Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Agreement with Terracon Consultants, Inc.
00ig- 30scy AGREEMENT BETWEEN CITY OF MIAMI BEACH AND TERRACON CONSULTANTS, INC. FOR FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS- NEEDED-BASIS PURSUANT TO REQUEST FOR QUALIFICATIONS NO. 2018-097-KB RESOLUTION NO. 2018-30544 1 TABLE OF CONTENTS DESCRIPTION PAGE ARTICLE 1. DEFINITIONS 4 ARTICLE 2. BASIC SERVICES 8 ARTICLE 3. THE CITY'S RESPONSIBILITIES 13 ARTICLE 4. RESPONSIBILITY FOR'CONSTRUCTION COST 15 ARTICLE 5. ADDITIONAL SERVICES 15 ARTICLE 6. REIMBURSABLE EXPENSES 17 ARTICLE 7. COMPENSATION FOR SERVICES 17 ARTICLE 8. CONSULTANT'S ACCOUNTING AND OTHER RECORDS 18 ARTICLE 9. OWNERSHIP OF PROJECT DOCUMENTS 17 ARTICLE 10. TERMINATION OF AGREEMENT 19 ARTICLE 11. INSURANCE 19 ARTICLE 12. INDEMNIFICATION AND HOLD HARMLESS 20 ARTICLE 13. ERRORS AND OMISSIONS 21 ARTICLE 14. LIMITATION OF LIABILITY 21 ARTICLE 15. NOTICE 21 ARTICLE 16. MISCELLANEOUS PROVISIONS 22 2 SCHEDULES: SCHEDULE A 26 SCHEDULE B 34 SCHEDULE C 44 ATTACHMENTS: ATTACHMENT A 45 ATTACHMENT B 51 ATTACHMENT C 52 3 AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND TERRACON CONSULTANTS, INC. • FOR FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS- NEEDED-BASIS This Agreement made and entered into this a/ day of Fe 6fua c y , 20 1 , (Effective Date), by and between the CITY OF MIAMI BEACH, a municipal corporation existing under the laws of the State of Florida, having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida, 33139, (hereinafter referred to as City), and TERRACON CONSULTANTS, INC. a Delaware corporation having its principal office at 10841 South Ridgeview Road, Olathe, Kansas 66061 (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 Terracon Consultants, Inc., as the third ranked proposer and, if successful, execute an agreement with the Consultant pursuant'to the RFQ; and WHEREAS, City and the Consultant have negotiated the following agreement pursuant to the RFQ; and NOW THEREFORE, City and Consultant, in consideration of the mutual covenants and agreement herein contained, agree as follows: ARTICLE 1. DEFINITIONS 1.1 Definitions. The definitions included in this Section are not exhaustive of all definitions used in this Agreement. Additional terms may be defined in other Contract Documents. The following terms shall have the meanings specified herein unless otherwise stated herein: 4 ADDITIONAL SERVICES: "Additional Services" shall mean those services, in addition to the Basic Services in this Agreement, as described in Article 5 and the Consultant Service Order, which the Consultant shall perform, at the City's option, and which must be duly authorized, in writing, by the City Manager or his authorized designee, prior to commencement of same. APPLICABLE LAWS: "Applicable Laws" means all laws, statutes, codes (including, but not limited to, building codes), ordinances, rules, regulations, lawful orders and decrees of governmental authorities having jurisdiction over the Project, the Project Site or the Parties. BASIC SERVICES: "Basic Services" shall include those services which Consultant shall perform in accordance with the terms of the Agreement, as described in Article 2 and the Consultant Service Order. Any Services not specifically enumerated as Additional Services (as defined herein) shall also be considered Basic Services. CITY (OR OWNER): The "City" shall mean the City of Miami Beach, a Florida municipal corporation having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida, 33139. In all respects hereunder, City's obligations and performance is pursuant to City's position as the owner of the Project acting in its proprietary capacity. In the event City exercises its regulatory authority as a governmental body including, but not limited to, its regulatory authority for code inspections and issuance of Building Department permits, Public Works Department permits, or other applicable permits within its jurisdiction, the exercise of such regulatory authority and the enforcement of any Applicable Laws shall be deemed to have occurred pursuant to City's regulatory authority as a governmental body and shall not be attributable in any manner to City as a Party to this Agreement. CITY COMMISSION: "City Commission" shall mean the governing and legislative body of the City. CITY MANAGER: The "City Manager" shall mean the chief administrative officer of the City. The City Manager shall also be construed to include any duly authorized representatives designated by the City Manager in writing, including the Project Administrator, with respect to any specific matter(s) concerning the Services and/or this Agreement (exclusive of those authorizations reserved to the City Commission under this Agreement, or to regulatory or administrative bodies having jurisdiction over the Project). CONSTRUCTION DOCUMENTS: "Construction Documents" shall mean the final (100% completed) plans, technical specifications, drawings, schematics, documents, and diagrams prepared by the architect/engineer of record for the Project, setting forth in detail the requirements for the construction of the Project. The Construction Documents shall set forth in full all details necessary to complete the construction of the Project in accordance with the Contract Documents. Construction Documents shall not be part of the Contract Documents, until (a) the Consultant has submitted completed Construction Documents to the City and (b) they have been reviewed and approved by the City and any agencies having jurisdiction in accordance with the procedures as otherwise provided by the Contract Documents. CONSULTANT: The named entity on page 1 of this Agreement, the "Consultant" shall mean the qualified and properly professionally licensed professional in the State of Florida and as otherwise required by any entities, agencies, boards, governmental authorities and/or any other professional organizations with jurisdiction governing the professional practice area for which the professional has been engaged by City and who will perform (or cause to be 5 performed through Subconsultants acceptable to the City) all Services required under this Agreement and/or Consultant Service Order. When the term "Consultant" is used in this Agreement it shall also be deemed to include any officers, employees, or agents of Consultants, and any other person or entity acting under the supervision, direction, or control of Consultant to provide any Services or similar professional services with respect to a Project ("Subconsultants"). The Consultant shall not be replaced by any other entity, except as otherwise permitted in this Agreement. Further, any Subconsultant that may perform Services on behalf of the Consultant shall be a qualified and properly professionally licensed professional in the State of Florida and as otherwise required by any entities, agencies, boards, governmental authorities and/or any other professional organizations with jurisdiction governing the professional practice area for which the Subconsultant has been engaged by Consultant to perform professional services in connection with the Project. The Subconsultants in Schedule "C", attached hereto, are hereby approved by the City Manager for the Project. CONSULTANT SERVICE ORDER: Consultant Service Order shall mean the work order issued by the City to Consultant (in substantial form as in Schedule A-1 attached hereto), that specifically describes and delineates the particular Services (Basic Services and/or Additional Services) which will be required of Consultant for the Project that is the subject of such Consultant Service Order, and which may include studies or study activity, and/or professional services as defined in Section 287.055 of the Florida Statutes. CONTRACT AMENDMENT: "Contract Amendment" shall mean a written modification to the Agreement approved by the City (as specified below) and executed between City and Consultant, covering changes, additions, or reductions in the terms of this Agreement including, without limitation, authorizing a change in the Services, or the method and manner of performance thereof, or an adjustment in the fee and/or completion dates. • Contract Amendments shall be approved by the City Commission if they exceed fifty thousand dollars ($50,000.00). Even for Contract Amendments of fifty thousand dollars ($50,000.00) or less (or other such threshold contract amount as may be specified by the City of Miami Beach Procurement Ordinance), the City Manager reserves the right to seek and obtain concurrence of the City Commission for approval of any such Contract Amendment. CONTRACT DOCUMENTS: "Contract Documents" shall mean this Agreement (together with all exhibits, addenda, Consultant Service Orders and written amendments issued thereto), and all Design Documents and Construction Documents. The Contract Documents shall also include, without limitation (together with 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 Schedule C— Approved Subconsultants. 7 SCOPE OF SERVICES: "Scope of Services" shall include the Project Scope, Basic Services, and any Additional Services (as approved by the City), all as described in Schedule "A" hereto. SERVICES: "Services" shall mean all services, work, and actions by the Consultant performed pursuant to or undertaken under this Agreement, including services delineated as part of the Scope of Services. SOFT COSTS: "Soft Costs" shall mean costs related to the Project other than Construction Cost including, without limitation, Consultant's Basic Services, Additional Services, surveys, testing, general consultant, financing, permitting fees and other similar costs, as determined by the City, that are not considered as direct costs for the construction of the Project. WORK: "Work" shall mean all labor, materials, equipment, supplies, tools, machinery, utilities, fabrication, transportation, insurance, bonds, permits and conditions thereof, building code changes and government approvals, licenses, tests, quality assurance and/or quality control inspections and related'certifications, surveys, studies, and other items, work and services that are necessary or appropriate for the total construction, installation, and functioning of the Project, together with all additional, collateral and incidental items, and work and services required for delivery of a completed, fully functional and functioning Project as set forth in the Contract Documents. ARTICLE 2. BASIC SERVICES 2.1 The Consultant shall provide Basic Services for the Project, specifically described in the Consultant Service Order. 2.2 The Services will be commenced by the Consultant upon receipt of a written Consultant Service Order signed by the City Manager or the Project Administrator. Consultant shall countersign the Consultant Service Order upon receipt and return the signed copy to the City. 2.3 As it relates to the Services and the Project, Consultant warrants and represents to the City that it is knowledgeable of and shall comply with all Applicable Laws. The Consultant agrees to comply with all Applicable Laws, whether now in effect or as may be amended or adopted from time to time, and shall further take into account all known pending changes to the foregoing of which it should reasonably be aware. 2.4 The Consultant warrants and represents to the City that all of the Services required under. this Agreement shall be performed in accordance with the standard of care normally exercised in comparable projects in South Florida. Consultant warrants and represents to the City that it is experienced, fully qualified, and properly licensed (pursuant to Applicable Laws) to perform the Services. Consultant warrants and represents to the City that it is responsible for the technical accuracy of the Services. 2.5 The Consultant's Basic Services may consist of various geotechnical related tasks, including geotechnical engineering reports, roadway reports, laboratory services, the obtaining and maintaining of all required permits, and Additional Services (as may be approved), all as further described in the Consultant Service Order; and shall also include any andall of 8 Consultant's responsibilities and obligations with respect to the Project, as set forth in the General Conditions of the Contract for Construction. 2.6 RESPONSIBILITY FOR CLAIMS AND LIABILITIES: No action or omission by City shall waive or excuse Consultant's obligations under the Agreement and/or other Contract Documents and that Consultant shall remain fully liable for all work performed by Consultant including, without limitation, any design errors or omissions (if applicable to the services performed by Consultant). Written decisions and/or approvals issued by the City shall not constitute nor be deemed a release of the responsibility and liability of the Consultant (or any Subconsultants), for the accuracy and competency of the Services, nor shall any City approval and/or decisions be deemed to be an assumption of such responsibility by the City for a defect, error or omission in the Services. Moreover, neither the City's inspection, review, approval or acceptance of, nor payment for, any Services required under the Agreement shall be construed to relieve the Consultant (or any Subconsultant) of its obligations and responsibilities under the Agreement, nor constitute a waiver of any of the City's rights under the Agreement, or of any cause of action arising out of the performance of the Agreement. The Consultant shall be and remainliable 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 Project). Consultant shall immediately provide the Project Administrator with written 9 notice stating the reason for the particular delay; the requested adjustment (i.e. extension) to the Project Schedule; and a revised anticipated schedule of completion. Upon receipt and review of Consultant's request (and such other documentation as the Project Administrator may require), the Project Administrator may grant a reasonable extension of time for completion of the particular work involved, and authorize that the appropriate adjustment be made to the Project Schedule. The Project Administrator's approval (if granted) shall be in writing. 2.8 Consultant shall use its best efforts to maintain a constructive, professional, cooperative working relationship with the Project Administrator, Contractor, and any and all other individuals and/or firms that have been contracted, or otherwise retained, to perform work on the Project. 2.9 The Consultant shall perform its duties under this Agreement, and under a Consultant Service Order, in a competent, timely and professional manner, and shall be responsible to the City for any failure in its performance, except to the extent that acts or omissions by the City make such performance impossible. 2.10 The Consultant is responsible for the professional quality, technical accuracy, completeness, performance and coordination of all Services required under the Agreement and under the Consultant Service Order (including the services performed by Subconsultants), within the specified time period and specified cost. The Consultant shall perform the Services utilizing the skill, knowledge, and judgment ordinarily possessed and used by a proficient consultant with respect to the disciplines required for the performance of such Services in the State of Florida. The Consultant is responsible for, and shall represent to City that the Services conform to the City's requirements, the Contract Documents and all Applicable Laws. The Consultant shall be and remain liable to the City for all damages to the City caused by the Consultant's negligent acts or errors or omissions in the performance of the Services. In addition to all other rights and remedies which the City may-have, the Consultant shall, at its expense, re-perform all or any portion of the Services to correct any deficiencies which result from the Consultant's failure to perform in accordance with the above standards. The Consultant shall also be liable for the replacement or repair of any defective materials and equipment and for the cost of the 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 expertiseto identify any discrepancies, errors or omissions that-are inconsistent with industry standards relating to comparable projects; or which are inconsistent with Applicable Laws; or which are inconsistent with standards, decisions or approvals provided by the City under this Agreement. Consultant will use reasonable care and skill, in accordance and consistent with customary professional standards, in responding to items identified by other reviewers in accordance with this subsection. Consultant shall receive comments from reviewers, in writing. 