gazebo is also planned for the park through a donation provided by Miami- John Estenoz Dade County's Art in Public Places program, which enlists professional artists to Teofilo E.Vaca create landmark art installations for County public spaces. Winston A. Orellana Wood's services include shallow foundations, subgrade structural/engineering fill Valwin Knight density testing, cast in place concrete monitor and testing, masonry, asphalt field Melissa L. Santiesteban density, non-destructive testing. Our firm is also providing field and laboratory testing,concrete compressive strength, masonry testing,soil standard and modified Ivon Salgueiro proctor, LBR, sieve analysis, Atterberg limits, and organic content while reporting services being completed on the project. All laboratory testing has been performed in Wood's CMEC-accredited laboratory facility in Miami Lakes, Florida according to the applicable Florida Building Code Method,AASHTO,and ASTM standards by qualified and experienced CTQP-certified field and laboratory technicians. City of Miami Beach Project RFQ No. 2018-097-KB P; eN Citywide Geotechnical and Laboratory July 30, 2018 3 51 Testing Services on an As-Needed Basis wood. ,,...... „,,,,,,„,115.47WIIIPPIRI lrli -- Client/Customer ------ Miami Dade CountyWater !� i 1'��ll R__ ,' i t ll�i i��!'.=,,; ,y,,.,_, . -- �ara SewerDepartment _..- w. ,.., .., . — -_. '.. and r men P - •,: }. + -- -- Client Reference Hector Flores, PE - <_ "i'451"-_.-'.:,-::-- ---., Construction Manager .'4...,-'-•,,'-' ,-wpix--•__.'-_ ,.� - -�"" - ""+...7.,..!- . .---TIF„..-.- --' ; 3989 Rickenbacker Cswy - _ . _ "z". "� -- -- --74,---- Miami, Florida ==.. "•-- .�.-- --�. `�" ,..`• USA 33149 ,_7-:.----.4. 832.922.7840 (p) _-_.---,-=--r- •--"::_.„-,::" -- - , 786.552.8640 (f) �_, �;',.� :s'`-..-4.--e•-1-c.. 7� ,r.c ..r+� .�, Hector.Flores-Rodriguez - -415....•'..7, `yam i„`<"'-j- . -;.,...f. ..„,,,p... " �e @miamidade.gov v, , �,--- ,��>'�` , •►,,-....i`�„••-.4, Location 1o. l .�., Key Biscayne, Florida �i.srs _.-i - _--2"-- .,. _. ,._. +�..►1'. . `- -). •',`'>'-� Project Duration 2017 to Ongoing CD-WWTP Construction Injection Well Pump Station Project Value Engineering: $50,000 Wood is performing construction special inspection services for the construction Construction: $26 million of a new injection well pump station at the Central District Waste Water Treatment Plant located in Key Biscayne, Florida. Personnel The project consists of the construction of a new injection well pump station,which is Jose N. Quiroz a two-story,reinforced concrete structure built on top of a below grade wet well.The Alexander Rojas, PE, AVS, building houses electrical rooms and a pump room.There is an electrical transformer CWI room on the first floor that houses two medium voltage transformers and two low voltage transformers. The second floor is an electrical room which houses medium Melissa L. Santiesteban voltage electrical switchgear, medium voltage variable frequency drives, motor Ivon Salgueiro control centers, remote terminal units, and other electrical and instrumentation panels. The pump room houses four medium voltage 900 horsepower(hp) vertical turbine pumps and the pump discharge piping and valves.Wood's services include special inspections for reinforcing steel, masonry, structural fill, and testing. All laboratory testing is performed in Wood's CMEC-accredited laboratory facility in Miami Lakes, Florida, according to the applicable Florida Building Code Method, AASHTO and ASTM standards by qualified and experienced FDOT CTQP-certified field and laboratory technicians. City of Miami Beach Project RFQ No. 2018-097-KB PageNo Citywide Geotechnical and Laboratory Y July 30, 2018 52 Testing Services on an As-Needed Basis wood. ,.. .„ . ... .. ........ , \ Client/Customer a A• "% jitii° 4 City of West Palm Beach �, /1.1 .c atii •_: ' i► t Y + •;'• �# Client Reference • - 1 • Tracy Ward, PE I °..: ' '' I_ - ,• •4^... }' Senior Project Engineer - :�• • j Stormwater x i •• .. 401 Clematis Street, . `.. �� rp•-"'"` +-k,-::.w •. .wq•—�-�,. �.0..+..ur 4th Floor �► w t �'�. ..• West Palm Beach, Florida •. ` -, �• �? USA 33401 • • ..�. :f, 4•f, 561.494.1120 (p) ,r ' . , _. �.�y < ;, tward@wpb.org • P- Location_ r sy- _ West Palm Beach, Florida a '' , ,w. Project Duration 2014 to 2016 Geotechnical and Materials Testing Project Value Services for Monceaux Road Engineering: $49,000 Wood was selected by the City of West Palm Beach as its consultant for the City's Construction: $28 million continuous Geotechnical and Construction Materials Testing Services contract. Personnel One of the City's high-priority projects included stormwater utility system Luis A. Ponce, PE, CGC improvements for Monceaux Road in downtown West Palm Beach. This project Brian S. Hathaway, PE encompassed utility improvement work along several segments of the road,including removal of several aging sewer lines and the installation of a new 42-inch RCP storm Alexander Rojas, PE, AVS, drain with its associated exfiltration trenches, as well as the installation of a new CWI 8-inch DIP water main and new 18-inch PVC sanitary line. Marcia Chacon Valwin Knight The Monceaux Road project also included the installation of manholes,storm inlets, junction boxes, curbs, aprons, driveways, and re-paving of the affected segments of Monceaux Road. Wood was able to provide these services despite the inherent complication of working while the road was still in service.The CMT services delivered during the project execution included field density and concrete testing, vibration monitoring for compaction operations and related laboratory soils, and concrete testing support, including modified proctors, LBR tests, sieve analysis testing, Atterberg limits, etc. City of Miami Beach Project RFQ No. 2018-097-KB P,Ne No Citywide Geotechnical and Laboratory July 30, 2018 Testing Services on an As-Needed Basis 53 wood. .t._. ,. }1,.• '..:. 4' t. r Client/Customer A ' .; City of Fort Lauderdale ..1,1-;,46•' ,�' t.r - •'. `..' Client Reference - . r' v �c,r 4 .! .; Scott Teschky a �.yr:' ,,', : • y , Project Manager 100 North Andrews ` ; + Avenue • 'Mr_ �• `�, Fort Lauderdale, Florida . _tY• 4 ,�A "' - t USA 33301 ,- 1 954.828.6195 (p) } steschky @fortlauderdale.gov .mss -- Location Fort Lauderdale, Florida Project Duration 2015 to Ongoing Flagler Greenway Phase II Project Value Wood holds a materials testing and geotechnical contract with the City of Fort Engineering: $63,000 Lauderdale.For the Flagler Greenway Phase II project,our firm provided geotechnical Construction: $804,000 exploration and engineering analyses for the installation of new solar pedestrian lighting along the existing green pedestrian shared pathway, as well as curbing; minor lane modifications;a stone trench;additional landscaping and bioswale to the Personnel south side of the project corridor; milling and resurfacing; and restriping. Alexander Rojas, PE, CWI Camille M. Romano Wood is also providing field and laboratory testing of earthwork and concrete from our laboratory in West Palm Beach, Florida, under the direction of our quality Criztol Lopez control manager. All services are being performed in accordance with the project's specifications. The project site is on the North East Flagler Drive right-of-way,located between East Sunrise Boulevard and Andrews Avenue within the City of Fort Lauderdale. City of Miami Beach Project RFQ No. 2018-097-KB P,gaN Citywide Geotechnical and Laboratory July 30, 2018 54 Testing Services on an As-Needed Basis wood. Client/Customer City of Fort Lauderdale fir*;*' „ F " FA :"-rT Client Reference _ �,,. �,x.,, - Scott Teschky Project Manager w? ,iya -LC -_ , J 9 ... ;M ..._, 100 North Andrews t . I , """`" ... Avenue P%l ,4 - - "=K- Fort Lauderdale, Florida - - .� -•'.- �- R USA 33301 .tr 'iII-. :. - -- - ..- `"� „...,:;:-;"--7::,,,-:4-..,._...7';- -' a.--•-- 1-� - 954.828.6195 (p) 1Y+ , .1".T A „w .yew.e� wf.yt�"�"^'+�-- - 7 ►7' .. ; Fort Lauderdale Executive Airport U.S. Customs and Border Protection Facility Continued Wood conducted field and laboratory verification testing kT and reporting services on concrete, soils, and asphalt paving construction materials used on the project. All laboratory testing was performed in Wood's laboratoryhi facility in West Palm Beach, Florida, according to the applicable Florida Sampling and Testing Method,AASHTO *' test method, ASTM Standards, and FDOT Standard Specifications for Road and Bridge Construction by CTQP- qualified technicians. Our CMT services included: \Cial,H Soils .. Wood provided CTQP Earthwork Construction Inspection Level I certified inspectors to perform in-place density '. tests with a nuclear gauge in accordance with FDOT Florida Method FM1-T 238. Concrete Wood provided CTQP-certified technicians to sample � r ry `' concrete in the field during placement and mold cylindrical ""' `1 - ► specimens for compressive strength testing, and perform r' IA" plastic properties tests in general accordance with the FDOT 4" Standard Specifications for Road and Bridge Construction. '- ' •= Asphalt Wood provided a plant laboratory technician with the CTQP Asphalt Plant Level II qualification that was assigned 4,4 to the approved production plant for the performance of fox the following testing activities: • Review and analyze both QC and verification testing results and verify QC technician reports r.;, .. •R."s . _. ^�-. *` , �. . ...�,-° ;..'. ".tea • Complete the required verification tests including lot tonnage • Verify the lot when completed • Complete the lot and the composite pay factor packages • Update the daily production spreadsheet • Notify City personnel for any verification testing test results failures City of Miami Beach Project RFQ No. 2018-097-KB P3 No Citywide Geotechnical and Laboratory July 30, 2018 9 Testing Services on an As-Needed Basis 56 wood. ,.. .. . . . .. _ .., _ " Client/Customer ;;: ;lir_z> Miami-Dade County Public _ . ••-44'.-- .S .---,.` -. _ Works Waste Management "`"'—"�""` Department ''" - N Client Reference ;, •° . .d.... Rakeshpal S. Gill r • -F..• Project Manager �— �� J) . � <: _, `„ter 111 NW 1st Street, No. 1600 '- f ;.., /- Miami, Florida _ - fit ' USA 33128 ' _ 786.375.0003 (p) • -• - gill@miamidade.gov c -•` �� _ , - Location T Miami, Florida r' ti ;a- Project Duration 2015 to Ongoing LAP/Laboratory Verification Testing Project Value Services for the Rigid Rehabilitations at Engineering: $48,000 CR 934 (87th Avenue to SR 826) Construction: $7.2 million Wood is performing laboratory verification testing services for the rigid rehabilitations Personnel at CR 934, located at 74th Street from NW 87th Avenue to SR 826/Palmetto Expressway. This project includes widening the existing road from a five-lane to a six-lane divided Alexander Rojas, PE, AVS, roadway, reducing the width of the existing median to accommodate a bicycle facility, CWI sidewalks, curb and gutter, a storm drainage system, pavement markings and signing, Winston A. Orellana traffic signalization,roadway lighting,a sound barrier wall on both sides of the roadway, Criztol Lopez and landscape irrigation. Wood's services include furnishing all supervision, labor, Ivon Salgueiro materials, equipment, tools, and all operations necessary to provide improvements to NW 74th Street. Our firm is providing field and laboratory verification testing and reporting services on all concrete,soils,and asphalt paving construction materials used on the project.Testing is performed by CTQP-qualified technicians in Wood's laboratory facility in Miami Lakes, Florida, in accordance with applicable Florida Sampling and Testing Method,AASHTO Test Method,ASTM Standards, and FDOT Standard Specifications for Road and Bridge Construction. Soils Wood provided CTQP Earthwork Construction Inspection Level I-certified inspectors to perform in-place density tests with a nuclear gauge in accordance with FDOT Florida Method FM1-T 238,Specification 120-9 Acceptance Program.The inspector performed the following tasks: • Field density testing of embankment in accordance with the frequency stated in Section 120-9.6 City of Miami Beach Project RFQ No. 2018-097-KB Page No Citywide Geotechnical and Laboratory July 30, 2018 57 Testing Services on an As-Needed Basis LAP/Laboratory Verification Testing Services for the Rigid Rehabilitations at CR 934 Continued. • Field density test of stabilizing subgrade in both cut and Er. II fills in accordance with Section 120-9.5 • Field density testing of limerock base in accordance with the frequency stated in Section 200 k • Field density testing of pipe and structure backfill in r accordance with the frequency stated in Section 125 ' ., i" I Concrete Wood provided a CTQP-certified technician to sample - . a , concrete in the field during placement, mold cylindrical ( specimens for compressive strength testing, and perform plastic properties tests in general accordance with the FDOT 1 Standard Specifications for Road and Bridge Construction. -„, Fir" The inspector's responsibilities include: F • Perform tests throughout the placement operation at the frequency indicated in the FDOT specification, including sampling;molding of compressive strength test specimens in 4- by 8-inch cylinders; plastic property testing (air ' content,temperature,and slump);and water/cement ratio , .. '-,., calculations. '' z.: • Confirm that delivery trucks have valid inspection cards \ , -01.101110 issued by FDOT, the revolution counter on the mixer - *: ,. is working properly, and that calibration of the water , '. ",:� dispenser has been performed within the last 12 months. "''" '� : „ ", d. ° r r M. , Asphalt " .. . ' 47,' vk W._ A CTQP Asphalt Plant Level II-certified plant laboratory Y technician will be assigned to the approved production plant , ,/ 4 " to perform the following testing activities on an as-needed ' ' - . basis: ::'1- • • Review and analyze both QC and verification testing ..+: - results and verify QC technician reports in LIMS -, , - . • Complete the required verification tests and enter data into LIMS, including lot tonnage • Verify the lot when completed • Complete the lot and composite pay factor packages • Update the daily production spreadsheet • Notify District Materials Office for any verification testing results failure City of Miami Beach Project RFQ No. 2018-097-KB Page N o Citywide Geotechnical and Laboratory July 30, 2018 58 Testing Services on an As-Needed Basis wood. Client/Customer Miami-Dade County Public Works Waste Management Department -' Client Reference Rakeshpal S. Gill th . . F ;. �, - .rii. Project Manager E. • I , ' - " __ 111 NW 1St Street, No. 1600 t } IMiami, Florida ... » , `' r �. — ,� . USA 33128 M 786.375.0003 (p) ...,:,,,14.4. - '-:� gill@miamidade.gov .`24 ''� _, ,,. Location r 'kw � 1 Miami, Florida Project Duration 2015 to Ongoing LAP/Laboratory Verification Testing Project Value Services for the Rigid Rehabilitations at Engineering: $74,000 CR 934 (114th Avenue to 107th Avenue) Construction: $6.6 million Wood is performing laboratory verification testing services for the rigid rehabilitations Personnel at CR 934, located at NW 74" Street from NW 114th Avenue to 107th Avenue. This project includes widening the existing road from a five-lane to a six-lane divided Alexander Rojas, PE, AVS, roadway,reducing the width of the existing median to accommodate a bicycle facility, CWI sidewalks,curb and gutter,a storm drainage system,pavement markings and signing, Winston A. Orellana traffic signalization, roadway lighting, a sound barrier wall on both sides of the Criztol Lopez roadway,and landscape irrigation.Wood's services include furnishing all supervision, Ivon Salgueiro labor, materials,and equipment,and performing all operations necessary to provide improvements to NW 74th Street. Our firm is providing field and laboratory verification testing and reporting services on all concrete,soils,and asphalt paving construction materials used on the project. Testing is performed by CTQP-qualified technicians in Wood's laboratory facility in Miami Lakes, Florida, in accordance with applicable Florida Sampling and Testing Method,AASHTO Test Method,ASTM Standards,and FDOT Standard Specifications for Road and Bridge Construction. Soils Wood provided CTQP Earthwork Construction Inspection Level I-certified inspectors to perform in-place density tests with a nuclear gauge in accordance with FDOT Florida Method FM1-T 238, Specification 120-9 Acceptance Program.The inspector performed the following tasks: • Field density testing of embankment in accordance with the frequency stated in Section 120-9.6 City of Miami Beach Project RFQ No. 2018-097-KB P,ageNo Citywide Geotechnical and Laboratory July 30, 2018 Testing Services on an As-Needed Basis 59 LAP/Laboratory Verification Testing Services for the Rigid Rehabilitations at CR 934 Continued. • Field density test of stabilizing subgrade in both cut and fills in accordance with Section 120-9.5 • Field density testing of limerock base in accordance with the frequency stated in Section 200 r • Field density testing of pipe and structure backfill in accordance with the frequency stated in Section 125 Concrete t; Wood provided a CTQP certified technician to sample • concrete in the field during placement, mold cylindrical specimens for compressive strength testing, and perform - plastic properties tests in general accordance with the FDOT Standard Specifications for Road and Bridge Construction. The inspector's responsibilities include: • Perform tests throughout the placement operation, at the frequency indicated in the FDOT specification, —' including sampling; molding of compressive strength test specimens in 4-by 8-inch cylinders;plastic property testing (air content,temperature,and slump);and water/ cement ratio calculations. • Confirm that delivery trucks have valid inspection cards issued by FDOT, the revolution counter on the mixer is working properly, and that calibration of the water dispenser has been performed within the last 12 months. r Asphalt A CTQP Asphalt Plant Level II-certified plant laboratory technician will be assigned to the approved production jai plant to perform the following testing activities on an as- needed basis: • Review and analyze both QC and verification testing results and verify QC technician reports in LIMS • Complete the required verification tests and enter data into LIMS, including lot tonnage • Verify the lot when completed • Complete the lot and composite pay factor packages • Update the daily production spreadsheet • Notify District Materials Office for any verification testing results failure City of Miami Beach Project RFQ No. 2018-097-KB P,, eNo Citywide Geotechnical and Laboratory July 30, 2018 9 60 Testing Services on an As-Needed Basis wood. . ,..,,,,.„.„,*,,,,,,„,.5, ,.: , . ,.. ..„„ ,4, *4. %, '' �'" Client/Customer 1 •..1 :t Target Engineering Group, i Inc. At i wis Ltd Client Reference • Randy Scott ,A f Project Manager I ,„ "141K-.- 7453 Commercial Circle fi s h w '' , ,. •..,.- Bay D 4. "* _� * -s; ". Fort Pierce, Florida sr / t' "W t " «. r USA 34951 772.475.9680 (p) i. . '� ,a RScott@ R targetengineering.com '` ALocation Port St. Lucie, Florida Project Duration Crosstown Parkway Extension 2016 to Ongoing The Crosstown Parkway Extension Project will provide a new bridge crossing over Project Value the North Fork of the St. Lucie River in the City of Port St. Lucie, connecting the Engineering: $205,450 existing Crosstown Parkway from Manth Lane to U.S. 1. The project extends along Construction: $89 million the existing West Virginia Drive, crossing over the North Fork of the St. Lucie River and connecting into U.S. 1 at Village Green Drive. Personnel The project is approximately two miles with the bridge being approximately 4,000 feet. Alexander Rojas, PE, AVS, The six-lane divided highway and bridge will serve as a multi-modal transportation CWI alternative to include accommodations for automobile,bicycle,pedestrian and public transit. Marcia Chacon Raul Fernandez Wood is providing field and laboratory verification testing and reporting services Teofilo E. Vaca on concrete,soils, prestress and asphalt plant inspections for construction materials Melissa L. Santiesteban being used on the project. All laboratory testing had been performed in Wood's laboratory facility in West Palm Beach, Florida according to the applicable Florida Criztol Lopez Sampling and Testing Method, AASHTO test method, ASTM Standards, and FDOT Standard Specifications for Road and Bridge Construction by CTQP-qualified technicians. City of Miami Beach Project RFQ No. 2018-097-KB PageNo Citywide Geotechnical and Laboratory July 30, 2018 61 Testing Services on an As-Needed Basis wood. Client/Customer — Florida Department of Transportation District 4 .,, / - - — "":4 Client Reference •�''� .. �- ' '° t .a -t . 51 *--4 r_..,,,,,,,___,,,, Michael Kim, PE i ,-. , �4 zV 3400 W Commercial Boulevard �. . . .; ..v. ..M . . ... �;. .a Fort Lauderdale, Florida � �� ,. . rUSA 33309- - ' V 954.677.7030 (p) -----='77:;;;: V 954.677.7090 (f) = Michael.Kim@dot.state.fl.us Location ' Broward, Indian River, F Martin, Palm Beach, and St. Lucie Counties, Florida ProFDOT District 4 Geotechnical and 2006 tot Duration 2006 to Ongoing Materials Testing Contract Project Value Wood was selected as FDOT's geotechnical,laboratory,and materials testing consultant Engineering: $1.5 million for their district-wide (District 4) task work order contract. Our firm has performed more than 100 task work order assignments under this and our pervious contracts.In general,our services include a wide variety of geotechnical,field and laboratory testing Personnel services.The services cover various aspects of geotechnical explorations,engineering Brian S. Hathaway, PE analyses during design and construction along with the review of plans,specifications, Alexander Rojas, PE, CWI and procedures related to construction. Michael B. Woodward, PE Our project experiences consist of but are not limited to the design and analyses Luis A. Ponce, PE, CGC for bridge structures, driven piling, drilled caissons, augercast piles, foundation load Kirk A. McIntosh, PE, DGE tests,inspection during foundation construction,ground improvement systems,sheet James Brown, EI pile wall design, deep excavation support, utility construction, light poles,traffic sign structure,installation of box culverts,drainage canal improvements,pavement studies, Valwin Knight and assessments and coring. Project examples include the following. Signal Mast Arm Improvements Wood performed geotechnical explorations,including Maintenance of Traffic(MOT),in order to evaluate the subsurface profile and develop soil strength parameters for the design of drilled shafts for the support of traffic control signal mast arms in downtown City of Vero Beach in Indian River County. A timely response and the management of field personnel and resources led to the successful mobilization of field services. Our geotechnical engineers performed site reconnaissance to mark and identify appropriate locations for borings in order to avoid existing buried and overhead utilities prior to coordinating and scheduling Sunshine One Call Utility Locator.The work was performed at the intersections of several congested commuter travel lanes requiring our team to file a right-of-way permit with the City of Vero Beach that included the City of Miami Beach Project RFQ No. 2018-097-KB Pj eN Citywide Geotechnical and Laboratory July 30, 2018 9 Testing Services on an As-Needed Basis 62 FDOT District 4 Geotechnical and Materials Testing Contract Continued. development of a MOT plan requiring a temporary lane closure permit to safely access our boring locations. The '\ results of our geotechnical studies were documented in a final technical engineering report and included soil test - -- boring records and foundation design. Fees: $16,000 Concrete Field and Laboratory Verification Testing and ` — Reporting Services Wood assisted as an extension to FDOT's available testing staff and provided CTQP qualified field concrete technicians �` . to perform concrete verification testing at the pre-stressed concrete yards. Fees:$25,800 SR 5 Noise Barrier Wall, Box Culvert Extension, Retention Pond Improvements Wood performed a geotechnical subsurface exploration and engineering evaluation for the planned construction of approximately 700 feet of a noise barrier wall, a box planned construction and installation of sediment basins culvert extension, and two large retention ponds.The field along Indian River Boulevard in Vero Beach.A total of five exploration required the submittal of a general use/right- standard penetration test(SPT) borings were conducted at of-way permit, as well as the coordination and planning of proposed sediment basin locations at three intersections MOT plans to facilitate safety and accessibility to the desired along SR 60.The field exploration required the submittal of a testing locations.An All-Terrain-Vehicle(ATV)mounted-drill general use/right-of-way permit,as well as the coordination rig was utilized to drill the retention pond borings and to and planning of MOT plans to facilitate safety and install and perform five constant head permeability tests accessibility at intersections along SR 60.The results of the within the planned retention pond area. The results of our findings were documented in a final technical engineering studies were documented in a final technical engineering report and included soil test boring records, foundation report and included soil test boring records, foundation design parameters, and sheet pile design analysis. Field design parameters,and field permeability test results. Field services and final geotechnical reporting were performed services and final geotechnical reporting were performed within the negotiated schedule and under budget. within the negotiated schedule and under budget. Fees: Fees: $11,850 $28,300 Stormwater Drainage Canal Improvements, Sheet SR 80 Pavement Coring and Roadway Evaluation Piling and Signal Mast Arm Borings Wood performed pavement coring for approximately 2.5 Wood performed a geotechnical subsurface exploration miles of roadway along SR 80 located east of the SR 80 and engineering evaluation of the subsurface soil conditions and U.S. Highway 27 intersection in the western quadrant for the planned stormwater drainage improvements and of Palm Beach County. Wood samples the subsurface signal mast arm construction along approximately 2.5 miles stabilized subgrade and base course with the use of an SPT of SR 60 in Vero Beach. The field exploration consisted of drill ring and also obtain 6-inch diameter asphalt cores.The performing 46 SPT borings at regularly spaced intervals field services require support from our MOT staff and the along the shoulder of SR 60 and at the intersections. The lane closure was avoided with use of an"rolling"field testing work required the submittal of a general use/right-of-way and inspection services. Services included the evaluation permit and a lane closure permit,as well as the coordination of the base course thickness, cross-slope and rut thickness and planning of MOT plans to facilitate safety during our measurements. Fees: $57,700 field services within the right-of-way of SR 60. The results of the findings were documented in a final engineering Sheet Pile Wall Installations for Sediment Basins report and included soil test boring records, foundation Along SR 60, Indian River Boulevard design parameters, and sheet pile analysis. Field services Wood performed a geotechnical subsurface exploration, and final geotechnical reporting were performed within the engineering evaluation and site characterization for the negotiated schedule and under budget. Fees: $54,800 City of Miami Beach Project RFQ No. 2018-097-KB PageNo Citywide Geotechnical and Laboratory July 30, 2018 63 Testing Services on an As-Needed Basis wood. . , Client/Customer Florida Turnpike Enterprise " Client Reference r 44.‘ 1 iiiiii. ;, , Brad Beiry CMEMC Financial Manager . i t Pompano Service Plaza r ''I! . Mile 65 ‘ - , .,—/ Pompano Beach, Florida i' rte: = USA 33069 r` . $ 954.934.1147 (p) Jrw..»»... it "` 954.583.6570 (f) - .�^ ... � mak :_- .- brad.biery@dot.state.fl.us m . Location South Florida Project Duration 2002 to 2015 Florida Turnpike Enterprise Construction Project Value and Materials Engineering Management Engineering: $4.75 million Wood provided various professional services through task order assignments for the Personnel Florida Turnpike Enterprise (FTE), including geotechnical engineering, construction material testing, asphalt plant verification, and field inspection/instrumentation Brian S. Hathaway, PE services consisting of pile driving analyzer (PDA) and seismograph-vibration Alexender Rojas, PE, AVS, monitoring during the Florida's Turnpike bridge and roadway widening and corridor CWI improvement projects statewide.Geotechnical services consisted of the performance Luis Ponce, PE, CGC of PDA testing and the determination and verification of foundation pile capacity Marcia Chacon during test pile installation programs and production pile driving operations. In addition, Wood provided property condition surveys and provided seismograph vibration monitoring services to record ground vibrations during various construction activities that included installation of driven piling, sheet piling, drilled shaft casing, and roadway construction services to determine the disturbance levels at adjacent residential and commercial structures. Multiple material testing task orders were performed by Wood to assist FTE in the evaluation of compliance with FDOT's materials and roadway construction specifications. Wood performed laboratory verification materials testing and provided field quality control and quality assurance during the pavement construction activities. Wood performed pavement condition surveys including maintenance of traffic (MOT)and highway lane closures with coordination from the Florida Highway Patrol to obtain pavement cores and roadway distress information. City of Miami Beach Project RFQ No. 2018-097-KB P,age No Citywide Geotechnical and Laboratory July 30, 2018 64 Testing Services on an As-Needed Basis woo d. , . + "`" Client/Customer e Miami-Dade County Public . Works Department i°I 1 ��„, ,t x`.”n r�° fi x r-e .,. �. .' '""±� n :it,,, - 7� w Client Reference lose Requejo, AIA :�.,,,'":t' Project Manager « 111 NW lst Street `° - Suit 1600 USA 33128 �` 305.375.4110 (p) ' 305.375.1125 (f) � � jmreque@miamidade.gov Location J ._ �-�. l - Miami, Florida t. . KK Project Duration 2015 to 2015 Miami-Dade County Police Department Project Value Training Bureau Improvements Engineering: $33,000 Wood was contracted to perform geotechnical services for the Miami Dade County personnel Police Department Training Bureau Improvements Project. The project included multiple facilities to be constructed, such as a new simulator building, a new Brian S. Hathaway, PE ammunition bunker building, three office trailers, a driving range building, covered James Brown, EI bleachers, watch towers with rappelling walls, dry and wet skid pads, and a new academy building. Part of the site falls under a historic municipal landfill, with very poor and thus challenging soil conditions from an engineering and construction perspective, as well as the existence of possible contaminants. Wood's role included performing field investigations,laboratory testing,engineering analyses and report writing. The field exploration efforts included SPT and field permeability tests, while the laboratory tests included an array of index (physical) properties testing. The geotechnical analyses included evaluation of shallow and deep foundations, excavations, and settlement and bearing capacity estimates, amongst other items, as well as construction recommendations for each of the proposed project features. City of Miami Beach Project RFC) 65 No. 2018-097-KB pa eNo Citywide Geotechnical and Laboratory July 30, 2018 9 Testing Services on an As-Needed Basis wood. 11 i Client/Customer M ^ Miami Dade County Public 1 Schools i k ,.;*v41Client Reference ,,„,. I • Ivan Gonzalez �� r* .. i , ��. Project rojctManager Avenue __ .1, 1450NE2nd !rt.,. ; w Room 307 , - 0.1..• ` . r �, .•. Miami, Florida ._ USA 33132 ' .. . - t+ 305.995.4860 (p) '" < , 4 . IJGonzalez .tis, :;:�:.Aa _ @dadeschools.net -0., Location Doral, Florida d Project Duration Site Improvements for Grand Bay 2016 to 2017 South School Project Value Engineering: $38,480 Wood provided geotechnical explorations, geotechnical engineering, construction inspection, and material and laboratory testing services for the development of the Grand Bay South School site located in the City of Doral, Florida for the Miami Dade Personnel Public School District. Brian S. Hathaway, PE James A. Baiges, PE In general,Wood was responsible for evaluating the existing subsoil conditions of a Beth L. Howard, PE 4-acre parcel to provide geotechnical recommendations for the development of the site. Wood was responsible for obtaining site access and performing geotechnical Jose N. Quiroz exploration and field services. Geotechnical engineering services consist of subsoil Ashok K. Aitharaju, EI exploration of eight SPT borings throughout the site. Results of the exploration Camille M. Romano assisted to determine the extent of the existing organic(peat)deposit that mantled the site and extended beyond the groundwater level. Wood provided geotechnical and earth work and guidelines for the site improvement recommendations. Extensive demucking activities were conducted under the inspection of a resident construction inspector and also oversee the placement competent limerock material. Clean crushed limestone fill (limerock) was used as fill below the groundwater level.The fill was placed by Displacement Method which involved pushing or displacing a soil berm to remove any remains of the muck material. The berm would also maintain the excavation open allowing to place the competent granular limestone fill material. This process was conducted until overcoming the groundwater level where additional fill material was placed in 1-ft lifts and compacted according to the earth fill guidelines and recommendations. City of Miami Beach Project RFQ No. 2018-097-KB PageNo Citywide Geotechnical and Laboratory July 30, 2018 66 Testing Services on an As-Needed Basis wood. Client/Customer r The School District of Palm Beach County Client Reference " - it : II, I Angelino L. Garcia fi k r !#,� �: Senior Project Administrator - 3300 Forest Hill Boulevard West Palm Beach, Florida USA 33406 I ilb 1 s i. 4. ' 561.882.1916 (p) 111106e ' L 561.882.1970 (f) 1 ~ 1 I #& 1 angel.garcia.1@ .44?