10 Consultant shall address comments forwarded to it in a timely manner. The term "timely" shall be defined to mean as soon as possible under the circumstances, taking into account the timelines of the Project schedule. 2.11.1 The Consultant is advised that a performance evaluation of the Services rendered throughout this Agreement will be completed by the City and kept in the City's files for evaluation of future solicitations. 2.12 Consultant agrees that when any portion of the Services relates to a professional service which, under Florida Statutes, requires a license, certificate of authorization, or other form of legal entitlement to practice and/or perform such Service(s), it shall employ and/or retain only qualified duly licensed certified personnel to provide same. 2.13 Consultant agrees to designate, in writing, within five (5) calendar days after receiving a fully executed Consultant Service Order, a qualified licensed professional to serve as its project manager (hereinafter referred to as the "Project Manager"). The Project Manager shall be authorized and responsible to act on behalf of Consultant with respect to directing, coordinating and administrating all aspects of the Services. Consultant's Project Manager (as well as any replacement) shall be subject to the prior written approval of the City Manager or the Project Administrator. Replacement (including reassignment) of an approved Project Manager shall not be made without the prior written approval of the City Manager or his designee (i.e. the Project Administrator). 2.13.1 Consultant agrees, within fourteen (14) calendar days of receipt of written notice from the City Manager or the Project Administrator (which notice shall state the cause therefore), to promptly remove and replace a Project Manager, or any other personnel employed or otherwise retained by Consultant for the Project ( including, without limitation, any Subconsultants). 2.14 Consultant agrees not to divulge, furnish or make available to any third party(ies), any non-public information concerning the Services or the Project, without the prior written consent • of the City Manager or the Project Administrator, unless such disclosure is incident to the proper performance of the Services; or the disclosure is required pursuant to Florida Public Records laws; or, in the course of judicial proceedings, where such information has been properly subpoenaed. Consultant shall also require Subconsultants to complywith this subsection. 2.15 The City and Consultant acknowledge that the Services, as described in the Agreement and the Consultant Service Order, do not delineate every detail and minor work task required to be-performed by Consultant to complete the work and/or services described and delineated under a Consultant Service Order issued to Consultant by the City for a particular Project. If, during the course of performing work, services and/or tasks on a particular Consultant Service Order, Consultant determines that work and/or services should be performed (to complete the Project delineated under such Order),which is, in the Consultant's reasonable opinion, outside the level of effort originally anticipated in the Consultant Service Order, then Consultant shall promptly notify the Project Administrator, in writing, and shall obtain the Project Administrator's written consent before proceeding with such work and/or services. If Consultant proceeds with any such additional work and/or services without obtaining the prior written consent of the Project Administrator, said work and/or services shall be deemed to be a Basic Service under this Agreement and shall also be deemed to be within the scope of services delineated in the Consultant Service Order (whether or not specifically addressed in the Scope of Services). Mere 11 notice by Consultant to the Project Administrator shall not constitute authorization or approval by the City to perform such work. Performance of any such work and/or services by Consultant without the prior written consent of the Project Administrator shall be undertaken at Consultant's sole risk and liability. 2.16 Consultant shall establish, maintain, and categorize any and all Project documents and records pertinent to the Services and shall provide the City, upon request, with copies of any and all such documents and/or records. In addition, Consultant shall provide electronic document files to the City upon completion of the Project. 2.17 THE CITY HAS NO OBLIGATION TO ASSIST, FACILITATE AND/OR PERFORM IN ANY WAY THE CONSULTANT'S OBLIGATIONS UNDER THE AGREEMENT OR OTHER CONTRACT DOCUMENTS. THE CITY'S PARTICIPATION, FACILITATION AND/OR ASSISTANCE TO THE CONSULTANT SHALL BE AT ITS SOLE DISCRETION AND SHALL NOT, IN ANY WAY, BE CONSTRUED, INTERPRETED AND/OR CONSTITUTE AN ASSUMPTION BY THE CITY OF CONSULTANT'S OBLIGATIONS, A WAIVER OF CONSULTANT'S OBLIGATIONS AND/OR EXCUSE ANY BREACH BY CONSULTANT OF ITS OBLIGATIONS UNDER THE CONTRACT DOCUMENTS. THE PARTICIPATION IN THE PERFORMANCE OF ANY OF CONSULTANT'S OBLIGATIONS SHALL NOT PRECLUDE THE CITY FROM DECLARING CONSULTANT IN DEFAULT FOR CONSULTANT'S FAILURE TO PERFORM SUCH OBLIGATION, NOR SHALL IT LIMIT, IN ANY WAY, THE CITY'S RIGHTS AND REMEDIES IN CONNECTION THEREWITH. THE CONSULTANT EXPRESSLY ACKNOWLEDGES AND AGREES NOT TO RAISE OR ASSERT AS DEFENSE TO ANY CLAIM, ACTION, SUIT AND/OR OTHER PROCEEDING OF A SIMILAR NATURE, THE CITY'S PARTICIPATION, ASSISTANCE AND/OR FACILITATION IN THE PERFORMANCE OF CONSULTANT'S OBLIGATIONS. INCLUDING, WITHOUT LIMITATION, ASSISTING WITH OBTAINING PERMITS OR WITH COORDINATION WITH UTILITIES, OR OTHER MATTERS RELATED TO THE PROJECT. IN THE EVENT OF ANY CONFLICT BETWEEN THIS SECTION AND/OR ANY OTHER PROVISION OF THIS AGREEMENT OR OTHER CONTRACT DOCUMENTS, THIS SECTION SHALL GOVERN. 2.18 GREEN BUILDING STANDARDS: If applicable, the Consultant shall comply with the requirements of Section 255.2575, Florida Statutes, and Chapter 100 of the City Code, as both may be amended from time to time, addressing applicable Leadership in Energy and Environmental Design (LEED) compliance requirements. 2.19 SUBCONSULTANTS: All services provided by Subconsultants shall be consistent with those commitments made by the Consultant in its Proposal and during the competitive solicitation selection process and interview. Such services shall be undertaken and performed pursuant to appropriate written agreements between the Consultant and the Subconsultants, which shall contain provisions that preserve and protect the rights of the City under this Agreement. Nothing contained in this Agreement shall create any contractual relationship between the City and the Subconsultants. The Consultant shall not retain, add, or replace any Subconsultant without the prior written approval of the City Manager, in response to a written request from the Consultant stating the reasons for any proposed substitution. The Consultant shall cause the names of Subconsultants responsible for significant portions of the Services to be inserted on the plans and specifications. 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 Corsultant has satisfied itself as to the reliability of the information. 3.3 At any time, in his/her sole discretion, the City Manager may furnish accounting, and insurance counseling services for the Project (including, without limitation, auditing services to 13 , verify the Consultant's applications for payment, or to ascertain that Consultant has properly remitted payment due to its Subconsultants or vendors). 3.4 If the City observes or otherwise becomes aware of any fault or defect in the Project, or non-conformance with the Contract Documents, the City, through the Project Administrator, shall give prompt written notice thereof to the Consultant. 3.5 The City, acting in its proprietary capacity as Owner and not in its regulatory capacity, - shall render any administrative approvals and decisions required under this Agreement, in writing, as reasonably expeditious for the orderly progress of the Services and of the Work. • 3.6 The City Commission shall be the final authority to do or to approve the following actions or conduct, by passage of an enabling resolution or amendment to this Agreement: 3.6.1 Except where otherwise expressly noted in the Agreement or the Contract Documents, the City Commission shall be the body to consider, comment upon, or approve any amendments or modifications to this Agreement. 3.6.2 The City Commission shall be the body to consider, comment upon, or approve any assignment, sale, transfer or subletting of this Agreement. Assignment and transfer shall be defined to also include sale of the majority of the stock of a corporate consultant. 3.6.3 The City Commission shall approve or consider all Contract Amendments that exceed the sum of fifty thousand dollars ($50,000.00) (or other such amount as may be specified by the City of Miami Beach Procurement Ordinance, as amended). 3.7 Except where otherwise expressly noted in this Agreement, the City Manager shall serve as the City's primary representative to whom administrative (proprietary) requests for decisions and approvals required hereunder by the City shall be made. Except where otherwise expressly noted in this Agreement or the Contract Documents, the City Manager shall issue decisions and authorizations which may include, without limitation, proprietary review, approval, or comment upon the schedules, plans, reports, estimates, contracts, and other documents submitted to the City by Consultant. 3.7.1 The City Manager shall have prior review and approval of the Project Manager (and any replacements) and of any Subconsultants (and any replacements). 3.7.2 The City Manager shall decide, and render administrative (proprietary) decisions on matters arising pursuant to this Agreement which are not otherwise expressly provided for in this Agreement. In his/her discretion, the City Manager may also consult with the City Commission on such matters. 3.7.3 At the request of Consultant, the City Manager shall be authorized, but not required, to reallocate monies already budgeted toward payment of the Consultant; provided, however, that the Consultant's compensation (or other budgets established by this Agreement) may not be increased without the prior approval of the City Commission, which approval (if granted at all) shall be in its sole and reasonable discretion. 3.7.4 The City Manager may approve Contract Amendments which do not exceed the 14 sum of fifty thousand dollars ($50,000.00) (or other such amount as may be specified by the City of Miami Beach Purchasing Ordinance, as amended); provided that no such amendments increase any of the budgets established by this Agreement. 3.7.5 The City Manager may, in his/her sole discretion, form a committee or committees, or inquire of, or consult with, persons for the purpose of receiving advice and recommendations relating to the exercise of the City's powers, duties, and responsibilities under this Agreement or the Contract Documents. 3.7.6 The City Manager shall be the City Commission's authorized representative with regard to acting on behalf of the City in the event of issuing any default notice(s) under this Agreement, and, should such default remain uncured, in terminating the Agreement (pursuant to and in accordance with Article 10 hereof). 3.8 The City's review, evaluation, or comment as to any documents prepared by or on behalf of the Consultant shall be solely for the purpose of the City's determining for its own satisfaction the suitability of the Project, or portions thereof, detailed in such documents for the purposes intended therefor by the City, and may not be relied upon in any way by the Consultant or any other third party as a substantive review thereof. ARTICLE 4. NOT USED ARTICLE 5. ADDITIONAL SERVICES 5.1 Additional Services shall only be performed by Consultant following receipt of written authorization by the Project Administrator (which authorization must be obtained prior to commencement of any such additional work by Consultant). The written authorization shall contain a description of the Additional Services required; a lump sum to be negotiated at the time of the request for additional services or a fee (in accordance with the rates in Schedule "B" hereto), with a "Not to Exceed" amount; Reimbursable Expenses (if any) with a "Not to Exceed" amount; the amended Construction Cost Budget (if applicable); the time required to complete the Additional Services; and an amended Project Schedule (if applicable). "Not to Exceed" shall mean the maximum cumulative fees allowable (or, in the case of Reimbursable Expenses, the maximum 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). 5.2.2 Serving as an expert witness in connection with any public hearing, arbitration 15 proceeding, or legal proceeding, unless the subject matter at issue has arisen from the error omission, inadvertence, or negligence of Consultant. 5.2.3 Assistance in connection with bid protests, re-bidding, or re-negotiating contracts.. ARTICLE 6. REIMBURSABLE EXPENSES 6.1 Reimbursable Expenses ,must be authorized, in advance, in writing, by the Project Administrator. Invoices or vouchers for Reimbursable Expenses shall be submitted to the Project Administrator (along with any supporting receipts and other back-up material requested by the Project Administrator). Consultant shall certify as to each such invoice and/or voucher that the amounts and items claimed as reimbursable are "true and correct and in accordance with the Agreement." Reimbursable Expenses may include, but not be limited to, the following: Cost of reproduction, courier, and postage and handling of drawings, plans, specifications, and other Project documents (excluding reproductions for the office use of the Consultant and its Subconsultants, and courier, postage and handling costs between the Consultant and its Subconsultants). Costs for reproduction and preparation of graphics for community workshops. Permit fees required by City of Miami Beach regulatory bodies having jurisdiction over the Project(i.e. City permit fees). ARTICLE 7. COMPENSATION FOR SERVICES 7.1 Consultant's "Lump Sum" or"Not to Exceed"fee for provision of the Services, or portions thereof, as may be set forth and described in the Consultant Service Order issued for a particular Project, shall be negotiated between the City and Consultant, and shall be set forth in the Consultant Service Order. 7.2 Payments for Services shall be made within forty-five (45) calendar days of receipt and approval of an acceptable invoice by the Project Administrator. Payments shall be made in proportion to the Services satisfactorily performed, so that the payments for Services never exceed the progress percentage noted in the Consultant's Progress Schedule (to be submitted with each invoice). No mark-up shall be allowed on subcontracted work. In addition to the invoice, the Consultant shall, for Hourly Rate authorizations, submit a progress report giving the percentage of completion of the Project and the total estimated fee to completion. 7.3 Approved Additional Services shall be compensated in accordance with the hourly rates set forth in Schedule "B," attached hereto: Any request for payment of Additional Services shall be included with a Consultant payment request. No mark-up shall be allowed on Additional Services (whether sub-contracted or not). 7.4 Approved Reimbursable Expenses shall be paid in accordance with Article 6 hereto, up to the "Not to Exceed" Reimbursable allowance amount in the Consultant Service Order hereto. Any request for payment of Reimbursable Expenses shall also be included with Consultant's payment request. No mark-up shall be allowed on Reimbursable Expenses. 16 7.5 ESCALATION:.The initial hourly rates shall remain constant for the Initial Term of the agreement. Ninety (90) days prior to expiration of the Initial Term, the City may consider an adjustment to the preceding year's unit costs for the subsequent year. Only request for increases based on a corresponding increase in the Consumer Price Index for All Urban Consumers; U.S. City average (1982-84=100), as established by the United States Bureau of Labor Statistics ("CPI"), or material adjustments to the scope or requirements of the RFQ by the City, including (but not limited to) living wage increases, will be considered. In the event that the City determines that the requested increase is unsubstantiated, the Consultant agrees to perform all duties at the current cost terms. 7.6 No retainage shall be made from the Consultant's compensation on account of sums withheld by the City on payments to Contractor. 7.7 METHOD OF BILLING AND PAYMENT. Consultant shall invoice the Project Administrator in a timely manner, but no more than once on a monthly basis. Invoices shall identify the nature and extent of the work performed; the total hours of work performed by employee category; and the respective hourly billing rate associated therewith. In the event Subconsultant work is used, the percentage of completion shall be identified. Invoices shall also itemize and summarize any Additional Services and/or Reimbursable Expenses. A copy of the written approval of the Project Administrator for the requested Additional Service(s) or Reimbursable Expense(s) shall accompany the invoice. 7.7.1 If requested, Consultant shall provide back-up for past and current invoices that records hours for all work (by employee category), and cost itemizations for Reimbursable Expenses (by category). ARTICLE 8. CONSULTANT'S ACCOUNTING AND OTHER RECORDS 8.1 All books, records (whether financial or otherwise), correspondence, technical documents, and,any other records or documents related to the Services and/or Project will be available for examination and audit by the City Manager, or his/her authorized representatives, at Consultant's office (at the address designated in Article 15 ["Notices"]), during customary business hours. All such records shall be kept at least for a period of three (3) years after Consultant's completion of the Services. Incomplete or incorrect entries in such records and accounts relating personnel services and expenses may be grounds for City's disallowance of any fees or expenses based upon such entries. Consultant shall also bind its Subconsultants to the requirements of this Article and ensure compliance therewith ARTICLE 9. OWNERSHIP OF PROJECT DOCUMENTS 9.1 All notes, correspondence, documents, plans and specifications, designs, drawings, renderings, calculations, specifications, models, photographs, reports, surveys, investigations, and any other documents (whether completed or partially completed) and copyrights thereto for Services performed or produced in the performance of this Agreement, or related to the Project, whether in its native electronic form, paper or other hard copy medium or in electronic medium, except with respect to copyrighted standard details and designs owned by the Consultant or owned by a third party and licensed to the Consultant for use and reproduction, shall become the property of the City. Consultant shall deliver all such documents to the Project Administrator in their native electronic form, as required, in the Consultant Service Order within thirty(30) days 17 of completion of the Services (or within thirty (30) days of expiration or earlier termination of this Agreement as the case may be). However, the City may grant an exclusive license of the copyright to the Consultant for reusing and reproducing copyrighted materials or portions thereof as authorized by the City Manager in advance and in writing, In addition, the Consultant shall not disclose, release, or make available any document to any third party without prior written approval from the City Manager. The Consultant shall warrant to the City that it has been granted a license to use and reproduce any standard details and designs owned by a third party and used or reproduced by the Consultant in the performance of this Agreement. Nothing contained herein shall be deemed to exclude any document from Chapter 119, Florida Statutes. 9.2 The Consultant is permitted to reproduce copyrighted material described above subject to prior written approval of the City Manager; 9.3 At the City's option, the Consultant may be authorized, as an Additional Service, to adapt copyrighted material for additional or other work for the City; however, payment to the Consultant forsuch 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. f- 10.2 TERMINATION FOR CAUSE: The City, through the City Manager, may terminate this Agreement for cause, upon written notice to Consultant, in the event that the Consultant (1) violates any provision of this Agreement or performs same in bad faith; (2) unreasonably delays the performance of the Services or any portion thereof; or (3) does not perform the Services or any portion thereof in a timely and satisfactory manner. In the case of termination for cause by the City, the Consultant shall first be granted a thirty (30) day cure period (commencing upon receipt of the initial written notice of default from the City). 10.2.1 In the event this Agreement is terminated for cause by the City, the City, at its sole option and discretion, may take over the remaining Services and complete them by contracting with another consultant(s), or otherwise, The Consultant shall be liable to the City for any additional cost(s) incurred by the City due to such termination. "Additional , Cost" is defined as the difference between the actual cost of completion of the Services, and the cost of completion of such Services had the Agreement not been terminated. 10.2.2 In the event of termination for cause by the City, the City shall only be obligated 18 to pay Consultant for those Services satisfactorily performed and accepted prior to the date of termination (as such date is set forth in, or can be calculated from, the City's initial written default notice). Upon payment of any amount which may be due to Consultant pursuant to this subsection 10.2.2, the City shall have no further liability to Consultant. 10.2.3 As a condition precedent to release of any payment which may be due to Consultant under subsection 10.2.2, the Consultant shall promptly assemble and deliver to the Project Administrator any and all Project documents prepared (or caused to be prepared) by Consultant(including, without limitation, those referenced in subsection 9.1 hereof). The City shall not be responsible for any cost incurred by Consultant for assembly, copy, and/or delivery of Project documents pursuant to this subsection. 10.3 TERMINATION FOR CONVENIENCE: In addition to the City's right to terminate for cause, the City through the City Manager, may also terminate this Agreement, upon fourteen (14) days prior written notice to Consultant, for convenience, without cause, and without penalty, when (in its sole discretion) it deems such termination to be in the best interest of the City. In the event the City terminates the Agreement for convenience, Consultant shall be compensated for all Services satisfactorily performed and accepted up to the termination date (as set forth in the City's written notice), and for Consultant's costs in assembly and delivery to the Project Administrator of the Project documents (referenced in subsection 10.2.3 above). Upon payment of any amount which may be due to Consultant pursuant this subsection 10.3, the City shall have no further liability to Consultant. 10.4 TERMINATION BY CONSULTANT: The Consultant may only terminate this Agreement for cause, upon thirty (30) days prior written notice to the City, in the event that the City willfully violates any provisions of this Agreement or unreasonably delays payment of the Services or any portion thereof. In the event of a termination for cause by Consultant, the City shall pay Consultant for any Services satisfactorily performed and accepted up to the date of termination; provided, however, that the City shall first be granted a thirty (30) day cure period (commencing upon receipt of Consultant's initial written notice). 10.4.1 The Consultant shall have no right to terminate this Agreement for convenience. 10.5 IMPLEMENTATION OF TERMINATION: In the event of termination (whether for cause or for convenience), the Consultant shall immediately, upon receipt of the City's written notice of termination: (1) stop the performance of Services; (2) place no further orders or issue any other subcontracts, except for those which may have already been approved, in writing, by the Project Administrator; (3) terminate all existing orders and subcontracts; and (4) promptly assemble all Project documents (for delivery to the Project Administrator). ARTICLE 11. INSURANCE 11.1 At all times during the Term of this Agreement, Consultant shall maintain the following required insurance coverage in full force and effect. The Consultant shall not commence any work until satisfactory proof of all required insurance coverage has been furnished to the Project Administrator: (a) Workers' Compensation and Employer's Liability per the Statutory limits of the 19 State of Florida. (b) Commercial General Liability on a comprehensive basis in an 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. 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 oromissions of the Consultant in which the City participated either through review or concurrence of the Consultant's actions. In reviewing, approving or rejecting any submissions by the Contractor, or other acts of the Consultant,`the City in no way assumes or shares any responsibility or liability of the Consultant (including, without limitation its 20 Subconsultants and/or any registered professionals (architects and/or engineers) under this Agreement). ARTICLE 13. ERRORS AND OMISSIONS • 13.1 ERRORS AND OMISSIONS: It is specifically agreed that any construction changes categorized by the City as caused by an error, an omission, or any combination thereof in the Consultant's performance of the Services will constitute an additional cost to the City that would not have been incurred without the error. The damages to the City for errors, omissions or any combinations thereof shall be calculated as the total cost of any damages or incremental costs to the. City resulting out of the errors or omissions by the Consultant, including, without limitation, the direct, indirect and/or consequential damages resulting from the Consultant's errors and/or omissions or any combination'thereof. Damages shall include delay damages caused by the error, omission, or any combination thereof. Should the Consultant disagree that all or part of such damages are the result of errors, omissions, or any combination thereof, the Consultant may appeal this determination,in writing, to the applicable Assistant City Manager. The Project Administrator's decision on all claims, questions and disputes shall be final, conclusive and binding upon the parties hereto unless such determination is clearly arbitrary or unreasonable. In the event that the Consultant does not agree with the decision of the Project Administrator, the Consultant shall present any such objections, in writing, to the City Manager. The Project Administrator and the Consultant shall abide by the decision of the City Manager. This paragraph does not constitute a waiver of any party's right to proceed in a court of competent jurisdiction after the above administrative remedies have been exhausted. ARTICLE 14. LIMITATION OF LIABILITY The City desires to enter into this Agreement only if in so doing the City can place a limit on its liability for any cause of action for money damages due to an alleged breach by the City of this Agreement, so that its liability for any such breach never exceeds the "not to exceed" amount of the fee paid to Consultant under this Agreement, less any amount(s) actually paid to Consultant hereunder. Consultant hereby expresses its willingness to enter into this Agreement, with Consultant's recovery from the City for any damages for action for breach of contract to be limited to Consultant's "not to exceed" fee under this Agreement, less any amount(s) actually paid by the City to the Consultant hereunder. Accordingly, and notwithstanding any other term or condition of this Agreement, Consultant hereby agrees that the City shall not be liable to Consultant for money damages due to an alleged breach by the City of this Agreement, in an amount in excess of the "not to exceed amount" of Consultant's fees under this Agreement, which amount shall be reduced by any amount(s) actually paid by the City to Consultant hereunder. Nothing contained in this subsection, or elsewhere in this Agreement, is in any way intended to be a waiver of the limitation placed upon City's liability, as set forth in Section 768.28, Florida Statutes. ARTICLE 15. NOTICE All written notices given to City by Consultantshallbe addressed to: , J 21 City Manager's Office City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 Attn: Jimmy L. Morales, City Manager With a copy to: Office of Capital Improvement City of Miami Beach 1701 Meridian Avenue Miami Beach, Florida 33139 Attn: Maria Cerna, Division Director All written notices given to the Consultant from the City shall be addressed to: Terracon Consultants, Inc. 10841 South Ridgeview Road Olathe, KS 66061 Attn: Hugo E. Soto, P.E. All notices mailed to either party shall be deemed to be sufficiently transmitted if sent by certified mail, return receipt requested. ARTICLE 16. MISCELLANEOUS PROVISIONS 16.1 VENUE AND WAIVER OF JURY TRIAL: This Agreement shall be governed by, and construed in accordance with, the laws of the State of Florida, both substantive and remedial, without regard to principles of conflict of laws. The exclusive venue for any litigation arising out of this Agreement shall be Miami-Dade County, Florida, if in state court, and the U.S. District Court, Southern District of Florida, in federal court. BY ENTERING INTO THIS AGREEMENT, CONSULTANT AND CITY, EXPRESSLY WAIVE ANY RIGHTS EITHER PARTY MAY HAVE TO 'A TRIAL BY JURY OF ANY CIVIL LITIGATION RELATED TO, OR ARISING OUT OF, THIS AGREEMENT. 16.2 EQUAL OPPORTUNITY EMPLOYMENT GOALS: Consultant agrees that it will not discriminate against any employee or applicant for employment for work under this Agreement because of race, I color, national origin, religion, sex, gender identity, sexual orientation, disability, marital or familial status, or age, and will take affirmative steps to ensure that applicants are employed and employees are treated during employment without regard to race, color, national origin, religion, sex, gender identity, sexual orientation, disability, marital or familial status, or age. 16.3 PUBLIC ENTITY CRIMES ACT: In accordance with the Public Entity Crimes. Act (Section 287.133, Florida Statutes), a person or affiliate who is a consultant, who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to the City, may not submit a bid on a contract with the City for the construction or repair of a public building or public work, may not bid on leases of real property to the City, may not be awarded or perform work as a contractor, 22 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 16.5.2.4 A log is developed to track each set of documents logging in the date, time, and name of the individual(s) that work on or view the documents. 16.6 CORRECTIONS TO CONTRACT DOCUMENTS: If applicable to the performance of Consultant's Services, the Consultant shall prepare, without added compensation, all necessary supplemental documents to correct errors, omissions, and/or ambiguities which may exist in the Contract Documents prepared by Consultant, including documents prepared by its Subconsultants. Compliance with this subsection shall not be construed to relieve the Consultant from any liability resulting from any such errors, omissions, and/or ambiguities in the Contract Documents and other documents or Services related thereto. 