- + w;° palmbeachschools.org Location Palm Beach County, Florida w w Pro Geotechnical Engineering and 2006 tot Duration 2006 to 2016 Construction Inspection and Testing for Project Value Various Schools Engineering: $500,000 Wood provided geotechnical explorations and geotechnical engineering services, including construction materials and laboratory testing services for the School Personnel District of Palm Beach County (SDPBC) under multiple Geotechnical and Materials Brian S. Hathaway, PE testing Contracts. Coleman Bender In general, Wood was responsible for obtaining site access and coordination with Marcia Chacon School Board personnel to perform geotechnical exploration and field services on- Valwin Knight site during normal school hours. Site meetings were made to coordinate safety and Alexander Rojas, PE, AVS, right of entry issues to carry out field services. Geotechnical engineering services CWI consisted of the evaluation of subsurface characteristics, including performing foundation design analysis, as well as providing anticipated foundation settlements Luis A. Ponce, PE, CGC and allowable bearing pressures for the proposed shallow foundations,including site preparation recommendations for foundation, building pad, and pavement access areas. Wood also provided deep foundation alternatives for the planned construction of a school addition over highly organic material (peat). Deep foundation dynamic load testing and foundation inspection services were provided to certify the structural axial capacity and design. The results of our findings were documented in a final geotechnical report which included the results of our soil test boring records, lab testing, and field permeability test results. Field services and final geotechnical reporting were performed within the negotiated schedule and under budget. Staffing arrangement included a project manager, principal geotechnical engineer, senior geotechnical engineer, project geotechnical engineer, senior geotechnical driller, laboratory technician, drafter, and clerical personnel. City of Miami Beach Project RFQ No. 2018-097-KB Page No Citywide Geotechnical and Laboratory July 30, 2018 67 Testing Services on an As-Needed Basis Geotechnical Engineering and Construction Inspection and Testing Continued. Along with geotechnical engineering services, Wood also provides materials testing, inspection, and independent laboratory testing for the School District. In general, Wood is responsible for observation and inspection of field I construction services and laboratory materials testing to verify that new facilities were constructed in accordance with construction drawings and construction specifications. ' ''''S116 Wood performed services as an Owner's representative and we were independent from the actual construction general t • contractor services. r -~ , Services performed by Wood include: __ -=-.__ .rte • Earthwork,site clearing,site soil stabilization,and building pad compaction • Observation of soil compaction testing for underground utilities • Sampling and testing of concrete and mortar during building construction • Laboratory construction material strength testing for soils, „, µ°° ' concrete, and asphalt • Monitoring and testing of in-place asphaltic concrete and pavement access area preparation, including the 1 stabilization of subgrade and limerock base materials. ,- < .. 7A In addition,some projects required structural inspections of _ .. . ", , �• reinforcement bars, roofing inspections, structural steel and welding inspections,and fire proofing inspections. -, ;" Schools where Wood performed services for the SDPBC ,+- include: • Glades Central High School ;f • HL Johnson Elementary School • Roosevelt Middle School • Seminole Trails Elementary School ,,,„-11','A t,, - xy r � • Plumosa Elementary School • West Central Communities/Royal Palm • South Compound Transportation Facility llikAliiiii.` • Palm Beach Gardens High School ' . 7 _- ' '' • Carver Middle School _ - - • �•' A • , ••' "--3 '.=,,` • Clifford O.Taylor/Kirklane Elementary School _ • Jupiter High School • Timber Trace Elementary School __.. Wood provided professional services for 13 various schools - -.....,° . + throughout Palm Beach County during the period from 2006 y ° to 2016. During this time, we did not receive any change ,,, .” . -{ orders or receive notice of any errors or omissions during • ,• our services. ' '` City of Miami Beach Project RFQ No. 2018-097-KB PageNo Citywide Geotechnical and Laboratory July 30, 2018 68 Testing Services on an As-Needed Basis wood. Client/Customer Miami-Dade Expressway Authority elik..- Client Reference " + 4 t Sergio Besu _ r r; 11General Consultant-B ,b. •' , . A- . . 3790 NW 21"Street s a190 . .� Miami, Florida f r""' --Pab.r. .4 USA 33142, 1 — 1,111Sitilliir t, 305.265.5491 (p) k , sbesu@eacconsult.com ,,.4 4k '`` - " Location • vim. , Miami, Florida _ Ili"ii, aI w'• ++/�+ , Project Duration .. _.. .-«.-' , 'r'`*, A:!A i.'',..r 2015 to 2018 SR 836 Operational, Capacity and Project Value Engineering: $500,000 Interchange Improvements Construction: $149 million The project consists of increasing the capacity of SR 836 in the eastbound direction from west of NW 57th Avenue to east of NW 27" Avenue and in the westbound Personnel direction from west of NW 17th Avenue to east of NW 57th Avenue. The scope of the Alexander Rojas, PE, AVS, projected included: CWI • Eliminating the existing left lane exit and entrance ramps at the NW 42nd Avenue Marcia Chacon Interchange to improve safety and reduce weaving between the expressway lanes Raul Fernandez and on/off ramps Teofilo E.Vaca • Improving local roads at intersection off-ramps inclusive of new signals,to reduce Godfrey Macias traffic congestion and backups onto SR 836 at major intersections for NW 5r, NW 45"Avenue, NW 42"d Avenue, NW 37th Avenue, NW 27"Avenue, and NW 17th Winston A. Orellana Avenue Ivon Salgueiro • Providing new drainage, lighting,signage,and noise barrier at designated locations Criztol Lopez Wood provided field and laboratory verification testing and reporting services on concrete, soils, prestress and asphalt plant inspections for construction materials being used on the project. All laboratory testing had been performed in Wood's laboratory facility in Miami Lakes,Florida according to the applicable Florida Sampling and Testing Method, AASHTO test method, ASTM Standards and FDOT Standard Specifications for Road and Bridge Construction by CTQP-qualified technicians. City of Miami Beach Project RFQ No. 2018-097-KB Page No Citywide Geotechnical and Laboratory July 30, 2018 69 Testing Services on an As-Needed Basis wood. Client/Customer . _ . • • Village of Pinecrest • Client Reference t Mark Spanioli, PE r - h\1111111r - - *^. Public Works Director .�', " 4• __ ' "' s - 10800 Red Road �. `:' '""', `1 '�' Pinecrest, Florida o '' USA 33156 -.! 305.669.6916 (p) ,• . - 305.669.6919 (f) �" - mspanioli@pinecrest-fl.gov -. --- Location BB'S BARF�c�f. Pinecrest, Florida , 4 Project Duration 3/4� ix,- 2015 to 2017 Safe Routes to Schools Infrastructure Project Value Engineering: $21,880 Improvements for Pinecrest and Construction: $214,350 Palmetto Elementary Schools Wood is providing CEI inspections and verification field and laboratory testing services Personnel for the Village of Pinecrest's Safe Routes to Schools infrastructure improvements for Alexander Rojas, PE, AVS, Pinecrest and Palmetto Elementary Schools. The project is being funded through CWI the Local Agency Program(LAP).This project consisted of applying the Florida's Safe Aramis Gonzalez, EI Routes to School infrastructure for the two schools, including the following: Teofilo E.Vaca • Pinecrest Elementary improvements consisted of construction sidewalks to fill Criztol Lopez gaps along SW 57th Avenue; pedestrian signals and detectors; signage; and street markings • Palmetto Elementary improvements consisted of signage and street markings The approximate 1-mile radius of infrastructure improvements around the schools will include installation of sign panels, a detectable warning device, a turf block, a 4-foot sidewalk,and a rapid rectangular flashing beacon system.In the subsequent sections,Wood has identified challenges regarding the management of construction delivery method, erosion and sediment control, utility coordination, environmental - National Pollutant Discharge Elimination System (NPDES) concerns, endangered species and contamination, maintenance of traffic (MOT), and public relations. In essence the Florida Safe Routes to School concept involves engineering solutions as well as the design of a built environment that provides safe routes for children as they walk and bicycle to school. City of Miami Beach Project RFQ No. 2018-097-KB Page No Citywide Geotechnical and Laboratory July 30, 2018 70 Testing Services on an As-Needed Basis wood. _ . -'7"-""":..r:E'eAr.bor-.7., -"Yt'..-- --... .—-'. ': irlritf'..:' .''..... ...... ' . '- --. w v Client/Customer .mss:,iik -- ...s.......—...„ Broward County .,, 1100 +�-. _.-. a__ w� Client Reference —' '" : "` Jamil Jalloul, PE, GC, LEED ..'"5^r"` MJ/94.jaa AP f, �........ r + _ _. Project Manager III `�` C r 115 S.Andrews Avenue , - -`� ---Amer- 4 _ m, Fort Lauderdale, Florida • _r-- __ ;�: 4,-, ,3_1'._ A, USA 33301 5004,01, 4 .1.x4` ._..._,,,_,� S�a,Jl1 ,• 954.357.5641 (p) 40. 954.357.8535 (f) :':�' � • - R J1 I ou @ rowar .o g ` a I I b d r % ' .�, r .. , ;.`; . Location ,'".: r , �„ E. n Dania, Florida .a{ .ivi, tea •- may. . Project Duration 2012 to 2017 Ravenswood Bus Maintenance Facility Project Value Wood provided the Broward County Construction Management Division commissioning, Engineering: $493,000 threshold inspections,construction materials testing,and owner's representation services Construction: $32 million for the Ravenswood project.The existing Ravenswood Bus Maintenance Facility had an area of approximately 9 acres and was approximately 40 years old.Broward County Transit reconfigured the site in phases to provide updated facilities meeting all applicable federal, Personnel state, and local codes requirements, allowing for maintenance and storage of 60-foot Luis A. Ponce, PE, CGC articulated buses and rebuilding the site to accommodate up to 50 additional public Raul Fernandez transportation vehicles. Teofilo E. Vaca Wood monitored the vibrocompaction and engineered fill for the building foundations. Jose Quiroz We performed fabrication plant and erection inspections and construction materials testing of a precast, prestressed three-story parking garage that also houses the operations,fuel and wash facilities.The Maintenance Building consists of concrete tilt-up panels supporting large span structural steel with bridge cranes,overhead platforms and pits below the slab on grade.Underground fuel storage tank,fuel lines,ductbanks,storm and wastewater are being placed.A public park was completed between the facility and lake to the north. Wood closely collaborated with the operations personnel, contractor, Construction Management Division,the Dania Beach Building Department,and other Broward County agencies.The construction of the new facility required a carefully designed phasing plan that addressed not only the demolition of existing structures, but also the construction of new structures while maintaining uninterrupted daily operations in and egress from existing facilities. The construction included temporary facilities to accommodate the operations personnel. City of Miami Beach Project RFQ No. 2018-097-KB P,j N Citywide Geotechnical and Laboratory July 30, 2018 y 71 Testing Services on an As-Needed Basis IE fag Mark Spaniof.P.E. Public Works Director publicworks@pinecrest-t.gay f'l E GREs VILLAGE OF PINECREST Department of Public Works March 21 , 2017 To Whom It May Concern: The Village of Pinecrest had the pleasure of working with Amec Foster Wheeler Environment& Infrastructure, Inc. (Amec Foster Wheeler) in its capacity of providing CEi inspections and field and laboratory testing services for the Village of Pinecrest's Safe Routes to Schools infrastructure improvements for Pinecrest and Palmetto Elementary Schools. The approximate 1- mile radius of infrastructure improvements around the schools will include installation of sign panels, a detectable warning device, a turf block, a 4-foot sidewalk, and a rapid rectangular flashing beacon system. In essence the Florida Safe Routes to School concept involves engineering solutions as well as the design of a built environment that provides safe routes for children as they walk and bicycle to school. They are a local firm with the staffing, qualifications, and dedication that the Village of Pinecrest demands in providing services to its community. Amec Foster Wheeler has been professional, reliable, and responsive regarding this project, and we would highly recommend that they be considered for any project they may undertake. Please feel free to contact me if I can provide any additional information regarding the performance of Amec Foster Wheeler. Respectfully, Mark Span .', . Public Works Director 10800 Red Road,Pinecrest,Florida 33156 T:305.669.6916 I F:305.669.6919 www.pinecrreesstyt•fl.gov 13 City of Miami Beach Experience and RFQ No. 2018-097-KB Page,e,No Citywide Geotechnical and Laboratory QualificationsJuly 30, 2018 72 Testing Services on an As-Needed Basis 1111 Coy 4.14 • • y, ■ I •I /�„ •.1► THE CITY OF KEY WEST P.O. BOX 1409 - KEY WEST, FL 33041-1409 1 February 26,2015 Subject: Reference Letter City of Key West LAP Sidewalk Projects Key West, Florida 2010 to 2012 To whom it may concern: Amec Foster Wheeler Environment & Infrastructure, Inc. (Amec Foster Wheeler) provided general engineering services including inspection and compliance services to the City of Key West for 13 American Recovery and Reinvestment Act (ARRA) stimulus funded projects along with three Local Agency Participation (LAP) projects.Amec Foster Wheeler demonstrated a high level of professional knowledge, integrity, and client service, which has met or exceeded our expectations.The firm played an integral part in the success of hitting all milestones established by the City of Key West. It has been a pleasure working with Amec Foster Wheeler in its capacity as our consultant for the above mentioned services. The firm showed the staffing, qualifications, and dedication we demand when partnering on contracts of this magnitude. Amec Foster Wheeler has been professional, reliable, and responsive regarding this project, and we would highly recommend that they be considered for any project they may undertake. Please feel free to contact me if I can provide any additional information regarding the performance of Amec Foster Wheeler. Sincerely, Alt Karen Olson Deputy Port&Marine Services Director 305-809-3803 201 William Street Key West, Fl 33040 Key to the Caribbean - Average yearly temperature 77° F. t City of Miami Beach Experience and RFQ No. 2018-097-KB PageNo. Citywide Geotechnical and Laboratory Qualifications July 30, 2018 73 Testing Services on an As-Needed Basis CITY OF tintedWirter it FORT LAUDERDALE iiiitr July 21,2016 Subject! Flagler Drive Greenway Phase II Between Andrews Avenue&Sunrise Blvd Quality Control Field and Laboratory Testing Task Order No.05_Project No.P11818 10/2014 to 6/2015 To Whom It May Concern: Please be advised that all Field Verification Materials Testing Services for Phase II of the Flagler Drive Greenway project were provided by AMEC Foster Wheeler Environment&Infrastructure,Inc. During `? the course of this project,AMECFW demonstrated a high level of professional knowledge,integrity,and client service,which met or exceeded our expectations.AMECFW played an integral part in the success of achieving all milestones and meeting all projects requirements. It has been a pleasure working alongside AMECFW in its capacity as the Verification consultant for the Flagler Drive Greenway project. AMECFW has the staffing,qualifications,and dedication,we demand when partnering with firms for projects of this magnitude. AMECFW is professional,reliable,and responsive. The City of Fort Lauderdale highly recommends AMECFW be considered for any project that may be undertaken. • Please feel free to contact me if I can provide any additional information regarding the recommendation of AMECFW. Sincerely, .Teschky,CCM, L •, A• BD+C Senior Project Manager City of Fort Lauderdale 100 N.Andrews Ave Fort Lauderdale, FL 33301 PUBLIC WORKS DEPARTMENT 100 N ANDREWS AVENuF,FORT LAUDERDALE,FLORIDA 33301 TELEPHONE(954)1328-5772.FAX(Y54)828-5074 ,,��►► Equal Opportunity Employer WWW.FORTLAUDERDALl.GOV Panted On Recycled Paper 0 i # City of Miami Beach Experience and RFQ No. 2018-097-KB Page No Citywide Geotechnical and Laboratory Qualifications July 30, 2018 74 Testing Services on an As-Needed Basis 2.1.1 Miami- Dade County or the State of Florida Licensure(s) or Certificate(s) Amec Foster Wheeler Environment&Infrastructure,Inc. recently changed its name to Wood Environment&Infrastructure Solutions,Inc.Our licenses and associated business documents,including our Miami-Dade County,Internal Service Department, Technical Certifications are being changed into the new name but are not yet available.Below and on the next pages are our team's technical certifications with the County,along with additional State and County licenses and certifications. Miami-Dade County MIAMI-RADE Internal Services Department COUNTY Statement of Technical Certification Categories Firm: AMEC FOSTER WHEELER ENVIRONMENT& 5845 NW 158 Street, Miami Lakes, FL 33014 Code Category Description Approval Date Expiration Date HIGHWAY SYSTEMS-SITE DEVELOPMENT AND PARKING 3.01 01/03/2018 01/31/2020 LOT DESIGN 3.02 HIGHWAY SYSTEMS- MAJOR HIGHWAY DESIGN 01/03/2018 01/31/2020 3.02B HIGHWAY SYSTEMS-MINOR HIGHWAY DESIGN 01/03/2018 01/31/2020 3.03 HIGHWAY SYSTEMS- BRIDGE DESIGN 01/03/2018 01/31/2020 3.04 HIGHWAY SYSTEMS-TRAFFIC ENGINEERING STUDIES 01/03/2018 01/31/2020 3.05 HIGHWAY SYSTEMS-TRAFFIC COUNTS 01/03/2018 01/31/2020 4.01 AVIATION SYSTEMS- ENGINEERING DESIGN 01/03/2018 01/31/2020 4.02 AVIATION SYSTEMS-ARCHITECTURAL DESIGN 01/03/2018 01/31/2020 PORT AND WATERWAY SYSTEMS-ENGINEERING 5.01 01/03/2018 01/31/2020 DESIGN PORT AND WATERWAY SYSTEMS -ENVIRONMENTAL 5.09 01/03/2018 01/31/2020 DESIGN WATER AND SANITARY SEWER SYSTEMS-WATER 6.01 DISTRIBUTION AND SANITARY SEWAGE COLLECTION 01/03/2018 01/31/2020 AND TRANSMISSION SYSTEMS WATER AND SANITARY SEWER SYSTEMS-WATER AND 6.02 SANITARY SEWAGE PUMPING FACILITIES 01/03/2018 01/31/2020 WATER AND SANITARY SEWER SYSTEMS-WATER AND 6.03 01/03/2018 01/31/2020 SANITARY SEWAGE TREATMENT PLANTS 8.00 TELECOMMUNICATION SYSTEMS 01/03/2018 01/31/2020 SOILS,FOUNDATIONS AND MATERIALS TESTING- 9.01 DRILLING,SUBSURFACE INVESTIGATIONS AND 01/03/2018 01/31/2020 SEISMOGRAPHIC SERVICES City of Miami Beach Experience and RFQ No. 2018-097-KB Citywide Geotechnical and Laboratory Qualifications July 30, 2018 Page No 75 Testing Services on an As-Needed Basis Code Category Description Approval Date Expiration Date SOILS, FOUNDATIONS AND MATERIALS TESTING - 9.02 GEOTECHNICAL AND MATERIALS ENGINEERING 01/03/2018 01/31/2020 SERVICES SOILS, FOUNDATIONS AND MATERIALS TESTING - 9.03 01/03/2018 01/31/2020 CONCRETE AND ASPHALT TESTING SERVICES SOILS, FOUNDATIONS AND MATERIALS TESTING - NON- 9.04 01/03/2018 01/31/2020 DESTRUCTIVE TESTING AND INSPECTIONS SOILS, FOUNDATIONS AND MATERIALS TESTING - ROOF 9.05 01/03/2018 01/31/2020 TESTING AND CONSULTING SOILS, FOUNDATIONS AND MATERIALS TESTING - 9.06 01/03/2018 01/31/2020 ASBESTOS SOILS, FOUNDATIONS AND MATERIALS TESTING - 9.07 01/03/2018 01/31/2020 AMBIENT AIR SOILS, FOUNDATIONS AND MATERIALS TESTING - BIO- 9.08 01/03/2018 01/31/2020 HAZARDOUS ENVIRONMENTAL ENGINEERING - STORMWATER 10.01 01/03/2018 01/31/2020 DRAINAGE DESIGN ENGINEERING SERVICES 10.02 ENVIRONMENTAL ENGINEERING - GEOLOGY SERVICES 01/03/2018 01/31/2020 10.03 ENVIRONMENTAL ENGINEERING - BIOLOGY SERVICES 01/03/2018 01/31/2020 10.04 ENVIRONMENTAL ENGINEERING - CHEMISTRY SERVICES 01/03/2018 01/31/2020 ENVIRONMENTAL ENGINEERING - CONTAMINATION 10.05 01/03/2018 01/31/2020 ASSESSMENT AND MONITORING ENVIRONMENTAL ENGINEERING - REMEDIAL ACTION 10.06 01/03/2018 01/31/2020 PLAN DESIGN ENVIRONMENTAL ENGINEERING - REMEDIAL ACTION 10.07 01/03/2018 01/31/2020 PLAN IMPLEMENTATION/OPERATION/ MAINTENANCE ENVIRONMENTAL ENGINEERING - PATHOGEN AND 10.08 01/03/2018 01/31/2020 CONTAMINANT RISK ANALYSIS ENVIRONMENTAL ENGINEERING -WELLFIELD, 10.09 GROUNDWATER, AND SURFACE WATER PROTECTION 01/03/2018 01/31/2020 AND MANAGEMENT 11.00 GENERAL STRUCTURAL ENGINEERING 01/03/2018 01/31/2020 City of Miami Beach Experience and RFQ No. 2018-097-KB Page N Citywide Geotechnical and Laboratory QualificationsJuly 30, 2018 76 Testing Services on an As-Needed Basis Code Category Description Approval Date Expiration Date 12.00 GENERAL MECHANICAL ENGINEERING 01/03/2018 01/31/2020 13.00 GENERAL ELECTRICAL ENGINEERING 01/03/2018 01/31/2020 14.00 ARCHITECTURE 01/03/2018 01/31/2020 15.01 SURVEYING AND MAPPING - LAND SURVEYING 01/03/2018 01/31/2020 SURVEYING AND MAPPING - UNDERGROUND UTILITY 15.03 01/03/2018 01/31/2020 LOCATION 15.04 SURVEYING AND MAPPING - HYDROGRAPHIC SURVEYS 01/03/2018 01/31/2020 16.00 GENERAL CIVIL ENGINEERING 01/03/2018 01/31/2020 17.00 ENGINEERING CONSTRUCTION MANAGEMENT 01/03/2018 01/31/2020 18.00 ARCHITECTURAL CONSTRUCTION MANAGEMENT 01/03/2018 01/31/2020 20.00 LANDSCAPE ARCHITECTURE 01/03/2018 01/31/2020 22.00 ADA TITLE II CONSULTANT 01/03/2018 01/31/2020 Approved By Technical Certification Committee Miami-Dade County City of Miami Beach Experience and RFQ No. 2018-097-KB Page No Citywide Geotechnical and Laboratory Qualifications July 30, 2018 77 Testing Services on an As-Needed Basis Miami-Dade County -D Internal Services Department Statement of Technical Certification Categories Firm: GEOSOL INC 5795-A NW 151st Street, A, Miami Lakes, FL 33014 Code Category Description Approval Date Expiration Date yrs fir. NNW SOILS, FOUNDATIONS AND MATERIALS TESTING - 9.01 DRILLING, SUBSURFACE INVESTIGATIONS AND 05/03/2017 05/31/2019 SEISMOGRAPHIC SERVICES SOILS, FOUNDATIONS AND MATERIALS TESTING - 9.02 GEOTECHNICAL AND MATERIALS ENGINEERING 05/03/2017 05/31/2019 SERVICES 10.05 ENVIRONMENTAL ENGINEERING CONTAMINATION 05/03/2017 05/31/2019 ASSESSMENT AND MONITORING Approved By Technical Certification Committee Miami-Dade County City of Miami Beach Experience and RFQ No. 2018-097-KB Page No Citywide Geotechnical and Laboratory QualificationsJuly 30, 2018 78 Testing Services on an As-Needed Basis State o - ,_4 : Florida Board of Professional En sneers Attests that Wood Environment & Infrastructur 4`.lutio I �. BPE 3,00._Lastilliat,- "'PI Is authorized under the provisions of Section 471.023, Florida Statutes, to offer engineering services to the public through a Professionaleer, dul licensed under Chapter 471, Florida Statutes. r Expiration: 2/28/2019 ; (� � .��LU CA Lic. No: Audit No: 228201906342 \C �4 «r.-, 5392 i. ,,,,.,„ ,, T"F 9„-- ,, RICK SCOTT.GOVERNOR JONATHAN ZACHEM,SECRETARY nda d r ,..,„..,,....„ e. ion a ee� STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION ASBESTOS LICENSING UNIT THE ASBESTOS BUSINESS ORGANIZATION HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 469, FLORIDA STATUTES AM EC FOSTER WHEELER ENVIRONMENT & INFRASTRUCTURE, 1 .2 ROBERT W. LEA -• ; •W. 6256 GREENLAND ROAD ity; ;(,,,,: JACKSONVILLE, FL 32258,1.. a♦f " LICENSE NUMBER:ZA449 EXPIRATION DATE: NOVEMBER 30,2019 Always verify licenses online at MyFloridaLicense.com -..(4 Do not alter this document in any form. fieri:' This is your license.It is unlawful for anyone other than the licensee to use this document. 1 aiG•-rf.: amp— City City of Miami Beach Experience and RFQ No. 2018-097-KB Page No Citywide Geotechnical and LaboratoryQualifications July 30, 2018 79 Testing Services on an As-Needed Basis Florida Department of Agriculture and Consumer Services Division of Consumer Services License No.:LB7932 Board of Professional Surveyors and Mappers Expiration Date: February 28 P rY >2019 2005 Apalachee Pkway Tallahassee,Florida 32399-6500 'r�lt=YL�1t�i Professional Surveyor and Mapper Business License Under the provisions of Chapter 472,Florida Statutes WOOD ENVIRONMENT&INFRASTRUCTURE SOLUTIONS,INC. �� 1105 LAKEWOOD PKWY STE 300 ALPHARETTA,GA 30009-7625 ADAM H.PUTNAM COMMISSIONER OF AGRICULTURE This is to certify that the professional surveyor and mapper whose name and address arc shown above is licensed as required by Chapter 472,Florida Statutes. d ridapr , , . - i7W "" DBPR ONLINE SERVICES Cog On dome Search far a Licensee Apply for a License View Application Status Find Exam Information Licensee Details File a Complaint Licensee Information AB&T Delinquent Name: WOOD ENVIRONMENT&INFRASTRUCTURE SOLUTIONS,INC.(pnmary Name) Invoice&Activity List Search Main Address: 5845 NW 158 ST MIAMI LAKES Florida 33014 County: DADE License Mailing: LicenseLocatlon: 1105 LAKEWOOD PKWY STE 300 ALPHARETTA GA 30009 County: OUT OF STATE License Information License Type: Geology Business Rank: GB License Number: GB514 Status: Current Licensure Date: 08/30/2005 Ex.fres: 07/31/2018 _ City of Miami Beach Experience and RFQ No. 2018-097-KB Page N Citywide Geotechnical and Laboratory QualificationsJuly 30, 2018 80 Testing Services on an As-Needed Basis 1111111 11111 11111 1111 I i I IJ 11111 1111111 I BARBARA K.CEGAVSKE Secretary of Stat. ���•f 202 North Carson Street Carson City,Nevada 097014201 (775)804.6708 Filed in the office of Document Number w.belte: www.nvsos.gov 20180135367-66 Barbara K.Cegayske f Cling Date and rime Secretary of State 03/26/2018 1:45 PM State of Nevada Lntity Number Certificate of Amendment 08316-1994 (PURSUANT TO NRS 78.385 AND 78.390) USE BLACK INK ONLY-DO NOT HIGHLIGHT ABOVE SPACE 3 FOR OFFICE USE ONLY Certificate of Amendment to Articles of Incorporation For Nevada Profit Corporations (Pursuant to NRS 78.385 and 78.390 -After Issuance of Stock) 1. Name of corporation: Amec Foster Wheeler Environment&Infrastructure,Inc, 2.The articles have been amended as follows:(provide erode numbers, if available) Article 1:The name of the corporation is "Wood Environment&Infrastructure Solutions,Inc." 3. The vote by which the stockholders holding shares in the corporation entitling them to exercise at least a majority of the voting power, or such greater proportion of the voting power as may be required In the case of a vote by classes or series, or as may be required by the provisions of the articles of incorporation* have voted in favor of the amendment is:' I00% 4. Effective date and time of filing: (optional) Date: April 16,2018 Time: 12:01:00 AM PST: (must not be later than 90 days after the certificate is filed) 5. Signature: (required) X111°'• Signa •• . of• • 'If any ap.ssed atnon• ant would bltor or change any preference or any relative or other right given to any class or series of outstanding iliartnifien the amenihent must be approved by the vote.In addition to the affirmative vole otherwise required, of the holders of shares represerlimrg a majority of the voting power of each class or series affected by the amendment regardless to limitations or restrictions on the voting power thereof. IMPORTANT: Failure to include any of the above Information and submit with the proper fees may cause this filing to be rejected. This tbrrn must be accompanied by appropriate fees. Nevado 9aaw•ry a$1•I.Amend P onl-Anel RYA•ed: 1-5-15 City of Miami Beach Experience and RFQ No. 2018-097-KB page No. Citywide Geotechnical and Laboratory Qualifications July 30, 2018 81 Testing Services on an As-Needed Basis State of Florida Department of State I certify from the records of this office that WOOD ENVIRONMENT & INFRASTRUCTURE SOLUTIONS, INC. is a Nevada corporation authorized to transact business in the State of Florida, qualified on August 3, 2000. The document number of this corporation is F00000004389. 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 May 10, 2018, and that its status is active. I further certify that said corporation has not filed a Certificate of Withdrawal. Given under my hand and the Great Seal of the State of Florida at Tallahassee,the Capital,this the Twenty-fourth day of May, 2018 0* „• : Ai... : 7.,-1.., , .:,,.,'.\ ' k t - fidie,” atiN,A__ ; Secretary of State Tracking Number:CU6729787684 To authenticate this certificate,visit the following site,enter this number,and then follow the instructions displayed. https://services.sun biz.org/Filings/CertificateOfStatus/CertificateAuthentication City of Miami Beach Experience and RFQ No. 2018-097-KB Pagen o Citywide Geotechnical and Laboratory Qualifications July 30, 2018 82 Testing Services on an As-Needed Basis DIVISION of 544412 CORPORATIONS an official State of Florida webs:e Department of State on of Corporations r SearcrRecores / DetaeByDocument Nun-._ Previous On List Next On List Return to List IEntit j Marie Sears" Search Name History Detail by Entity Name Foreign Profit Corporation WOOD ENVIRONMENT& INFRASTRUCTURE SOLUTIONS, INC. Filing Information Document Number F00000004389 FEI/EIN Number 91-1641772 Date Filed 08/012000 State NV Status ACTIVE Last Event NAME CHANGE AMENDMENT Event Date Filed 04/20/2018 Event Effective Date NONE Principal Address 1105 LAKEWOOD PARKWAY SUITE 300 ALPHARETTA. GA 30009 Changed: 12/21:2011 Mailing Address 2020 WINSTON PARK DRIVE SUITE 700 OAKVILLE, ON L6H6X-7 CA Changed: 1D/01:2010 Registered Agent Name & Address UNITED AGENT GROUP INC. 11380 PROSPERITY FARMS ROAD#221E PALM BEACH GARDENS FL 33410 Name Changed: 02/16/2018 Address Changed: 02116/2018 City of Miami Beach Experience and RFQ No. 2018-097-KB Citywide Geotechnical and Laboratory Qualifications July 30, 2018 Page3 Testing Services on an As-Needed Basis 83 Amec Foster Wheeler Environment & Infrastructure, Inc. This is to certify that:5,s laboratory has been accredited for 5845 NW 158th Street CMECtechnical competence and found to meet the requirements for Miami Lakes, FL 33014 performing the test methods listed below for the inspection and testing of construction materials. United States Reinspection Due Date:111112018 AASHTO R18 Accreditation 10: 1004863 Aggregate ASTM Methods ASTM Soeafiation C1077 Aggregate.ASTM C117,ASTM C127,ASTM C128.ASTM C136,ASTM C29,ASTM C40,ASTM C566,ASTM C702,ASTM Specification E329-Aggregate AASHTO Methods: AASHTO R76,AASHTO T11,AASHTO T19,AASHTO 721.MSHTO T255,AASHTO 127,AASMT0184,AASHTO T85 Concrete ASTM Methods: ASTM Specification 01077-Comets.ASTM Cr064,ASTM C1231,ASTM C138,ASTM C143,ASTIR c1611,ASTM Cr621,ASTM C172,ASTM C173,ASTM C231.ASTM C31.ASTM C39.ASTM C42,AS1M C511,ASTM C617,ASTM C78,ASTM Spedfati n E329-Concrete AASHTO Methods: AASHTO M201.AASHTO R60,AASHTO 1119,AASHTO 7121.AASHTO 1152,AASHTO 1196,AASHTO T22,AASHTO T23.AASHTO 1231,AASHTO T24.AASHTO T309,AASHTO 7345,MSHTO 7347,AASHTO 797 Fire Proofing ASTM Methods: ASTM 6905,ASTM E736 Masonry ASTM Methods:ASTM C1019,ASTM C109,ASTM C1314,ASTM C140,ASTM Cl552,ASTM 0305,ASTM C511.ASTM Specification C1093-Masonry,ASTM Specification E329-Masonry AASHTO Methods:AASHTO M201,AASHTO 1106,AASHTO T162 Soil ASTM Methods: ASTM 01140.ASTM 01556,ASTM 01557,ASTM 02218-ASTM 02487,ASTM D2488.ASTM 0421,ASTM 04318(1),ASTM D4318(2),ASTM D4944,ASTM 06938,ASTM 0698.ASTM D854,ASTM Spacdtcation 03740-Sod,ASTM Specificstion E329-Sod AASHTO Methods: AASHTO 1458,AASHTO 1100,AASHTO 1180,MSHTO 1191,AASHTO T217.AASHTO 1265.MSHTO 1267,AASHTO 1310,AASHTO 188-FOOT Wein Only.AASHTO 199. MSHTO T90.MSHTO T99 Stats Methods:FM 5 515.FM 5 550,FM 5 551,FM 5 552,FM 5 553 • • • • Accreditation Data: 12/12/2017 Expiration Date:1/30(2019 III, Dcwe 4.Savages Ch*- topper t. Roti uon. David A.Savage The current scope of accreditation can be obtained by viewing t.CMEC Christopher J.Robinson.P.E. Direelnr of Aerreditntinn Directory of Accredited Laboratories(www.cm.c org) F seentive nire.rtor • • City of Miami BeachExperience and RFQ No. 2018-097-KB Page No Citywide Geotechnical and LaboratoryQualifications July30, 2018 84 Testing Services on an As-Needed Basis FDOT Florida Department of Transportation RICK SCOTT 605 Suwannee Street MIKE DEW GOVERNOR Tallahassee.FL 32399-0450 SECRETARY June 27, 2017 James Horton, Senior Project Manager AMEC FOSTER WHEELER ENVIRONMENT& INFRASTRUCTURE, INC. 6256 Greenland Road Jacksonville, Florida 32258 Dear Mr. Horton: The Florida Department of Transportation has reviewed your application for qualification package and determined that the data submitted is adequate to technically qualify your firm for the following types of work: Group 2 - Project Development and Environmental (PD&E) Studies Group 3 - Highway Design - Roadway 3.1 - Minor Highway Design 3.2 - Major Highway Design Group 4 - Highway Design - Bridges 4.1.1 - Miscellaneous Structures 4.1.2 - Minor Bridge Design 4.2.2 - Major Bridge Design -Steel Group 5 - Bridge Inspection 5.1 -Conventional Bridge Inspection 5.4 - Bridge Load Rating Group 7 -Traffic Operations Design 7.1 -Signing, Pavement Marking and Channelization Group 8 - Survey and Mapping 8.1 -Control Surveying 8.2 - Design, Right of Way & Construction Surveying 8.4 - Right of Way Mapping Group 9 - Soil Exploration, Material Testing and Foundations 9.1 -Soil Exploration 9.2 -Geotechnical Classification Laboratory Testing 9.3 - Highway Materials Testing 9.4.1 - Standard Foundation Studies 9.4.2 - Non-Redundant Drilled Shaft Bridge Foundation Studies 9.5 -Geotechnical Specialty Laboratory Testing www.fdot.gov City of Miami Beach Experience and RFQ No. 2018-097-KB page No Citywide Geotechnical and Laboratory Qualifications July 30, 2018 85 Testing Services on an As-Needed Basis Group 10 -Construction Engineering Inspection 10.1 - Roadway Construction Engineering Inspection 10.3 -Construction Materials Inspection 10.4 - Minor Bridge & Miscellaneous Structures CEI Group 13 - Planning 13.6 - Land Planning/Engineering Your overhead audit has been accepted, enabling your firm to compete for Professional Services projects advertised at the unlimited level, with estimated fees of any dollar amount. This status shall be valid until June 30, 2018 for contracting purposes. Home/Branch Field Overtime Office Office Premium Direct Expense Indirect Cost 145.57% 126.59% Reimbursed 26.03% (Home) 23.49% (Field)* *Rent and utilities excluded from field office rate. These costs will be directly reimbursed on contracts that require the consultant to provide field office. 