16.7 ASSIGNMENT: The Consultant shall not assign, transfer or convey this Agreement to any other person, firm, association or corporation, in whole or in part, without the prior written consent of the City Commission, which consent, if given at all, shall be at the Commission's sole option and discretion. However, the Consultant will be permitted to cause portions of the Services to be performed by Subconsultants, subject to the prior written approval of the City Manager. 16.8 SUCCESSORS AND ASSIGNS: The Consultant and the City each binds himself/herself, his/her partners, successors, legal representatives and assigns to the other party of the Agreement and to the partners, successors, legal representatives, and assigns of such party in respect to all covenants of this Agreement. ' The Consultant shall afford the City (through the City Commission) the opportunity to approve or reject all proposed assignees, successors or other changes in the ownership structure and composition of the Consultant. Failure to do so constitutes a breach of this Agreement by the Consultant. 16.9 PROVISION OF ITEMS NECESSARY TO COMPLETE SERVICES: In the performance of the Services prescribed herein, it shall be the responsibility of the Consultant to provide all salaries, wages, materials, equipment, Subconsultants, and other purchased services, etc., as necessary to complete said Services. 16.10 INTENT OF AGREEMENT: 16.10.1 The intent of the Agreement is for the Consultant to provide all necessary items for the proper completion of the Services.. The Consultant shall perform, as Basic Services, such incidental work which may not be specifically referenced, as necessary to complete the Project. 16.10.2 This Agreement is for the benefit of the parties only and it does not grant rights to a third party beneficiary, to any person, nor does it authorize anyone not a party to the Agreement to maintain a suit for personal injuries, professional liability, or property damage pursuant to the terms or provisions of the Agreement. 16.10.3 No acceptance, order, payment, or certificate of or by the City, or its employees or agents, shall either stop the City from asserting any rights or operate as a waiver of any provisions hereof or of any power or right herein reserved to the City or of any rights to damages herein provided. 24 16.11 This document incorporates and includes all prior negotiations, correspondence, conversations, agreements, or understandings applicable to the matters contained herein; and the parties agree that there are no commitments, agreements, or understandings concerning the subject matter of this Agreement that are not contained in this document. Accordingly, the parties agree that no deviation from the terms hereof shall be predicated upon any prior representations or agreements whether oral or written. It is further agreed that no modification, amendment or alteration in the terms 'or conditions contained herein shall be effective unless memorialized in written document approval and executed with the same formality and of equal dignity herewith. IN WITNESS WHEREOF, the parties hereto have hereunto caused these presents to be signed in their names by their duly authorized officers and principals,, attested by their respective witnesses and City Clerk on the day and year first hereinabove written. Attest CITYOFFMMl . CH: )41' /41-116 CITY CLERK MAYOR \1 �. Attest s.d, .• '' C J ;ANT: 1� 04 SU TANTS, INC. 411. 7//4 Signature/Secretary `: • .ture."resi"-nt 40 V . c J u. �� ® �'. ' �..� ••• Vrt€rte Prin Name .q i �, 9 rint,Name %%{HIIsmon , ONSU ' cppPORAr N `Z° APPROVED AS TO r SEAL •n` FORM &LANGUAGE ''• 2003 �` &FOR EXECUTION c4Orf .f . (-30 -I cl City Attorney Y43, Date 25 SCHEDULE A PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND TERRACON CONSULTANTS, 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 containinga 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 • 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 TERRACON CONSULTANTS, 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 be negotiated Off-Road or Water/marine Equipment) 100 Ft:of as needed Borings. B.Borings.Standard Penetration per ASTM D-1586: With or Without Casing: 1.B.1 Penetration Depth 0'to 50' Foot $ 22.24 1.B.2 Penetration Depth 51'to 75' Foot $ 26.69 1.B.3 Penetration Depth 76'to 100' Foot $ 31.14 1.B.4 Penetration Depth 101'to 150' Foot. $ 38.92 C.Auger Borings per ASTM D-1452 Penetration Depth: 1.C.1 Penetration Depth 0'to 50' Foot $ 16.68 1.C.2 Penetration Depth 51'to 75' Foot $ 18.90 1.C.3 Penetration Depth 76'to 100' q 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 DCPW Highway Division(min.6"dia.)(min.2 tests per job) Each $ 551.55 1.1.3 Open Hole Method(min.6"dia.)(min.2 tests) Each $ 553.78 J.Closing Holes with Grout/Approved Methods to Safe Proof Site.[Safe Proof Foot to be Accomplished Before Laboratory Leaves the Site] $ 8.90 K.Trench Test per So.FL Water Management District.(Excludes Equipment and Hour Operator)(Provide Equipment Rental Invoice for Direct Cost Reimbursement] $ 551.55 L Soil Cement Stabilization Field Inspection Hour $ 96.74 1.L.1 Soil Cement Cylinder Testing Hour $ 71.17 1.L.2 Soil Cement Cylinder Testing per ASTM D-1633 Hour $ 38.92 M.Water Quality Monitoring Each $ 90.07 N.Geotechnical Engineering Evaluation and Report of Existing Soil With Respect Hour to Allowable Bearing Capacity $ 140.11 0.Geotechnical Engineer Pile Capacity Analysis Hour $ 140.11 P.Muck Probes Hour $ 91.18 Q.Engineering Inspection during Geotechnical investigation - Hour $ 100.08 2. MONITORING WELLS (Includes Drilling) (9.01) A.Mobilization of Truck Mounted Drill Rig.(Same Conditions apply as Up to 2 wells referenced for Geotechnical Services,Item 1.A,Page 1 of the Fee Schedule) $ 404.77 B.Monitoring Well Installation(2"PVC,Max.20'Depth)*(Min.2 wells) Per Well $ 732.81 C.Monitoring Well Abandonment(2"PVC,Max.20'Depth)*(Min.2 wells) Per Well $ 308.02 D.Monitoring Well Abandonment(4"PVC,Max.20'Depth)*(Min.2 Wells) Per Well $ 395.87 E.Monitoring Well(4"PVC,Max.20'Depth)*(Min.2 wells) Per Well $ 959.66 F.Monitoring Well Installation(2"PVC,Greater than 20'up to 100')*(Min.2 Foot wells)* Excludes permit $ 78.95 G.Repair of Monitoring Wells Unit Rates Per Unit $ 1,057.51 H.Water Quality Monitoring(Does not include Analytical Tests)(Per Well) Per Well $ 273.55 I.Direct Push Well Installation(20'Max) Per Well $ 859.58 J.Direct Push Soil/Ground water Sampling Per Day $ 1,788.10 K.Boat Rental(min.8 hr day)with prior approval by the issuing dept.(furnish Per Day copy of ownership or copy of rental invoice) $ 503.74 3. PRE-STRESS / PRE-CAST (9.02) (INCLUDES TRAVEL, MILEAGE, DELIVERY AND CERTIFIED REPORTS) A.Pre-stress/Pre-cast fabrication inspection per PCI MNL-116(Structural)or MNL-117(Architectural)(Bridge and Building Units/Ready Mix Plants Per Hour Inspections)(Min.4) $ 92.30 B.Pre-stress(Inspection and Certified Report included)(Stressing Operation and per Hour Inspection)per PCI MNL-116(min.4 hrs) $ 92.30 C.Reinforced Concrete Pipe and Pre-Fabricated Manhole Inspection(types, Per Hour sizes,and design)(includes inspection and Certified Report)(Min.4 hrs.) $ 92.30 D.Absorption Test of Pre-cast Units per ASTM C-497 Per Core $ ' 58.94 E.Three Edge Bearing Test per ASTM C-497 Per Hour $ 92.30 F.Hydrostatic Testing per ASTM C-497 Per Hour. $ 92.30 34 G.Testing Concrete Cylinder per ASTM C-497(same conditions apply as shown per Cylinder on 3A.1)(Does NOT include TECHNICIAN or PICK-UP) $ 124.54 4. PILING (9.02) A.Pile Driving/Auger,Cast Pile Inspection(includes Certified Log/Report[Min. 4 hrs]) Per Hour $ 93.41 4.A.1 Splice of piles as an addition(per occurrence)(with prior approval from engineer)(witness splice) Per Hour $ 93.41 B.Vibro-Flotation Inspection(4 hrs min.) Per Hour $ 93.41 C.Pile Load Test-Test Frame and Load Set-Up Witnessed by Certified Inspector per ASTM D-1143(Equipment/Loads Furnished by Contactor) Per Hour $ 93.41 4.C.1 Furnishing and Set-Up of Calibrated Gauges Per Gauge $ 121.21 4.C.2 Monitoring of Pile Load Test,Collect Field Data,and Inspector Time Per Hour $ 93.41 4.C.3 Pile Load Test Report,Certify and Prepare Report for Load Capacity of Pile Per Hour (Engineers Time) $ 140.11 5. SOILS (9.02) INCLUDES TRAVEL, MILEAGE, DELIVERY AND CERTIFIED REPORT) 5A.Field Density Tests )5.A.1 Sand Cone Method per AASHTO T-19 and ASTM D-1556(2 test min.) _ Per Test $ 96.74 Nuclear Method per AASHTO T-238 AND.ASTM D-2922,(Moisture per AASHTO T-239 and ASTM D-3017)(Min.4 tests) 5.A.2 Per Test(From 1 to 4 tests)per trip Per Test $ 54.49 5.A.2A Per Test(From 5 to 10 tests)per trip Per Test $ 36.70 5.A.2B Per Test(From 11 or more tests)per trip Per Test $ 32.25 5.A.3 Maximum/Minimum Relative Density Tests per ASTM D-4253 and 4254 Per Test (Field and Laboratory) $ 187.93 5.A.4 Hourly Rate(min.4 hrs)*(Unlimited:tests)(7am to 6pm)(equipment ONLY, ' 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) `f $ 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 f-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 AASHTO D-T 245(set of 3 specimen) Per Set $ 128.99 6.C.3 Density per ASTM D-2726(set of 3 specimen) Per Set $ 130.10 1 6.C.4 Air Voids per ASTM-3203(set of 3 specimen) Per Set $ 128.99 6.C.5 Maximum density per ASTM D-2041 Per Set $ 84.51 6.C.6 Particle Coating per ASTM D-2489 Per Sample $ 142.34 36 6.C.7 Sampling/Prep. Per ASTM D-1559/D-2726 Per Sample $ 87,85 6.C.8 Bulk Specific Gravity of Drilled Core per ASTM D-2726 Per Core $ 61.16 6.C.9 Moisture Content-Drying per ASTM C-566 Per Sample $ 62.27 6.C.10 Moisture Content-Distillation per ASTM D-1461 Per Sample $ 147.90 6.C.11 Asphaltic Specific Gravity/Absorption of Aggregate Blends Per Aggregate Sample $ 113.42 6.C.12 Sampling Hot mix at Manufacturer per ASTM D-979 Per Hour - $ 73.39 6.C.13 Effect of Water on Hot Mix per ASTM D-1075(set of 6 samples) Per Set $ 142.34 6.C.14 Washed Sieve Analysis Per Sample $ 72.28 6.C.15 AASHTO T-182 Per Sample $ 159.02 6.C.16 Flat/Elongated Pieces per ASTM D-4791 Per Sample $ 151.23 6.C.17 Effect of Moisture on Hot Mix per ASTM D-4867(set of 6 samples) Per Set $ 353.62 6.C.18 Sand Equivalent per ASTM D-2419 Per Sample $ 113.42 6.C.19 Effect of Water on Cohesion per ASTM D-1075/Modified Per Sample $ 213.50 D.Extraction/Gradation Analysis per ASTM D6307 Per Test $ 162.35 E.Asphalt Plant Technician Using FDOT Approved Plant,Laboratory and Procedures for Extraction,Gradation,Marshall Tests and Temperature Checks Hour (ASTM D-290-85)(per person,min.4 hrs) $ 92.30 F.Paving Technician for On-Site Paving Operations,Inspections per FDOT Hour Procedures(temperature,density testing and observation)(min.4 hrs.) $ 91.18 G.Asphalt densities(Nuclear-Back Scatter Method)(Min.4 tests) Per Test $ 33.36 H.Asphalt Core Drilling for Thickness Measurements(includes Asphalt Patching) Per Core (min 6 cores per call-out) $ 66.72 I.Asphalt Cores Laboratory Tests for Measurements per ASTM D-3549 and per Core weight per cubic foot,per ASTM D-2726(min 4 cores) $ 50.04 J.Gyratory Compaction(Bulk Specific Gravity) Per Sample $ 134.55 7. TECHNICAL SERVICES (AVIATION) (9.03) A.P401 Technical Services-NICET III/FDOTII/Equivalent per ASTM D-3666 Aspalt lant Facilities and Initial Inspection,Quality Reviews,Design Mix/JMF Hour Review,Technical Report/Meetings/Coordination Oversight/PWL/reviews (min.2 hrs.) $ 139.00 B.P401/P602/P603/P609-Field Acceptance Inspection-Certified Inspection per ASTM D-3666 7.B.1 Level I Inspector(weekday min.4 hrs) Hour $ 92.30 7.B.2 Level II Inspector(weekday min.4 hrs) Hour $ 101.19 7.B.3 Cancellation Fee(Plant)(Per cancellation,per technician) Per $ 271.33 8. CONCRETE TECHNICIAN (9.03) INCLUSIVE OF TRAVEL, MILEAGE, DELIVERY AND , CERTIFIED REPORT) A.Cylinders-cast and tested by laboratory 8.A.1 Standard 6"x 12"or 4"x 8"cylinder(concrete temperature test and slump test) (per ASTM C-31"Section 7" Lab.Strength Tests per C-39 using C-617 or Per,Set C-1231)(max.5 cylinders per set) - $ 125.66 8.A.2 Lightweight 3"x 6"cylinder includes concrete per ASTM C-495(max.5 Per Set cylinders per set) $ 125.66 8.A.3 Air Entrainment pas ASTM C-31(used Concurrently with Concrete Set Per Set $ 41.14 37 Testing) 8.A.4 Cylinder pick-up(when not cast by laboratory) Hour $ 65.61 B.Securing Structural or Pavement Cores per ASTM C-42(6"max.dia.)(3 cores min.) 8.B.1 8"deep Per Core $ 143.45 8.B.2 14"deep Per Core $ 174.58 8.B.3 12"deep x 12"diameter Per Core $ 333.60 C.Cores Trim and Compression Test per ASTM C-42 Per Test $ 45.59 D.Concrete Masonry Units per ASTM C-140 and C-551-Block/Brick per ASTM-140 8.D.1 Concrete Brick per ASTM C-551(min.2 bricks) , 8.D.1A Compression - Per Brick $ 51.15 8.D.1B Absorption Per Brick $ 73.39 8.D.1C Dimension Per Brick $ 50.04 8.D.1D Appearance Per Brick $ 48.93 8.D.2 Block, Manhole Per Test $ 86.74 8.D.3 Block,Concrete Compression per ASTM C-140-Individual Units Per Test $ 62.27 8.D.4 Block,Concrete Absorption per ASTM C-140-Individual Units Per Test $ 74.50 8.D.5 Moisture Content of Concrete Block per ASTM C-140 Per Block $ 62.27 8.D.6 Block Series, Dimensions,Compression,Absorption, Moisture Content and Per Block Unit Weight(Density)per ASTM C-140 $ 195.71 8.D.7 Mortar Cubes 2"x2"x2"Compression Test per ASTM C-109(min.3 per test) Per Cube (cast by others) $ 42.26 8.D.8 Masonry Prism per ASTM C-1314(fabricated by contractor)(unfilled) Per Prism $ 156.79 8.D.9 Sampling and pick-up(casting not included) Per Unit $ 71.17 8.D.10 Concrete Block Unit Weight per ASTM C-140 Per Block $ 68.94 8.D.11 Grout Cube Compression Test per ASTM C-1014(cast by others) Per Cube $ 24.46 8.D.12 Technician to Cast Mortar or Grout Cubes in Laboratory or On-Site(incl. Hour slump and temp.tests)per ASTM C-1019 $ 71.17 8.D.13 On-Site Masonry Inspector per ACI-530(min.4 hrs) Hour $ 92.30 E.Concrete Beams 8.E.1 Tension Test per ASTM C-496(Splitting Tension Test for Cylindrical Per Test Specimen,not beams) $ 73.39 8.E.2 Flexural Test per ASTM C-78(ASTM C-31,C-78)cast per ASTM C-36,(2 Per Beam beams required per test) $ 135.66 F.Air Content per ASTM C-173 or ASTM C-231 Per Test $ 40.03 G.Concrete Densities(Unit Weight)and Yield Test per ASTM C-138 Per Test $ 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 Hour the engineer)(4 hrs min.) $ 92.30 J.Concrete Plant Inspection per ACI-311.5(Mix and Weight Verification)(4 hrs Hour min.) $ 92.30 K.Windsor Probe Test per ASTM C-803(Penetration Resistance to Determine Per TripUniformity)with equipment char a(Windsor Gun)(per trip per location) $ 301.35 L.ASTM C-803(set of 3 probes per test) Per Set $ 120.10 M.Concrete Rebound Hammer Test per ASTM C-805(use of Spring Driven Steel Per Hour Hammer to determine uniformity ofin-place concrete)(4 hrs min.) $ 90.07 N.Pull-out per ASTM C-900(includes pin installation) Per Test $ 382.53 0.Thickness of Concrete per ASTM C-1383 Hour _ $ 78.95 P.Corrosion Activity per ASTM C-876 Hour $ 97.86 Q.Chloride Content 8.Q.1 Per ASTM C-1152 Per Test $ 143.45 8.Q;2 Per ASTM C-1218 Per Test $ 150.12 R.Pachometer(Magnometer)Readings for Rebar Location,approximate size 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 per Test C-127 $ 83.40 V.Specific Gravity Fine Aggregate per ASTM C-128,Coarse Aggregate per ASTM per Test C-127 $ 83.40 W.Weight per Cubic Feet per ASTM C-29 Per Test $ 83.40 9. STEEL (9.04) (use AWA, AMS, AWS, ASME, API, as applicable) A.Shop/Field Weld Inspection per ASTM D-5339(4 hrs min.) Hour $ 91.18 B.AWS,AWA,ASME Welder Tests-Groove or Fillet.. 9.B.1 Plate Per position $ 241.30 9.B.2 Pipe Per position $ 252.42 C.Reinforcing Steel Tensile Test(Min.3 Tests)-TENSILE ONLY DOES NOT 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 additionalhours are required must have approval from issuing department 12. STRAIN MEASUREMENTS (SR4 INDICATOR) (9.04) A.Technician Services to install Gauges/Make Strain Reading(4 hr min.) Hour $ 90.07 13. ULTRASONIC INSPECTIONS (9.04) A.Services of an Ultrasonic Technician and Equipment(8 hrs min) Hour $ 139.00 B.Assistant Technician(8 hrs min) Hour $ 64.50 14. STRUCTURAL STEEL (9.04) A.Welding Inspector per AWS Code(4 hrs min) Hour $': 91.18 B.Structural Steel Shop or Field Inspector(4 hrs min) Hour $ 91.18 C.Bolt Tightening Inspection by Using: 14.C.1 Torque Wrench Hour $ 91.18 14.C.2 Reg.Wrench Hour $ 91.18 14.C.3 Filler Gauge Hour $ 91.18 D.Structural Steel Testing/Inspection(4 hrs min) - Hour $ . 