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, 71/1 Carliayn Kell Professional Services Qualification Administrator • www.fdot.gov I City of Miami Beach Experience and RFQ No. 2018-097-KB PageNo. Citywide Geotechnical and Laboratory Qualifications July 30, 2018 86 Testing Services on an As-Needed Basis F'DD Florida Department of Transportation RICK SCOTT 605 Suwannee Street MIKE DEW GOVERNOR Tallahassee,FL 32399-0450 SECRETARY July 13, 2017 Oracio Riccobono, President GEOSOL, INC. 5795-A NW 151st Street Miami Lakes, Florida 33014 Dear Mr. Riccobono: The Florida Department of Transportation has reviewed your application for qualification package and determined that the data submitted is adequate to technically qualify 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 9.4.1 - Standard Foundation Studies 9.4.2 - Non-Redundant Drilled Shaft Bridge Foundation Studies Your overhead audit has been accepted, enabling your firm to compete for Professional Services projects advertised at the unlimited level, with estimated fees of any dollar amount. This status shall be valid until June 30, 2018 for contracting purposes. Facilities Published Home/Branch Capital Cost Overtime Fee Office of Money Premium Direct Expense Schedule Indirect Costs 165.74% 0.462% Reimbursed 0.00% (Home) Yes 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, or,L0,74,2 Carliayn Kell Professional Services Qualification Administrator www.fdot.gov City of Miami Beach Experience and RFQ No. 2018-097-KB PageNo Citywide Geotechnical and Laboratory y Qualifications July 30, 2018 87 Testing Services on an As-Needed Basis Internal Services Department MIAMFOADE Small Business Development 111 NW 1 Street, 19th Floor COUNTY Miami,Florida 33128 miamidade.gov miamidade.govT 305-375-3111 F 305-375-3160 January 5, 2018 Oracio Riccobono Approval Date:October 31, 2017-Small Business Enterprise- GEOSOL, INC. Architectural &Engineering (SBE-A&E) Tier 3 5795 NW 151st St Expiration Date: October 31, 2020 Suite A Miami Lakes, FL 33014 Dear Oracio Riccobono, Miami-Dade County Small Business Development(SBD), a division of the Internal Services Department(ISD) has completed the review of your application and attachments submitted for certification. Your firm is officially certified as a Miami-Dade County Small Business Enterprise-Architectural&Engineering(SBE-A&E) in accordance with section 2-10.4.01 of the code of Miami-Dade County. This (SBE/AE) certification is valid for three years provided that you submit a "Continuing Eligibility Affidavit"on or before your anniversary date, October 31, 2018. The affidavit must indicate any changes or no changes in your firm pertinent to your certification eligibility. The submittal of a "Continuing Eligibility Affidavit"annually with specific supporting documents on or before your Anniversary Date is required to maintain the three year certification. You will be notified of this responsibility in advance of the Anniversary Date. Failure to comply with the said responsibilities may result in immediate action to decertify the firm. If at any time there is a material change in the firm including, but not limited to, ownership, officers, director, scope of work being performed, daily operations, affiliation(s)with other businesses or the physical location of the firm, you must notify this office in writing within(30) days. Notification should include supporting documentation. You will receive timely instructions from this office as to how you should proceed; if necessary. This letter will be the only approval notification issued for the duration of your firm's three years certification. If the firm attains graduation or becomes ineligible during the three year certification period,you will be properly notified following an administrative process that your firm's certification has been removed pursuant to the code. Your company is certified in the categories as listed below affording you the opportunity to bid and participate on contracts with Small Business Enterprise measures. Please note that the categories listed are very general and are used only to assist our customers in searching the directory for certified firms to meet contract goals. You can find the firm's up-to-date certification profile as well as all other certified firms on the Miami-Dade County Internal Services Department, Small Business Development Certified Firms' Directory at the website http://www.miamidade.qov/smallbusiness/certification- programs.asp. City of Miami Beach Experience and RFC) No. 2018-097-KB Page No Citywide Geotechnical and Laboratory Qualifications July 30, 2018 88 Testing Services on an As-Needed Basis Page 2 of 2 It is strongly recommended that you register your firm as a vendor with Miami-Dade County.To register, you may visit:http://www.miamidade.aov/orocurementNendor-registration.asp.Thank you for your interest in doing business with Miami-Dade County. If you have any questions or concerns, you may contact our office at 305- 375-3111 or sbdcertmiamidade.aov. Sincerely, Claudious Thompson,Section Chief Small Business Development CATEGORIES:(Your firm may bid or participate on contracts only under these categories) MDC-TCC 09-01:DRILLING,SUBSURFACE INVESTIGATIONS AND SEISMOGRAPIC SERVICES MDC-TCC 09-02:GEOTECHNICAL AND MATERIALS ENGINEERING SERVICES MDC-TCC 10-05:CONTAMINATION ASSESSMENT AND MONITORING NAICS 541330: ENGINEERING SERVICES City of Miami Beach Experience and RFQ No. 2018-097-KB Page No Citywide Geotechnical and Laboratory Qualifications July 30, 2018 89 Testing Services on an As-Needed Basis Internal Services Department MIAMI DADS Small Business Development 111 NW 1 Street,19th Floor Miami,Florida 33128 miamidade.gov miamidade.govT 305-375-3111 F 305-375-3160 January 5, 2018 Oracio Riccobono Approval Date:October 31 2017-Small Business Enterprise- GEOSOL, INC. Goods&Services(SBE- G&S)Tier 3 5795 NW 151st St Expiration Date:October 31, 2020 Suite A Miami Lakes, FL 33014 Dear Oracio Riccobono, Miami-Dade County Small Business Development(SBD), a division of the Internal Services Department(ISD) has completed the review of your application and attachments submitted for certification. Your firm is officially certified as a Miami-Dade County Small Business Enterprise-Goods&Services(SBE-G&S) in accordance with section 2-8.1.1.1.1 of the code of Miami-Dade County. This(SBE/GS)certification is valid for three years provided that you submit a'Continuing Eligibility Affidavit"on or before your anniversary date, October 31,2018. The affidavit must indicate any changes or no changes in your firm pertinent to your certification eligibility. The submittal of a"Continuing Eligibility Affidavit"annually with specific supporting documents on or before your Anniversary Date is required to maintain the three-year certification. You will be notified of this responsibility in advance of the Anniversary Date. Failure to comply with the said responsibilities may result in immediate action to decertify the firm. If at any time there is a material change in the firm including, but not limited to, ownership, officers; director, scope of work being performed, daily operations, affiliation(s)with other businesses or the physical location of the firm, you must notify this office in writing within(30)days. Notification should include supporting documentation. You will receive timely instructions from this office as to how you should proceed, if necessary. This letter will be the only approval notification issued for the duration of your firm's three years' certification.If the firm attains graduation or becomes ineligible during the three-year certification period,you will be properly notified following an administrative process that your firm's certification has been removed pursuant to the code. Your company is certified in the categories as listed below affording you the opportunity to bid and participate on contracts with Small Business Enterprise measures. Please note that the categories listed are very general and are used only to assist our customers in searching the directory for certified firms to meet contract goals. You can find the firm's up-to-date certification profile as well as all other certified firms on the Miami-Dade County Internal Services Department, Small Business Development Certified Firms' Directory at the website htto:// ww miamidade.aov/small business/certification- programs.asp. City of Miami Beach Experience and RFQ No. 2018-097-KB PageNo. Citywide Geotechnical and Laboratory 30, 2018 Qualifications July 90 Testing Services on an As-Needed Basis It is strongly recommended that you register your firm as a vendor with Miami-Dade County.To register, you may visit: httD://www.miamidade.qov/procurementNendor-reaistration.aso.Thank you for your interest in doing business with Miami-Dade County. If you have any questions or concerns,you may contact our office at 305- 375-3111 or sbdcertmiamidade.ciov. Sincerely, Claudious Thompson, Section Chief Small Business Development CATEGORIES:(Your firm may bid or participate on contracts only under these categories) NIGP 91800:CONSULTING SERVICES NIGP 91842:ENGINEERING CONSLTING NIGP 91843:ENIRONMENTAL CONSULTING NIGP 91846:FEASIBILITY STDIES(CONSULTING) NIGP 96100: MISCELLANEOUS SERVICES, NO, 1 NIGP 96145:INSPECTION AND CERTIFICATION SERVICES NIGP 96148:LABORATORY AND FIELD TESTING SERVICES(NOT OTHERWISE CLASSIFIED)INCL,HAZARDOUS WASTE City of Miami Beach Experience and RFQ No. 2018-097-KB Page No Citywide Geotechnical and Laboratory Qualifications July 30, 2018 91 Testing Services on an As-Needed Basis 2.2 Qualifications of Proposer Team N -c N O 2 O rU v O 0 2.2 Qualifications of • • Proposer Team ilt Pa . �. n', 1' Mim r � ditihimb,sis '410111hhilk, _:1,1, , .4: _ . ., , 4 ...„‘ .1„ .4,, .--,iik,4,,. f f•; 4 , ZALi.:Abt •-, ___----- - ,� � .. .iii-, _. , Wood's team is comprised of personnel with extensive experience, who have performed similar services requested Wood has been by the City. The team members selected for this contract performing services in possess not only a pragmatic understanding of the listed Miami-Dade County scope of services but a flexibility and diversity that will allow for more than 40 our team to immediately adapt to any changes in scope years. Our licensed and requested by the City of Miami Beach. experienced engineers, scientists, inspectors, These attributes will ensure the final results are consistent with the intended final and construction end-use.The Wood team is built around local professionals and stakeholders that bring design expertise with a global perspective and a holistic and sustainable managers have the approach. It is essential that the selected consultant team share your vision, qualifications and understand your goals,and provide all necessary skills and resources to meet— and exceed—your expectations. local experience to effectively respond to Geotechnical engineering; roadway reports; materials testing, inspection, and the City's needs. reporting; and laboratory services are Wood's flagship services. Our services City of Miami Beach Experience and RFQ No 2018-097-KB PageNo. Citywide Geotechnical and Laboratory Qualifications July 30, 2018 92 Testing Services on an As-Needed Basis • • 'M1 - LI'±~- y are provided by appropriately trained personnel who have contract. Our personnel are certified and cross-trained in proven themselves to be responsible individuals,are able to various testing/inspection disciplines and have the technical execute their jobs safely,and are reliable.Wood continuously understanding and knowledge of current construction receives "Above Satisfactory" performance ratings on our means and methods to provide reliable field services. All professional services contracts and we are committed to of our testing equipment is continually inspected and providing the same, high level, quality services to the City calibrated in order for our personnel to service projects of Miami Beach. and solve problems while in the field and on-site to keep our clients' construction projects on schedule and within Wood has selected and assembled a highly-qualified team budget. Our team is ready and capable to provide quality that offers the City unequaled quality and value considering testing services to cover the City's infrastructure and our significant and relevant project experience providing roadway improvement and pavement assessment projects; geotechnical engineering; materials testing, inspection, evaluate earthwork construction and material compaction and reporting; and laboratory services.The team, which is operations; determine compliance of material strengths highlighted in our Organization Chart on page 88, has a during building construction;provide structural inspections; strong,highly efficient,and successful working relationship and track project specifications and construction documents. that continually strives to exceed the expectations of contract managers through sound management and Mr.Ricardo Fraxedas,PE,will serve as Wood's Principal-in- technical leadership practices.This team was selected based Charge. Ultimate corporate responsibility for the proposed on its continual successful performance on task order— project will rest with Mr.Fraxedas.He will provide corporate driven contracts that are similar and relevant to work that technical and management oversight and ensure that the will be requested for this contract. necessary personnel and resources are available to meet City needs. Our available resources and proposed personnel are uniquely qualified to perform all of the services that are Wood's project manager, Mr. Alexander Rojas, PE, AVS, being requested in this continual service contract. Our CWI,is located in our Miami office and will be responsible for geotechnical engineers have a wealth of knowledge coordinating resources and field personnel for engineering, regarding the local geology and subsurface stratifications field inspections, and laboratory testing services for this throughout the region and have significant experience contract. Mr. Rojas has a Master's degree of Science in with performing various complex geotechnical evaluations. Construction Management from FIU. with 18 years of Whether the project consists of an evaluation to determine professional experience in Florida. Mr. Rojas possesses the most cost-effective construction/foundation design numerous certifications, including SAVE Associate Value solution for a structure or the evaluation and deep Specialist(AVS),ACI,Precast/Prestressed Certified Inspector foundation design for a bascule bridge, our geotechnical (PCI) and Certified Welding Inspector (CWI), along with team has the knowledge and experience. various CTQP certifications. Mr. Rojas also completed and received certification from the FDOT Construction Academy Our construction materials testing (CMT)/inspection in 2014. Mr. Rojas has engineered and managed more and laboratory team is highly trained and has significant than 90 task work order(TWO)assignments dating back to experience to service any task order assignment for this 2002.He has served as the contract manager and MAT Lab City of Miami Beach Experience and RFQ No. 2018-097-KB PageNo Citywide Geotechnical and Laboratory 30, 2018 Qualifications July 93 Testing Services on an As-Needed Basis tzr • ja 41114.1111W /. yy u _ ' 4°' ?it 1.1" Aitir 7 - At _ a I Engineer on two FDOT D4 D/W materials testing contracts, multi-story buildings and facilities, above ground storage the City of Ft. Laudable and MDX contract. tanks, site-civil infrastructure including bridges, roadways, stormwater, potable water-mains, sanitary sewer systems, Mr. Rojas has extensive experience with the management, lift stations, pump stations and•various water control testing standards,and technical approval systems pertaining structures, wastewater and water treatment facilities, pipe to FDOT's road and bridge construction practices.Mr.Rojas racks,deep excavation support, slope stabilization,ground also has significant experience with the management of improvement methods and site development. materials testing laboratories and the preparation of quality systems manuals. Mr. Jose Quiroz will serve as Wood's CMT Laboratory Manager.Mr.Quiroz has more than 20 years of experience on Mr. Rojas will oversee and maintain a high-level of overall various public,vertical,and roadway projects.He possesses project performance, ensuring project requirements are numerous certifications from various transportation and followed. He will correspond directly with City Staff to materials testing agencies and departments, including develop a detailed understanding of a project scope,provide FDOT,ACI, and PCI. Mr.Quiroz served as project manager/ continuous project updates, and attend necessary project field operations manager for the Dulles Corridor Metrorail meetings.Mr.Rojas will perform cost-control management Project,Phase I and II,in addition to the Capitol Place Project by monitoring the budget and managing Wood's resources in Washington, D.C., which consisted of an entire block of so that the project is completed on time and within budget. multi high-rise residential and office building towers. His He will also oversee the materials spreadsheet reporting, duties include special inspections, destructive and non- validation, and processes, in order to ensure a smooth destructive testing, QA/QC monitoring, and coordinating communication channel and quick response. contractor's activities for schedule control and work assignments, as well as reviewing field reports to ensure Mr. Brian S. Hathaway, PE,will serve as our Geotechnical inspections were conducted in accordance with the project Engineering Task Lead.He is a licensed professional engineer plans and specifications. with more than 15 years of professional experience with primary emphasis in geotechnical engineering, subsurface Dr. Augusto Poitevin, PE, SI, will serve as our team's exploration techniques, QA/QC construction materials threshold inspector. Dr. Augusto Poitevin is a senior testing, and civil construction disciplines. Mr. Hathaway engineer with more than 20 years of supervision, business has a Master of Engineering degree from the University of development, and technical design experience. His Florida in geotechnical studies and is Wood's South Florida broad-based responsibilities have included structural Geotechnical Practice Lead. He has significant experience engineering projects such as architectural and engineering managing geotechnical explorations and providing technical (A&E); engineering and construction (E&C); seismic leadership on numerous geotechnical and construction and wind retrofit; and evaluation of existing structures. materials testing task-work-order driven contracts. His His responsibilities have also included cost reduction project experiences include a wide variety state, local strategies, peer reviews, and building inspections. Dr. government agencies and municipalities that include WASD, Poitevin possesses comprehensive experience on high- Port Miami, Miami-Dade County, Miami-Dade Expressway rise, multi-story residential, commercial, manufacturing, Authority(MDX), Miami-Dade College, FDOT,SFWMD,and pharmaceutical, industrial, water and wastewater, energy, USACE. Some of Mr. Hathaway's relevant projects include and power projects. He has extensive design experience in geotechnical design and construction related services for high seismic and hurricane regions. City of Miami Beach Experience and RFQ No. 2018-097-KB P3 eNo Citywide Geotechnical and Laboratory Qualifications July 30, 2018 9 94 Testing Services on an As-Needed Basis • .11 11 • -Ar L 411.11.11 !� 1'R✓ 1 r I. Mr, .4 r++ �� —�--.• .1 r-i' �• + _ zrat $w ' f ,'+ *+ � • - 441 Our project team includes additional service leads who will Senior Inspectors/Engineering Inspectors:Our inspection oversee the tasks in their respective categories. staff consists of Florida Licensed Building Inspectors, AWS Certified Welding Inspectors (CWI), and experienced In general,each task order will be staffed with the following construction material testing technicians. team members. Our staff has significant experience with various testing Project Manager:A Florida registered professional engineer standards, the Florida Building Code, and retains the will supervise and be directly responsible for the quality required FDOT certification to effectively meet all the needs performance of each Task Order Assignment. Our project of this contract assignment.Additional inspector staff may manager will be the key point of contact and will have full be drawn upon,if necessary,from our South Florida Region. responsibility of the work and reporting to the City's Contract Manager or assigned representative. In addition to being Our engineering technicians and inspectors are trained in directly responsible for the implementation of the project the following areas and retain FDOT certifications (where and cost controls, our project manager will also function in applicable): a "hands-on"work assignment role as appropriate. • CTQP Roadway/Paving Technicians Level I and II Principal/Senior/Threshold Engineers: Wood Senior • CTQP Asphalt Plant Technicians Level I and II Engineers will be Florida registered professional engineers • CTQP Bridge Inspectors and will direct and supervise technical assignments both • CTQP Earthwork Inspectors Level I and II in the field and the office, manage specific elements of • CTQP Laboratory Testing Technicians the project, maintain effective client relations and prepare • ACI/CTQP Concrete Inspectors and conduct technical review of staff, reports, calculations, • Certified Troxler Nuclear Density Gauge Technicians and prepare technical recommendations for the project. • Radiological Safety Trained and Certified Senior Engineers will also prepare, direct, and review cost • Maintenance of Traffic (MOT) Certified estimates. • AWS Certified Welding Inspectors • Licensed Building Inspectors — Commercial BN- Project Engineers: Wood Project Engineers will evaluate, Inspectors select, and apply standard techniques, procedures, and • Floor Flatness Inspectors criteria to perform technical tasks, field tasks, studies, • Professional Roofing Consultants and analysis with ongoing review from project team management.In the event there is a significant amount of Administrative Assistants/Financial Accountants/Clerk/ work in one area, we have the depth of resources to add Typist:We can supply significant support staff to meet the additional engineers as needed. needs of any given project assignment. Staff Engineers: Wood Staff Engineers will perform field The subsequent team organizational chart, licenses exploration, inspection, and analysis and provide technical and certifications matrix,and team members' resumes support for this Contract as well as supplement our demonstrate our ability to meet the requirements of inspectors for foundation or other complex field inspections. this RFQ. City of Miami Beach Experience and RFQ No. 2018-097-KB PageNo. Citywide Geotechnical and Laboratory Qualifications July 30, 2018 95 Testing Services on an As-Needed Basis Wood Project Team Citywide Geotechnical and Laboratory Testing Services on an As-Needed Basis :1 MIAMI BEACH Principal-in-Charge Project Manager QA/QC Manager Ricardo Fraxedas, PE Alexander Rojas, PE, AVS, CWI James A. Horton, PE Geotechnical Construction Materials Services Testing Services Geotechnical Task Lead CMT Task Lead Brian S. Hathaway, PE Alexander Rojas, PE, AVS, CWI James A. Baiges, PE Jose N. Quiroz (PDA Manager) (Laboratory Manager) James Brown, PE Hector Orue-Capdevila Walt H. Faulk, Jr., PE Winston A. Orellana Luis A. Ponce, PE, CGC (Laboratory/Field Technicians) Blayke Polselli Teofilo E. Vaca Coleman Bender Raul Fernandez John Estenoz Drilling Valwin Knight Services (Field Technicians) Oracio Riccobono, PE Marcia Chacon (Laboratory Technician) Adnan Ismail, PE (GeoSol,Inc.) Michael Lewkutz (Asphalt Lead) —WEIN Yuslier Garcia Manuel Font Melissa L.Santiesteban (Asphalt Inspectors) Criztol Lopez Additional Inspection and Testing Services Threshold Inspector Augusto Poitevin, PhD, PE, SI Alexander Rojas, PE,AVS,CWI Larry Stebbins,CWI Deborah L. Franze, CWI (Non-Destructive/Destructive Testing) CMEC Laboratory Wood Miami Lakes Laboratory City of Miami Beach Experience and RFQ No. 2018-097-KB Page No Citywide Geotechnical and Laboratory Qualifications July 30, 2018 96 Testing Services on an As-Needed Basis Proposer Team's Licenses and Certifications - u v i- O � " N c c c ^ `� N O gi t , v ii) > 0 . f E u • . c ,,,, Iiiik114 l { c CJ Q cu vl fl J ' ts4 C 2 c > 2 lx(V • r y •01 TIE `o .CI C I ~ •0 ;v _moi ., '...�') , ,, c w , y ,0 _ c C c .,0 v 1. C13 -C C C � f 1 a) y a u .. o O .. .» o .L) y is c u •`13, C • � ' a .O -�O 'c to a 0 3.N 7 7 > > ..Tv N N c O N c .) a) ', I- F- C V F"_• p ' W w i o 0 ,, C C C en is J -' ,c _ N n c, N N N N C H ' ' \ C i? Ql O_ N }' ,0 .--, Y O O C C •++ .C. CO a+ aa+ Y N y ,0 E M r6 L'..,L'i tt..,� O d — ul V1 U' ; Alexander Rojas, PE, AVS, CWI wood. Project Manager/Construction Materials Testing Services - CMT Task Lead/Non-Destructive/Destructive Testing Professional Summary Qualifications Mr.Alexander Rojas is a Project Manager/Group Supervisor with more than 23 years Education of experience.Mr.Alexander Rojas has managed and provided project coordination Master of Science, and engineering services for various geotechnical and CMT engineering-related Construction Management, projects in Florida. These projects have ranged from residential structures and Florida International commercial developments to state roadways, bridges, office buildings, parking University, 2016 garages,and government facilities.Services provided by Mr.Rojas have involved all Bachelor of Science, aspects of project proposal,price estimating,and project management, including Mechanical Engineering, planning and execution of materials testing contracts, roadway construction Central University of Las projects, geotechnical field explorations, soil/rock sample classification, and Villas, 1995 laboratory testing. Throughout his career, he has managed geotechnical and materials testing Registrations/ projects that have included the supervision,quality control training,and direction Certifications/Licenses of various field service engineering technicians and laboratory testing technicians. Professional Engineer, Florida His project experiences and field supervision services incorporate oversight for No.75704, New Hampshire the performance of full service testing and inspection capabilities. Mr. Rojas has No. 13854 successfully developed and implemented quality assurance manuals and quality Certified Welding Inspector, control measures during the development, instrumentation, and construction Florida No.08061141 of several materials testing laboratories with multiple testing capabilities. He Associate Value Specialist, has obtained various laboratory and field testing certifications through ACI and SAVE, No.201511029 CTQP and has obtain laboratory accreditation from FDOT and CMEC to provide TIN: R220000730010 laboratory testing services for soils, aggregate, concrete, masonry, and asphalt. PCI Level I and II Experience FPCA/CMEC—450 Specification Miami Dade Expressway Authority-Materials Engineering and Testing FDOT CTQP Quality Control Services for SR 836 Operational, Capacity and Interchange Improvements, Manager MDX, Florida. Project Manager. FDOT CTQP Final Estimates Responsible for verification materials testing services. Level I and II Palazzo Del Sol Project, PDS Development, LLC, Fisher Island,Miami, Florida. FDOT CTQP Asphalt Plant Special Inspection Engineer. Palazzo Del Sol will be the first new condominium Level II complex on Miami's exclusive Fisher Island since 2014.Wood is performing special FDOT CTQP Concrete Field inspections and CMT services for the construction at the site. Technician Level I FDOT Advanced Maintenance Safe Routes to Schools Infrastructure Improvements for Pinecrest Elementary of Traffic School and Palmetto Elementary, Village of Pinecrest, Florida. CEI Project Administrator. FDEP Qualified Stormwater The project consist of applying the Florida's Safe Routes to School Infrastructure Management Inspector for Pinecrest and Palmetto Elementary School. Critical Structures OSHA 10 hours Construction NW 74th Street from NW 87th Avenue to SR 826, Miami-Dade County, Florida. Safety and Health Project Manager. Responsible for verification materials testing services The project consists of widening the existing road from five lanes to six lanes, with bike lanes, drainage Experience system, pavement marking and signage. Project included verification field and Wood: 2008 laboratory testing services. Industry: 1995 City of Miami Beach Resume RFQ No. 2018-097-KB Page No Citywide Geotechnical and Laboratory July 30, 2018 98 Testing Services on an As-Needed Basis Alexander Rojas, PE, AVS, CWI Continued Ravenswood Bus Maintenance Facility, Broward County, Florida. Laboratory Engineer. Responsible for construction materials testing. I-595 Corridor Roadway Improvement, Broward County, Florida. QC Manager. Responsible for all necessary action for implementation of the QC plan. This includes administering, implementing, and monitoring the processes to ensure the compliance with the contact documents. Daily activities include material testing and inspections and placement in accordance with the applicable specifications. This project consists of an Expressway interchange to the I-595/I-95 interchange in central Broward County, Florida. Total project length along I-595 is approximately 10.3 miles and includes the reconstruction, addition of auxiliary lanes, resurfacing of the I-595 mainline, and a new reversible express lanes system in the I-595 median. Turnpike Enterprise Construction and Materials Engineering Management, Florida Turnpike Enterprise,Various Locations, South and Central Florida. Project Engineer. Responsible for reviewing and approving soil and concrete samples in LIMS, field services coordination, and welding inspections. Districtwide Construction Materials Contract, Florida Department of Transportation Districts 4 and 6, South Florida. Project Manager/Project Laboratory Engineer. Responsible for field and lab verification testing for concrete, soil, and asphalt. All-Electronic Tolling Phase 4A and Landscaping, Florida Department of Transportation Florida Turnpike Enterprise, Miami-Dade County, Florida. Project Laboratory Engineer. This project includes the conversion of the Golden Glades mainline Toll Plaza on the Turnpike mainline spur to an all electronic tolling (AET) facility. The project also widens the existing Northbound HEFT to northbound of the Turnpike mainline ramp to two lanes. The structural improvements include drilled shaft foundations; a 2,100-foot-long MSE wall with a noise wall for the off-ramp; and a 180-foot-long, 24-inch diameter jack and bore. Roadway widening and reconstruction includes embankment, stabilized sub-grade, and limerock base, as well as asphalt milling, resurfacing, and overbuild. SR 821(HEFT)Auxiliary Lanes from NW 74th Street to NW 106th Street(FM 427685-1-52-01), Florida Department of Transportation/Florida Turnpike Enterprise, Miami-Dade County, Florida. Project Laboratory Engineer. Project includes verification lab testing services for roadway improvements that includes widening the road in both directions to add auxiliary lanes between NW 74th Street (Exit 31) and NW 106th Street (Exit 34); removal of unsuitable material to accommodate the new widening; construction of 3,200 linear feet of 18foot-high noise wall along the northbound direction, installation of overhead sign structures, signs and pavement markings, ITS adjustments and a new highway lighting system. SR 821 (HEFT) Widening from North of SW 184th Street (Eureka Drive) to South of SW 104th Street/SR 990 (Killian Parkway) Design/Build (FM 406096-1-52-01, 406096-1-52-02, 406096-2-52-01) Florida Department of Transportation/Florida Turnpike Enterprise, Miami-Dade County. Project Laboratory Engineer. The project is a 1,148 -day design/build contract at a cost of$145.3 million.The project includes the design,widening, and reconstruction of SR 821, the Homestead Extension of the Florida Turnpike (HEFT) from eight lanes to 12 lanes, including four new bridges, two third-level bridges, and seven bridge widening tasks,which accommodate the future needs for capacity, operational, and safety improvements, from north of SW 184th Street (Eureka Drive) to south of SW 104th Street/SR 990 (Killian Parkway), including a new extension of SR 874 (MDX) through the interchange with SR 821 (HEFT).This project also includes the implementation of express lanes using the All Electronic Tolling system (AET). Central Boulevard Widening, Realignment, and Service Loop Reconstruction at Miami International Airport, Miami Dade Expressway Authority, Miami, Florida. Project Laboratory Engineer/Project Manager. Project included resolution laboratory testing services. City of Miami Beach Resume RFQ No. 2018-097-KB Page No Citywide Geotechnical and Laboratory July 30, 2018 99 Testing Services on an As-Needed Basis wood.RFraxedas, PE Principal-in-Charge Professional Summary Qualifications Mr.Ricardo Fraxedas is an Environmental Engineer with 39 years of experience.He Education has an extensive background in environmental regulatory affairs and resolution Master of Science, of environmental issues for commercial and government clients. He has been Environmental Engineering, responsible for assessments, remediation, and litigation support for a variety of University of Florida, 1977 industries and sites, including airports, fuel terminals, manufacturing facilities, Bachelor of Science, educational facilities,and waste disposal sites in the United States,Caribbean,and Microbiology, University of Latin America. He has authored articles and presented lectures on environmental Florida, 1975 consulting, site assessments, design of remediation systems, environmental regulatory compliance and sustainability. He has served as an expert witness on more than 30 environmental compliance, remediation, and permitting matters Registrations/ and has provided review and interpretation of Latin American environmental Certifications/Licenses regulations for multi-national clients. Professional Engineer, Florida No.43287 Prior to joining Wood, Mr. Fraxedas served as the head of the hazardous materials Qualified Stormwater section for Miami-Dade County, Florida. In this role, he authored the county's Management Inspector, underground storage tank regulations and industrial waste pretreatment Florida No. 25665 regulations. He was responsible for the investigations and remediation of contaminated sites,including one of the first Superfund cleanups to be completed. Experience Experience Wood: 2002 Industry: 1979 Opinion of Cost, Miami-Dade County Aviation Department, Miami, Florida. Program Manager. Reviews submittals to the County and provides guidance and addresses questions from the county's financial auditors. Provides consulting services to document previous costs and forecast future of environmental projects at Miami International Airport(MIA).The project initially was focused on a consent agreement between Miami-Dade County Aviation Department(MDAD)and the local regulatory agency, Miami-Dade Department of Environmental Resources Management(DERM).The project evolved from the initial scope to include all environmental remediation projects at MIA. Various Environmental Projects, Chevron Environmental Management Company, Latin America and the Caribbean. Principal Engineer. Services included ESAs,remedial system design,site remediation,and interaction with regulatory agencies in several countries.Awarded a"Best in Class Performance" service award from Chevron in 2011. As part of the services for one of the sites in Nicaragua, a presentation to the Supreme Court in Managua was provided in Spanish to establish the appropriate cleanup protocol. Projects included: • Jamaica ECR Sites, Jamaica • Texaco Pollyberg, St.Thomas • Texaco Tabarre, Port-au-Prince • Paramaribo (Suriname) Site Remediation, Paramaribo • Grand Cayman Island Groundwater Sampling and Site Remediation, George Town, Grand Cayman • Coenesa Generacion Site Assessment, Rio Dulce City of Miami Beach Resume RFQ No. 2018-097-KB Page No Citywide Geotechnical and Laboratory July 30, 2018 100 Testing Services on an As-Needed Basis Ricardo Fraxedas, PE Continued. Environmental Services at a Former FPL Site,Miami-Dade Aviation