91.18 15. WELDING (9.04) A.AWS Certified Inspector(2 hrs min)(per inspection) Hour $ 91.18 B.AWS Certified Welding Inspector/1 hr PADI Certified(min 2 inspections per Hour inspection) $ 157.90 16. MAGNETIC PARTICLE TESTING (MAGNAFLUX) (9.04) A.Services of a non-destructive technician Hour $ 91.18 B.Magnaflux Testing Hour $ 86.74 17. ROOFING (9.05) (all tests performed shall be in accordance with current edition of the Florida Building Code at time the work is issued) A.Built-up roof sample analysis(test method for moisture in mineral aggregate Per Test used for built-up roofs)(ASTM D-1864) $ 58.94 B.ASTM 3617 Per Test $ 338.05 C.Compression Test-Roof Tiles Hour $ 64.50 D.Absorption Test-roof tiles(per set of 5) Per Set $ 259.10 E.Up-Lift test of roof tiles(per set of 5) Per Set $ 313.58 F.Core Samples(per architect/engineer's recommendation) Per Sample $ 81.18 G.Visual Inspections 17.G.1 Per job min. Per Job min. $ 793,97 40 17.G.2 Per square foot Per Sq. Ft $ 0.18 H.Infrared Moisture Survey(mobilization of equipment) 17.H.1 Per job min. Per Job min. $ 880.70 17.H.2 Per square foot Per Sq.Ft $ 0.31 I.Asbestos Testing Per Sample $ 70.06 J.Nuclear Moisture Testing 17.J.1 Per job min. Per Job min. $ 838.45 17.1.2 Per square foot Per Sq. Ft $ 0.24 K.Impedance Moisture Survey(machine)(max 3 cores) 17.K.1 Per job min. Per Job min. $ 878.48 17.K.2 Per square foot(additional square foot survey) Per Sq. Ft $ 0.29 L.Bonded Pull Test Per Test $ 223.51 M.Fastener Pull Test(First 10,000 sq.ft.per deck)(10 tests) Per Test $ 878.48 17.M.1 Per new roof(core sample) Per Test $ 55.60 17.M.2 Existing roof(core sample) Per Test $ 66.72 N.Bell Chamber Test(max.2 tests/any additional test$300.00) Per Test $ 834.00 0.Title Uplift Test(TAS 106) 17.0.1 Per square feet(2,500 sq.ft) Per Sq. Ft $ 278.00 17.0.2 Additional per square Per Sq. Ft $ 22.24 P.Engineer's Report Hour $ 140.11 22. MAINTENANCE OF TRAFFIC (to be negotiated by issuing dept if required 23. ENGINEERING SERVICES A.C.A.D.Operator Hour. $ 80.06 B.Staff Engineer Hour $ 100.08 C.Professional Engineer Hour $ 133.44 D.Senior Engineer Hour $ 159.02 E.Principal Hour $ 167.91 F.Clerical/Administrative Hour $ 53.38 G.Engineering Technician(applies to all sub-categories) Hour $ 72.28 Note:Fees paid to the laboratories for the work performed shall be in accordance to the negotiated fee 24. UNDERGROUND UTILITY LOCATION AND INSPECTION It shall be noted that work performed for UNDERGROUND UTILITY LOCATION AND INSPECTION belongs to Sub-Category 15.03-Underground Utility Location,Category 15.00 SURVEYING AND MAPPING. Laboratory firms must be Certified under Category 15.00,Sub-Category 15.03 in order to perform this type of work or they shall Sub-Contract any of the firms certified under this Category. A.Utility Designation-Electronically Scan and Determine the Horizontal and Per Hour Vertical Location of Buried Utility Lines. (Min.3 Hrs.) $ 166.80 B.Expose Utility Lines by Air/Vacuum System(Soft Dig),Creating a Small Diameter Hole to be Plotted on Base Maps to Scale. Work Reviewed and Certified by a Florida Registered Land Surveyor.(Includes Cost Associated with Restoration and Photographs/Drawings to Document/Generate Complete Certified Report 41 24.6.1 Per Test Hole(In Pavement)(Min.3 Tests per Visit) Per Test $ 945.20 24.6.2 Per Test Hole(In Soil)(Min.3 Tests per Visit) Per Test $ 945.20 C.Utility Location Inspector to Verify and Coordinate Location and Per Hour Documentation of Utility Company(Min.2 Hrs.per Test Location). $ 88.96 42 SCHEDULE C APPROVED SUBCONSULTANTS SUBCONSULTANTS • No preapproved sub-consultants submitted with proposal 43 ATTACHMENT A RESOLUTION, COMMISSION ITEM, AND COMMISSION MEMORANDUM RESOLUTION NO. 2018-30544 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER, PURSUANT TO REQUEST FOR QUALIFICATIONS (RFQ) NO. 2018=097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING 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: c ty g&' Raf I E. r nado,Ci Irk T:\AGENDA12018110 October\ProcuremenhRFQ 2018.-097-KB Geotechnical Services\RFQ-2018-097-KB Geotechnical Services Resolution.dcoc " APPROVED AS TO `TF 11 FORM&LANGUAGE &FOR CUTIONJ CrktaitJ— fCtsq - 1 N"-k--,:f 2 >,' ti` R 5.' City Attorney i..�e Date • 45 t Resolutions-C7 AA MIAMI BEACH COMMISSION MEMORANDUM TO: Honorable Mayor and Members of the City Commission FROM: Jimmy L. Morales, City Manager DATE: October 17,2018 SUBJECT:A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA,ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER, PURSUANT TO REQUEST FOR QUALIFICATIONS (RFQ) NO, 2018- 097-KB FOR. CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS;AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH RADISE INTERNATIONAL, LC,AS THE TOP RANKED PROPOSER; PROFESSIONAL SERVICE INDUSTRIES, INC., AS THE SECOND RANKED PROPOSER; GFA INTERNATIONAL, INC., AS THE THIRD RANKED PROPOSER; UNIVERSAL ENGINEERING SCIENCES, INC:, AS THE FOURTH RANKED PROPOSER;TERRACON CONSULTANTS, INC.,AS THE FIFTH RANKED PROPOSER; NUTTING ENGINEERS OF FLORIDA, INC..AND WOOD ENVIRONMENT&INFRASTRUCTURE SOLUTIONS, INC.,AS THE SIXTH RANKED PROPOSERS; WINGERTER LABORATORIES, AS THE EIGHTH RANKED PROPOSER; AND TIERRA SOUTH FLORIDA, INC. AS THE NINTH RANKED PROPOSERS;AND FURTHER AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AGREEMENTS WITH EACH OF THE FOREGOING PROPOSERS UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION. RECOMMENDATION Adopt the Resolution. ANALYSIS The City requires the service's of consulting 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 for Qualifications(RFQ)NO. 2018-097-KB,for citywide geotechnical and laboratory testing services on an as-needed basis. On April 12 2018;the RFQ was issued.The Procurement Department issued solicitation notices to 683 firms utilizing www.publicpurchase.com. 62 prospective proposers accessed the advertised solicitation.A voluntary pre-proposal conference toprovide information to the proposers submitting a response was held on April 25,2018.RFQ responses were due and received on July 30,2018. The City received proposals from the following nine(9)firms: • GFA International, Inc. • Nutting Engineers of Florida,Inc. • Professional Service Industries,Inc. • RADISE International,LC • Terracon Consultants,Inc. • Tierra South Florida,Inc. • Universal Engineering Sciences,Inc • Wingerter Laboratories • Wood Environment&Infrastructure Solutions,Inc. On August 14,2018 the.City Manager appointed the Evaluation Committee via LTC#454-2018.The Evaluation Committee convened on August 23,2018 and September 10,2018 to consider proposals received.The second meeting was held since one firm inadvertently failed receive the notification of the evaluation committee. The committee was comprised of Pilar Caurin, Capital Projects Coordinator,Capital Improvement Projects Office, City of Miami Beach; Eugene Egenta, 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 copyof each proposal, and a presentationby each proposing firm. The Committee was instructed to score and rank each proposal pursuant to the evaluation criteria established in the RFQ.The evaluation process resulted in the ranking of proposers as indicated in Attachment A,in the following order: 1.. RADISE International,LC 2. Professional Service Industries,Inc. 3. GFA International,Inc. 4. Universal Engineering Sciences, Inc 5. Terracon Consultants,Inc. '6. Nutting Engineers of Florida,Inc. 7. Wood Environment&Infrastructure Solutions,Inc. 8. Wingerter Laboratories 9. Tierra South Florida, Inc. Due to the number of responses, a summary of each top-ranked firm or the firm's proposal is available upon request. Page 507 of 1637 47 CONCLUSION I have reviewed the submittals and the results of the evaluation process. I have also considered the needs of the City that include a wide variety of geotechnical services, especially in consideration of potential GO bond projects.All of the nine(9)proposals received are from very well qualified firms. Each one of these firms has its own unique experiences from which the City may 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: "r Description S o AttachmentA:Scoring and Ranking o Resolution • • Page 508 of 1637 48 ' • • • .I. LECILle.13 FOR QUALIFKATLOILS @Fa) .' . • . i Citywide Goolschnical and Latent.),Tasting PIM Cowls P rPa Fulsei r Low 1 g Eug600Qessdas arse. 393.1.'s!es JAIN Webs.. , /melees On.n et Needsd Basis . . . E A i' I A...a. RFO PiO.201549740 a'. Tuve• !a 0.9194296 '_411961-91/59 5.996.1— 94419•661 999689361 i 9100.0 .46033063 00.10.3 6.55a1 , . dm. 5.4619•5.9 I36b46o/ Pulludsv Quasilta Pm 5516519 66P6E Aner0399321.LC. 165 5 911 1 90 5 43_ ,3 53 5 92 3 9! gg ? 90 A ,_ _99 l- DALL:Ls13741 3069901949sits 19c 94 5 $9 2 16101 7 53. 5 91 4 59 90 ;E OB 5 93 GFA Falsmaitnnonc BS 5 DO •7 92 : .X1 2 55 5 _99 I 96 5 'ICI.37so17-17I $7 5 .- •97 MI 716 •— 73 Elnreers613316k59-965cierces 65' ... 3 116 5 SA. 1 , 95 L 95 I 99 7."3 an _2. —— 92 —Ell --i .1 TrialucConsu .9 90 .5 35 kans.19 'al 4 tl 9,6 37 5 9 ._ 65 1. 37 0 ,...,_..er FIC=SEM 5 .763.01E09' 1313.193. 93 : 5 pr 1 34 : 341 !, 77 ,5 € 9 915 65 6 64 ' 5 gr 8 '_41i,__ 0., A966156/56666.64 9 9619596316s 96149,99 Inc CA 9 SS 4 U 5 59 •3 7q 5 31 . 17 D3 . —.• 5 93' 3 55 B_MME.1,93965.4616a535' 95 4 39 5 ' 95 Ig 90 4 .. • a A 61 L 91 :1 — 55_ : 9 8 51 5 59 E73 3. e Trin 56911k 915934 99 75 .5 IP '9, 53 ,. 96 I: 75 'A .,_ 3 2 7 OA 3: 1 . ---3.111 9 9 _. 41111111tewil p.a. TalcIworcesam ... ... 2F—AiMakerPi99 , Nuten0 Balms 4431034W ,. I _ . ftt39Vk9e9.16919995 I. a I ' esu.sE 043/3667041 LC . t' •40-3026 Cenvear4s Ine Torre Ugh 3193130 99: , a c • 4.6.33/sal Enenesra0 Seam&Lit . ,. AMILIAL.14102121503 • ' . LAW EtAremen18 1950707.6.36$034937,3 Ix. • (..0 • . _ . . Page 509 of 1637 ATTACHMENT B REQUEST FOR QUALIFICATIONS (RFQ) 50 MIAMI BEACH { City of Miami Beach,1755 Meridian Avenue,3rd Floor,Miami Beach, Florida 33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490 L - 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, C1. Minimum Eligibility Requirements has been DELETED. RFQ has been revised as follows. •_ • • --- _ ' __ . . -' - . - _ '- _e -_ _ . • :e- _••:• - ' e ee'e - _ ' bin-three (3) days of request by the City. PPC49oscKs i:h_at fail to . considered. _ n u:. th r z tiio• - ' .- - -- •--- ---- - -- - - - ' - - i- ti - e nal 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. Spesifieatiess 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. • i1 1 ADDENDUM 2.NO.1.1.11 Provide list of Miami Dade County, rtment, Tcchnieal RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS -- - _ "cos? . .. „ 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. llt. REVISION. Appendix D, Special Conditions has been revised as follows: • 1. TERM OF CONTRACT. Five (5) years. This contract shall remain in effect for three (3) years from date of contract execution by the Mayor and City Clerk. 2. OPTIONS TO RENEW. !: _ _ _ _ e.-- _ _ -' _ • _ -__ _ - 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 RafaelGranadoCa�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. Sing -rely, Al;.d D Prii, urement Director -• • 1 I ' • . • . . . • 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 II Tel: 305-673-7490 ADDENDUM NO. 10 RFQ 2018-097-KB. FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS July 20, 2018 This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. I. RFQ DUE DATE AND TIME. The deadline for the receipt of bids isextended until 3:00 p.m., on Monday,July 30, 2018,.at the following location: City of Miami.Beach Procurement Department . 1755 Meridian Avenue,3`d Floor Miami Beach, Florida 33139 Late proposals will not be accepted. Proposers are cautioned to plan sufficient time•to allow • for traffic or other delays for which the Proposer is solely responsible. • - • 011 • • . 1 • Ii n • 1 , N - S• • 1 • 01 • i - 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 RafaelGranado of miamibeachfl.aov. Procurement Contact Telephone: Email: Kristy Bade 305-673-7000, ext.6218 kristybada@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Potential proposers that have elected not to submit a response to the RFQ are requested to complete and return the"Notice to Prospective Bidders"questionnaire with the reason(s)for not submitting a proposal. erel Are 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 receiptof bids is extended until- 3:00 n.m., on Monday, July 23, 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. (. • - ■ • T 1 • II “ C• AIN - S• •NS S • • I • • T •• 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. ' erely/� Alex Denis Procurement Director 1 ADDENDUM NO.9 RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS. 1 MIAMI BEACH City of Miami Beach,1755 Meridian Avenue,3rd Floor, Miami Beach,Florida 33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490 ADDENDUM NO. 8 RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED.BASIS July 6,2018 This Addendum to the above-referenced REQ 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, 3r1 Floor Miami Beach, Florida 33139 Late proposals willnot be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer-is solely responsible. . i • 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 RafaelGranadoemiamibeachfl.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 Alex Denis Procurement Director 1 ADDENDUM NO.8 RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS. MIAMI BEACH City of Miami Beach,1755 Meridian Avenue,3rd Floor,Miami Beach,Florida 33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490 ADDENDUM NO. 7 RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING.SERVICES ON AN AS-NEEDED BASIS June 29,2018 This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. I. RFQ DUE DATE AND TIME. The deadlinefor the receiptof bids is extended until 3:00 p.m.. on Monday. July 9, 2018, at the following location: City of Miami Beach Procurement Department 1755 Meridian Avenue, 3`cl 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. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below,with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.gov. Procurement Contact: Telephone: Email: Kristy Bada 305-673-7000,ext.6218 kristybada@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Potential proposers that have elected not to submit a response to the RFQ are requested to complete and return the"Notice to Prospective Bidders"questionnaire with the reason(s)for not submitting a proposal. riat.irsitnisment Director IMINISFIRMIESP 91.11•11.10•0 1 ADDENDUM NO.7 RFQ 2015-097-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 r j 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, 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. • - • • T \ . ii IllY TT • 1 A \ - - 01S • • i • l - 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 RafaelGranado@miamibeachfl.gov. Procurement Contact: Telephone: Email: Kristy Bada 305-673-7000, ext.6218 kristybada@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Potential proposers that have elected not to submit a response to the RFQ are requested to complete and return the"Notice to Prospective Bidders"questionnaire with the reason(s)for not submitting a proposal. erel Alex Deni Procurement Director ADDENDUM NO.6 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..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. I. RFQ DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on Wednesday, June 27, 2018, at the following location: City of Miami Beach Procurement Department 1755 Meridian Avenue, 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. IL ATTACHMENTS. Exhibit A: Rate Schedule of City's Current Contract for Geotechnical and Laboratory Testing Services Exhibit B: Pre-Proposal Sign-in Sheet III. REVISION. Appendix C, Cl. Minimum Eligibility Requirements has been revised as follows. The Minimum Eligibility requirements for this solicitation are listed below. Proposer shall submit, the required submittal(s). documenting compliance with each minimum requirement with its proposal or within three (3) days of request by the City. Proposers that •- • -• - ' • --- : fail to comply with minimum requirements shall be deemed non-responsive and shall not have its proposal considered. 1. Bidder (defined as the Firm) shall hold - - - - - -••- - -- - • - a geology business certification from the Florida Department of Business and Professional Regulation. AMU 1 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. Provide-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 alb-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,licensure,experience,and any other pertinent information,shall be included for each respondent team member to be assigned to this contract. V. ANSWERS TO QUESTIONS BY PROSPECTIVE PROPOSERS VIA EMAIL. Q1: In relation to question#4, because the volume of work in these service areas is so small (<5%), we ask that the requirement be removed as a requirement of the Prime, as it is not feasible for a small business to support this type of staff full time. Or, as an alternate, would the City consider allowing these services to be provided by a Sub on the Prime's Team? Al: The City has issued the RFQ under the requirements of Section 287.055, Florida Statutes, commonly known as Consultant's Competitive Negotiation Act (CCNA), which requires for the City to consider the volume of work previously awarded to each firm by the agency. Q2: Under Appendix C the RFQ lists minimum eligibility requirements of asbestos and geology business certifications (page 26 C1). As this does not seem applicable to this RFQ will the City please confirm that this is a requirement? A2: Refer to Revision above. Q3: Who are the incumbents of this contract? A3: GFA International, Inc., Wingerter Laboratories, Universal Engineering Sciences, Inc., HP Consultants, Inc., and Radise International, LLC. Q4: Tab 3 Approach & Methodology: a) Is there a preferred format for responses to all items in Tab 3? b) Does the City require copies of actual reports and/or forms used for projects where we have provided services outlined in Tab 3? A4: Responses shall be in sufficient detail and include supporting documentation, as applicable, which will allow the Evaluation Committee to complete a fully review the qualifications of the Proposer. 2 ADDENDUM NO.5 RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS 1 Q5:We recently had D&B send the City an SQR for RFQ 2018-141-ND a) Can you verify that you received it? b) Is it necessary for us to have D&B send it to the City again for this RFQ? A5: Within three (3) business days of request by the City, Each Proposer shall arrange for Dun & Bradstreet to submit a Supplier Qualification Report (SQR) directly to the Procurement Contact named in the RFQ. Q6: Appendix C Minimum Requirements and Specifications: a) Is anything else required besides a copy of the firm's asbestos andgeology 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. r 3 ADDENDUM NO.5 RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS J C` • • 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 anmiamibeachfl.00v. Procurement Contact: Telephone: Email: Kristy Bade 305-673-7000, ext.6218 kristybada@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Potential proposers that have elected not to submit a response to the RFQ are requested to complete and return the"Notice to Prospective Bidders"questionnaire with the reason(s)for not submitting a proposal. Sincerely, i AI: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 Exhibit A: Rate Schedule of City's Current Contract for Geotechnical and Laboratory Testing Services 5 ADDENDUM NO.5 RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS SCHEDULE C-RATE SCHEDULE For Citywide Geotechnical and Laboratory Testing Services on an As-Needed Basis RI=Q No. '17-11PI2 Unit Unit Price i. GEOTIEICHNICAL Si"r,RVICES (9.0'9)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. Up to 4 Percolations 1.A,2 Premium over LA.1 for mobilization of special access equipment(ATV's,Off-Road or To be negotiated per Day or Up to 100 Water/marine Equipment) as needed Ft.of Borings. B,Borings Standard Penetration per ASTM 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: 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 101'to 150' Foot $24.00 • D.Rock Coring per ASTM D-2113 (Max,N)(Size): • Penetration Depth 0'to 50' Foot $35.00 Penetration Depth 51'to 75' Foot $41.00 • Penetration Depth 76'to 100' Foot $48,00 • Penetration Depth 101'to 150' • Foot $55.00 B.Standard Penetration Test(includes Mobilization and Soll 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 • - - -F.Undisturbed Sampling per ASTM D-15 Each $112.00 G.Slug Percolation Test-USGS/PWD 9"Dia.Hole(DERM) (Min.2 per job) Each $432.00 H.Double Ring infiltration Test per ASTM D-3385 (swale or grassy areas)(Min.2 tests) Each $504.00 I.Percolation Tests 11,1 FL Dept. of Health and Rehabilitative Services, Chapter 100-6,57(Min,2 tests per Job) Each $349.00 11.2 DCPW Highway Division(min.6"die.)(min,2 tests per lob) Each $496.00 11.3 Open Hole Method (min.6"die.)(min.2 tests) Each $498.00 J.Closing Holes with Grout/Approved Methods to Safe Proof Site,[Safe Proof to be Foot $8,00 Accomplished K.Trench Test per So.FL Water Management District.(Eicctudes,Equipment and Operator) Hour $496.00 (Provide L.Soil Cement Stabilization Field Inspection Hour $87.00 11,1 Soil Cement Cylinder Testing Hour $64.00 1L,2 Soil Cement Cylinder Testing per ASTM D-1633 Hour $35.00 M.Water Quality Monitoring Each $81.00 N.Geotechnical Engineering Evaluation and Report of Existing Soil With Respect to Allowable Bearing • Hour $126,00 0,Geotechnical Engineer Pile Capacity Analysis Hour $126.00 P.Muck Probes Hour $82.00 Unit Unit Price Page 41 of 50 CITY APPROVED ROTATIONAL CONSULTANT FORM(JANUARY 2013) • • • Ct. Engineering Inspection during Geotechnical Investigation Hour $90.00 - 2. MONITORING WELLS (Includes Drilling) (9.01) A,Mobilization of Truck Mounted Drfil•Rig.(Same Conditions apply as referenced for Up to 2 wefts $364,00 Geotechnical 0. Monitoring Well Installation (2" PVC,Max.20'Depth)*(Min.2 wells) Per Well $659.00 C.Monitoring Well Abandonment (2"PVC,Max.20'Depth)* (Min.2 wells) Per Well -� $277.00 _ D.Monitoring Well Abandonment (4"PVC,Max.20'Depth)* (Min.2 Wells)�TV Per Well $356.00 E.Monitoring Well(4"PVC,Max.20'Depth)*(Min.2 wells) Per Well $863.00 • F.Monitoring Weil Installation (2"PVC,Greater than 20'up to 1001*(Min.2 wells) Foot $71.00 *Excludes permit • G.Repair of Monitoring Wells Unit Rates _ Per Unit $951.00 H.Water Quality Monitoring(Does not include Analytical Tests)(Per Well) Per Well $246.00 I.Direct Push Well installation (20'Max) Per Well $773.00 J. Direct Push Soil/Ground water Sampling Per Day _ $1,608.00 - 1(. Boat Rental (min.8 hr day)with prior approval by the issuing dept. (furnish copy of Per Day $453,00 • ownership or 3, PRE-STRESS F PRE-CAST (9.02) (INCLUDES TRAVEL, MILEAGE, • • )'9E9.,i11E'I2"l AND CERTIFIED REPORTS) A.Pre-stress/Pre-cast fabrication inspection per PCI MNL-116 (Structural) or MNL-117 Per Hour $83.00 (Architectural) B. Pre-stree (Inspection and Certified Report included) (Stressing Operation and Inspection) per per Hour $83,00 PCI • C.Reinforced Concrete Pipe and Pre-Fabricated Manhole Inspection (types,sizes,and design) (Includes inspection and Certified Report) (Min.4 hrs.) Per Hour $83,00 D.Absorption Test of Pre-cast Units per ASTM C-497 Per Core $53,00 E.Three Edge Bearing Test per ASTM C-497 Per Hour $83.00 F.Hydrostatic Testing per ASTM C-497 Per Hour $83.00 G.Testing Concrete Cylinder per ASTM C-497(same conditions apply as shown on 3A.1)(Does per Cylinder $112.00 NOT - 4. PILING(9,02) • A. Pile Driving/Auger Cast Pile Inspection (Includes Certifird Log/Report[Min.4 hrs]) • . Per Hour $84,00 4A.1 Splice of piles AS-an addltidn (par Otcuri nce)•(with prior approval from engineer)-(witness Per Hour $84.00 • B.Vibro-Flotation Inspection (4 hrs min.) Per Hour $84.00 C.Pile Load Test-Test Frame and Load Set-Up Witnessed by Certified Inspector per ASTM D-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 S. SOILS (9,02) INCLUDES TRAVEL, MILEAGE, DELIVERY AND GIERTIFIED REPORT) SA.Field Density Tests 5A.1 Sand Cone Method per AASHTO T-19 and ASTM D-1556(2 testmin,) Per Test $87,00 Nuclear Method per AASHTO T-238 AND ASTM D-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 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 0-4253 and 4254(Field and Per Test $169.00 Laboratory) Page 42of50 CITY APPROVED ROTATIONAL CONSULTANT FORM(JANUARY 2013) e • Unit Unit Price 5A,4 Hourly Rate(min.4 hrs)*(Unlimited tests) (lam to 6pm)(equipment ONLY,tech NOT Per Hour $63.00 T SA.5 Evening Density Testing (9pm to Gam)(If requested by issuing dept.,designee to be performed in the evening and to be paid at the min.4hrs unlimited tests*)(equipmentONLY, Per Hour $84,00 technician NOT Included) B.Moisture Density"Tests(Proctor) • 53.1 Standard per AASHTO T-99 and ASTM 0-698(non-traffic areas)(Min,2 tests per trip) _ Per Test $131,00 , • 58,2 Modified per AASHTO T-180 and ASTM-1577 (Building/Highway Projects) (Min.2 tests per Per Test $149,00 C.Llmerock Bearing Ratio(I.BR)-FOOT ^ Per Test $361,00 0,Carbonates on LIR 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 ' 56.1 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 51.1 Llmerock per AASHTO T-267(by incineration) _ Per Test $51.00 51.1,2 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 1-11 and T-27 Per Test $69,00 K,Soil Classification per ASTM 0-3282 and D-2487(AASHTO Unified-FAA) Per Test $97.00 L.Lbs Angeles Abrasion on rib-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 O.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 FNI 5-516 Per Test— $62.00 • R.Limerock Base Thickness Determination -Min.3"die.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.) Per Test $88,00 T.... imerocic Chemical Analysis per DCAD FAAP-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.Soil Relative Density Tests(Vibro-Flotation /In-Situ Verification) 5X,1 CPT Cone Penetration Test Soundings Per Foot $16,00 Y.Horticultural Service for Ph Value of Soli 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.Backfiii Monitoring (4 hrs min.) S Per Hour $70.00 AC.Geotechnical Engineer(min.2 hrs) Per Hour $126,00 G.ASPHALT CONCRETE (9.03) Includes travel,mileage and certified report A.Asphalt Paving Design Mix Marshall Method(includes Sampling,Standard Design as Per Mix $800,00 Applicable Marshall Procedures) per Asphalt institute Manual Series No.2 — i3.Analysis of Special Design Mix Per`Mix $650.00 Page 43 of 60 CITY APPROVED ROTATIONAL CONSULTANT FORM(JANUARY 2013) . • • Unit Unit Price C. Marshall Properties (FOOT Procedures) (Aviation P-401/P-405)(Technician plus tests) �y 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 Air Voids per ASTM-3203 (set of 3 specimen) Per Set _ $116.00 GC,5 Maximum density per ASTM D-2041 Per Set _�- $76,00 _ 6c.6 Particle Coating per ASTM D-2489 Per Sample _ $128.00 6C.7 Sampling/Prep.Per ASTM D-1559/D-2726 Per Sample _ $79,00 6C.8 Bulk Specific Gravity of Drilled Core per ASTM D-2726 _ Per Core - $55.00 • GC.9 Moisture Content-Drying per ASTM C-566 _ I-- Per Sample $56.00 6C.10 Moisture Content-Distillation per ASTM D-1461 Per Sample $133.00 6C.11 Asphaltic Specific Gravity/Absorption of Aggregate Blends Per Aggregate Sample $102.00 GC.12 Sampling Hot mix at Manufacturer per ASTM D-979 - Per Hour $66.00 • 6C.13 Effect of Water on Hot Mix per ASTM D-1075 (set of 6 samples) Per Set $128.00 6C.14 Washed Sieve Analysis Per Sample $65.00 6C.15 AASHTO T-1B2 Per Sample $143.00 6C.16 Fiat/Elongated Pieces per ASTM D-4791 Per Sample $136.00 _ 6C.17 Effect of Moisture on Hot Mix per ASTM 0-4867(set of 6 samples) - Per Set $318.00_ 6C.18 Sand Equivalent per ASTM 0-2419 Per Sample $102,00 GC.19 Effect of Water on Cohesion per ASTM 0-1075/Modified Per Sample $192.00 j 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.4 hrs) i Paving Technician for On-Site Paving Operations, inspections per FOOT Procedures Hour $82,00 (temperature,density testing and observation) (min.4 hrs.). G.Aspahlt 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 0-3549 and weight per cubic . font,per ASTM 0-2726(min 4 cores) Per Core $45,00 J.Gyratory Compaction (Bulk Specific Gravity) Per Sample $121.00 7, TECtfINfICAL. SERVICES (AVIATION) (9.03 A,P401 Technical Services-NICET Ill/FDOTII/Equivalent per ASTM D-3666 Aspalt'ant Facilities and Initial inspection,Quality Reviews,Design Mix/1MF Review,Technical Report/ Hour $125.00 • Meetings/Coordination Oversight/PWL/reviews(min.2 hrs.) B.P401/P602/P603/P609-'Field Acceptance Inspection-Certified Inspection per ASTM 78.1 Level I Inspector(weekday min,4 hrs) Hour _ $83.00 78.2 Level II Inspector(weekday min,4 hrs) Hour $91.00 713.3 Cancellation Fee(Plant) (Per cancellation, per technician) Per $244,00 O. CONCRETE TECHNICIAN (9.03) INCLUSIVE Ota TRAVEiL, MILEAGEr, DELIVERY AND CERTIFIED REPO•11 A.Cylinders-cast and tested by laboratory 8A.1 Standard 6"x 12"or 4"x 8"cylinder(concrete temperature test and slump test) (per Per Set $113.00 ASTM C-31"Section 7"Lab.Strength Tests per C-39 using C-617 or C-1231)(max.5 cylinders _ 8A.2 Lightweight 3"x 6"cylinder Includes concrete per ASTM C-495(max.5 cylinders per set) Per Set $113.00 8A.3 Alr 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 . 0,Securing Structural or Pavement Cores per ASTM C-42(6"max.dia.)(3 cores min.) 88.1 8"deep Per Core $129,00 813,2 14"deep • Per Core $157.00 Page 44 of SO CITY APPROVED ROTATIONAL CONSULTANT FORM(JANUARY 2013) '. l . • Unit Unit Price 8B.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/Brick per ASTM-140 _ 80.1 Concrete Brick per ASTM C-551(min.2 bricks) - 8D,1A Compression Per Brick $46.00 80.13.Absorption. Per Brick $66.00 • 8D,1C Dimension Per Brick $45.00 80,10 Appearance Per Brick $44.00 8D.2 Block,,Manhole Per Test $78.00 80.3 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 80,7 Mortar Cubes 2"x2"x2" Cornpresslon Test per ASTM C-109(min.3 per test)(cast by others) Per Cube . $38.00 80.8 Masonry Prism per ASTM C-1314(fabricated by contractor) (unfilled) Per Prism $141.00 80.9 Sampling and pick-up (casting not Included) Per Unit, $64.00 80.10 Concrete Block Unit Weight per ASTM C-140 Per Block $62.00 8D.11 Grout Cube Compression Test per ASTM C-1014(cast by others) Par Cube $22.00 80,12 Technician to Cast Mortar or Grout Cubes In Laboratory or On-Site(Incl.slump and temp. Hour $64.00 tests) 80,13 On-Site Masonry Inspector per ACI-530 (min.4 hrs) Hour $83.00 .I E.Concrete Beams • . 86.1 Tension Test per ASTM C-496(Splitting Tension Test for Cylindrical Specimen,not beams) Per Test $66.00 86,2 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 • 8H,1a Gradation Per Test $75.00 8H.1b Fine.Aggregate Gravity and Absorption C-127 -- -- - -Per Test $84,00- - 81-1.1c Coarse Aggregates Specific Gravity and Absorption C-128 - Per Test $94.00 8H.101 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 .1.Concrete Plant inspection per AC1-311.5 (Mbc 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 firs min) • N.Pull-out per ASTM C-900(includes pin installation) Per Test $344.00 , 0.Thickness of Concrete per ASTM C-1883 Hour $71.00 P.Corrosion Activity per ASTM C-876 Hour $88,00 Q.Chloride Content 80.1 Per ASTM 0-1152 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 I30 CITY APPROVED ROTATIONAL CONSULTANT FORM(JANUARY 2013) i • Unit Unit Price U.Absorption Fine Aggregate per\STM C-128,Coarse Aggregate per ASTM C-127 Per Test $75.00 V.Specific Gravity Fine Aggregate per ASTM 0.•128,Coarse Aggro_gate per ASTM C-127 Per Test $75.00 W.Weight per Cubic Feet per ASTM C-29 Per Test $75.00 9. STEEL (9.04 (use AW.A, ANIS, AWS, ASIV1E, API, as applicable) A.Shop/Field Weld Inspection per ASTM D•5339 (4 hrs min.) Hour $82.00 B.AWS,AWA,ASME Welder Tests-Gt'oove or Fillet _ Plate - _ Peraosltion $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 8.Reinforcing Bar Placement inspection Hour $82.00 P.Chemical Laboratory Test • Weld Inspection and Dye Penetrant Weld Testing Hour , $82.00 G.Radiograph Weld inspection (min.4 tests) Per Test $142.00 H. Engineering Services __.. 