Department, Miami, Florida.Project Principal/ Project Engineer. Installed several groundwater delineation monitoring wells in the airside and landside portion of MIA. Site access for drilling was coordinated with MIA airside operations and airport tenants.Prepared and submitted quarterly groundwater monitoring reports for arsenic.Also prepared a draft covenant for Institutional Controls running with the land to Miami- Dade County Department of Regulatory and Economic Resources (RER) to qualify for a No Further Action (NFA) with Conditions Closure for groundwater at the site. Permitting Services,American Tire Recycling Group, LLC, Miami, Florida. Project Manager/Project Engineer. Provided assistance in permitting the tire collection, shredding, and recycling facility. The permitting effort required coordination between DERM, the Miami-Dade Solid Waste Department, and SFWMD. Worked closely with the facility architect and the shredding equipment suppliers in to create a facility that would be approvable.Research was performed and presentations were made to the applicable agencies to show that the facility would be a legitimate recycler and not a transfer or disposal facility. Permitting for expansion of facility capacity was initiated in 2017 and is ongoing. Stormwater Management and Environmental Engineering Consulting Services, Broward County Aviation Department, Florida. Environmental Project Manager. Works closely with Broward County Aviation Department (BCAD) executives and staff, and manages a team of environmental engineers and scientists at all BCAD airports.Project includes updating of Stormwater Pollution Prevention Plan(SWPPP)in accordance with the EPA Phase I and Phase II federal regulations.Directs the annual tenant inspections for compliance with stormwater management and BMP programs.Provides training for BCAD operations staff in stormwater management regulations and practices. Provides professional engineering and environmental management consulting services to BCAD in conjunction with the FDEP NPDES industrial stormwater inspection of FLL and NPA. Conducts voluntary analytical monitoring and reporting of results pertaining to industry-specific point source discharges of stormwater runoff from outfalls located within FLL.As part of the stormwater program development, services included the development of a training program and materials for the training of the operations staff at the airports as well as the development of training materials for the education of the tenants at the airports. Miami-Dade County Department of Environmental Management, Florida. Program Manager. Provided requested environmental services for all Miami-Dade County Departments. Services provided have included water and soil quality assessments, remedial design, property due diligence assessments, geotechnical analysis, and similar environmental services. Intercity Passenger Rail Project, Environmental Permitting and Civil Engineering Services, All Aboard Florida, Florida East Coast Industries, Coral Gables, Florida.Client Relations/Permitting Manager. Participated in client relations and South Florida permitting efforts.All Aboard Florida (AAF),a subsidiary of Florida East Coast Industries,Inc. (FECI), is developing a privately owned,operated, and maintained passenger rail that will connect South Florida to Orlando.Wood was selected to provide environmental permitting and civil engineering services. The project is composed of two distinct segments;a 200-mile north-south segment of the existing Florida East Coast Railroad right-of-way(ROW),from Cocoa to Miami,and a 40-mile east-west segment along State Road 528 that connects Orlando to the FECI mainline. The permitting efforts include conceptual design of the new mainline, multiple sidings, bridges and curve reduction project areas related to the development of the commuter rail system. This project also includes biological,wildlife,geotechnical and survey data collection,development of stormwater treatment systems,stakeholder meetings,public meetings,and agency meetings.The agencies processing the applications include:FRA, USACE, USFWS, NMFS, USCG, FDEP, SFWMD, SJRWMD, FFWCC, SHPO, and Miami Dade and Broward Counties. Port of Miami Improvement Program Geotechnical and Design Services for Wharf Strengthening, HDR, Miami, Florida. Environmental Engineer. Wood provided survey, geotechnical, and environmental exploration services for the Wharf upgrades. Provided permitting assistance and project oversight for the sea wall and wharf strengthening project. City of Miami Beach Resume RFQ No. 2018-097-KB Citywide Geotechnical and Laboratory July 30, 2018 a1 10 Testing Services on an As-Needed Basis 101 James A. Horton, PE wood. QA/QC Manager Professional Summary Qualifications Mr.James Horton has more than four decades of experience performing project Education management responsibilities for large projects.In total,his experience encompasses Master of Science, Civil all aspects of engineering and transportation projects, with particular focus on Engineering, Purdue geotechnical support for design, construction,and environmental investigations. University, 1972 He has supervised field and laboratory investigations, drilling teams, and Bachelor of Science, Civil report preparation and has made recommendations for a variety of foundation Engineering, Purdue alternatives,site preparation techniques,and construction methods.He has served University, 1971 as Chief Engineer for Wood and has provided technical leadership and problem solving for many projects throughout Florida and the southeastern United States. Registrations/ Mr.Horton has provided expert testimony primarily in the area of structure distress Certifications/Licenses as a result of settlement. He has been involved in all aspects of pavement design, Professional Engineer, Florida varying from material parameter selection to thickness determination. No. 23315, Georgia No. 12385 Prior to joining Wood, Mr. Horton served on active duty in the U.S. Army as a Experience lieutenant and civil engineer in the Construction Battalion,where he was awarded Wood: 1974 the Army Commendation Medal. Industry: 1972 Experience Memberships/Affiliations I-595 Geotechnical Testing and Inspection Services, AECOM/Dragados USA American Society of Civil Design-Build Team, Broward County, Florida. Project Manager. Engineers Provided geotechnical exploration, quality control, and construction materials American Society for Testing inspection and testing services as a subcontractor to a design-build team. and Materials International Provided geotechnical analyses related to bridges and MSE walls for this 10.5- mile long design and build project. The project included 65 new or expanded Florida Institute of Consulting bridges and associated MSE walls. More than 70,000 linear feet of soil testing Engineers borings were drilled.A total of 171 individual reports were coordinated between five offices. Foundation certification reports in FDOT format were prepared for a various combination of these elements resulting in more than 400 separate reports submitted in a timely manner to facilitate the construction schedule. Statewide Materials Inspection, Sampling,and Testing, Florida Department of Transportation, Various Locations, Florida. Quality Control Manager. Responsible for quality control of construction materials inspection and testing services throughout Florida for FDOT for multiple contracts since 1983. The primary service includes the inspection of steel bridge members during fabrication at various fabrication shops in the United States and overseas.The contract work force was typically 10 to 15 inspectors in six to eight locations at any one time. I-4/SR 408 (East-West Expressway) Interchange Ramps Construction Materials Testing and Inspection, Florida Department of Transportation District 5, Orlando, Florida. Project Manager. Provided CMT and inspection services for construction of a new entrance and exit ramps at the interchange of I-4 and SR 408(tolled roadway,also known as Spesser L. Holland East-West Expressway). Performed project management for the CMT and inspection program. City of Miami Beach Resume RFQ No. 2018-097-KB Page No Citywide Geotechnical and Laboratory July 30, 2018 102 Testing Services on an As-Needed Basis Brian S. Hathaway, PE wood. Geotechnical Task Lead Professional Summary Qualifications Mr. Brian Hathaway is a licensed professional engineer with more than 17 years of Education professional experience with primary emphasis in geotechnical and civil engineering, Master of Engineering, Civil subsurface exploration techniques,site characterization,QA/QC materials testing,and Engineering, University of civil construction practices. Mr. Hathaway has managed and provided engineering Florida, 2000 services for various design and construction-related projects throughout Florida, Bachelor of Science, Civil Alabama, and Georgia. These projects have included residential structures and Engineering, Florida State commercial developments; state roadways, highways and bridges; multi-story University, 1998 building structures; educational facilities; hospitality structures; tower structures; parking garages;marine and port facilities; power and process facilities; heavy civil construction;wastewater and water treatment facilities;pump stations;lift stations; Registrations/ utilities and stormwater drainage;earthen impoundment structures;filter marshes; Certifications/Licenses park facilities; and solid waste landfills. The services provided by Mr. Hathaway Professional Engineer, Florida involve all aspects of the project lifecycle, including scope development, cost- No. 60724 estimating, subcontractor selection, project management, resource management, PDCA Dynamic Measurement planning, execution, cost controls, scheduling, risk assessment, contract reviews, and Analysis Proficiency Test engineering design analyses, and technical reporting. 8-Hour First Aid/CPR Mr. Hathaway has valuable field experience with the operations of various in- OSHA 24 Hour HAZWOPER situ testing methods and data interpretation of in-situ and geophysical testing equipment,including dilatometer,CPT,pressuremeter,seismograph monitoring,and Experience inclinometers.Mr.Hathaway has managed and setup materials testing laboratories Wood: 2000 and quality systems.He has laboratory experience with the performance of triaxial, Industry: 2000 consolidation,direct shear,and permeability testing configurations.He has provided project oversight for the design, installation, and inspection of drilled caissons, augercast piles,vibro-replacement stone columns,rammed aggregate piers(RAP), Memberships/Affiliations ductile iron pipe piles (DIP), driven steel pipe, and reinforced concrete piles. Mr. Florida Engineering Society Hathaway has obtained certification through PDCA's Dynamic Measurement and National Society of Analysis Proficiency Test as a qualified Pile Driving Analyzer(PDA) operator. Professional Engineers Deep Foundation Institute Experience Pile Driving Contractors Professional Geotechnical Engineering Design Services and Materials Testing Association Contract, City of West Palm Beach, Florida.Senior Geotechnical Engineer. Wood was selected by the City of West Palm Beach as a professional consultant to provide geotechnical, construction materials, and laboratory testing services. The projects under this contract are performed on a task work order basis. In general, the services consist of site exploration studies, geotechnical engineering design, laboratory testing services, construction inspection, materials testing, and construction QA/QC.The projects consist of site development for building structures and facility upgrades, roadways, sidewalks and streetscape improvements, bridge structures, drainage systems, utilities, lift stations,and water treatment facilities. Geotechnical Engineering and Laboratory Services Contract, City of Fort Lauderdale, Florida.Contract Manager/Senior Geotechnical Engineer. Wood was selected by the City of Fort Lauderdale as a professional consultant to provide geotechnical, construction materials, and laboratory testing services. The projects under this contract are performed on a task work order basis.Responsibilities include contract and task order project management, subcontractor selection, City of Miami Beach Resume RFQ No. 2018-097-KB Citywide Geotechnical and Laboratory July 30, 2018 a1 N„ Testing Services on an As-Needed Basis 103 Brian S. Hathaway, PE Continued technical lead during field and testing services, engineering evaluations, and technical reporting. The services consist of site exploration studies, geotechnical engineering design, laboratory testing services, construction inspection, materials testing, and construction quality control (QC) and quality assurance (QA). The projects consist of site development for building structures and facility upgrades, roadways,sidewalks and streetscape improvements,bridge structures,drainage systems, underground utilities and waste water treatment plants, and airport facilities. Geotechnical Engineering Testing Services Contract,South Florida Water Management District, Florida. Senior Geotechnical Engineer/Project Manager. Wood provides geotechnical engineering, field exploration services, and field and laboratory construction materials testing on a Task Work Order continual service contract for the South Florida Water Management District (SFWMD). Responsibilities include contract and task order Project Management, scope and technical proposal development, subcontractor selection,technical advisor for all field exploration,drilling,and testing services,engineering evaluations and technical reporting. The projects included various sites throughout Florida, including upland, marsh/swamp, and open-water sites. Projects include explorations and analyses for stormwater control structures, earthen embankments, canal widening and dredging, retaining walls, embankment stabilization, geophysical testing, well abandonment, roadway paving, telecommunication towers, mooring structures and boat ramps. Turnpike Enterprise Construction and Materials Engineering Management, Florida Turnpike Enterprise,South and Central Florida. Contract Manager/Senior Geotechnical Engineer. Wood has performed various task work order assignments to provide geotechnical and construction materials services for the Florida Turnpike Enterprise (FTE). Responsibilities included project management, geotechnical engineering, and construction quality assurance review for laboratory materials testing and inspection services on a task work order basis during the construction of road and bridge improvements of the Florida's Turnpike.The services provided under this contract consist of PDA, vibration monitoring, field and laboratory QA/QC materials testing services, construction inspections, asphalt paving and plant QA testing, non-destructive testing, structural steel testing, and construction inspection and pavement coring and assessment services. Districtwide Geotechnical and Materials Testing Contract,Florida Department of Transportation District 4,Florida. Project Manager/Senior Geotechnical Engineer. Wood has performed more than 100 task work order assignments that were inclusive of geotechnical engineering, field explorations,and material testing and inspection services for five counties within FDOT's District 4.Responsibilities consist of project management, subcontractor management, scope development, proposal negotiations, and geotechnical engineering services and field reviews for projects that included but not limited to geotechnical explorations,miscellaneous sign structures,mast arm signalization improvements,drilled caisson installation inspections,noise barrier wall foundations, retention pond upgrades, slope stability analyses, stormwater drainage canal improvements, sheet pile stability analysis, bearing analysis for box culverts, and pavement assessment and roadway coring. I-595 Corridor Improvement Program,AECOM/Florida Department of Transportation,Florida.Senior Geotechnical Engineer. Performed geotechnical design analysis for a segment of noise barrier walls.Performed field engineering services related to site characterization using dilatometer(DMT) in-situ testing to evaluate the settlement potential for a bridge structure supported on shallow foundation system. Reference: Michael Kim, PE, 954.677.7030 Wharves Strengthening Program(Wharves I to VII),HDR and Port of Miami,Florida.Senior Geotechnical Engineer/ Project Manager. Wood teamed with HDR as the geotechnical engineer-of-record (EOR) responsible for the development of design alternatives and analyses for the Port of Miami's Wharf Strengthening Program. The dredging improvements program demanded structural integrity review of the current cargo bulkhead capacity and the stability evaluation following the future dredge of Wharves I through VII(more than 6,000 linear feet of bulkhead)located adjacent to the South Ship Channel (Fisherman's Channel).Wood performed 18 soil/rock core borings to depths up to 110 feet and dilatometer(DMT)in-situ testing in order to develop site characterization for foundation stability analysis and design. City of Miami Beach Resume RFQ No. 2018-097-KB Page No Citywide Geotechnical and Laboratory July 30, 2018 104 Testing Services on an As-Needed Basis James A. Baiges, PE wood. Geotechnical Services - PDA Manager Professional Summary Qualifications Mr. James Baiges is a licensed professional engineer with more than 30 years of Education experience. He has conducted geotechnical studies for the planning, permitting, Master of Engineering, Civil and design of a variety of engineering works, including residential, industrial, and Engineering, University of commercial developments,earthwork operations,water and wastewater treatment Florida, 1993 plants, highways, bridges,airport pavements,communication towers,cofferdams, Bachelor of Science, Civil and piers and waterfront structures, among others. His geotechnical analyses Engineering, University of experience includes settlement analysis and monitoring, liquefaction assessment, Puerto Rico at Mayaguez, design and inspection of ground improvement, and densification methods such 1985 as site preloading, vibro-compaction, stone columns, rammed aggregate piers (RAP),dynamic compaction, and wick drains installation. Mr. Baiges has also been involved with subsurface investigations, analysis, remediation, and monitoring Registrations/ of the stability of soil and rock slopes, including man-made embankments and Certifications/Licenses active landslides and monitoring instrumentation (inclinometer and piezometer Professional Engineer, Florida installation and data evaluation). No. 79124, Puerto Rico No. 9685 Mr.Baiges'experience includes deep foundation design and monitoring,as well as Professional Land Surveyor, conducting pile static and dynamic load testing.He is familiar with additional load Puerto Rico No. 9685 testing methods (0-cell and statnamic tests)and is proficient with the Pile Driving Analyzer (PDA) for dynamic load tests on deep foundation (driven steel H, steel pipe, concrete piles, auger cast piles, and drilled shafts). He has completed more Experience than 125 of these projects since 1995. Wood: 2016 Industry: 1985 Mr. Baiges has also provided QA/QC during earth fill placement and foundation construction. His extensive experience spans project deliverables from initial interaction with the client and designers, including proposal preparation and presentation to final geotechnical design recommendations, reporting, and construction phase of the project. He served as the geotechnical consultant for the general contractor of several USACE projects, such as Rio Portugues Dam in Ponce,Puerto Rico($500 million);De Diego Bridge Foundation Improvement PR-22 in San Juan, Puerto Rico($30 million);and the Channel Bechara Industrial Area Rio Puerto Nuevo Project in San Juan, Puerto Rico, among others. Experience Grand Bay South School Site Improvements, Miami Dade County Public Schools, Doral, Florida. Senior Geotechnical Engineer. The project consisted of evaluating the existing subsoil conditions of a 4-acre parcel to provide geotechnical recommendations for the development of the site.Wood was responsible in obtaining site access and performing a geotechnical exploration and field services.Geotechnical engineering services consist of subsoil exploration of eight SPT borings throughout the site. Results of the exploration assisted to determine the extent of the existing organic(peat)deposit that mantled the site and extended beyond the groundwater level.Wood provided geotechnical,earthwork, and guidelines for the site improvement recommendations. Extensive demucking activities were conducted under the inspection of a resident construction inspector, who also oversaw the placement of competent limerock material. Clean crushed limestone fill (limerock) was used as fill below the groundwater level.The fill was placed by Displacement Method which involved pushing or displacing a soil berm City of Miami Beach Resume RFQ No. 2018-097-KB Page No Citywide Geotechnical and Laboratory July 30, 2018 105 Testing Services on an As-Needed Basis James A. Baiges, PE Continued. to remove any remains of the muck material.The berm would also keep the excavation open allowing placement of the competent granular limestone fill material. This process was conducted until overcoming the groundwater level where additional fill material was placed in 1-foot lifts and compacted according to the earth fill guidelines and recommendations. Ben Sheppard Elementary School New Classroom, Miami Dade County Public Schools, Hialeah, Florida. Senior Geotechnical Engineer. The project involves the construction of a one-story concrete masonry unit (CMU) building, measuring approximately 12,000 square feet.The geotechnical investigation required drilling several SPT borings throughout the building footprint, including exfiltration tests to evaluate the subsoil permeability capacity. Presence of organic material disclosed in the subsoil exploration program required providing deep foundation solutions to support the building loads. Contract C9K12 - 1-95 Express Lanes and Ramp Signal Foundation Verification Services Phase 3A-1, New Millennium/Florida Department of Transportation District 4, Broward County, Florida. Senior Geotechnical Engineer. Wood is providing geotechnical verification services as a teaming partner to the CEI on the I-95 Express lane Phase 3A-1 improvements project. Foundation verification services included project management, attending meetings, review of pile installation plans, review of pile certification letters, review of dynamic pile testing, CAPWAP/WEAP analyses, PDA testing and oversight, CSL testing, pile integrity testing,and preparation of geotechnical engineering recommendations. Contract C9C96 - Bridge No. 864028 over Dania Cut-off Canal, Ravenswood Street, Florida Department of Transportation District 4, Broward County, Florida. Senior Geotechnical Engineer. The project consisted of providing dynamic pile testing services for a four-span bridge over the Dania Cut-off Canal supported on a 24-inch wide prestressed concrete pile foundation for FDOT.The scope of services included a review of the pile installation plans, borings logs and initial driveability analysis, performing dynamic piles tests using PDA on two test piles,performing CAPWAP/WEAP analyses,and preparing a report with production pile installation recommendations. Hydraulic Structures, City of Managua, Nicaragua/Banco International de Desarrollo. Senior Geotechnical Engineer/Geotechnical Lead. Wood was commissioned to develop a Flood Control Master Plan for the City of Managua, Nicaragua. An integral component of the plan includes priority design projects consisting of the final design of two hydraulic structures based on immediate necessity of controlling flooding within the city urban area.Two 2-cell box culvert structures are planned along two alignments extending under existing roadways and extending from south to north for 3 and 4 kilometers. Responsibilities consist of project management,subcontractor management,scope development,proposal negotiations, and geotechnical engineering services and field reviews for projects that include but are not limited to geotechnical explorations, foundation recommendations, and plan reviews. SY Hartt Wetland Reserve Program 4-D Citrus, Devil's Garden Oxbow, and Fisheating Creek Ranches, U.S. Department of Agriculture/Natural Resources Conservation Service, Highlands and Hendry Counties, Florida. Senior Geotechnical Engineer. The projects consists of restoring wetland capabilities and functions and requires the design and construction of hydraulic structures that include pipe installation, a culvert, a water crossing, dike construction, ditch block, and regrading of the land. The geotechnical investigation included drilling 30 to 70 borings per site, occasionally using all terrain drill rigs. Geotechnical evaluation and analyses were conducted to provide recommendations for the design and construction of the proposed features,including conducting a seepage and slope stability analysis of new and existing dikes and agricultural canals and considering the new hydraulic regime for each site. Improvements to Pier 3,Integra Design Group PSC,San Juan, Puerto Rico.Senior Geotechnical Engineer/Engineer of Record. Project consisted of the design and construction of new bulk heads to upgrade the existing Pier 3 facilities for modern large cruise ship vessels. City of Miami Beach Resume RFQ No. 2018-097-KB Page No Citywide Geotechnical and Laboratory July 30, 2018 106 Testing Services on an As-Needed Basis James Brown, PE wood. Geotechnical Services Professional Summary Qualifications Mr.James Brown has been involved with providing engineering services that span all Education phases of project implementation including proposal preparation,cost estimating, Master of Engineering, Civil subcontractor selection,and project management.He has performed the planning, Engineering, University of execution, and review of geotechnical field explorations; laboratory analysis; Florida, Gainesville, 2013 geotechnical analysis; evaluation of field and laboratory test data and preparation Bachelor of Science, Civil of reports containing recommendations for design of construction development, Engineering, University of inspection, and evaluation of existing dams, levees, and culverts; and review of Florida, Gainesville, 2012 maintenance of traffic(MOT)plans.He is responsible for assisting senior engineers in multiple areas,including project coordination,site supervision,visual classification of soils according to USCS and AASHTO standards, data reduction and input, and Registrations/ technical report preparation. Mr. Brown has been involved in the oversight and Certifications/Licenses performance of in-situ geotechnical testing on a variety of subsurface soil and Professional Engineer, Florida rock formations.His field work includes standard penetration resistance,exfiltration No. 83320 tests, field permeability testing, double-ring infiltration tests, augercast-in-place PDCA Dynamic Measurement pile installation inspection,drilled shaft installation inspection,seepage cut-off wall and Analysis Proficiency Test inspection, and seismograph monitoring. His experience also includes technical Permit Required Confined analyses of geotechnical conditions, including deep and shallow foundation Space Entry performance, and slope stability analysis. OSHA Trench/Excavation Prior to working with Wood, Mr. Brown worked as laboratory centrifuge research Competent Person assistant at the University of Florida conducting scaled model analyses and research MSHA 24-Hour New Miner and development (R&D) for the Bridge Software Institute (BSI). The research Safety Training modeled soil-structure interaction of shallow foundations subjected to vertical FEC Roadway Worker loading conditions. Protection Training Mr. Brown's previous experience includes assistance with the investigation and Contract Plans Reading by FDOT analysis of insurance claims caused by natural and manmade disasters. Projects included various wind and stormwater damage assessments, structural damage FDOT Advanced Maintenance assessments, construction-related defects and failures, moisture evaluations, and of Traffic flooring damage assessment. 8-Hour First Aid/CPR Experience Experience Districtwide Geotechnical and Materials Testing Contract,Florida Department Wood: 2013 of Transportation District 4, Florida.Staff Geotechnical Engineer. Industry: 2011 Wood provides professional geotechnical and materials testing services to FDOT District 4 on a task work order basis.The services include geotechnical engineering, Memberships/Affiliations field explorations and materials testing and inspection services for five counties American Society of Civil within District 4. Responsibilities include scope development, cost estimating, Engineers, University of subcontractor management,coordination and supervision of field services(including Florida Section geotechnical drilling, pavement coring, MOT and testing services), engineering and analyses and report preparation for projects involving roadway construction, utility improvements,and miscellaneous structures(lighting/signalization structures, bridges, retaining walls,etc.). S-6 Communications Tower Construction Inspection and Materials Testing Services,South Florida Water Management District, Belle Glade Florida.Staff Geotechnical Engineer. Wood provided construction management and inspection services during the City of Miami Beach Resume RFQ No. 2018-097-KB P gz N Citywide Geotechnical and Laboratory July 30, 2018 107 Testing Services on an As-Needed Basis James Brown, PE Continued. construction of a new 180-foot self-supported three-legged communication tower located adjacent to the District Structure S-6. The construction activities involved the installation of a new 180-foot self-supporting microwave antenna tower, construction of the new tower foundation, site grounding/bonding,and connection to the existing fencing,as well as the installation of the new underground electrical service. Responsibilities included serving as a field engineer and inspector during drilled shaft installation and overseeing CSL testing. Geotechnical Engineering and Laboratory Services Contract, City of Fort Lauderdale, Florida. Staff Geotechnical Engineer. Wood was selected by the City of Fort Lauderdale as a professional consultant to provide geotechnical, construction materials,and laboratory testing services.The projects performed under this contract are performed on a task work order basis.Responsibilities include contract and task order project management,subcontractor selection,serving as the technical lead during field and testing services, engineering evaluations, and technical reporting.The services provided under this contract consist of site exploration studies, geotechnical engineering design, laboratory testing services, construction inspection, materials testing,and construction QA/QC.Wood's primary role is to act as an extension to the City's available staff and resources. Under this task order contract,Wood provides engineering and construction support services for the City's work programs. The projects consist of site development for building structures and facility upgrades, roadways, sidewalks and streetscape improvements, bridge structures, drainage systems, utilities,and airport facilities. L-31N Seepage Control Project Phase 2, Miami-Dade Limestone Products Association, Inc., Miami-Dade County, Florida. Staff Geotechnical Engineer. The L-31N Seepage Control Project is a key element in the plan to restore more natural water flows in Everglades National Park.The goal of the project was to design and construct a partially penetrating flow barrier to reduce groundwater flow from the northeast part of the park into the adjacent L-31N canal. Phase 1 of the Project involved constructing a Cement Bentonite (CB) slurry wall 35-feet deep along the west side of the L-31N canal starting just south of Tamiami Trail (U.S. Highway 41) and proceeding south for two miles. Phase 2 extended the barrier wall approximately three additional miles south. Wood served as Engineer of Record for the Design and Construction of the three mile long Phase 2 Slurry Wall. Responsibilities included performing inspections and scheduling other members of inspection team for daily project oversight of full-time field monitoring and quality assurance testing services during construction.In addition,tasked with reviewing daily reports from contractor and inspection team and submitting to Engineer of Record for review, prepared as-built report and record drawings following construction. C-51 Reservoir, Palm Beach Aggregates, LLC, Florida.Staff Geotechnical Engineer. The project involves the construction of an above-grade and below-grade reservoir with a storage capacity of approximately 62,000 acre-feet.The reservoir and associated conveyance structures will be constructed in two phases.The site is located immediately west of the L-8 Reservoir off State Road 80(Southern Boulevard)in Loxahatchee,Central Palm Beach County. Responsible for the coordination and supervision field exploration (58 SPT Borings and 20 Piezometers), performed field permeability testing and developed parameters used for design.In addition,tasked,with the laboratory testing program to aid in the classification and characterization of the soil samples collected during the subsurface exploration for the initial phase of the project. Turnpike Enterprise Construction and Materials Engineering Management, Florida Turnpike Enterprise, Various Locations in South and Central Florida.Staff Geotechnical Engineer. Wood has a task work order contract to provide geotechnical and construction materials services for the Florida Turnpike Enterprise (FTE). Responsibilities include performing, coordinating and supervising field services consisting of vibration monitoring, MOT, pavement coring, engineering analyses and report preparation on a task work order basis during the construction of road and bridge improvements. Performed seismograph monitoring during the construction and installation of test and production pre-stressed piles, steel sheet piles, augercast piles, installation and extraction of temporary casing of drilled caissons, earthen embankments and pavement placement/roadway construction activities. Responsible for coordinating field services with FTE representatives and CEI teams. Responsible for the development of the vibration monitoring plan, instrumentation setup,documentation of activities, and final report preparation. City of Miami Beach Resume RFQ No. 2018-097-KB P,yeNu Citywide Geotechnical and Laboratory July 30, 2018 108 Testing Services on an As-Needed Basis wood.WH. Faulk, Jr., PE Geotechnical Services Professional Summary Qualifications Mr. Walt Faulk has approximately 13 years of experience working on projects Education which require unique and specialized geotechnical engineering solutions. He has Master of Engineering, Civil assisted in a vast number of projects including but not limited to the following Engineering —Geotechnical aspects:design of dams and levees;stability of embankments;stability of rigid and Emphasis, University of flexible retaining structures;stability of deep excavations;design and construction Florida, 2006 of seepage barrier walls; design and construction of slope revetment systems; Bachelor of Science, Civil design of external and internal seepage mitigation systems and appurtenances; Engineering, University of design of ground modification systems; design of stormwater drainage facilities Florida, 2000 and appurtenances; design and implementation of subsurface soil stabilization and ground improvement systems; and design of shallow and deep structural foundations. Mr. Faulk has substantial experience collaborating with other Registrations/ engineering firms in addition to local, county, state, and federal government Certifications/Licenses agencies, which include the following: the Loxahatchee River Management and Professional Engineer, Florida Coordination Council (LRMCC), City of Wellington, NRCS, FDOT, SFWMD, and No. 69084 USACE. Mine Safety and Health Administration (MSHA) Experience Basic Contractor Safety SR-84/Ramp U-9 From I-595 C-D Road Eastbound to I-595 Eastbound and Training, Florida Phosphate SR-84 Eastbound, Design of Cantilevered Sheet Pile Retaining Wall, Stanley Producers Consultants, FDOT District 4, Broward County, Florida. Senior Geotechnical Engineer. Experience Developed subsurface soil stratigraphic profile, and engineering shear strength Wood: 2018 and hydraulic flow parameters used in sheet pile wall design. Developed two- Industry: 2004 dimensional seepage model to evaluate the minimum sheet pile wall tip elevation. Evaluated structural stability of proposed sheet pile wall based on the nature of the subsurface stratigraphic profile,engineering shear strength and hydraulic flow Memberships/Affiliations parameters, and results of the two-dimensional seepage model analysis. Engineers Without Borders, South Central Florida Grove Land Reservoir and Stormwater Treatment Area Comprehensive Professional Chapter Everglades Restoration Plan Design Documentation Report,St.Lucie County, American Society of Civil Florida. Senior Geotechnical Engineer. Engineers Provided engineering design of reservoir and stormwater treatment area facilities, Past member of Florida including earth dams and levees in accordance with Comprehensive Everglades Engineering Society and Restoration Plan(Acceler8)and Design Criteria Memorandum documentation.The Association of State Dam scope of work includes the following aspects:comprehensive review of previously Safety Officials performed geological and geotechnical data reports; evaluation of subsurface soil/rock hydraulic flow and shear strength parameters;seepage and slope stability analysis;seismic slope stability analysis;settlement and bearing capacity analysis. Prepared Preliminary Engineer's Opinion of Probable Construction Cost (OPCC) in accordance with the Design Criteria Memorandum documentation based on design criteria and engineering design drawings as presented in the Preliminary Design Documentation Report (DDR) for Basis of Design. Prepared the Phase II Site Investigation Plan Memorandum to document the scope of work required for the Phase II exploratory and laboratory testing programs. City of Miami Beach Resume RFQ No. 2018-097-KB Page No Citywide Geotechnical and Laboratory July 30, 2018 109 Testing Services on an As-Needed Basis Walt H. Faulk, Jr., PE Continued. By-Pass Structure 5-135 Culvert Abandonment, Herbert Hoover Dike, Martin County, Florida, South Florida Water Management District/U.S.Army Corps of Engineers, Jacksonville District.Senior Geotechnical Engineer. Finalized the Drilling Program Plan (DPP),which was developed to describe the proposed scope of the field exploratory program. The scope of the exploratory program was prepared in accordance with the requirements of Regulation No. ER 1110-1-1807—Drilling in Earth Embankment Dams and Levees. Scarborough & Sons Wetland Restoration Project, Repair of Structure WCS7, United States Department of Agriculture/National Resources Conservation Service, Highlands County, Florida.Senior Geotechnical Engineer. Co-developed repair plans for the remediation of the existing overflow weir structure.Developed riprap stone revetment grain-size distribution requirements,and material requirements for the underlying bedding stone and woven geotextile fabric. Fisheating Creek Design Stage 2 Wetland Restoration Project, Preliminary Geotechnical Field Investigation, United States Department of Agriculture/National Resources Conservation Service, Highlands County, Florida. Senior Geotechnical Engineer. Co-developed Report of Geotechnical Exploration based on the results of the field exploratory and laboratory testing programs. Loxahatchee L-8 Reservoir, Pump Station and G-539 Outflow Structure, South Florida Water Management District.Independent Geotechnical Engineer. Participated in a review and evaluation of the proposed design of the pump station. Developed a three-dimensional transient seepage model used to evaluate structural wall drainage options required for structural stability. Developed specifications for roller compacted concrete(RCC) slope protection installed along the eastern reservoir embankments. The aggregate used in the RCC mix is unique and consists of in-situ subsurface "gold" and "gray" sandy limestone extracted from the "finger"-type dike located between Cells 1&2 and Cell 5. Loxahatchee L-8 Reservoir Long-Term Operation and Maintenance Plan, South Florida Water Management District.Independent Geotechnical Engineer. Developed a transient three-dimensional seepage model using finite element software to evaluate potential seepage flow quantities. E-8 and Kingsway Canal Bank Stabilization Improvements Engineering Design Services, City of Port St. Lucie, Florida. Independent Geotechnical Engineer. Performed essential geotechnical engineering analyses used to evaluate the stability and safety of the canal embankments. Assisted in the development and evaluation of rehabilitative canal bank stabilization alternatives. Picayune Strand Restoration, Comprehensive Everglades Restoration Plan, Miller Pumping Station, Archer Western Construction, LLC and U.S.Army Corps of Engineers,Collier County, Florida.Independent Geotechnical Engineer. Developed a quasi three-dimensional seepage model used to predict seepage quantities anticipated during all phases of dewatering. Evaluated short-and long-term excavation side slope stability. Prepared the design report, construction specifications, and as-built construction certification report for cement-bentonite slurry wall construction. Design of Lainhart and Masten Dam Repairs,South Florida Water Management District.Independent Geotechnical Engineer. Developed design plans and specifications for the rehabilitation of the Lainhart and Masten Dams located along the Northwest Fork of the Loxahatchee River. The project included the following: riverbank, riverbed, and floodplain stabilization;repair and refurbishment of the dams, portages,and appurtenances;restoration of the existing abutments; and soil stabilization, i.e., grouting, under and around the dams to preclude groundwater seepage. City of Miami Beach Resume RFQ No. 2018-097-KB page No Citywide Geotechnical and Laboratory July 30, 2018 110 Testing Services on an As-Needed Basis Luis A. Ponce, PE, CGC wood. Geotechnical Services Professional Summary Qualifications Mr. Luis Ponce is a Construction Manager and Senior Engineer with 29 years of Education experience in the construction and geotechnical engineering fields. Mr. Ponce Master of Science, has managed many complex engineering and construction projects throughout Construction Management, Florida, Georgia, Puerto Rico, and South America. Mr. Ponce's expertise includes Florida International construction planning, scheduling, technical oversight, value engineering, QA/QC, University, 2015 and field and laboratory data evaluation, as well as preparation of engineering Bachelor of Science, Civil recommendations for foundation design and construction for different types of Engineering/Transportation, projects, including residential and commercial developments, roadways, public University Laica, 1990 schools, office buildings, communication towers, and parking garages. Throughout his career, Mr. Ponce has provided technical oversight and directed Registrations/ engineers, engineering technicians, building inspectors, subcontractors, survey Certifications/Licenses teams, and drilling crews. He has valuable field and site management experience Professional Engineer, Florida with earthwork construction,deep and shallow foundations,earthen embankments, No.71723, New Hampshire roadways, and building construction projects. Mr. Ponce is very knowledgeable No. 12869 of geotechnical issues related to site development and earthwork construction, Certified General Contractor, and he also has ample experience on vertical construction means and methods,as Florida No. 1509404 well as code compliance and project management controls.In addition to being a Standard Building Inspector, Registered Professional Engineer in Florida and New Hampshire, Mr. Ponce holds Florida No. 3345 an active Commercial and Residential Building Inspector License (BN), and is a Certified General Contractor(CGC)in the State of Florida.He also has a Certification Certified Professional, Erosion as Structural Plans Examiner(ICC),and is a Certified Erosion Control professional in and Sediment Control, the State of Georgia. Georgia No. 6614 Certified Building Inspector, Experience Commercial and Residential Buildings, No. 5189975-B5 Stormwater Treatment Area 1-West Expansion No. 1 Project, Palm Beach Certified Plans Examiner/ County, Florida. Engineering During Construction. Plans Reviewer, No. 5253465- The Wood and MWH team,consultants for the design of the STA 1-West project,are B3 providing engineering during construction (EDC) services to SFWMD throughout Certified Radiation Safety the duration of the project's construction period.As EDC, responsibilities included Officer, Florida analysis of construction activities to ensure the design intent is adhered to; clarification of design components and review of technical submittals for compliance Radiation Safety and Use of with the design and construction contract, including providing additional design Nuclear Gauges Operator details of building components for use by the construction contractors;clarification Hazardous Materials, Florida and timely resolution of discrepancies in the drawings;review of building materials and equipment to be incorporated into the work; providing design drawings of Experience changes required for completion of the project; and certifying that the project is Wood: 2008 completed per the Florida professional engineer signed and sealed drawings and specifications. Industry: 1988 U.S. 27 RRR, from Miami-Dade/Broward County Line to North of Griffin Road MP 0.00 to MP 7.19, FPID No. 430603-1-52-01. Florida Department of Transportation,Broward County,Florida.Project Manager/Senior Geotechnical Engineer. Pavement coring evaluation and SPT borings,for the lighting improvements along U.S.27,near the intersections with Pines Boulevard,Sheridan Street,Taft Street,and Griffin Street, in Broward County, Florida. City of Miami Beach Resume RFQ No. 2018-097-KB Riga Citywide Geotechnical and Laboratory July 30, 2018 111 Testing Services on an As-Needed Basis Luis A. Ponce, PE, CGC Continued Sunset Strip,Nob Hill Road to Sunrise Boulevard, FPID No.430603-1-52-01,Florida Department of Transportation, Broward County, Florida. Project Manager/Senior Geotechnical Engineer. Geotechnical exploration and engineering analysis for the proposed school flasher and mast arm signal pole structure improvements throughout Broward County, Florida. Mast Arm Signal Structures/Intersection of SR 804 and Winchester Boulevard, FPID No. 437165-1-52-0, Florida Department of Transportation, Palm Beach County, Florida. Project Manager/Senior Geotechnical Engineer. Geotechnical exploration and engineering for the installation of new signal structures at the intersection of SR 804(Boynton Beach Boulevard) and Winchester Boulevard, in Boynton Beach, Palm Beach County, Florida. Lauderhill Mall and Broward County School Zone Proposed Mast Arm Improvements, FPID No.432866-1-58-01, Florida Department of Transportation, Broward County, Florida. Project Manager/Senior Geotechnical Engineer. Pavement coring evaluation for the eastbound and westbound travel lanes and the athletic parking area along Sunset Strip, from Nob Hill Road to Sunrise Boulevard, in Broward County, Florida. Connect Satellite Support Facility(No.73700)to Lighthouse Substation,Cape Canaveral Air Force Station, Florida. Construction Manager. project included the construction of a new medium voltage power distribution system to connect the Satellite Support Facility(SSF) to the Lighthouse Substation.The work involved installation of approximately.66 mile of new underground concrete encased ductbank, including directional boring and trenching through sensitive areas of protected species habitat; working within the confines of a secured, controlled access area; construction of a new addition to an existing mechanical/electrical room;and installation of a new MV transformer,feeders,and secondary electrical service, including an uninterruptible power supply systems(UPS). Construction Review and Management Services for Shoreline Dune Restoration Project, Brevard County, Florida. Construction Manager/Senior Engineer. Wood provided professional coastal engineering and related technical services for construction review and site management of dune repairs,including placement of up to approximately 235,000 cubic yards of sand renourishment along portions of the County's Mid Reach and South Beaches shoreline areas, pursuant to prior erosion impacts of Hurricane Sandy. Palmetto Station Traction Power Substation, Miami Dade Transportation/PARSONS, Miami. Project Manager/ Senior Engineer. Wood was requested to provide engineering support during the design and construction phases of the proposed MDT Palmetto Traction Power Substation in Miami, Florida. Managed civil and mechanical engineering support, QA/QC, and inspection services for the proposed power substation.The site was located at NW 79th Place and NW 77th Street,in Miami, Florida.The project is currently under execution, and has a 1.5-year duration. Quality Assurance Field Testing for the Rehabilitation of Taxiway"C"West Rehabilitation,Broward County Aviation Department, Broward County, Florida. Project Manager/Senior Engineer. The objective of this project was to perform quality assurance, including laboratory and field testing for the construction materials utilized to renovate Taxiway "C" at the FLL airport, as a means to verify the quality control testing that will be performed by the contractor performing the runways rehabilitation.In charge of coordination, project management, and engineering support for all QA field and laboratory data during project construction. Lakeside Ranch Stormwater Treatment Area Phase I,South Florida Water Management District,Florida.Construction Manager/Senior Engineer. Responsible for project/construction management and technical oversight of the QA/QC program, including structural and civil inspection services, controls during project execution, and value engineering as required by the client. Provided construction management, QA/QC, and inspection services during the construction of a new 2,700-acre STA site, located on the northeast shore of Lake Okeechobee and just east of U.S.441/98. City of Miami Beach Resume RFQ No 2018-097-KB Page No Citywide Geotechnical and Laboratory July 30, 2018 112 Testing Services on an As-Needed Basis Blayke Polselli wood. Geotechnical Services Professional Summary Qualifications Mr. Blayke Polselli joined Wood this year. Since joining the firm, he has been Education actively participating in the assessment of facilities for Collier County following Bachelor of Science, Geology, Hurricane Irma, as well as soil exploration and classification projects for South University Florida, 2017 Florida agencies. Mr. Polselli gained soil exploration, sampling, and laboratory experience through his field and research work for the University of Florida. Experience Experience Wood: 2017 Industry: 2017 Parks Facilities Damage Assessments, Collier County, Florida. Engineering Technician. SDE reports of the damlage e r assessing damage to park facilities and generating Software proficiency AutoCAD Quarry Sugar Subsurface Exploration, Florida Power & Light. Engineering Civil 3D Technician.Responsible for soil classification using USCS standards and generating bore logs using gINT. Public Works Facilities Assessments, Collier County, Florida. Engineering Technician. Responsible for assessing damage to public utilities and generating SDE reports of the damages. Student Assistant, Department of Geological Sciences, University of Florida, Gainesville. Responsibilities included sieving and picking samples for fish teeth and foraminifera;column chemistry isolating Nd, Sr,and Pb isotopes;and loading of samples on to TIMS and MC-ICPMS.Managed independent work schedule and collaborated in weekly lab meetings. Engaged in proper lab protocol to ensure rigorous research and safety standards. City of Miami Beach Resume RFQ No. 2018-097-KB mo Citywide Geotechnical and Laboratory July 30, 2018 a1 3 Testing Services on an As-Needed Basis 113 Coleman Bender wood. Geotechnical Services Professional Summary Qualifications Mr. Coleman Bender is a Staff Scientist for the West Palm Beach office. As a Staff Education Scientist,Mr.Bender is experienced in surface and groundwater quality,Threatened Bachelor of Arts, and Endangered species(T&E)monitoring/assessments,environmental restoration, Environmental Studies, Florida land management, petroleum delineation and remediation, canal construction/ Gulf Coast University, 2006 restoration, and water control structure construction and improvements. Mr. Bender has extensive South Florida water quality sampling/monitoring experience in accordance with Florida Department of Environmental Protection (FDEP) Field Registrations/ Standard Operating Procedures (SOP's) (DEP-SOP-001), and South Florida Water Certifications/Licenses Management District(SFWMD)Field Sampling Quality Manual(FSQM),and project TIN: B536112842900 specific SFWMD SOPs. HAZWOPER 40 Hour HAZWOPER 8 Hour Refresher Experience SFWMD Water Quality Lakeside Ranch Stormwater Treatment Area Phase I, South Florida Water Monitoring Sampling Management District, Indiantown. Construction Inspector/Staff Scientist. FDEP Florida Wetland Responsibilities included construction/earthwork inspection and all aspects of Delineation field construction materials testing. Staff scientist responsibilities included arsenic Florida Boating Safety groundwater sampling and supervision of endangered species removal. Wood FDOT CTQP Asphalt Paving provided construction management services during the construction of the Lakeside Technician Level I and II Ranch Stormwater Treatment Area North (STA) and S-650 Pump Station, located FDOT CTQP Earthwork east of Lake Okeechobee and west of SR 710(Bee Line Highway)on the boundary of Construction Inspection Level I Martin County and adjacent Okeechobee County.The STA encompasses 2,700 acres including a three-cell STA, distribution/outlet canals, and water control structures. FDOT Maintenance of Traffic The project included improvements for the L-64 and L-63 Canals, involving the Intermediate excavation of approximately 5,000 linear feet of canal below the control water ACI Concrete Field Testing elevation,partial reconstruction of approximately 4,120 linear feet of the L-64 Canal, Grade I and replacement of the culvert/road crossing at County Road 15B(structure S-667). In addition, S-650 Pump Station receives flow from the L-64 Canal and discharge Experience into the Lakeside Ranch STA distribution canal and into three inlet structures.5-650 Wood: 2006 Pump Station has a combined pumping capacity of approximately 250 cubic feet per second.The construction activities included earthwork and clearing operations, Industry: 2005 dewatering, and deep excavations, as well as temporary and permanent sheeting for the structure concrete construction (starting at elevation +3.0). C-41A Segment I, II, and III Canal Bank Stabilization, South Florida Water Management District, Lake Placid, Highlands County, Florida. Senior Construction Inspector. Responsibilities included construction inspection,documentation,communication, and all aspects of field construction materials testing. Project scope consisted of reconstruction and stabilization of existing canal banks;work included removing existing vegetation,excavation,backfill,compaction,and shaping of canal banks to 2.5H:1V slopes,installation of turf reinforcement mat and or rip rap on completed canal banks(for the entire length of the project),as well as completion of the canal appurtenants and collateral work. C-41A Canal, Segment I (9.36 miles of canal banks), Segment II (12.98 miles of canal banks), and Segment III (12.61 miles of canal banks). City of Miami Beach Resume RFQ No. 2018-097-KB Page Nu Citywide Geotechnical and Laboratory July 30, 2018 114 Testing Services on an As-Needed Basis Coleman Bender Continued C-44 Intake Canal, Philips and Jordan Inc., Indiantown, Florida. Quality Control Inspector. Philips and Jordan Inc.was contracted to construct the C-44 Intake Canal and Project Access Road for USACE. The work included excavation,earthwork, new canal excavation/construction,new roadway construction,and related infrastructure improvements. Wood was responsible for project quality control and testing services in accordance with USACE project specifications,including the operation of on-site construction materials testing laboratory.Responsibilities included on-site field earthwork/laboratory testing services, and asphalt roadway inspections. C-44 Geotechnical Investigation and Laboratory Testing, U.S.Army Corps of Engineers,Indiantown, Florida.Field Geotech. The planned design for the C-44 reservoir intended to utilize existing subsurface soils within the reservoir footprint as a borrow source during soil-cement production. Soil-cement would be utilized as an interior side-slope armoring during the reservoir construction. The findings of this study would support the erosion armoring design for the construction of the C-44 reservoir.The scope perform field and laboratory testing,reporting subsurface soils located in proposed borrow areas to be utilized in sand cement production.Responsibilities included documentation,logging,and sampling subsurface conditions within each stratigraphic soil sequence during test pit excavation. Rolling Meadows Parcel B Restoration,South Florida Water Management District,Lake Wales,Polk County,Florida. Inspector. A SFWMD project facilitating restoration and improvements to regional water flow into the Kissimmee Chain of Lakes.The project consists of removal and replacement of various water control structures and culverts,and improvements to various berms,ditches,access roads.Responsibilities include earthwork construction inspection and construction materials testing. USDA/NRCS Wetland Reserve Program, U.S.Department of Agriculture/National Resources Conservation Service, Various Locations in South and Central Florida. Field Geotech. Provided geotechnical investigation to facilitate restoration construction design. Responsibilities included geotechnical drilling, logging soils during drilling operations, and determination of drilling locations. Florida Power&Light Martin Plant, Siemens, Indiantown, Florida.Inspector. Responsibilities included augercast pile installation inspection, augercast pile load testing services, and quality control construction material testing services.The FPL Martin Plant was a facility and emissions improvement project.The overall project included construction of two electrostatic precipitators (ESPs)for Power Boiler Units 1 and 2, an ash silo building, MCC room,pipe racks,demolition of existing structures and foundations,and facility improvements.282-18 inch augercast piles were installed at Unit 1 with design lengths ranging from 58 ft. to 90 ft. 198 - 18 inch augercast piles were installed at Unit 2 with design lengths ranging from 58 feet to 79 feet and 8 inches. North Shore Trash Rake Project, South Florida Water Management District, Martin, Okeechobee, and Glades Counties, Florida.Inspector. Responsibilities include test pile and production pile installation monitoring of 24-inch and 18 inch square pre-stressed concrete piles and quality control construction materials testing services. The project was a facility improvements and refurbishment project for five existing SFWMD pump stations along the Lake Okeechobee Rim Canal in Martin,Okeechobee, and Glades counties. Improvements include trash rake installation, bridge construction, road construction, earthwork/ embankment construction,sanitary system improvements, and electrical improvements. Districtwide Geotechnical and Materials Testing Contract,Florida Department of Transportation District 4,Florida. Field Geotechnical Technician. FDOT has numerous new and ongoing construction, maintenance, and repair projects in District 4. Wood's contract responsibilities include supporting FDOT's construction efforts during design phases in the fields of geotechnical investigation, analysis and design, geotechnical inspection, and testing and analysis of projects under construction. Responsibilities include drilling oversight, geotechnical exploration, geotechnical monitoring of existing structures, MOT, and pavement coring/shallow subsurface exploration. City of Miami Beach Project RFQ No. 2018-097-KB Page No Citywide Geotechnical and Laboratory July 30, 2018 Testing Services on an As-Needed Basis 115 wood. Jose N. Quiroz Construction Materials Testing Services - Laboratory Manager Professional Summary Qualifications Mr.Jose Quiroz has more than 20 years of experience on various public, vertical, Education and roadway projects. He possesses numerous certifications from various Bachelor of Science, transportation and materials testing agencies and departments, including FDOT, Architecture, Universidad ACI,and PCI. Mr. Quiroz served as project manager/field operations manager for Mayor de San Simon, 1997 the Dulles Corridor Metrorail Project, Phase I and II, in addition to the Capitol Place Project in Washington, D.C.,which consisted of an entire block of multi high- rise residential and office building towers. His duties include special inspections, Registrations/ destructive and non-destructive testing, QA/QC monitoring, and coordinating Certifications/Licenses contractor's activities for schedule control and work assignments, as well as TIN: Q626434730870 reviewing field reports to ensure inspections were conducted in accordance with FDOT CTQP Earthwork the project plans and specifications. Construction Inspection Level I and Level II Experience FDOT CTQP Concrete Lab Technician Level I PortMiami Shed C Electrical Duct Bank, Miami-Dade County Public Works, ACI Concrete Field Technician I Miami Florida. CMT/Project Manager. The project includes the installation of a new electrical ductbank for an FPL ACI Concrete Strength vault that connects at Shed C from PortMiami (from the Norwegian Cruise Line Technician Level I Building to Cruise Terminal B).Wood was required to provide construction material PCI Level I testing services, including concrete testing (slump, temperature, air content, mix Nuclear Safety Certification duration,and cast concrete cylinders for compressive strength testing);structural WACEL Soils I, Concrete Level fill material; a proctor test at Wood's Miami Lakes laboratory; and a field density II Technician, Foundations, test utilizing a nuclear gauge for backfilled material, as well as asphalt testing Soils Laboratory, Concrete and placement inspection.The project was carried out with the help of a complex Laboratory, Structural water pumping system due to the high water table. The work was coordinated very closely with the contractor in order to provide services within the established Concrete Masonry schedule. The reports were distributed immediately to project stakeholders as a VDOT Concrete Field result of Wood's integrated reporting system, IMTS. Technician CETCO Waterproofing Contract E15-WASD-13 Administration Program, Miami-Dade County Water Inspector and Sewer Department, Florida. CMT/Project Manager. NICET Level I and II As a result of its Capital Improvement Program (CIP), Miami-Dade County processes numerous water and wastewater infrastructure projects, which will include approximately$730 during the next 10 years.Approximately 40 different Experience projects have been started since October 2016.The projects range from installation Wood: 2015 and renovation of new water and sewer systems and renovation, expansion, and Industry: 1998 improvement of pump stations, as well as the construction of new infrastructure and buildings. The program also includes geotechnical studies for new projects in the short-, medium-, and long-term. Wood has provided threshold/special inspection and construction material testing laboratory services. The work is coordinated very closely with the different project inspectors and representatives from the Water and Sewer Department (WASD) in order to provide our services within the required schedule.All reports are distributed immediately to all project stakeholders through the implementation of our integrated reporting system, IMTS. Palazzo Del Sol Project, Fisher Island, Miami, Florida. Project Manager. Palazzo Del Sol will be the first new condo on Miami's exclusive Fisher Island since 2007 and will be a luxury condo on the ultra-exclusive Fisher Island. This private City of Miami Beach Resume RFQ No. 2018-097-KB page No Citywide Geotechnical and Laboratory July 30, 2018 116 Testing Services on an As-Needed Basis Jose N. Quiroz Continued island, which is home to America's most expensive real estate, hasn't seen a new real estate development in recent years and there is a severe lack of larger residential units. Serving as project manager on the project. Responsibilities involve structure inspections, special inspections, testing materials, specifications, QM, plan drawings review including IFC, RFI, submittals, etc. Monitor and coordinate contractor's activities for schedule control/work assignment. Review field inspection reports; ensure the inspections are in accordance with the project plans and specifications for report preparation, certification documentation, cost, and file document control. Satellite E Improvements, Miami International Airport, Florida.Field Operations Manager and Special Inspector. This ongoing project consists of improved construction renovation of seven Gates and eight new elevator shafts at Satellite E. It also consists of a renovation of concrete pavement on top of stabilized subgrade and resurfacing asphalt near bay area for the above mentioned gates.Wood provided the necessary engineering oversight, special inspections for drill shafts, and construction certifications required by the Miami International Airport Authority and Miami Dade County for all drilled shafts, reinforcing steel,fireproofing,density,and concrete testing.Responsible for CMT operations, coordinating activities of testing and inspections, including drill shaft, stabilization subgrade, concrete paving, asphalt paving, elevator additions and other interior terminal upgrades, and fireproofing. Responsible for reviewing field inspection reports to ensure activities are in accordance to the project specifications,certification,and document control. Construction Services for the Dulles Corridor Metrorail Projects(Silver Line), Metropolitan Washington Airports Authority. Project Manager. The Dulles Corridor Metrorail Project is a 23-mile extension of Washington's existing Metrorail System.It is being built in two phases by the Metropolitan Washington Airports Authority (MWAA). Phase 1 of the new line opened on July 26, 2014, connecting East Falls Church with Tyson's Corner and Reston, Virginia's largest employment centers, with downtown Washington and Largo, Maryland. Known as the Silver Line, the extension is operated by the Metropolitan Washington Area Transit Authority(WMATA). Phase 2 will include six stations along 11.4 miles from the Wiehle-Reston East Station to Ashburn. Responsibilities included structure inspections;special inspections;testing of materials;review of specifications; quality management (QM); and plan and drawing reviews, including invitations for proposals (IFPS), requests for information (RFIs), and other submittals. Monitored and coordinated contractor's activities for schedule control and work assignments. Reviewed field reports and ensured inspections were in accordance with project plans and specifications. Terra Centre Elementary School Addition and Renovation, Fairfax County Public Schools, Architect: Stanmyre Noel Architects, Burke, Virginia. Field Operations Manager/Senior Special Inspector. The Terra Centre Elementary School project included additions and renovations that totaled 20,500 square feet of the existing 68,500-square-foot occupied school. Responsible for general contractor's project control and coordination. Performed construction inspections for foundations, sub-grade, building pads, utilities, soil bearing, reinforcing steel, masonry,floor flatness, non-destructive testing,structural fill,base,surfacing and paving,and impervious concrete.Also performed quality control; cost document control; review of drawings, submittals, and inspection reports. Reviews to ensure all inspections and construction activities were conducted in accordance with project plans and specifications Thoreau Middle School Addition and Renovation, Fairfax County Public Schools, Little Diversified Architectural Consulting, Vienna, Virginia. Field Operations Manager/Senior Special Inspector. Project consisted of a complete renovation, including a 3-story classroom addition, auxiliary gym addition, and an administrative/front entrance addition.Responsible for general contractor's project control and coordination.Performed construction inspections for foundations,sub-grade, building pads,utilities,soil bearing,reinforcing steel,masonry,floor flatness, non-destructive testing, structural fill, base, surfacing and paving, and impervious concrete. Also performed quality control; cost-document control; review of drawings, submittals, and inspection reports. Reviews to ensure all inspections and construction activities were conducted in accordance with project plans and specifications. City of Miami Beach Resume RFQ No. 2018-097-KB Citywide Geotechnical and Laboratory July 30, 2018 Page No 117 Testing Services on an As-Needed Basis wood. Hector Orue-Capdevila Construction Materials Testing Services - Laboratory/Field Technician Professional Summary Qualifications