9H.1 Special Inspector for Threshold Buildings (State Certified) (2 hrs min.) _ • Hour $121.00 91-1,2 Special Inspector Designee (2 hrs min.) .r Hour $116,00 9H.3 Special Inspector under the Florida Building Code(2 hrs min.) Hour $116.00 10. MECHAidICAL, (9.04) A.Sound Surveys'(Includes travel time) Hour $98.00 B.Lighting Surveys(includes travel time) Hour $98.00 11. FIIPLE PROOFING (9.0141 A.inspection of Sprayed-On Fireproof Coating on Structural Steel 11A.1 4 hrs min Hour $81.00 11A.2 Laboratory Unit Weight Test.of Fireproofing Coating per ASTM E-605 Per Test $61.00 11A.3 Field Adhesion /Cohesion Tests per ASTM E-736 Per Test $123.00 *If additional hours are required must have approval from issuing department 12; STRAIN'MEASUREMENTS (SR4'114 flCATOR) (9x34) A.Technician Services to install Gauges/Make Strain Reading(4 hr min.) Hour $81.00 13. ULTRASONIC INSPECTIONS (9.04 A.Services of an Ultrasonic Technician and Equipment(8 hrs min) Hour $125.00 B.Assistant Technician (8 hrs.min) Hour $58.00 14. STRUCTURAL S'T'EEL (9,041 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. WELDING (9.04) A.AWS Certified inspector (2 his min)(per inspection) Hour $82.00 8.AWS Certified Weiding Inspector/1 hr PADI Certified (min 2 Inspections per inspection) Hour $142.00 16. MAGNETIC PARTICLE TESTING (MMMAGi4AFLI X) (9.04) A.Services of a non-destructive technician - Hour $82.00 ' B.Magnaflux Testing Hour $78.00 Page 46 of 60 • CITY APPROVED ROTATIONAL CONSULTANT FORM(JANUARY 2013) Unit Unit Price 17. ROOFING (9.05) (ail tests performed shall be in accordance with • current edition of the Florida l3ufldinci Code at time the work is issued) A.Built-up roof sample analysis(test method for moisture in mineral aggregate used for built-up roofs) (ASTM 04864) Per Test $53.00 13.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 I-I.Infrared Moisture Survey(mobilization of equipment) • Per Job min. PerJob min $792.00 Per square foot Per Sq.Ft $0,28 I Asbestos Testing • Per Sample $63.00 J.Nuclear Moisture Testing Per Job min, Per Job min, $754.00 • Per square foot _ Per Sq.Ft $0.22 • K.Impedance Moisture Survey(machine) (max 3 cores) Per Job min, Per Job min, $790.00 Per square foot(additional square foot survey) Per Sq.Ft $0.26 L.Bonded Pull Test Per Test $201.00 M.Fastener Pull Test(First 10,000 sq.ft.per deck)(10 tests) Per Test $790,00 Per-new roof(core sample) • Per Test $50.00 Existing roof(core sample) Per Test $60,00 N.Bell Chamber Test(max.2 tests/any additional test$300.00) Per Test $750.00 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 dent If 23. ENGINEERING SERVICES A.C.A.D. Operator Hour $72.00 B.Staff Engineer Hour $90.00 C.Professional Engineer Hour $120.00 D.Senior Engineer Hour $143.00 E.Principal Hour $151.00 F,Clerical/Administrative Hour $48.00 G.Engineering Technician (applies to all sub-categories) Hour $65.00 Note:Fees paid to the laboratories for the work performed shall'be in accordance to the - 24, UNDERGROUND U'TILIT'Y 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-Cy 15.03 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 _ t A.Utility Designation-Electronically Scan and Determine the Horizontal and Vertical Location of Per Hour $150.00 Buried Utility Lines. (Min.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 Florida Registered Land Surveyor. (Includes Cost Associated with Restoration and Photographs/Drawings to Document/ Generate Complete Certified Report • Per Test Hole(In Pavement) (Min,3 Tests per Visit) Per Test $850.00 Per Test Hole(In Soli)(Min.3 Tests per Visit) Per Test $850.00 C. Utility Location Inspector to Verify and Coordinate Location and.Documentation of Utility Per Hour $80,00 Company (Mln.2 Hrs.per Test Location). •• • • Paco 48 of 50 • 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 , M ,I WIAMIBEACH 1 CITY OF MIAMI BEACH PRE-PROPOSAL MEETING SIGN-IN SHEET 1 DATE: April 25, 2018 1 TITLE: REQUEST FOR QUALIFICATIONS (RFQ) 2018-097-KB FOR CITYWIDE I GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS- NEEDED BASIS .,�;`^�'�z,v�s^e* s�-•�^v Sa i�i� tom"4u r-�'`��-', S, ,,,::,,E.--.5.-f&-:47-m:41 ,411-474 "rel az r ^-' ivrki :I `?4 4 t I , ] -- '- - ` � , ( E< ua - a C . ckilatiw - a .,_,..,,.x. _ „_r.=. .. x , _ .�_aw.,. o ._ $ 74 r v Kristy Bada Procurement- CMB 305-673-7000 • ' kristybada(cr�,miamibeachfl.Dov ext. 6218 c 1P— CNIQ ( 44tiliwk, b M X40 f,'e e,a; ;�i pt goo ; l y >r J 1 i -• a° il / 1 FE . it .:_i... , isw. _4:44 _ 4.• 0 ' i 14L60 ' SotO hugs. sc4oQ 1"exyracan. caV . 74”CoLGL i 1 9 \(aswte..li �Icr v 1Y1 `eYtkl. Srie . 3 a S '9 q • ' f V\,1 J erY SCI.� � �e °] g�{3`I pG1e-rmGuYus v:er e o\cneerivl C3 41 1 i (.....04-i- '-R,Pt-,Dr3s_ "D4A-(--(-- 1 6#6.- V41-0/o . (.. --4--_,84- 1 4 i I 1 j MIAMIBEACH City of Miami Beach,1755 Meridian Avenue,3rd Floor,Miami Beach, Florida 33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490 { ADDENDUM NO. 4 RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS June 15,2018 This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers, or 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(cr�miamibeachfl.aov. Procurement Contact: Telephone: Email: Kristy Bade 305-673-7000, ext.6218 kristybada@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Potential proposers that have elected not to submit a response to the RFQ are requested to complete and return the"Notice to Prospective Bidders"questionnaire with the reason(s)for not submitting a proposal. 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 jj 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 Addendumshould 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.miamibeachfl.aov. Procurement Contact: Telephone: Email: Kristy Bada 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. erel s Alex Denis Procurement Director 1 ; ADDENDUM NO.3 RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS { MIAMI BEACH City'of Miami Beach,1755 Meridian Avenue,3rd Floor,Miami Beach,Florida 33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673=7490 ADDENDUM NO.2 RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS June 1,2018 This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. I. RFQ DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on Mondav, June 11, 2018, at the following location: City of Miami Beach Procurement Department 1755 Meridian Avenue, 3`I 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 RafaelGranadoerniamibeachfl.aov. Procurement Contact: Telephone: Email: Kristy Bade 305-673-7000,ext.6218 kristybada@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Potential proposers that have elected not to submit a response to the RFQ are requested to complete and return the"Notice to Prospective Bidders"questionnaire with the reason(s)for not submitting a proposal. ere�� Alex Denis Procurement Director ADDENDUM NO.2 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. 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, 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 questionsregardingthis 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.RafaelGranadoCc miamibeachfl.aov. Procurement.Contact: Telephone: Email: Kristy Bath 305-673-7000,ext.6218 kristybada@mlamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendumas part of your RFQ submission. Potential proposers that have elected not to submit a response to the RFQ are'requested to complete and return the"Notice to Prospective Bidders"questionnaire with the reason(s)for not submitting a proposal. erelyo (/ Alex Denis Procurement Director 1 R ADDENDUM NO.1 RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS REQUEST FOR QUALIFICATIONS ( RFQ) FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS- NEEDED BASIS 2018-097-KB RFQ ISSUANCE DATE: APRIL 12, 2018 STATEMENTS OF QUALIFICATIONS DUE MAY 25, 2018 @ 3:00 PM ISSUED BY: MIAMIBEACH KRISTY BADA, CONTRACTING OFFICER III PROCUREMENT DEPARTMENT . 1755 Meridian Avenue, 3rd Floor, Miami Beach, FL 33139 305.673.7490 I kristybada@miamibeachfl.gov I www.miamibeachfl.gov RFQ 2018-097-KB 1 MJAMI BEACH TABLE OF CONTENTS SOLICITATION SECTIONS: PAGE 0100 NOT UTILIZED N/A 0200 INSTRUCTIONS TO RESPONDENTS&GENERAL CONDITIONS 3 0300 SUBMITTAL INSTRUCTIONS&FORMAT 12 0400 EVALUATION PROCESS 14 APPENDICES: PAGE APPENDIX A RESPONSE.CERTIFICATION, QUESTIONNAIRE.AND AFFIDAVITS 16 APPENDIX B "NO BID" FORM 23 APPENDIX C MINIMUM REQUIREMENTS &SPECIFICATIONS 25 APPENDIX D SPECIAL CONDITIONS 31 APPENDIX F INSURANCE REQUIREMENTS 34 RFQ 2018-097-KB 2 Ii ' r MIAMI BEACH SECTION 0200 INSTRUCTIONS TO RESPONDENTS&GENERAL CONDITIONS 1. GENERAL. This Request for Qualifications (RFQ) is issued by the City of Miami Beach, Florida (the "City"), as the means for prospective Proposer to submit their qualifications, proposed scopes of work and cost Statement of Qualifications (the"proposal") to the City for the City's consideration as an option in achieving the required scope of services and requirements as noted herein. All documents released in connection with this solicitation, including all appendixes and addenda,whether included herein or released under separate cover, comprise the solicitation, and are complementary to one another and together establish the complete terms, conditions and obligations of the Proposer and, subsequently,the successful proposer(s)(the"contractor[s]")if this RFQ results in an award. The City utilizes PublicPurchase (www.publicpurchase.com) for automatic notification of competitive solicitation opportunities and document fulfillment, including the issuance of any addendum to this RFQ. Any prospective proposer who has received this RFQ by any means other than through PublicPurchase must register immediately with PublicPurchase to assure it receives any addendum issued to this RFQ. Failure to receive an addendum may result in disqualification of proposal submitted. 2. PURPOSE. The City requires the services of consulting firms to perform citywide geotechnical and soil testing services for the Capital Improvement Program (CIP)and Public Works Departments. For five(5)years,the City has contracted with several consulting firms to provide these services. The turrent contract for these services expires on August 18, 2018. In order to consider a replacement contract, the City is seeking proposals from qualified firm(s)to perform citywide geotechnical and soil testing services. Geotechnical, soil testing and/or lab testing services are required for proper pre-planning of construction projects for the City. Many of the City's CIP and Public Works projects will require, during one time or another, a geotechnical, soils or lab testing report to validate either the City's Engineer's or any Architect's or Engineer of Records recommendations as to any site, building or any other project's unknown characteristics. Through the issuance of this RFQ the City will be able to adequately plan and incorporate geotechnical and soil testing services as pat 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 nIEMMEINUi 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 Bada 305-673-7490 kris bada• miam ibeachfl.•ov Additionally, the City Clerk is to be copied on all communications via e-mail at: RafaelGranado anmiamibeachfl.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 201 8-097-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 issubject 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 tobe 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: httn://www.miamibeachfl.gov/city-hall/procurementlorocurement-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 listfollowing a € conviction for public entity crimes may not submit a bid on a contractto provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as a contractor, supplier, sub-contractor, or consultant under a contract with a public entity, and may not transact business with any public entity in excess of the threshold amount provided in Sec. 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 10. COMPLIANCE WITH THE CITY'S LOBBYIST LAWS. This RFQ is subject to, and all Proposers 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 subject to, and all proposers are expected to be or become familiar with, the City's Debarment Ordinance as codified in Sections 2-397 through 2-406 of the City Code. 12. WITH THE CITY'S CAMPAIGN FINANCE REFORM LAWS. This RFQ is subject to, and all Proposers are expected to be or become familiar with, the City's.Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with,, and shall be subject to any and all sanctions, as 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 are responsive, responsible and otherwise equal with respect to quality and service, then the award shall be made to the service-disabled veteran business enterprise. 19. DETERMINATION OF AWARD.The final ranking results of Step 1 &2 outlined in Section 0400, Evaluation of Proposals, will be considered by the City Manager who may recommend to the City Commission the Proposer(s) s/he deems to be in the best interest of the City or may recommend rejection of all proposals. The City Manager's recommendation need not be consistent with the scoring results identified herein and takes into consideration Miami Beach City Code Section 2-369,including the following considerations: (1)The ability, capacity and skill of the Proposer to perform the contract. (2)Whether the Proposer can perform the contract within the time specified,without delay or interference. (3)The character, integrity, reputation,judgment,experience and efficiency of the Proposer. RFQ 2018-097-KB 6 MIAMI BEACH (4)The quality of performance of previous contracts. (5)The previous and existing compliance by the Proposer with laws and ordinances relating to the contract. The City Commission shall consider the City Manager's recommendation and may approve such recommendation. The City Commission may also, at its option, reject the City Manager's recommendation and select another Proposal or Proposals which it deems to be in the best interest of the City, or it may also reject all Proposals. 20. NEGOTIATIONS. Following selection, the City reserves the right to enter into further negotiations with the selected Proposer. Notwithstanding the preceding, the City is in no way obligated to enter into a contract with the selected Proposer in the event the parties are unable to negotiate a contract. It is also understood and acknowledged by Proposers that no property, contract or legal rights of any kind shall be created at any time until and unless an Agreement has been agreed to;approved by the City;and executed by the parties. 21. POSTPONEMENT/CANCELLATION/ACCEPTANCE/REJECTION. The City may, at its sole and absolute discretion, reject any and all, or parts of any and all, responses; re-advertise this RFQ; postpone or cancel, at any time,this RFQ process;or waive any irregularities in this RFQ, or in any responses received as a result of this RFQ. Reasonable efforts will be made to either award the proposer the contract or reject all proposals within one-hundred twenty (120) calendar days after proposal opening date. A proposer may withdraw its proposal after expiration of one hundred twenty (120) calendar days from the date of proposal opening by delivering written notice of withdrawal to the Department of Procurement Management prior to award of the contract by the City Commission. 22. PROPOSER'S RESPONSIBILITY. Before submitting a response, each Proposer shall be solely responsible for making any and all investigations,evaluations, and examinations, as it deems necessary,to ascertain all conditions and requirements affecting the full performance of the contract. Ignorance of such conditions and requirements, and/or failure to make such evaluations, investigations, and examinations, will not relieve the Proposer from any obligation to comply with'every detail and with all provisions and requirements of the contract, and will not be accepted as a basis for any subsequent claim whatsoever for any monetary consideration on the part of the Proposer. 