Mr.Hector Orue-Capdevila serves as an Engineering Technician.Since joining Wood, Education he has been working in the laboratory preparing and testing concrete, aggregate, Bachelor of Science, and soil specimens. Mr. Orue-Capdevila is also working as a consultant in the Mechanical Engineering, laboratory of FDOT District 4, preparing,testing,and reporting the results in LIMS. Central University of Las He has also been working in the field testing concrete and earthwork. Villas, 1995 Experience Registrations/ SR 821 (HEFT) Auxiliary Lanes from NW 74th Street to NW 106th Street (FM Certifications/Licenses 427685-1-52-01), Florida Department of Transportation Florida Turnpike TIN 0621320634550 Enterprise, Miami-Dade County, Florida. Laboratory Engineering Technician. FDOT CTQP Aggregate Base Project includes verification lab testing services for a roadway improvements that Testing Technician includes widening the road in both directions to add auxiliary lanes between NW FDOT CTQP LBR Technician 74th Street(Exit 31) and NW 106th Street(Exit 34); removal of unsuitable material to FDOT CTQP Qualified Sampler accommodate the new widening; construction of 3,200 linear feet of 18-foot-high Technician noise wall along the northbound direction;installation of overhead sign structures, signs,and pavement markings;ITS adjustments;and a new highway lighting system. FDOT CTQP Concrete Lab Technician Level I Port of Miami Tunnel (FM No. 251156-3-62-01), Florida Department of FDOT CTQP Earthwork Transportation District 6,Miami-Dade County,Florida.Laboratory Engineering Construction Inspection Level I Technician. FDOT CTQP Asphalt Plant Project included verification lab testing services for the installation and construction Technician Level I of an eastbound and westbound underwater tunnel connecting the Port of Miami FDOT CTQP Drilled Shaft (Dodge Island) to Watson Island, as well as connections to the Port of Miami Inspection roadway system and widening of McArthur Causeway Bridge. Service elements included construction engineering and inspection,construction management, and ACI Aggregate Base Testing materials sampling and testing services. Technician ACI Aggregate Testing I-595 Design Build, Florida Department of Transportation/Dragados USA, Technician Level I Florida. Engineering Technician. ACI Concrete Field Testing Serves as a quality control engineering technician providing laboratory support Technician Grade I for all in-house testing of specimens taken in the field. Worked directly with the ACI Concrete Strength laboratory manager in preparing the samples for further testing. Wood provided Technician full-time quality control construction management services along with field and laboratory sampling and testing as a subcontractor for a five-year FDOT project involving construction of 10.3 miles. Services include concrete field sampling and Experience testing; bridge, pier, and cap concrete inspections; lab concrete and soil testing; Wood: 2012 earthwork field inspections; testing, logging and reporting; asphalt roadway Industry: 2012 inspections; and tracking of LIMS reports and entries for all segments, along with quality control management of all services listed above. SR 821 (HEFT)Widening From North of SW 184th Street to South of SW 104th Street/SR 990 Design/Build, Florida Department of Transportation Florida Turnpike Enterprise, Miami-Dade County, Florida. Laboratory Engineering Technician. The project is a 1,148-day design/build contract at a cost of $145.3 million. The project includes the design,widening,and reconstruction of SR 821,the Homestead Extension of the Florida Turnpike(HEFT)from eight lanes to 12 lanes,including four new bridges, two third-level bridges, and seven bridge widening tasks. City of Miami Beach Resume RFQ No. 2018-097-KB Page No Citywide Geotechnical and Laboratory July 30, 2018 118 Testing Services on an As-Needed Basis wood.WA. Orellana Construction Materials Testing Services - Laboratory/Field Technician Professional Summary Qualifications Mr. Winston Oreliana is a Senior Engineering Technician responsible for running Registrations/ soil compaction tests (Proctors) and assists in overseeing the production of the Certifications/Licenses Proctors, LBR,and other soil laboratory procedures.Mr.Orellana's experience also TIN: 0645881691350 includes Wash 200s, liquid limit, plastic limit, organic content, and pH of soils. He FDOT CTQP Concrete Lab also verifies calculations run by other technicians and reports laboratory data. Technician Level I Mr. Oreliana has had technical training and hands-on experience in Wood's FDOT CTQP Aggregate Base concrete laboratory and is familiar with field testing, such as soil density using Testing Technician the nuclear gauge method, drive sleeve or sand cone, and concrete sampling, FDOT CTQP Aggregate slump, air content, and cylinder forming. In addition, he performs maintenance Testing Technician and calibration of laboratory equipment.Mr.Oreliana has five years of experience FDOT CTQP Qualified Sampler with FDOT District 4 and District 6 performing laboratory and field construction Technician materials testing. FDOT CTQP LBR Technician Experience FDOT CTQP Asphalt Plant Technician Level I 1-595 Design Build, Florida Department of Transportation/Dragados USA, ACI Concrete Strength Testing Florida. Laboratory Engineering Technician. Technician Performed for QA/QC soil testing,including embankments,base testing,limerock ACI Aggregate Base Testing bearing ratio (LBR)testing, select material testing and maximum dry density and Technician optimum moisture determination of soil sample.Conducts concrete compressive ACI Aggregate Field Testing strength testing when needed. Responsible for optimizing the client's technical Technician needs by ensuring that testing and results are completed with required standards and on a timely basis.Created a soil log to track all soil samples delivered to the lab ACI Aggregate Laboratory are properly labeled before testing begins.Wood provided full-time quality control Testing Technician Level I construction management services along with field and laboratory sampling and Certified Nuclear Safety and testing as a subcontractor for a five-year FDOT project involving construction of Transportation of Hazmat 10.3 miles. Services include concrete field sampling and testing, bridge, pier, cap Emergency Action Plan concrete Inspections, lab concrete and soil testing, earthwork field inspections, FEMA IS 00800.b (National testing,logging and reporting, asphalt roadway inspections and tracking of LIMS Response Framework) reports and entries for all segments along with quality control management of all services listed above. Experience North Bayshore Drive Testing Services, City of Miami, Florida. Laboratory Wood: 2000 Engineering Technician. Industry: 2000 Responsible for LBR testing, maximum dry density and optimum moisture determination of soil samples and concrete compressive strength testing. Project included performing earthwork testing services,density tests,laboratory proctor, sieve analysis, and concrete strength tests. Carol City Elementary School, Renovation and Maintenance, Miami-Dade County Public Schools, Miami, Florida. Senior Engineering Technician. Responsible for LBR, maximum dry density and optimum moisture determination of soil sample, sieve analysis and concrete compressive strength testing. The project also includes a new parent-drop off area and several maintenance items throughout the buildings. Field Density testing using the Nuclear Gauge method, LBR, Sieves, Organic content, concrete sampling, compressive strength testing, cylinder pick-up, organic content. City of Miami Beach Resume RFQ No. 2018-097-KB Paye N, Citywide Geotechnical and Laboratory July 30, 2018 119 Testing Services on an As-Needed Basis wood.TE. Vaca Construction Materials Testing Services - Field Technician Professional Summary Qualifications Mr. Teofilo Vaca has more than 30 years of experience in the engineering and Education construction industry as a Certified General Contractor and Senior Inspector. Mr. Bachelor of Civil Engineering, Vaca possesses expertise in the areas of threshold inspection and structural testing, Roadway, Universidad Central including post tension and prestress, precast, and double tee precast concrete, del Ecuador, 1980 as well as cast in place. He is knowledgeable in Florida building codes, including hurricane resistance requirements for parking garages. Mr. Vaca is also proficient in performing tests such as modified proctors, atterberg limits, moisture content, Registrations/ percent finer than No. 200 sieve, sieve analysis, and LBRs. His project experience Certifications/Licenses includes parking garages, parking decks, highways, and bridges. TIN:V200805510840 Certified Nuclear Safety and Experience Transportation of Hazmat FDOT CTQP Earthwork I-595 Design Build, Florida Department of Transportation/Dragados Florida. Construction Inspection Level Senior Engineering Technician. I and II Responsible for performing concrete sampling and testing, earthwork and asphalt FDOT CTQP Concrete Field operation, along with maintaining quality- assurance processes. Ensured and Technician Level I documented that work was being performed in accordance with the plans and specifications on all operations carried out. Conducted asphalt roadway paving FDOT CTQP Asphalt Paving operations and recording daily quality control reports and occasionally completing Technician Level I and II cross slope measurements and reporting.Wood provided full-time quality control FDOT CTQP Asphalt Plant construction management services, along with field and laboratory sampling and Technician Level I testing as a subcontractor for a five-year FDOT project involving construction of FDOT Certified Work Zone 10.3 miles. Services included concrete field sampling and testing, bridge, pier, cap Traffic Control concrete Inspections, lab concrete and soil testing, earthwork field inspections, ACI Concrete Field Technician I testing, logging and reporting, asphalt roadway inspections and tracking of LIMS reports, and entries for all segments along with quality control management. Experience Seaboard Marine Cargo Terminal Rehabilitation, Port of Miami-Dade, Miami, Wood: 2009 Florida. Senior Engineering Technician. Industry: 1979 Responsible for conducting concrete material testing and also in-place nuclear field soil density testing and laboratory proctor testing to confirm the compaction of soils were performed. Record all activities performed on a daily basis. Project includes CMT and inspection services and consists of the construction of a 7.96-acre paved container transfer facility located at the Seaboard Marine Cargo Terminal in the Port of Miami. Bob Graham Educational Center Materials Testing and Inspection,Miami-Dade County Public Schools, Miami Lakes, Florida.Senior Engineering Technician. Maintained field data for all concrete sampling and also performed in-place field density tests of the compacted fill.The lab executed proctor tests on backfill material and sieve analysis. Conducted visual inspections for roof fastener resisting testing (P105).Maintained free channels of communication with construction site supervisor and provided direction to other technicians. North Dade Middle School Construction Material Testing, Miami-Dade County Public Schools, Miami, Florida. Engineering Technician. Provided field inspections and testing of materials including backfill), reinforcing steel, welding, glazing frame, bolted connection, nelson stud, and masonry wall inspections. Kept daily records of all activities performed. City of Miami Beach Resume RFQ No. 2018-097-KB Page No Citywide Geotechnical and Laboratory July 30, 2018 120 Testing Services on an As-Needed Basis wood.Raul Fernandez Construction Materials Testing Services - Field Technician Professional Summary Qualifications Mr. Raul Fernandez actively participates in testing of concrete and soils and is Registrations/ experienced in model projects. Mr. Fernandez has worked on various commercial Certifications/Licenses projects throughout South Florida which include highways and streets,sewer and TIN: F655720680580 water systems, and other structures to ensure that their construction, alteration, ACI Grade I Concrete Field or repair complies with contract specifications. Testing Technician While with Wood,Mr.Fernandez has gained extensive experience in the inspection FDOT CTQP Concrete Field and testing of concrete, soils, drill shaft testing, and nuclear soil density gauge. Technician Level I He has also provided engineering inspection of structural concrete, fill soils and FDOT CTQP Earthwork pre-cast concrete plants.He has been a full-time field inspector at more than 100 Construction Inspection Level projects of all sizes for a variety of clients. I and II FDOT CTQP Drilled Shaft Experience Inspection Treatment Plant Construction Materials Testing and Inspection Services, Radiation Safety and Use of Miami-Dade Water and Sewer Authority, Florida. Senior Engineering Nuclear Gauges Operator Technician. Nuclear Safety and Wood serves as special inspector of record with respect to soil compaction on Transportation of HazMat several of the structures. Provided backfill monitoring to ensure removal of deleterious material and replacing with designer-specified backfill in specified Experience layers.Performed in-place nuclear field soil density testing and laboratory proctor Wood: 2001 testing to confirm the compaction of soils. Performed LBR, organic content, sieve Industry: 2001 analysis, soil classification, and Atterberg limits testing. When structures bear directly on the porous limerock of South Florida, also performed manual probing tests to ensure structures, roads, and utility trenches are not bearing on sand pockets or deleterious material. Provided field concrete testing and laboratory concrete compressive strength testing for the project on more than 75,000 cubic yards of concrete during a several year period. I-595 Corridor Improvement Program, AECOM/Florida Department of Transportation, Florida. Senior Engineering Technician. Responsible for concrete ACI,concrete CTQP, densities, density log book, sample extractions, LBR, sample extractions proctor, and daily log. Supervised other technicians,communicated with subcontractors, performed shaft drilling and pile driving, and served as zone leader of Segment D.Wood performed geotechnical exploration for I-595 Design-Build Project. Supported AECOM in the design of the I-595 Corridor Improvements Program Design-Build project. Project included improvements to 10 miles of I-595, including the addition of three reversible toll lanes,65 new and existing bridge widenings,and upgrades and improvements to existing roadways and ramps. Services included soil borings, laboratory testing, and geotechnical report preparation. The project geotechnical exploration included approximately 2,660 soil borings using up to eight drill rigs. Concrete Inspections and Comparison Tests, Miami-Dade Expressway Authority, Florida.Senior Engineering Technician. Performed verification concrete inspections.Recorded QC test results in the density log book. Perform comparison tests using QC, verifications, and independent assurance inspections as an earthwork technician. City of Miami Beach Resume RFQ No. 2018-097-KB page No Citywide Geotechnical and Laboratory July 30, 2018 121 Testing Services on an As-Needed Basis wood.John Estenoz Construction Materials Testing Services - Field Technician Professional Summary Qualifications With one year of service with Wood, Mr. John Estenoz has been able to gain Education experience within several areas, including materials testing, concrete field work, Broward College, 2011 and laboratory testing. His responsibilities include testing and inspecting fresh concrete,as well as compression strength testing. His responsibilities also include gathering soil samples and running sieve and proctor analysis.His experience also Registrations/ includes nuclear gauge field density testing of soil compaction,as well as asphalt Certifications/Licenses testing.While at Wood, Mr. Estenoz has provided CEI services for a major project TIN: E23546191 in Collier County. ACI Concrete Strength Testing ACI Concrete Field Testing Experience Hazmat Nuclear Safety • Shenandoah Phase B 6785-17-2914.042 Field Density Tests at various locations MOT Intermediate in pipe trench FDOT CTQP Earthwork Level I • Oak Grove Park Community Center 6785-17-2931.02 Field Density Test at pipe FDOT CTQP Concrete Lab trench for force main.Concrete Field Tests (various concrete pours) Technician Level I • PS-0418 6784-17-2936.16 Concrete Field Test(various concrete pours) • PS-0310 6784-17-2914.46 Concrete Field Test(various concrete pours) • PS-0836 6785-17-2914.04 Field Density Tests at various locations on site Experience • PS-0109 6784-17-2936.030 Concrete Field Test (various concrete pours) Wood: 2017 • Force main 0065 6785-17-2914.03 Field Density Test at various locations in pipe Industry: 2017 trench • Collier County NERPD 6788-17-2962 CEI • Keys Canal 75 Restoration 6783-17-3015 CEI • Smoke Test(various schools throughout Miami Dade)6783-16-2836.02 • Keys Soil Sampling 6783-18-3042.01 (Duck Key, Cudjoe Key) • Las Olas Parking Garage 6784-17-2958 concrete field test (various concrete pours) City of Miami Beach Resume RFQ No. 2018-097-KB P3g2No Citywide Geotechnical and Laboratory July 30, 2018 122 Testing Services on an As-Needed Basis wood. Valwin Knight Construction Materials Testing Services - Field Technician Professional Summary Qualifications A Senior Engineering Technician,Mr.Valwin Knight performs all field and laboratory Education tests required for soils and concrete.He is also experienced in the evaluation of soils Degree, General Studies, and concrete. His responsibilities include observations of reinforcing steel, soils, Claredon College, 1972 field concrete laboratory testing, and post-tensioning. Mr. Knight has provided inspections of foundation installation, including driven and auger-cast piles, as Registrations/ well as both threshold and special inspections under the Florida threshold law. Certifications/Licenses TIN: K523877540930 Experience Radiation Safety and Use of Fort Lauderdale-Hollywood International Airport Expansion of Runway Nuclear Gauges 9R-27L, Broward County Aviation Department/Parsons Transportation Group, Florida. Engineering Technician. Experience Earthwork, roadway, and utilities inspector for the South Runway aircraft/taxiway Wood: 2004 bridges,U.S.1 roadway and braided ramps.Monitored the Hilton Hotel demolition. Industry: 1990 Monitored and coordinated activities of the owner (QAMT) and contractors' QC testing labs. I-595 Design Build, Florida Department of Transportation/Dragados USA, Florida. Senior Engineering Technician. Performed quality control for soil and concrete. Responsibilities included geotechnical exploration, QC, and construction materials inspection and testing services as a subcontractor for a five-year FDOT project involving construction of 3 miles of HOT lanes on a three-lane highway. Provided administrative support for daily scheduling and communications. Lakeside Ranch Stormwater Treatment Area Phase I, South Florida Water Management District, Florida. Senior Engineering Technician. Responsible for maintaining field data and sampling concrete;performed density testing;provided oversight for various construction materials applications;tested on-site according to ASTM procedures;offered direction to other technicians;and maintained open communication with the construction site supervisor. Provided general engineering, professional services, and construction management as requested by client. The site was located on the northeast shore of Lake Okeechobee and east of U.S.441/98 in Martin County, Florida. Fairfield Inn and Suites Fort Pierce Hotel, OTO Development, LLC, Florida. Senior Engineering Technician. Maintained field data and sampling concrete;performed density testing;provided oversight for various construction materials applications;tested on site according to ASTM procedures;offered direction to other technicians and maintained open communication with the construction site supervisor.Provided vibro-replacement (stone column) monitoring, CMT, and threshold inspections for construction of a four-story, 111-room hotel with in-ground swimming pool. Dania Beach Construction Materials Testing,OTO Development, LLC, Florida. Engineering Technician. Responsibilities included logging of data as ground improvements and soil densities were performed. Provided CMT and reporting of test results on two hotels. City of Miami Beach Resume RFQ No. 2018-097-KB Page No Citywide Geotechnical and Laboratory July 30, 2018 123 Testing Services on an As-Needed Basis wood.MChacon Construction Materials Testing Services - Laboratory Technician Professional Summary Qualifications As a Laboratory Technician, Ms. Marcia Chacon is experienced in performing CMT Education in a laboratory environment. Typical tests performed by Ms. Chacon include LBR, Bachelor of Science, Geology, CBR, wash 200s, liquid and plastic limits (Atterberg limits), organic content, pH Oriente University, 1981 of soils, and compressive strength testing on concrete specimens. In addition to performing these tests,She is also responsible for maintaining laboratory equipment Registrations/ calibrations. Ms.Chacon has more than 20 years of experience in her field. Certifications/Licenses TIN:C250540569150 Experience ACI Aggregate Base Testing Lakeside Ranch Stormwater Treatment Area Phase I, South Florida Water Technician Management District, Florida. Laboratory Technician. ACI Aggregate Testing Responsible for general engineering, professional services, and construction Technician Level I management. The site is located on the northeast shore of Lake Okeechobee, ACI Concrete Laboratory just east of U.S. Highway 441/98 in Martin County, Florida, and is approximately Testing Technician Level I 2,700 acres in size. Performed concrete strength testing, LBR tests, proctor tests, ACI Concrete Strength Testing sieve analysis, and prepared field density test reports. Technician Spring Hill and Homewood Suites Hotels, OTO Development, LLC, Florida. FDOT CTQP Aggregate Base Laboratory Technician. Testing Technician Provided CMT and threshold inspection services for development of two five- FDOT CTQP Aggregate story hotels (Spring Hill Suites and Homewood Suites) at opposite corners of an Testing Technician intersection near I-95 in the West Palm Beach area.Each hotel covers approximately FDOT CTQP Qualified Sampler 96,000 square feet. Project included testing of soils/earthwork and concrete Technician masonry. Performed concrete strength testing, LBR tests, proctor tests, sieve FDOT CTQP Concrete Lab analysis, and prepared field density test reports. Technician Level I Geotechnical and Design Services, Port of Miami Improvement Program, FDOT CTQP Limerock Bearing Miami, Florida. Laboratory Technician. Ratio Technician Responsibilities included survey,geotechnical,and environmental exploration for FDOT CTQP Asphalt Plant the wharf upgrades. Performed 15 geotechnical borings with four-inch diameter Level I and II rock coring. Entered boring log data and performed laboratory tests which included Atterberg limits, grainsize analysis, and organic content. Experience Hampton Inn and Suites, OTO Development, LLC, Florida. Laboratory Wood: 2008 Technician. Industry: 1997 Performed CMT and threshold inspection services for five-story hotel covering approximately 62,500 square feet with outdoor swimming pool. Services include observation and lab testing of soils, concrete masonry and structural steel, and roofing inspections.Performed concrete strength testing, LBR tests,proctor tests, sieve analysis, and prepared field density test reports. Palm Beach Gardens Community High School,School District of Palm Beach County, Florida. Laboratory Technician. Provided CMT services for development of new high school complex adjacent to existing facility. New school includes classrooms, laboratories, administrative space,cafeteria,gymnasium,parking area,and other student and faculty amenities. Performed concrete strength testing, LBR tests, proctor tests, sieve analysis, and prepared field density test reports. City of Miami Beach Resume RFQ No. 2018-097-KB Page No Citywide Geotechnical and Laboratory July 30, 2018 124 Testing Services on an As-Needed Basis wood.Michael Lewkutz Construction Materials Testing Services - Asphalt Lead Professional Summary Qualifications Mr. Michael Lewkutz has more than 16 years of experience as a construction Education materials engineering technician. Mr. Lewkutz possesses engineering project Associate Degree, management experience and has assisted Professional Engineer's in developing Architectural Drafting, take-offs and proposals for construction materials testing projects. He has New England Institute of estimated projects and submitted proposals based on a project's scope of work Technology, 1998 and contract documents and has represented the company at various meetings.He has worked collaboratively with internal and external teams to ensure successful Registrations/ project outcomes.Mr.Lewkutz possesses extensive training and experience in soils, Certifications/Licenses concrete, and asphalt construction testing procedures - both on-site and in the TIN: L232544771320 laboratory. He is knowledgeable of all applicable ASTM and AASHTO standards. FDOT CTQP Asphalt Plant Experience Technician Level I and Level II FDOT CTQP Asphalt Paving Arden Development,Phillips&Jordan,Loxahatchee.Engineering Technician. Technician Level I and II The project included an asphalt pavement coring evaluation.Generated a proposal, FDOT CTQP Quality Control which included a cost estimate and scope of services. Worked closely with the Manager client to develop a coring layout plan. Performed laboratory analysis of cores and Nuclear Safety Certification submitted a detailed report to client. Reviewed and submitted client invoices consistent with the contract documents. Experience Village of Royal Palm Beach,Village Engineer, Royal Palm Beach.Engineering Wood: 2017 Technician. Industry: 2001 Provided asphalt plant and roadway inspection services.Monitored budget,as well as reviewed and submitted client invoices consistent with the contract documents. Isla Verde Paving Inspections,BHM Developments and Property Management, Wellington, Florida. Engineering Technician. Coordinated and supervised asphalt roadway quality control for client. Visited project to remain intimate with technician coverage and technical performance. Reviewed and submitted client invoices consistent with the contract documents. South Florida National Cemetery,Lake Worth,Florida Engineering Technician. Coordinated construction materials testing services for cemetery addition. Reviewed daily field reports from a technical oversight and project management role. Reviewed and submitted client invoices consistent with the contract documents. District IT Shelters, South Florida Water Management, Florida. Engineering Technician. Generated a proposal which included a cost estimate and scope of services. Coordinated construction materials testing services for client.Reviewed daily field reports from a technical oversight and Project Management role. Review and submitted client invoices consistent with the contract documents. Solid Waste Authority Control Station Renovation, Solid Waste Authority, Lake Worth, Florida. Engineering Technician. Coordinated construction materials testing services for client.Reviewed daily field reports from a technical oversight and Project Management role. Review and submitted client invoices consistent with the contract documents. City of Miami Beach Resume RFQ No. 2018-097-KB Page No Citywide Geotechnical and Laboratory July 30, 2018 125 Testing Services on an As-Needed Basis wood.YGarcia Construction Materials Testing Services - Asphalt Inspector Professional Summary Qualifications Mr. Yuslier Garcia has almost 10 years of experience as a construction materials Registrations/ engineering technician. He possesses extensive training and experience in soils Certifications/Licenses and asphalt construction and test procedures,both on-side and in the laboratory. TIN: G620960871640 He is knowledgeable in all of the applicable ASTM and AASHTO standards. FDOT CTQP Asphalt Plant Technician Level I and Level II Experience FDOT CTQP Asphalt Paving I-95 Resurfacing from Indiantown Road (SR 706) to Bridge Road (CR 708). Technician Level I and II Quality Control Technician. FDOT CTQP Earthwork Provided asphalt testing and quality control. Construction Inspection Level I and II Woolbright Road Interchange Improvement. Quality Control Technician. Nuclear Safety Certification Provided asphalt testing and quality control. State Road 717 (W. Canal Street), in the City of Belle Glade, to SR 15 (U.S. Experience 441), City of Pahokee, Florida. Quality Control Technician. Wood: 2017 Provided asphalt testing and quality control. Industry: 2008 Freeport International Airport, Bahamas. Quality Control Technician. Provided asphalt testing and quality control. City of Miami Beach Resume RFQ No. 2018-097-KB Page No Citywide Geotechnical and Laboratory July 30, 2018 126 Testing Services on an As-Needed Basis wood.ME. Font Construction Materials Testing Services - Asphalt Inspector Professional Summary Qualifications Mr.Manuel Font joined Wood this year.Since joining the firm, he has been actively Registrations/ participating in testing and inspection of asphalt and concrete on multiple FDOT Certifications/Licenses and MDX projects.Mr.Font has worked on various commercial projects throughout TIN: F530545953720 South Florida and has successfully completed CTQP Asphalt Plant Level I and II FDOT CTQP Asphalt Plant certification. Technician Level I and Level II Experience Experience I-75 Express Lanes Corridor-Wide ITS/Tolling Integration,Florida Department Wood: 2017 of Transportation District 4. Quality Control Technician. Industry: 2016 Managed materials testing activities. The project include the design and construction of corridor-wide ITS/Tolling Integration for the District 41-75 Express Lanes Project which extends from just north of NW 170th Street in Miami-Dade County at milepost 3.485 (Section 87075) to I-595 in Broward County for a total distance of approximately 15 miles. An adjacent District 6 I-75/SR 826 Express Lanes Design-Build Project(District 6 Segment)will extend from SR 836(Dolphin Expressway)to just north of NW 170th Street in Miami-Dade County. The overall I-75 Express Lanes Project consisted of the following individual projects: 1. Segments A&B(FPID Nos.421707-3-52-01,421707-8-52-01,421707-2-52-01)from north of NW 170th Street in Miami-Dade County to south of Miramar Parkway 2. Segment C(FPID No.421707-4-52-01)from south of Miramar Parkway to south of Sheridan Street 3. Segment D (FPID No. 421707-5-52-01) from south of Sheridan Street to north of Griffin Road 4.Segment E(FPID No.421707-6-52-01)from north of Griffin Road to I-595 5. District Six I-75/SR 826 Express Lanes Project(FPID No. 432687-1-52-01) from SR 836 (Dolphin Expressway) to north of NW 170th Street in Miami-Dade County. City of Miami Beach Resume RFQ No. 2018-097-KB Page No Citywide Geotechnical and Laboratory July 30, 2018 127 Testing Services on an As-Needed Basis wood. Augusto Poitevin, PhD, PE, SI Additional Inspection and Testing Services - Threshold Inspector Professional Summary Qualifications Dr. Augusto Poitevin is a senior engineer with more than twenty years of Education supervision, business development, and technical design experience. His broad- PhD, Structural Engineering, based responsibilities have included structural engineering projects such as University of Puerto Rico architectural and engineering (A&E);engineering and construction(E&C);seismic Mayaguez, 2009 and wind retrofit; and evaluation of existing structures. His responsibilities have Master of Science, Structural also included cost reduction strategies,peer reviews,and building inspections. Dr. Engineering, California State Poitevin possesses comprehensive experience on high-rise,multi-story residential, University, 1998 commercial, manufacturing, pharmaceutical, industrial, water and wastewater, energy, and power projects. He has extensive design experience in high seismic Bachelor of Science, Civil and hurricane regions. Engineering, California State University, 1996 Experience Registrations/ Miami Entertainment Complex,Community Redevelopment Agency, Miami, Certifications/Licenses Florida. Structural Engineer. Professional Engineer, Florida Project included retrofitting an existing 1946 warehouse structure to comply with No. 59048, Puerto Rico No. latest FBC. New tilt-up tower studio to accommodate 32,000 square feet sound 16501 studio. Special Inspector of Threshold CRA Overtown, Community Redevelopment Agency, Miami, Florida. Buildings, Florida No. SI59048 Structural Engineer. Project included a new 14 level parking and office building with a combination Experience of precast joist for gravity system and shear walls for lateral support on pile Wood: 2017 foundation. Industry: 1996 Baha Mar Hotel, Nassau, Bahamas. Structural Engineer. Project included structural design, support, retrofit, and remediation. Multiple Memberships/Affiliations additional structures and inspections for quality control purposes.Responsibilities American Society of Civil also included evaluation, and modifications to existing buildings and structures Engineers due to construction variances. American Institute of Steel Construction Cape Canaveral Evaluation, SpaceX, Cape Canaveral, Florida. Structural American Concrete Institute Engineer. Performed a structural evaluation,reports,and retrofit into several Cape Canaveral College of Engineers and facilities, including a launching tower,warehouses, office buildings, and a control Land Surveyors of Puerto Rico tower. American Association of Wind Engineering Echo Brickell, Miami, Florida. Project Manager/Structural Engineer. Florida Structural Engineering High-rise, 56 floors residential,tower with post-tension concrete slabs with shear Association walls as MWFRS.New composite steel transfer girders used to transfer gravity and lateral loads on the structure. Nine at Mary Brickell, Miami, Florida. Project Manager. Project involved an existing high-rise structure to continue construction after the project was halted in 2009. Existing structural conditions were evaluated. New computer models and analysis were necessary to determine the existing and future conditions of the building. Additional levels were explored. Retrofit and reinforcement of existing elements to withstand additional loads. City of Miami Beach Resume RFQ No. 2018-097-KB Page No Citywide Geotechnical and Laboratory July 30, 2018 128 Testing Services on an As-Needed Basis Larry Stebbins, CWI wood. Additional Inspection and Testing Services - Non-Destructive/Destructive Testing Professional Summary Qualifications Mr.Larry Stebbins is a Senior Technician with a broad range of current certifications Registrations/ including non-destructive testing in a variety of methods,welding inspection,and Certifications/Licenses protective coatings.His duties include destructive and non-destructive examination API 510 Pressure Vessels, No. and testing of various materials and equipment, forensic investigations (water 25807 damage, fire damage, roof collapse, and coatings failure), QA/QC, and project coordination. Prior to joining Wood, Mr. Stebbins worked through positions of API 570 Piping, No. 26428 increasing skill and responsibility, including positions as a certified welder, QC AWS/Certified Welding manager, and reliability inspector, as well as qualifying welders and welding Inspector, United States, No. procedures. He is a certified NACE corrosion technician involved in QA/QC for 07072181 a wide range of applications. In the QC role, Mr. Stebbins measures and records ASNT Level II MT/PT/UT data at every hold point, notifies the contractor of all non-conformances, and re- Straight Beam inspects all repairs.Additionally,he has been involved in corrosion control of steel NACE Corrosion Technician components and failure analysis of various coating systems. Experience Experience Wood: 2006 Ave Maria University and Village, Barron Collier Company, Florida.Welding Industry: 1971 Inspector. Wood provided geotechnical, CMT, and inspection services for construction of various educational, administrative, and related facilities comprising the new Memberships/Affiliations Catholic university's campus and adjoining town covering more than 4,000 American Welding Society acres. Other facilities include a student activities building; library; science/math National Association of building; recreational/athletic facilities; 22,000-square-foot K-12 school building; Corrosion Engineers 76,000-square-foot Great Church and oratory; and 17,700-square-foot town center,including residential facilities,underground utilities,and a water treatment plant. Responsible for conducting weld inspections and concrete density testing, and for reporting on a weekly or bi-weekly basis over several months. Deltona Store Construction Materials Testing and Inspection Services, Deltona, Florida. Welding Inspector. Wood provided CMT,inspection,and reporting for soils,paving,concrete,masonry, steel,and roofing in conjunction with construction of new retail facility.Responsible for performing steel weld inspections and inspections of concrete weekly throughout the construction phase. Submitted report of findings to contractor. Florida Hospital Altamonte Springs Building Addition, Altamonte Springs, Florida. CMT Coordinator. Wood provided CMT and threshold inspection services for planned eight-story hospital tower addition, including demolition of portions of existing structure. Responsible for performing twice-weekly steel inspections over a period of two months and submitting progress and condition reports to the contractor. Construction Materials Testing and Inspection Services,H.Lee Moffitt Cancer Center and Research Institute, Florida. Construction Inspector/Technician. Wood provided CMT, threshold inspection, roofing inspection, and structural steel inspection for construction of a four-story, 120,000-square-foot medical facility office building.Testing was conducted for soils, concrete, grout, masonry, and fire-resistant materials. Responsible for performing weld and structural steel inspections on construction, as well as the existing structure. City of Miami Beach Resume RFQ No. 2018-097-KB Citywide Geotechnical and Laboratory July 30, 2018 P`j9�NO Testing Services on an As-Needed Basis 129 wood.Deborah L. Franze, CWI Additional Inspection and Testing Services - Non-Destructive/Destructive Testing Professional Summary Qualifications Ms. Deborah Franze has several years of experience as a NACE Certified Coatings Registrations/ Inspector and AWS Certified Welding Inspector, as well as additional general Certifications/Licenses experience in the coatings industry. Her experience includes inspection and National Association of documentation through each process of blasting and coating and inspection Corrosion Engineers, Certified and testing of abrasives and coating. Additionally, Ms. Franze is experienced in Coatings Inspector Level III creating samples and testing on coated pipe,which include cathodic disbondment, Society for Protective adhesion pull, thermal analysis, moisture perm, backside contamination, and Coatings, Bridge Coatings porosity and hardness tests. She also has experience with testing for ambient Inspector conditions, blast profiles, wet film thickness and defibrillation threshold testing. Prior to joining Wood, Ms. Franze served as a U.S. Army personnel records Society for Protective specialist. Ms. Franze has experience as a senior inspector on various projects Coatings, C3 Lead Paint for the FDOT, such as Hillsborough Boulevard and the Commercial Boulevard Removal Bridges.In addition to her normal on-site coating inspection duties,she reviewed American Welding Society, contractor submittals and provided comments, entered daily information into Certified Associate Welding site manager, compiled final estimates for project engineer's review, logged and Inspector scanned contract documents into Hummingbird®, and monitored contractor's MOT for compliance with approved plans. Experience Experience Wood: 2008 Industry: 2003 Comfort Canal/Tamiami Bridge Rehabilitation, Florida Department of Transportation,Tampa, Florida.Quality Assurance Inspector. Responsible for performing shop quality assurance verification of fabrication and coatings on structural steel for the construction of the replacement bascule bridge. Responsibilities included verification of welding procedure specifications; welder qualifications;visual and non-destructive inspection of welds.Additionally, responsible for verification of ambient conditions, blast profiles, WFT, and DFT, plans and specifications interpretation, visual and non-destructive inspection of coatings,verification of paint specifications,and batch numbers,verification of pre- coat testing and procedures, mixing and application procedures, and preparation of reliable and accurate inspection reports. Atlanta Falcons Stadium, Canam Steel.Coatings Inspector. Wood providing quality assurance shop and field inspection of coatings on structural steel for the construction of an athletic stadium.Responsibilities include witnessing testing for ambient conditions, blast profiles, wet film thickness and defibrillation threshold testing,visual and non-destructive inspection of coatings,verifying paint specifications, verifying pre-coat testing and procedures, mixing and application procedures,and preparing reliable and accurate reports. Sunrise Boulevard Interchange Modification, Florida Department of Transportation, Plantation, Florida.Quality Assurance Inspector. Responsible for performing field quality assurance verification of welding anchor systems for bulkhead walls and preparation of accurate inspection reports. I-75 Express Lane Segment E, Florida Department of Transportation State Materials Office, Weston, Florida.Quality Assurance Inspector. Wood provided full-time quality assurance shop inspection of fabrication and coatings on structural steel for the construction of bridge girders. City of Miami Beach Resume RFQ No. 2018-097-KB Page No Citywide Geotechnical and Laboratory July 30, 2018 130 Testing Services on an As-Needed Basis 1 1 1 1 1 QEOSCAL. Oracio Riccobono, PE v i 1 1 1 1 v Drilling Services Professional Summary Qualifications Mr. Oracio Riccobono has more than 32 years of experience in geotechnical Education engineering for numerous transportation projects including roadways, highways, Master in Business railroads, marine, underground, and airport facilities. Experience includes Administration, Florida interpretation of subsurface conditions, planning and execution of laboratory International University, 2000 testing programs, geotechnical analysis and design of foundation elements of Master of Science in Civil structures, management of geotechnical projects and preparation of numerous Engineering, Geotechnical geotechnical reports providing conclusions and recommendations. Most recently, Specialization, Louisiana State he has executed and served as project geotechnical manager for numerous FDOT University,1987 projects for Districts 1,4, 5, 6,7 and Turnpike, as well as MDX. Bachelor of Science in Civil Experience Engineering, Louisiana State University, 1985 Districtwide Geotechnical and Materials Testing Contracts, From Monroe to Osceola Counties, Florida Department of Transportation Districts 4 and 6. Registrations/ Senior Geotechnical Engineer. Certifications/Licenses Responsible for executing more than 150 work orders for projects located in FDOT Professional Engineer, Florida Districts 4 & 6 for PD&E, final design and construction phases. The approximate No.49324 length of roadway coverage on this contract is about 300 miles from Monroe to Osceola Counties. Recent performance grade was 95%. Experience SR 907/Alton Road Improvements, From 5th Street to Michigan Avenue,City of Geosol: 2000 Miami Beach,Florida, Florida Department of Transportation District 6.Senior Industry: 1986 Geotechnical Engineer. Responsible for planning and executing the field exploration, laboratory testing programs,interpreting the test results,performing foundation analyses and design of two bridges,including the SR-836/MacArthur Causeway Off-Ramp to Alton Road and bridge over Collins Canal,approach embankments,MSE walls,temporary sheet pile walls, drainage structures,drainage pipes, roadway design and construction as well as miscellaneous structures. Prepared all of the geotechnical reports. Sanitary Sewage Force Main from City of Miami Beach to CDWWTP; Miami- Dade County, Florida.Senior Geotechnical Engineer. Responsible for geotechnical investigation along the tunnel alignment for preparation of Criteria Package for Design-Build of project. Services included performance of test borings, rock coring and packer testing for use in tunnel design. Swing Bridge Replacement over Tamiami Canal,PD&E and Final Design,Florida Department of Transportation District 6 and Miami-Dade County Department of Public Works. Senior Geotechnical Engineer. Responsible for planning and executing the field exploration and laboratory testing programs,interpreting the test results,performing foundation analyses and design of proposed bridge, seawalls and .5 mile of roadway improvements. FPID No. 250554-2-52-01: SR 5 V-Pier Bearing Replacement -Vicinity of MM 65, Long Key, Florida, Florida Department of Transportation District 6.Senior Geotechnical Engineer. Responsible for planning the over the ocean field exploration and laboratory testing programs,interpreting the test results,performing foundation analyses and design for temporary platforms. City of Miami Beach Resume RFQ No. 2018-097-KB Citywide Geotechnical and Laboratory July 30, 2018 F1 NI, Testing Services on an As-Needed Basis 131 1 1 1 1 0E01504, Inc. Adnan Ismail, PE • 1 1 1 1 Drilling Services Professional Summary Qualifications Mr.Adnan Ismail has 12 years of professional experience and has worked on numerous Education medium to large size geotechnical engineering projects for the public and private Master of Science in sectors. He is responsible for assisting senior geotechnical engineers including Civil Engineering, Florida planning,analysis and design of projects. Mr.Ismail's experience includes planning International University, 2013 of subsurface explorations and laboratory testing, data interpretation analysis and Bachelor of Science in design of foundation elements of numerous projects, such as roadways, airport Civil Engineering, Florida and railroad facilities. Most recently, Mr. Ismail has served as project geotechnical International University, 2006 engineer for numerous FDOT projects for Districts 1,4, 6,7 and Turnpike. Experience Registrations/ Certifications/Licenses Districtwide Geotechnical and Materials Testing Contracts,Monroe to Osceola Professional Engineer, Florida Counties, Florida Department of Transportation Districts 4 and 6. Project No. 76014 Geotechnical Engineer. Assisting on more than 150 work orders for projects located in FDOT Districts 4 Experience and 6 during PD&E,final design and construction phases along 300 miles.Includes Geosol: 2005 field exploration, laboratory testing, geotechnical analyses for roadways as well as preparation of geotechnical reports. Recent performance grade was 95%. Industry: 2005 SR 907/Alton Road Improvements,From 5th Street to Michigan Avenue,City of Miami Beach, Florida,Florida Department of Transportation District 6.Project Geotechnical Engineer. Assisting during PD&E,final design and construction phases.Responsible for planning and executing the field exploration, laboratory testing programs, interpreting the test results, performing foundation analyses and design of two bridges, including the SR-836/MacArthur Causeway Off-Ramp to Alton Road and bridge over Collins Canal, approach embankments, MSE walls, temporary sheet pile walls, drainage structures, drainage pipes, roadway design, and construction. SR 826/Palmetto Expressway PD&E Study,Miami,Florida.Project Geotechnical Engineer. Assisting on planning and execution of the field exploration and laboratory testing programs, interpreting the test results, performing geotechnical analyses for operational and safety improvements for SR 826, which includes lane additions, major interchange modifications, and special use lanes along 9 miles of SR 826 from SR 836 to I-95. SR 826 Section 2 Design-Build, from Sunset Drive to Bird Road, Miami-Dade County,Florida Department of Transportation District 6.Project Geotechnical Engineer. Assisting on planning and execution of the field exploration and laboratory testing programs,interpreting the test results,performing foundation analyses and design for 2.5 miles of roadway improvements including 8 bridges, embankments, MSE walls, noise walls and sign structures. SR-836/I-95 Interchange Improvements, Miami-Dade County, Florida Department of Transportation D6. Project Geotechnical Engineer. Assisting on execution of the field exploration and laboratory testing programs, interpreting the test results,performing foundation analyses and design. City of Miami Beach Resume RFQ No. 2018-097-KB Page No Citywide Geotechnical and Laboratory July 30, 2018 132 Testing Services on an As-Needed Basis wood.Melissa L. Santiesteban Clerical Services Professional Summary Qualifications Ms. Melissa Santiesteban works with Wood's Construction Services Department Education and has experience working on multiple commercial, municipal, FDOT, and FDEP Associate in Arts, Psychology, CEI projects.Her responsibilities for commercial construction include management Miami Dade College, 2012 of field density reporting files and data input, scheduling of inspection staff, reviewing and finalizing client invoices as well as generating laboratory reports for soil and concrete related laboratory tests through IMTS. Registrations/ Certifications/Licenses As support for Wood's South Florida operations, Ms. Santiesteban is also Integrated Materials Testing responsible for timesheet management and entry for roadway and bridge System inspectors and construction materials laboratory staff. FDOT Laboratory Information Management System Level II Experience FDOT Consultant Invoice Transmittal System Districtwide Construction Materials Contract, Florida Department of FDOT Hummingbird Data Transportation Districts 4 and 6, South Florida. Project Coordinator. System Assists project manager with task work order management, laboratory data input into the state's LIMS, invoicing within CITS and documentation, and general administrative support that includes internal setups of project tasks, assignment Experience of task budgets, and file management. Wood: 2006 Industry: 2006 SR 5A Key West Reconstruction Construction Engineering Inspection and Project Management, Florida Department of Transportation, Key West. Project Residence Compliance Specialist. Responsible for project compliance and archive software "Hummingbird" for overall project. In addition, responsible for EEO compliance documents and contractor compliance records for EEO and wage rate related issues. Turnpike Enterprise Construction and Materials Engineering Management, Florida Turnpike Enterprise, Various Locations in South and Central Florida. Project Management Assistant. Assisted project manager with all laboratory data input into the State LIMS,billing and invoicing documentation,and compiling personnel approval requests,as well as project coordinating support that includes internal setups of project tasks, assignment of task budgets, and file management. I-595 Design Build, Florida Department of Transportation/Dragados USA, Davie, Florida.Technical Administrative Assistant. Assisted project manager with all laboratory data input into the Florida LIMS, invoicing documentation, compiling personnel approval requests, management of additional change orders, and general administrative support that includes internal setups of project tasks,assignment of task budgets,and file management. Marathon Key Roadways and Bridges Construction, Engineering and Inspection Services, Florida Department of Transportation District 6/Metric Engineering, Inc., Marathon, Florida. Resident Compliance Specialist Assistant. Responsible for training current RCS personnel on project compliance and archiving software"Hummingbird"for multiple projects under one contract, each invoiced and tracked separately. City of Miami Beach Resume RFQ No. 2018-097-KB Page No Citywide Geotechnical and Laboratory July 30, 2018 133 Testing Services on an As-Needed Basis wood.Criztol Lopez Clerical Services Professional Summary Qualifications Ms. Criztol Lopez works with Wood's Construction Services Department and has Education experience working on FDOT quality control projects, as well as lab verification, Bachelor of Medical Science, commercial, municipal, and FDEP CEI projects. Her responsibilities include Nursing, Kieser University, administrative support on current MDX and FDOT contracts, working within the 2012 state billing system (CITS), managing invoicing, generating laboratory reports for soil and concrete related laboratory tests, managing and inputting data into the state's Laboratory Information Management System (LIMS), and scheduling and Registrations/ daily management of roadway, bridges, and foundation inspections. Certifications/Licenses FDOT Laboratory Information Her experience as a resident compliance specialist (RCS) reflects that she is Management System Level II knowledgeable about Equal Employment Opportunity (EEO) requirements such FDOT Concrete Management as review of certified payrolls, wage compliance, and on-the-job training. In Software addition, she is adept at monitoring federally-funded contracts to guarantee Soil Density System compliance with FDOT regulations by ensuring contractors are provided on-the- (Laboratory Management job training; maintaining training schedules and trainee progress; interviewing Software) employees, ensuring that their wages and deductions are in compliance with FDOT Consultant Invoice the U.S. Department of Labor; reviewing payroll for accuracy and maintaining Transmittal System the payroll log; and ensuring contractors are in compliance with the FDOT EEO/ AA Program by maintaining certifications and issuing non-compliance letters to Statewide Training Program contractors when necessary. for Florida RCS EEO-DBE-OJT and Payroll Experience Requirements Overview Course Materials Engineering and Testing Services for SR 836 Operational,Capacity, LIMS Module Training and Interchange Improvements, MDX, Florida. Project Coordinator. MAC Seminar Training Assists project manager with task work order management and general administrative support, including internal setups of project tasks, assignment of RCS Payroll Monitoring task budgets,and file management.Responsible for compiling personnel approval Course requests, reviewing and finalizing client invoices, and generating laboratory RCS' Use of the EOC System reports for soil and concrete related laboratory tests. Course Safe Routes to School LAP,Village of Pinecrest, Florida.Resident Compliance Experience Specialist/Technical Administrative Assistant. Wood: 2011 Responsible for monitoring federally-funded contracts to guarantee compliance with FDOT regulations, interviewing employees, ensuring that their wages and Industry: 2011 deductions are in compliance with the U.S. Department of Labor; reviewing payroll for accuracy and maintaining the payroll log and ensuring contractors are in compliance with the FDOT EEO/AA Program by maintaining certifications and issuing non-compliance letters to contractors when necessary. In addition, responsible for general administrative support that includes internal setups of project,assignment of project budgets,file management scheduling of inspection staff, reviewing and finalizing client invoices, and generating laboratory reports for soil and concrete related laboratory tests. STA 1 West, MWH Americas, Inc., Atlantic, Florida. Project Administrator. Responsible for general administrative support, including internal setups of projects,phases,and tasks,assignment of project budgets,and file management. Responsible for compiling personnel approval requests,management of additional change orders, and reviewing and finalizing client invoices. City of Miami Beach Resume RFQ No. 2018-097-KB Page No Citywide Geotechnical and Laboratory July 30, 2018 134 Testing Services on an As-Needed Basis 2.2.1 Miami-Dade County or the State of Florida Licensure(s) or Certificate(s) State of Florida State of Florida Board of Professional Engineers Board of Professional Engineers Attests that Attests that Alexander Rojas,P.E. Ricardo Fraxedas,P.E. 3 Is licensed as a Professional Engineer under Chapter 471,Florida Statutes Is licensed as a Professional Engineer under Chapter 471,Florida Statutes Expiration:2 ts:tttt P.E.Le.No: Eapitades 2125/21t9 P.E.Lia.No: Audit No: 2212a1tlSit1 II 75774 Aatdt Na 2201901317 R 43287 1 State of Florida State of Florida Board of Professional Engineers Board of Professional Engineers Attests that Attests that James Alan Horton,P.E. Brian Scott Hathaway,P.E. Is licensed as a Professional Engineer under Chapter 471,Florida Statutes Is licensed as a Professional Engineer under Chapter 471,Florida Statutes Expiration:2/25/2019 P.E.lie.No: Espindm:2/28/20n P.E.Lit.No: Audit No: 328201922079 R 23315 AOdh No: 2=t20t920=t3 2 151:%24 State of Florida .State of Florda Board of Professional Engineers Board of Professional Engineers Attests that Atte.ts that James Anthony Baiges,P.E. James Lewis Brown,P.E. A Is licensed as a Professional Engineer under Chapter 471,Florida Statutes Is licensed a.a ProfessionalEngineer under Chapter 471,Florida Statutes Expiration:1128;taw P.E.Lica Nap Audit No nabeta0uu 79124 Expired=2/31/2015 EE.Lie.No: Audit No: 228211+34692 1 83320 State of Florida State of Florida Board of Professional Engineers Board of Professional Engineers Attest.that Attests that Walter II.Faulk Jr.,P.E. i i 3E Augusto Poitevin,P.E. Is licensed as a Professional Engineer ander Chapter 471,Florida Statute* L licensed as a Professional Engineer soder Chapter 471,Florida Sesames Expiration:2;28 21)' P.E.Lie.No: 2/211/2019 Pi/!Us.10x: Audit No 22100t9t'194 F 69084 A.drgNo ml„. SIM +_tvu 51 SPECIAL INSPECTOR same tate ofFlorida Board of Professional Engineers Aw American Welding Society" Attests that Luis Alberto Ponce,P.E. CCIV-1.,/hal W'e''w Imp"tut Is licensed as a Professional Engineer under Chapter 471,Florida Statutes Alex Rojas E tpn.uao _ P.E.Lie.Nat . •1723 has complid with the requirements of,A'WS QC'2, StatufarifforylIVS Certification of M1Nefaing Inspectors STOIC Or II fRIOA ^CrAR'vrsT Or R.,SIN'Sl 420 I'ROIESSIONAL REGULATION ' NSTR»ITIC.:i^.I111,,/,I IC.0 NS,,,ROAR») 08061141 a 0 sd- The GENERAL CONTRACTOR Named beo.NISCERTIFIEOJune 1 2020 6„�Z,.i-L'- - :eve,Re t CSIton et Chanter 48B F'i ••,�x uw,w.un Aaxa .,raw rtar.tnitsalwio E.eratoe„ale AUG lt,20,5 PONCE CutsALOERTO P. 0 �� orirroir,tnr,rao• AMSC FOSTER KSEELERENVIRONMENT S,57RASTRUCTURE.ISC �t� • 1'75 isrrveOOI7 ORW.STC 100 '919 4.., AL„NARETTA GA30009 i• . I .. .. ,... fait-. t .. City of Miami Beach Experience and RFQ No. 2018-097-KB Page No Citywide Geotechnical and Laboratory30, 2018 Qualifications July 135 Testing Services on an As-Needed Basis AWS's Free Online Certification Pr lir 4 Verification Service cleanRTIFICATION „, \ A American Welding Society Pleaseentera ertifcatonnumberbelow alongwdhthelast UIKCHECKK/ name of the individual 10 be verified The certihcahon number be found on a wallet card or wall certificate provided by the individual The search wilt return the certification number.name O 4;ert fie.,taut 16s1Jing rnrp.vru, _ and expiration date for each certification held by that individual Larry P Stebbins ismercampfire u;lhtfersnut tu„f,4 t.S''iy_,, Deborah L Franze .1'twrWuni fnr;iM1L:'S,er tftc rtren o f tt'raing Inspecturt Cart.No. Valid Expiration Status Cert-Description Visual Acuity' Eye Form .' from Date 07072181 13110331 Nov Nov 2019 Active Certified Welding Without .tun 2D1i IIMINrxexwa `a.naw.M. " 2013 Inspector(CWI) Correction/Coke July a _12019 _ . IL -- T., Vision # ,.w..ra. ma,rw • • • 7 _ .= -�_ _.. . . 1 dpr DBPR ONLINE SERVICES . Log Oil SAO as Alf 711121 Search for a Licensee Apply for a License View Application Status Find Exam Information I icensee Details File a Complaint Licensee Information AB&T Delinquent Invoice&Activity name: RICCOBONO,ORACIO(Primary Name) List Search Main Address: 5168 LAKEWOOD DRIVE COOPER CITY Florida 33330 County: BRO W ARD License Mailing: • LicenseLocation: License Information License Type: Professional Engineer Rank: Prof Engineer License Number: 49324 Status: Current,Active Licensure Date: 07/13/1995 Expires: 02/28/2019 _._069 on __-- -- ____— ___ Home - i 95 :5A.. Search for a Licensee Apply for a License View Application Status Find Exam Information licensee Details Fite a Complaint Licensee Information AB&T Delinquent Invoice&Activity Name. ISMAIL,ADNAN A.(Primary Name) List Search Main Address: 17916-C NW 67TH AVENUE,C HIALEAH Florida 33015 County: DADE License Mailing: 5795 NW 151ST STREET SUITE A MIAMI LAKES FL 33174 County: DADE LicenseLocation: License Information License Type: Professional Engineer Rank: Prof Engineer License Humber: 76014 Status: Current,Active Licensure Date 05/26/2013 Expires: 02/28/2019 Special Qualifications Qualification Effective Civil 07/29/2011 City of Miami Beach Experience and RFQ No. 2018-097-KB Page Ho Citywide Geotechnical and LaboratoryJuly30, 2018 Y Qualifications 136 Testing Services on an As-Needed Basis f.1. .411;, -_.1._ Y/ �W _ i1hot :4a, Ifrigier'' 4 lik la t .r r+ ,40f... � � y � t w.0.., &..4,,,,,. ..,:•;. j s r 1 4 f - rjs ' r: x011i s rct� ,cS'- E �y. or.'",,, .. #? .4p y '6, •� ') li . \,,4 . . N ve Il f c!'Ehi`i♦� t i P�,.f 7. ,". ., .. -1:4.19•.046r .. AIL of \_. . ••1 •f�,,,i,f.'{dI. 't` •.�t\ tF , e.4 ., �. _ ie. •• ,. ..<t.__`., •-i�F K6 d Q Cl O D- Tab 3 O co ".< 0_ Approach and Methodology Approach and Methodology Wood will be expected to act as an extension to the City of Miami Beach (City's) available resources, as well as coordinate and communicate concisely with the City's project managers and representatives. Our primary responsibilities will include performing tasks, solving problems, and addressing project I have had concerns in a timely and cost effective manner. numerous occasions Wood knows that the City will determine "quality" and that understanding and to witness (Wood's) anticipating your needs is the key to providing a quality product.We have placed a major emphasis on developing our project management team with the proper professionalism as experience and technical support to handle the your needs.Effective communication they performed and the development of an accurate understanding of the City's intentions and CEI and CMT work expectations will be our project approach for each task work assignment. in our County. Project Approach (Wood) is a firm that We propose to provide a single,direct point of contact, Mr.Alexander Rojas, PE, AVS, CWI, to act as the project manager and be responsible for corresponding believes that a well directly with the respective contact from the City of Miami Beach. Mr. Brian S. performed job is Hathaway, PE, and Mr. Ricardo Fraxedas, PE will serve as emergency, backup a job that requires points of contact for the City, in the event Mr. Rojas cannot be immediately contacted. participation as well as observation." Mr.Rojas will meet with the City's representatives within 48 hours following receipt of a Task Order or similar document, to discuss and assist in the development of Warrick L. Sams the scope of work for each task order.With a clear understanding of the requested Senior Project Manager scope of services, Mr.Rojas'team will prepare a written technical proposal that will Department of include specific details related to the work,the organization structure of our team, Engineering and Public necessary resources and equipment required to perform the work,a schedule that Works identifies time tables of field services and technical deliverables submittal dates. Clay County, Florida Our proposal will include a cost breakdown of the anticipated labor and testing services based on the proposed Scope of Work(SOW)and in accordance with our negotiated rate schedule. Following acceptance of our negotiated SOW, Mr. Rojas • will assemble the technical and qualified project team suited for the work details . and coordinate the commencement of our services with the City's project manager or designated representatives. t . Following receipt of the Notice to Proceed, Mr. Rojas will set up and assign a y;.° o• i, Wood project identification number in our electronic cost accounting system. Our controls software allows our project manager to establish and track project .•-- • budgets based on project specific task assignments. '.-1 r Mr. Rojas will obtain and review project specific technical documentation and i : _ construction standards, and assemble the project team based on the project " specific scope of services.Mr.Rojas and our task leads, Mr.Hathway, Mr.Quiroz,and r'- ll��,.•> Mr. Poitivin will meet and discuss the scope of the work and project schedule and d prepare a project workbook that summarizes pertinent project information such as Wood's project team,client contact information,site location map,project budget, - project task assignments, cost tracking system, project specifications, laboratory ,. City of Miami Beach Approach and Methodology RFQ No. 2018-097-KB P,y2 No Citywide Geotechnical and Laboratory July 30, 2018 137 Testing Services on an As-Needed Basis test results, and project deficiencies. The workbooks are ' utilized by team members as a tool for quick reference ...1 ,=- '� to project specific tasks and project testingrequirements. x — Mr. Rojas will lead the kick-off meeting and will discuss - l �� r the implementation of our field services and scope of " > r'` ,,/ work. Direct cell phone numbers of Mr. Rojas and the `7_ 'tea . '. - `- task managers will be provided to the construction team R. �,?5\0 '" ' in the event that Wood personnel need to be contacted ""` - '. ik outside of standard hours of operation.An electronic daily - - _ ..,& t , 1, j5 schedule is utilized by our field service team to track project ='-''' �. - daily assignments.Our Field Services Manager coordinates •�- r and finalizes our personnel field assignments, based on ��,.rar J _ -Y' , the schedule,the evening of the preceding day.Calibrated _ti-- , ` field equipment and all necessary testing specifications are - „„,---ft. ti: r prepared and reviewed with our field service crews prior .4 _ • , .. �' ; to their field assignments by our laboratory manager and _•,,. ,-:. ;' , ; , - - {.. technical engineers. '4* . 4 ii City Involvement i: — R, Our approach and methodology for achieving project ` success would be difficult to implement without , _ involvement of the City's representatives. Since Mr. Rojas will have an active role in the technical oversight of each Daily testing and inspection monitoring documents are task order, he will be able to provide the City staff with reviewed by the field services manager within 24 hours specific details of the work items and/or issues as they are following the completion of our field services. occurring.Project updates and coordination will be critical to ensure that the benchmarks established by the City, at Testing and inspection data is then organized into specific the project's commencement, are fully implemented and project files and testing/inspection reports are prepared maintained. by our clerical staff. The data reports are reviewed by licensed professional engineers and signed and sealed for The involvement of the City's staff regarding the accepted distribution within one week of the construction event.All procedures and standards is also critical when tailoring testing deficiencies are reported within 24 hours following our reporting formats to the City's protocols and desired the completion of the work assignment. deliverable formats. Mr. Rojas and his administrative assistants will prepare a Our project team will monitor performance, act as liaison hard file copy and project documents are scanned and between regulators and the City, and make certain that saved daily on our office server.Wood uses an electronic the City's needs are met. By establishing consistent data filing and recovery system for project documents communication with the City personnel, we will drive and correspondence. Mr. Rojas will review invoices prior successful projects and facilitate systems that keep project to delivery. Invoices are typically delivered monthly, or as milestones on track, on time, and within budget. negotiated in the proposal. Each invoice is prepared so that the individual personnel labor, date of service, and Methodology for Implementing and Accomplishing billing rate are easily accountable. We can attach project the Project distribution reports to invoices, if desired. Project updates will be provided at intervals requested by the City representatives,and Mr.Rojas will also be available Our team will support the City in the completion of detailed to make site visits and provide on-site technical assistance engineering associated with its capital development as needed or requested. program. We have experience working on a variety of projects similar to those generally anticipated for this Our field technicians will keep a daily construction contract. monitoring log of the testing and construction events during each day of our field assignments. In addition to Project Methodology daily events logs, our personnel record the time they Geotechnical Services arrive at the site and when they depart. A copy of our Site Reconnaissance field forms wil provided to the your representative prior to It is our standard practice to perform a detailed site our site departure and a detailed discussion of all testing/ reconnaissance prior finalizing our field exploration plans inspection results and all deficiencies will be reviewed. and/or mobilizing any exploration equipment. Our site City of Miami Beach Approach and Methodology RFQ No. 2018-097-KB Pice rl Citywide Geotechnical and Laboratory July 30, 2018 138 Testing Services on an As-Needed Basis reconnaissance program typically includes an initial desktop review of available historical site information, which may include pervious subsurface information, USGS soil site survey information, existing site or adjacent geotechnical borings, site topographic information, available structural . and/or utility plans, and historical and current aerial ` - • photographs. Important historical and valuable site • ...•. e •."t. development information can be gained during this IBMi phase. The desktop study is then followed by a site visit/ ► "-`'r,; r evaluation that is performed by our staff experienced 4 with field exploration equipment and knowledgeable of g .1110. t -. our planned scope of services. We review the existing • , --,°1-sr-;9' :`' site conditions to evaluate site access and equipment - -r" mobilization concerns, site drainage, identify overhead . �,.,f` . and potential underground utilities and/or obstructions, ,6 .-`,� :.k - - ' "�=' r- and other site safety concerns or conditions that can •-. ', `:" µ - ,, hinder or impact our ability to perform our planned '-:- / -' 1T --Y.� ..„ ..-4-4.7-4,.-'<—,--- 1 j-v ti. exploration services. During our site reconnaissance, our ,, :-...44t,-,:,:_._', field representatives will identify the location of planned , �; '/ . ' `',' r__� borings with the use of existing site features, measuring ri.7A °:': €. ,t- it'4a tools and with a handheld global positioning system(GPS) device and mark the locations in the he field with survey Drilling and Geophysical Surveys laths,survey flagging along with white marking paint.The Wood has chosen Geosol, Inc. (Geosol) to assist with exploration locations and information obtained during drilling activities and geophysical surveys necessary our site visit is later used to perform a site specific utility to fulfill the needs of this contract. Geosol is a small clearance and conflict resolution services. professional firm that was established in 2000. Since its inception, the firm has grown from two to 12 employees. Field Exploration The firm provides geotechnical engineering, drilling and After our team receives City approval of the work testing services, including subsurface exploration studies, order and notice to proceed, we will mobilize to the laboratory testing, engineering, consulting, and design of site and perform the field exploration services. Prior to foundation systems.The firm has a reputation for providing commencement of the work, the Wood project manager high quality, creative, and cost effective geotechnical and the on-site personnel will complete a job safety review engineering solutions for clients in the private and public to identify potential safety hazards and to take appropriate sectors. measures to reduce risks of injury.Tailgate safety meetings will also be held daily as the project progresses. The field Engineering Analysis and Recommendations exploration may include: The Wood team will perform applicable geotechnical engineering analysis for assigned work orders. Our • Boring layout using GPS equipment(or by survey, if that experienced engineering staff can perform a full range of level of accuracy is required) analyses including: • Standard penetration test borings • Rock coring (4-inch) • Seepage • Undisturbed sampling • Stability • Muck probes • Immediate, consolidation, and secondary (creep) • Backhoe observation pits settlement • Geoprobe - soil and groundwater sampling • Dam and levee embankment design • Piezometer/monitoring well installation • Soil/structure interaction • In-situ permeability testing (recharge and pumping • Deep foundation design -driven, auger-cast, mini and testing) drilled piles • Vane shear testing • Grout design • Flat blade dilatometer testing • Dewatering system design • Cone penetrometer testing • Shallow and mat foundation design • Down hole or cross hole seismic testing • Roadway design • Field resistivity testing • Earth retention structure design • Ground penetrating radar Recommendations for construction materials, placement, Soil boring logs and soil profiles will be provided using and sequencing will be addressed as part of our design GINT Software. analyses. Our geotechnical engineers are accustomed to City of Miami Beach Approach and Methodology RFQ No. 2018-097-KB P, eNu Citywide Geotechnical and Laboratory July 30, 2018 Testing Services on an As-Needed Basis 139 providing practical, economical solutions to geotechnical design issues using on-site materials and common construction techniques to the greatest extent possible. ,; 1 Reporting Our team will issue a draft geotechnical report to the City ` for its review after completion of drilling, lab testing, and engineering analysis. A typical geotechnical report will include the following sections: • • Introction I • Geologic and hydrogeologic setting • Site physiography • Field investigation .,.` 1 • Laboratory testing , .444 • Engineering evaluations 1444 `� Y • Recommendations A typical geotechnical report will also include appendices containing detailed GINT boring logs, summary boring _, - -- profiles, laboratory test results, and detailed results of oro' - - i -111 visa engineering analyses.Wood will be available to present the •/ 4 : I report findings and to respond to any review comments .140. *4 °—immi "` " .1a—MIIIIIIMIum.r Moe that the City may have. City review comments will be !*; s„ sa incorporated into the final geotechnical report. \ 1111 ma Project Formulation and PreliminaryDesign ! �• J 9 / Imo- 3 - \,a — .77s . During this task, Wood will enhance the selected I., AIME 11141-i:- __ �, onceptual design as presented in the geotechnical � ..,', • i.t• • e � report to the level of detail required for permitting and ( : izita __ the development of preliminary plans, sections, and ti - ' MINIM details associated with the project. Our team will develop ►�• � Q.� the design so as to accommodate local land development I `CiImo — "". regulations, State of Florida water, sewer, roadway, and stormwater guidelines,and Federal ADA and water quality • Stormwater pollution prevention plan requirements. If required, a MOT plan will be developed • Demolition plan by a Wood engineer certified by FDOT to provide MOT • Drainage and grading plan planning services. • Plan and profile sheets • Paving and parking Preparation of Plans and Specifications • Utilities and utility accommodation Wood's design group will prepare preliminary construction • Landscaping drawings for assigned projects.The 30% plans will depict • Fencing and security established baseline control, existing conditions plan, • Monitoring, instrumentation and controls pertinent utility locations, and proposed improvements • Geotechnical logs layout.Wood will submit the 30% plans for City approval. • Cross sections Following approval,Wood will continue plans preparation • Design details to the 60%completion level. The 60%plan set is commonly submitted along with other The 60% plan set will add the location and dimensions of documents and supporting information for permitting proposed improvements, and will typically consist of the with federal,state,and county agencies.Wood will support following key design elements: the City in preparing required application packages as well as participating in pre-application and follow-up meetings • Cover sheet with agencies. • Bid tabs and special notes • Overall site plan/alignment plan During the agency's review of the 60% plans and permit • Location references applications, Wood will advance the plans preparation to • Typical sections and templates the 90% completion level. The final set will incorporate • Drainage sheets additional design details. City of Miami Beach Approach and Methodology RFQ No. 2018-097-KB Page No Citywide Geotechnical and Laboratory July 30, 2018 Testing Services on an As-Needed Basis 140 The final (100%) design efforts will be completed after all changes have been incorporated to satisfy permit review comments and conditions. We will also endeavor to complete much of this task during permitting activities; however,finalization will not occur until approved permits _ – and associated conditions have been thoroughly reviewed and incorporated as required. Wood will use the City's boilerplate specifications as well as FDOT standards to create the technical specification package.As an alternative,we can use our in-house master4411110—` specification package.We will use past project experiences •i'- to address issues that will avoid the potential for change ;� I , �s orders during construction. Based on the City's review of the final documents, Wood •hi. 4 will assist in compiling bidding documents, if desired by j the City. The bidding documents will include contract -. ;:� I' documents, technical specifications and plans. The City's standard bid and contract forms will be used in the bid L ; x- package. Roadway Reports • Earthwork/Concrete - 41V-s. We are prepared to handle potentially aggressive schedules that may result in a significant amount of samples submitted for laboratory testing that will all require tracking, coordination, and quick turnaround times. Wood has a coring condition assessments. Wood has Advanced and comprehensive and current quality assurance program in Intermediate certified Maintenance of Traffic (MOT) staff place to ensure that all laboratory samples handled and that will develop and implement a MOT plan during the tested in accordance to the appropriate test methods.Our pavement coring operations. The services performed will Miami laboratory will be used for sample management and be documented in a formal report. testing under this contract.Wood recently completed the I-595 corridor project (FIN 42080935201), which included Prestress and Precast Yard Inspection all of the testing for 1,554,870 cubic yards of embankment Our proposed team has three PCI Level II and Specification (Mtl#004L); 1,530,444 square yards of base (Mtl#032L); 450 certified inspectors available to support this contract. 1,474,184 TN of MSE wall (Mtl#092L); and 242,035 cubic The inspector's resumes are included in the proposal yards of structural concrete(Mtl#160L).Our lab is equipped package.In addition,we currently employ two senior bridge with automatic proctor hammers and all supporting test inspectors with engineering and precast/prestressed equipment including sieves,LBR presses,scales,ovens,and production experience.These team members will be 100% concrete compression machines to enable us to handle a available for this contract. large number of samples. Wood has experience performing precast plant and yard Asphalt Verification and Pavement Coring and Evaluation inspections,audits,and QA oversight for public and private Wood will provide trained CTQP certified Asphalt Plant sector clients, including the following: (Level I and II) and Paving (Level I and II) technicians to perform asphalt independent verification at production • Hatton Highway Bridge, Palm Beach City, Florida plants through the project areas.Our staff will inspect the • Fort Lauderdale Airport South Runway Expansion bridge asphalt plant, stock piles, lab equipment,and calibrations; prestressed piles, United Concrete, Medley, Florida review and analyze both QC and VT test results;and verify • Fort Lauderdale Airport South Runway Expansion QC technician reports in LIMS. 60-Foot-High Mechanically Stabilized Earth Walls Manufactured by Henkay Precast (for RECO), Fort For pavement evaluation projects, Wood will meet with Denaud, Florida the City to develop a detailed understanding of the • Miami International Airport South Terminal Expansion required pavement improvements/evaluation program. Precast Drainage Structures at U.S. Precast, Medley, Wood can provide teams of experienced materials Florida engineers and technicians and the necessary pavement • Ocean Avenue Bridge, Palm Beach City, Florida coring equipment to perform pavement evaluations and • Congress Avenue Bridge, Palm Beach City, Florida City of Miami Beach Approach and Methodology RFQ No. 2018-097-KB P zN Citywide Geotechnical and Laboratory July 30, 2018 9 141 Testing Services on an As-Needed Basis The following references were utilized for our precast plant ! ~, k'"*■*�►'� inspections: • PCI Manual MNL-116, Manual for QC for Plants and Production of Structural Precast Concrete Products • ACI 318, 533R, 117 • FDOT SSRBC, Materials Manual, Construction Project 4' Administration Manual, Structural Design Guidelines • Concrete Reinforcing Steel Institute, Manual of Standard Practices ' Materials Testing, Inspection, and Reporting Structural Steel •`: ; We will monitor the qualifications of welders and welding 1.1 ,: procedures; inspect joints for proper fit up and joint " preparation prior to welding; inspect finished structural > zyr welds for conformance with the size and length requirements t. ..se of the project drawings and quality requirements; perform ultrasonic inspection of completed penetration structural welds verification inspections of high strength bolted connections;and inspect deck welds and decking installation. rock samples obtained from the field exploration program, Reinforcement Steel which may include: Our staff will be prepared to observe the placement of the reinforcement steel, and to verify reinforcement steel for • Soil moisture quantity, size, location, support, and clearance for concrete • Atterberg limits coverage. We will also document daily reinforcement steel • Fines content observations and concrete testing activities and provide • Organic content inspection reports for distribution to all necessary parties. • Grain size analysis • Hydrometer analysis Our team will observe the on-site erection of structural • Consolidation steel and inspection of welded and bolted connections in • Triaxial shear strength accordance with the requirements of the AISC Manual of • Permeability Steel Construction and the American Welding Society's • Percent organic content Structural Welding Code—Steel, D1.1. • Proctor compaction testing • Corrosivity testing(pH,Resistivity,Chlorides and Sulfates) On a typical construction project,we perform the following: • Limerock bearing ratio/California bearing ratio • Soil-cement design • Observe the general steel erection sequence • Visually inspect or test bolted connections in accordance Construction Support Services with the Research Council on Structural Connections(RCSC) Estimated Construction Quantities and Cost Specification for Structural Joints Using High Strength Bolts During this task, Wood will assemble a final construction • Review welder qualifications and welding procedures. cost estimate.We will create a bid tabulation sheet(in the • Visually inspect shop and field welds CSI standard format)for bid purposes.This information will • Non-destructively examine complete penetration welds be completed in Excel format and provided to the City in using ultrasonic,magnetic particle,or liquid penetrant test hardcopy and digital format.We maintain a library of current methods construction cost information that allows us to develop • Inspect stud shear connectors for number, spacing, and accurate cost estimates for common project elements. In weld quality addition,we often validate unit cost information via input • Verify field painting is performed in accordance with from local contractors, FDOT construction cost data, and/ the project specifications; and document daily structural or RSMeans cost estimating data. steel observations and testing activities and provide construction observation reports for distribution to all Development of Schedules for Design and Construction necessary parties Wood will work with the City staff to develop overall schedules for design and construction activities. Often, Laboratory Services the completion date of a project is relatively fixed and Laboratory and In-Situ Testing may be the driving force in dictating the overall schedule. The Wood team will perform laboratory testing on soil and The project schedule will be directly related to the amount City of Miami Beach Approach and Methodology RFQ No. 2018-097-KB P3 eNo Citywide Geotechnical and Laboratory July 30, 2018 9 Testing Services on an As-Needed Basis 142 s � 1111 3 • p. 'l e. of effort and available resources assigned to the project. and the City requirements. For example, a small culvert Certain types of construction, such as earthfill placement, replacement project may only require limited concrete may advance at a slower rate during the rainy season. and compacted fill monitoring and testing on a periodic Accelerated construction during this period of time basis, whereas construction of an earthen impoundment will increase construction costs. As a result, preliminary may require several full-time engineering technicians and schedules should be developed during the early stages an on-site laboratory. The Wood team has the flexibility of the project and critical path items identified so that and resources to accommodate the full range of required subsequent project delays and unanticipated costs can construction support. be avoided. Assuming a moderate to large construction project,Wood Wood will develop an initial construction schedule during would begin the task by attending a pre-construction the preliminary design of a project. The schedule will be meeting with the contractor and the City to address updated at each subsequent stage of development of the concerns, review the construction schedule, identify construction drawings (i.e., 30%, 60%, 90%, and Final). equipment and staging areas, and review the overall objectives of the project.We strive to develop good working Expert Opinion and Peer Review relationships with all project participants by encouraging Wood is acknowledged as having outstanding expert an open and frequent line of communication. Our overall witness capabilities, and has worked with attorneys and construction engineering inspection and administrative staff on several litigation-related assignments over the past services will include: 30 years.Wood principal engineers will provide the City's legal staff with technical assistance on litigation projects • Document construction activities with reports and involving such issues as dam safety, failure investigations, photos landslides, foundation design and construction, ground • Provide review of compliance with environmental and water movement, earthwork and fill suitability, sinkhole other permits activity, and assessment of geotechnical exploration • Material and compaction control requirements for major excavations. • Monitoring construction operations and materials placement methods Wood's senior engineering staff is available to provide • Construction materials testing (laboratory and field) peer review on project designs and geotechnical reports • Review/approve shop drawings and alternative materials prepared by other engineering organizations. Recent • Approval of field adjustments examples of peer review include a review and evaluation • Administration/approval of payment requests of seepage and stability issues at Herbert Hoover Dike, a comprehensive dam safety evaluation for Ten Mile Creek We will develop and implement a construction quality Reservoir, and evaluation of the East Coast Protective assurance/quality control plan to document and verify Levee for FEMA certification.Wood also routinely reviews that the construction activities meet the requirements the civil and earthwork portions of project plans and of the project plans and specifications. Two important specifications prior to construction. components of construction inspection are timely reporting of compliance testing results and accurate, Construction Support systematic tracking of any deficiencies and subsequent As in other tasks, the level of construction support will repairs in the work. We have completed construction vary substantially depending on the type of project inspection on many major construction projects and have City of Miami Beach Approach and Methodology RFQ No. 2018-097-KB Page No Citywide Geotechnical and Laboratory July 30, 2018 143 Testing Services on an As-Needed Basis developed tracking systems and reporting protocols using a system of Excel spreadsheets for maintaining field and laboratory test data and results. Milestones .r Due to the relatively short duration of time for a typical geotechnical exploration for the types of projects expected on this contract, specific milestones within a project are , not anticipated.Milestones will be defined as the submittal , impt of each deliverable at the end of a specific project. For larger projects of much longer duration,milestones will be k taM defined at the following junctures: • Monthly or bi-monthly during drilling • At the completion of drilling : -31k. irik • At the completion of laboratory testing , °` • At the midpoint of the engineering analyses to assess the results of our analyses relative to the structure and the soil conditions `. • At the completion of our analyses ", • Submittal of the draft report • Submittal of the final report Preliminary engineering analysis begins after the soil and rock samples are visually classified. Draft profiles are Deliverables created for our foundation or other engineering analyses. A specific deliverable will be provided at the completion This process continues until the laboratory results are of each project milestone, as delineated in the statement completed and the final analyses are begun. The process of work for each work order. The Wood team will solicit is a function of and may vary with the complexity of the input from the City as the project progresses and as each project. The draft report is prepared at the conclusion of deliverable is being developed so that the final deliverable our analyses. The preparation and review can take from is acceptable to the City and fully complies with the project several hours to several days. requirements. When appropriate, a draft version of the deliverable will be submitted to the City for comment Our project completion schedule is directly proportional prior to completion of the final deliverable. All draft and to the complexity of the specific project and the amount final submittals will be accompanied by a signed Quality of effort required to complete the tasks.Our work and the Certificate of Compliance. effort required to complete the work will be performed to meet your required schedule. Completion Schedule The cost proposal generated for each task order will Recent, Current, and Projected Workload provide detailed schedules for completing each deliverable. Wood understands that the quality of project performance These schedules will vary depending on the type of task is directly related to availability of staffing, future project order received. The Wood team takes pride in our ability commitments, and project schedule. A key factor to to provide sufficient manpower on a project to meet providing our quality product is our ability to meet aggressive design and construction schedules. construction schedules and provide service lines that are continuously available on short notice. Wood's depth Wood can mobilize a rig and crew to most any site within and breadth of resources and our Florida coverage area the City's geographic area within two to five working days. offers the City stability and availability to handle any size This includes the two-day requirement for clearance of the project at any time. We have shown our ability to meet utilities.The specific time of drilling and other field activities project demands on large, high visibility projects such is a function of the amount of fieldwork,number of borings, as the MIA south Terminal, I-595 improvements, and the and other quantitative aspects of the field program. expansion of the south runway at FLL. We dedicate the level of attention to much smaller projects, such as recent Laboratory work is typically begun within two weeks of minor construction projects for the Miami-Dade Water and drilling, or after the first few days of drilling activities Sewer Department (WASD). have generated the first batch of soil and rock samples. Laboratory work generally continues until two to three Our team is currently in an excellent position to perform weeks after the completion of the fieldwork.A table(Table work on new projects. We have carefully examined our 1) highlighting Wood's laboratory turnaround schedule is current workload and are confident our key staff has located on the next page. available time to work on the City's contract. We firmly City of Miami Beach Approach and Methodology RFQ No. 2018-097-KB Page No Citywide Geotechnical and Laboratory July 30, 2018 144 Testing Services on an As-Needed Basis Table 1. Turnaround Schedule Item Unit Turnaround (days) Project Manager Hour N/A Project Laboratory Engineer Hour N/A Clerical Hour N/A FM 1-T 011 Materials Finer than 75-mm Test 3 (No.200) Sieve by Washing AASHTO T-27 Sieve Analysis of Fine and Coarse Aggregate Test 3 AASHTO T-89 Liquid Limit of Soils Test 3 AASHTO T-90 Plastic Limit and Plasticity Index of Test 3 Soils AASHTO T-99 The Moisture- Density Relations of Soils Using a 2.5-kg (5.5-Ib) Rammer and a 305- mm (12-in) Test 3 Drop FM 1-T180 Moisture-Density Relations of Soils Using a 4.5-kg (10-Ib) Rammer and a 457-mm Test 3 (18-in) Drop ASTM C-39 Compressive Strength of Cylindrical Test 28 Testing (24 Hour Reporting) Concrete Specimens ASTM C-617 Capping Cylindrical Concrete Test 6 Hours Specimens ASTM C-1231 Use of Unbonded Caps for Test N/A Concrete Cylinders (Same Day) AASHTO T88 Particle Size Analysis of Soils Test 3 ASTM C109 Compressive Strength of Hydraulic N/A Cement Mortar(Using 2-in (50-mm) Cube Test (Same Day) Specimens) FM 1-T 267 Determination of Organic Content in Test 2 Soils by Loss on Ignition FM 5-515 Limerock Bearing Ratio Test 4 FM 5-550 Determining pH of Soil and Water Test N/A (Same Day) FM 5-551 Resistivity of Soil and Water Test 2 FM 5-563 Asphalt Content by Ignition Oven Test 2 FM 5-552 Chloride in Soil and Water Test 2 FM 5-553 Sulfate in Soil and Water Test 2 LIMS Reporting Hour N/A City of Miami Beach Approach and Methodology RFQ No. 2018-097-KB Page No Citywide Geotechnical and Laboratory July 30, 2018 145 Testing Services on an As-Needed Basis believe that we can address all of the needs for the City of team's primary goal is to provide a strong and diverse staff Miami Beach contract. with the interdisciplinary skills and depth of experience necessary to perform all the required tasks on time and Availability of the right people is one of the most important within budget,while producing a quality product. factors in a firm's ability to meet deadlines.The Wood team is qualified and available to perform the projects within Willingness and Ability to Meet Project Schedule this contract and will dedicate sufficient time to the City. and Budget Requirement We understand that the nature of this contract may not Wood offers clients the personal service and attention of be one of uniform workload, but rather of varying labor a small, local office,yet can supply the in-depth resources requirements,and the Wood team commits to the City that of a large firm. It is our intent to complete any of our it will provide sufficient staff resources to handle even peak work assignments with the least possible expenditure of workload demands. Our team has the available resources the City's time and money. This will be accomplished by to expedite schedules as needed,including allocated back- selecting a strong and proven project manager, Mr. Rojas, up staff. and by assigning strong and experienced task managers and project team members to the City's work orders.Our Wood's West Palm Beach material testing laboratory has team is committed to providing the necessary resources to the available capacity to back up our Miami laboratory in assure that the City's schedule and budget requirements meeting the City's construction materials testing needs. are met. Our laboratory services are also complemented by our local subconsultants' drilling services. Wood employs a project management dashboard that serves as a portal to our job cost accounting system. Our current and near future projected workload indicates The dashboard allows project managers and discipline that we can comfortably provide adequate staffing to managers to view manpower estimates, staff utilization, meet the goals and desired project schedules. The Wood project budgets, and other essential data to properly Ability to Provide Services Wood can successfully complete task work order(TWO) contracts at or below proposed budgets. Recently our team successfully recovered an average of 32% of the total budget on individual TWOs on for the Miami Dade Expressway (MDX) and FDOT, bringing the combined savings to approximately $250,000. Wood possesses the core skills to uniquely manage and provide personnel to self-perform all CEI and engineering services needed under this contract. Our experience includes two projects nominated for the 2015 America's Top 10 Transportation Projects designation, which is sponsored by the American Association of State Highway and Transportation Officials (AASHTO),AAA, and the U.S.Chamber of Commerce: FDOT District 4's$1.22 billion 1-595 Corridor Improvements project relieved congestion and created a multimodal transportation network along I-595 in South Florida. Through a public-private partnership, design and construction teams - 'l • rt : , ** completed the project on time and $275 million less than the ' :iy $ 1a,:�`'~; originally estimated cost of the project. With express lanes, - express bus service, and a bike/pedestrian greenway, the I,� ti p • project improves multimodal travel for the region. Our team �s « . was responsible for quality control materials testing services. aro •1' , ^ — -- FDOT District 6's $666 million Port of Miami projects • L successfully built the largest soft ground bored road tunnel _ 1.. in North America, decreasing traffic congestion in downtown Miami by providing a direct connection between the Port of zf • Miami and the interstate highway system, supporting freight ,' -. ;4k. ' I and regional commerce while preparing for increased demand - /_ in a post-Panamax era. This project worked closely with design ' ;�f and construction teams to build a tunnel in South Florida's r- challenging limestone and coralline formations. Our team was 4, • "Zs responsible for verification materials testing services. "`' City of Miami Beach Approach and Methodology RFQ No. 2018-097-KB Page No Citywide Geotechnical and Laboratory July 30, 2018 146 Testing Services on an As-Needed Basis r r 4„ • MAWS tui CART OM 119 ` rfGL !IRYI/S WARISS ASNSS,.. .. , OU MVST IRT/SY/Rj i .‘44•4 ART CR4Ri 'Thr .. WWI TRS CM+'tCT M/ or, $ • OWL i lit maximize project budgets and manpower requirements. geotechnical engineering, materials testing and This tool provides valuable real-time information to our engineering, environmental engineering and science, managers to assist them with staff scheduling to avoid water resources,engineering and surveying,and program delays. management.For decades,Wood has provided innovative, sustainable, and comprehensive solutions to challenges Wood's first step in establishing project schedule and that affect our constructed and natural environment. Our budget controls is to develop a work breakdown structure Florida team has worked on more than 100 continuing (WBS) representing the overall project scope. The WBS master services engineering contracts for government is defined in sufficient detail to divide the project into agencies throughout Florida over the past 40 plus years. manageable tasks and subtasks, for which schedule, costs, and quality control elements can be established Wood can provide the full range of geotechnical and monitored. The WBS, it is used by Wood's project services from conceptual planning through design and manager to develop a corresponding project schedule construction. We maintain world-class credentials in the using standard scheduling software, such as Microsoft specialized disciplines of design and evaluation of soils Project, which allows representation of task effort and and sediment. Our staff members include experienced work sequencing logic and associated assessment of engineers, geologists, hydrogeologists, scientists, and critical paths and resource loading projections. technicians with expertise in the areas of dam design, construction,inspection,certification,and safety.We focus The WBS is also used as the basis for establishing task and on using innovative technologies to provide practical,cost- subtask effort budgets and corresponding project charge effective investigation,design,and oversight in numerous codes within Wood's project accounting system. Project areas. effort and costs will be compared to progress estimates using earned value management principles in order to Each project presents its own unique set of challenges. assess the overall health of the project in terms of budget Wood staff utilize their problem solving skills to identify and schedule.The assessment allows the project manager various solutions to meet the project objectives. In to compare spending with progress and to make time-to- addition to traditional approaches, staff are encouraged complete and cost-at-completion estimates for individual to think"outside the box"to develop innovative solutions WBS elements and the overall project. This information that improve constructability, lower costs, and provide an will be used by our project manager to identify potential overall benefit to the City. problems early in the project so that corrective action plans can be established to ensure that the project stays within Wood's Safety Program the established budget and that schedule milestones are Wood has a well-developed, proven, and effective safety, achieved.These controls can also provide an indication of health,and environmental(SHE)management system and technical challenges and quality issues which need to be holds safety as its primary core corporate value. Looking addressed in order to successfully complete the project. beyond the success of our SHE management system,Wood has implemented a new and innovative corporate safety Innovation, Technological Capabilities, and program, titled "Beyond Zero," which creates a culture of Available Resources safety for all personnel, including subcontractors. Beyond Wood is one of the world's leading environmental and Zero is our vision of what we need to do and where we engineering consulting organizations. Our full-service need to go to achieve sustainable, world-class health and capabilities cover a wide range of disciplines, including safety performance throughout our global operations. City of Miami Beach Approach and Methodology RFQ No. 2018-097-KB PageNo. Citywide Geotechnical and Laboratory July 30, 2018 147 Testing Services on an As-Needed Basis