23. COSTS INCURRED BY PROPOSERS. All expenses involved with the preparation and submission of Proposals, or any work performed in connection therewith, shall be the sole responsibility (and shall be at the sole cost and expense)of the Proposer, and shall not be reimbursed by the City. 24. RELATIONSHIP TO THE CITY. It is the intent of the City, and Proposers hereby acknowledge and agree, that the successful Proposer is considered to be an independent contractor, and that neither the Proposer, nor the Proposer's employees, agents, and/or contractors, shall, under any circumstances, be considered employees or "agents of the City. 24. OCCUPATIONAL HEALTH AND SAFETY. In compliance with Chapter 442, Florida Statutes, any toxic substance listed in Section 38F-41.03 of the Florida Administrative Code delivered as a result of this proposal must be accompanied by a Material Safety Data Sheet(MSDS)which may be obtained from the manufacturer. 25. ENVIRONMENTAL REGULATIONS. The City reserves the right to consider a proposer's history of citations and/or violations of environmental regulations in investigating a proposer's responsibility, and further reserves the right to declare a proposer not responsible if the history of violations warrant such determination in the opinion of the City. Proposer shall submit with its proposal, a complete history of all citations and/or violations, notices,and RFQ 2018-097-KB 7 MIAMI BEACH dispositions thereof. The non-submission of any such documentation shall be deemed to be an affirmation by the Proposer that there are no citations or violations. Proposer shall notify the City immediately of notice of any citation or violation which proposer may receive after the proposal opening date and during the time of performance of any contract awarded to it. 26.TAXES.The City of Miami Beach is exempt from all Federal Excise and State taxes. 27. MISTAKES. Proposers are expected to examine the terms, conditions, specifications, delivery schedules, proposed pricing, and all instructions pertaining to the goods and services relative to this RFQ. Failure to do so will be at the Proposer's risk and may result in the Proposal being non-responsive. 28. PAYMENT. Payment will be made by the City after the goods or services have been received, inspected, and found to comply with contract,specifications, free of damage or defect, and are properly invoiced. Invoices must be consistent with Purchase Order format. 29. COPYRIGHT, PATENTS& ROYALTIES. Proposer shall indemnify and save harmless the City of Miami Beach, Florida, and its officers, employees, contractors, and/or agents, from liability of any nature or kind, including cost and expenses for, or on account of, any copyrighted, patented, or unpatented invention, process, or article manufactured or used in the performance of the contract, including its use by the City of Miami Beach, Florida. If the Proposer uses any design, device or materials covered by letters, patent, or copyright, it is mutually understood and agreed,without exception,that the proposal prices shall include all royalties or cost arising from the use of such design, device, or materials in any way involved in the work. 30. DEFAULT. Failure or refusal of the selected Proposer to execute a contract following approval of such contract by the City Commission, or untimely withdrawal of a response before such award is made and approved, may result in a claim for damages by the City and may be grounds for removing the Proposer from the City's vendor list. 31. MANNER OF PERFORMANCE. Proposer agrees to perform its duties and obligations in a professional manner and in accordance with all applicable Local, State, County, and Federal laws, rules, regulations and codes. Lack of knowledge or ignorance by the Proposer with/of applicable laws will in no way be a cause for relief from responsibility. Proposer agrees that the services provided shall be provided by employees that are educated, trained, experienced, certified, and licensed in all areas encompassed within their designated duties. Proposer agrees to furnish to the City any and all documentation, certification, authorization, license, permit, or registration currently required by applicable laws, rules, and regulations. Proposer further certifies that it and its employees will keep all licenses, permits, registrations, authorizations,or certifications required by applicable laws or regulations in full force and effect during the term of this contract. Failure of Proposer to comply with this paragraph shall constitute a material breach of this contract. Where contractor is required to enter or go on to City of Miami Beach property to deliver materials or perform work or services as a result of any contract resulting from this solicitation, the contractor will assume the full duty, obligation and expense of obtaining all necessary licenses, permits, and insurance, 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 s 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 201 8-097-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 instrumentalitiesmay 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. MODIFICATIONIWITHDRAWALS 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 beawarded 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 201 8-097-KB 1 1 MIAMI BEACH SECTION 0300 SUBMITTAL INSTRUCTIONS AND FORMAT 1. SEALED RESPONSES. One original Statement of Qualifications (preferably in 3-ring binder) must be submitted in an opaque, sealed envelope or container on or before the due date established for the receipt of proposals. Additionally, ten (10) bound copies and one (1) electronic format (CD or USB format) are to be submitted. The following information should be clearly marked on the face of the envelope or container in which the proposal is submitted: solicitation number, solicitation title, proposer name, proposer return address. Statement of Qualifications received electronically,either through email or facsimile, are not acceptable and will be rejected. 2. LATE BIDS. Statement of Qualifications are to be received on or before the due date established herein for the receipt of Bids.Any Bid received after the deadline established for receipt of Statement of Qualifications will be considered late and not be accepted or will be returned to proposer unopened. The City does not accept responsibility for any delays, natural or otherwise. • 3.STATEMENTS OF QUALIFICATIONS FORMAT. In order to maintain comparability,facilitate the review process and assist the Evaluation Committee in review of Statement of Qualifications, it is strongly recommended that Statement of Qualifications be organized and tabbed in accordance with the sections and manner specified below. Hard copy submittal should be tabbed as enumerated below and contain a table of contents with page references. Electronic copies should also be tabbed and contain a table of contents with page references. TAB 1 Cover Letter&Minimum Qualifications Requirements 1.1 Cover Letter and Table of Contents.The cover letter must indicate Proposer and Proposer Primary Contact for the purposes of this solicitation. 1.2 Response Certification, Questionnaire & Requirements Affidavit (Appendix A). Attach Appendix A fully completed and executed. 1.3 Minimum Qualifications Requirements. Submit verifiable information documenting compliance with the minimum qualifications requirements established in Appendix C, Minimum Requirements and Specifications. TAB 2 Experience&Qualifications 2.1 Qualifications of Proposing Firm. Submit detailed information regarding the firm's history and relevant experience and proven track record of providing the scope of services similar as identified in this solicitation, including experience in providing similar scope of services to public sector agencies. For each project that the proposer submits as evidence of similar experience, the following is required: project description, agency name, agency contact, contact telephone & email,and year(s)and term of engagement. 2.1.1. Provide list of Miami-Dade County, Internal Services Deparment,technical certifications 2.2 Qualifications of Proposer Team. Provide an organizational chart of all personnel and consultants to be used for this project if awarded,the role that each team member will play in providing the services detailed herein and each team members' qualifications. A resume of each individual, including education, experience, and any other pertinent information,shall be included for each respondent team member to be assigned to this contract. TAB 3 Approach and Methodology 3.1 Submit,detailed information on the approach and methodology proposer has used on similar past projects, including detailed information, as applicable,on the following: 1. Geotechnical Services a. Previous Construction Activity and Existing Fill b. Subsurface,Conditions RFQ 2018-097-KB 12 MIAMI BEACH -c. Site Preparation Recommendations d. Compaction Requirements e. Foundation Reporting f. Slope Stability and Excavations. g. Excavation Requirements h, Dewatering. 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:lls upplierportaLdnb.coralwebapplwcslstoreslservletJSupplierPortal?storeld=11696. Proposers are responsible for the accuracy of the information contained in its SQR. It is highly recommended that each Proposer review the information contained in its SQR for accuracy prior to submittal to the City and as early as possible in the solicitation process. For assistance with any portion of the SQR submittal process,contact Dun&Bradstreet at 800-424-2495. 5. ADDITIONAL INFORMATION OR CLARIFICATION. After proposal,submittal, the City reserves the right to require additional information from Proposers (or Proposer team members or sub-consultants) to ,determine: qualifications(including,but not limited to,litigation history, regulatory action, or additional references);and financial capability (including, but not limited to, annual reviewed/audited financial statements with the auditors notes for each of their last two complete fiscal.years). RFQ 2018-097-KB 13 MIAMI BEACH SECTION 0400 STATEMENTS OF QUALIFICATIONS EVALUATION 1. Evaluation Committee. An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each Statement of Qualifications in accordance with the requirements set forth in the solicitation. If further information is desired, Proposals may be requested to make additional written submissions of a clarifying nature or oral presentations to the Evaluation Committee. The evaluation of Statement of Qualifications will proceed in a two-step process as noted below. It is important to note that the Evaluation Committee will score the qualitative portions of the Statement of Qualifications only. The Evaluation Committee does not make an award recommendation to the City Manager. The results of Step 1 & Step 2 Evaluations will be forwarded to the City Manager who will utilize the results to make a recommendation to the City Commission. In the event that only one responsive proposal is received,the City Manager, after determination that the sole responsive proposal materially meets the requirements of the RFP, may, without an evaluation committee, recommend.to the City Commission that the Administration enter into negotiations. The City, in its discretion, may utilize technical or other advisers to assist the evaluation committee in the evaluation of proposals. 2. Step 1 Evaluation. The first step will consist of the qualitative criteria listed below to be considered by the Evaluation Committee. The second step will consist of quantitative criteria established below to be added to the Evaluation Committee results by the Department of Procurement Management. An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each Statement of Qualifications in accordance with the qualifications criteria established below for Step 1, Qualitative Criteria. In doing so, the Evaluation Committee may review and score all proposals received,with or without conducting interview sessions. Step 1-Qualitative Criteria Maximum Points Proposer Experience and Qualifications 70 Approach and Methodology 30 TOTAL AVAILABLE STEP 1 POINTS 100 3. Step 2 Evaluation. Following the results of Step 1 Evaluation of qualitative criteria, the Proposer may receive additional quantitative criteria points to be added by the Procurement Department to those points earned in Step 1, as follows. Step 2-Quantitative Criteria Maximum Points Veterans Preference 5 Prime Proposer Volume of Work (0-5 Points). Points awarded to the proposer for volume of work awarded by the City in the last three(3)years in accordance with the following table:- Less than$250,000 5 5 $250,000.01—$2,000,000 3 Greater than$2,000,000 0 TOTAL AVAILABLE STEP 2 POINTS 10 RFQ 2018-097-KB 14 MIAMI BEACH 4. Determination of Final Ranking. At the conclusion of the Evaluation Committee Step 1 scoring, Step 2 Points will be added to each evaluation committee member's scores by the Department of Procurement Management. Step 1 and 2 scores will be converted to rankings in accordance with the example below: Proposer Proposer Proposer A B C Ste• 1 Points 82 76 80 Committee Ste.2 Points 22 15 12 Member 1 Total 104 91 92 Rank 1 3 2 Ste. 1 Points 79 85 72 Committee Ste. 2 Points 22 15 12 Member 2 Total 101 100 84 Rank 1. 2. .. .3 Ste. 1 Points 80 74 66 Committee Ste.2 Points 22 15 12 Member 2 Total 102 89 78 Rank 1. 2 .3 Low Aggregate Score 3 7 8 Final Ranking* 1 2 3 * Final Ranking is presented to the City Manager for further due diligence and recommendation to the City Commission. Final Ranking does not constitute an award recommendation until such time as the City Manager has made his recommendation to the City Commission, which may be different than final ranking results. • RFQ 2018-097-KB 15 • APPENDIX A • . A A , „ ./ 1 0. . . a • ResponseCertification ; Q.uesticnnaire & • Requirements Affidavit 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS- NEEDED BASIS • PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach, Florida 33139 RFQ 2018-097-KB 16 MIAMI BEACH • Solicitation No: Solicitation Title: 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON _ AN AS-NEEDED BASIS Procurement Contact: Tel: Email: , KRISTY BADA 305-673-7490 KRISTYBADA@MIAMIBEACHFL.GOV 1.2 STATEMENTS OF QUALIFICATIONS CERTIFICATION, QUESTIONNAIRE & REQUIREMENTS AFFIDAVIT Purpose: The purpose of this Response Certification, Questionnaire and Requirements Affidavit Form is to inform prospective Proposals of certain solicitation and contractual requirements, and to collect necessary information from Proposals in order that certain portions of responsiveness, responsibility and other determining factors and compliance with requirements may be evaluated. This Statement of Qualifications Certification, Questionnaire and Requirements Affidavit Form is a REQUIRED FORM that must be submitted fully completed and executed. 1. General Proposer Information. FIRM NAME: Terracon Consultants, Inc. NO.OF YEARS IN BUSINESS: 53 NO.OF YEARS IN BUSINESS LOCALLY: 14 NO.OF EMPLOYEES: Approximately 4,500 OTHER NAME(S)PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: Nodarse&Associates, Dunkelberger Engineering &Testing FIRM PRIMARY ADDRESS(HEADQUARTERS): 10841 S. Ridgeview Road CITY: Olathe STATE: KS ZIP CODE: 66061 TELEPHONE NO.: (913)599-6886 TOLL FREE NO.: (800) 593-7777 FAX NO.: (913)599-0574 FIRM LOCAL ADDRESS: 16200 NW 59th Avenue, Suite 106 CITY: Miami Lakes STATE: FL ZIP CODE: 33014 PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: Hugo E. Soto, P.E. ACCOUNT REP TELEPHONE NO.: (305)820-1997 ACCOUNT REP TOLL FREE NO.: Not applicable ACCOUNT REP EMAIL: Hugo.Soto@terracon.com FEDERAL TAX IDENTIFICATION NO.: 42-1249917 The City reserves the right to seek additional information from proposer or other source(s), including but not limited to:any firm or principal information, applicable licensure, resumes of relevant individuals, client information, financial information, or any information the City deems necessary to evaluate the capacity of the proposer to perform in accordance with contract requirements. RFQ 2018-097-KB 5 MIAMI BEACH 1. Veteran Owned Business.Is Proposer 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. To the best of our knowledge, this is not applicable. SUBMITTAL REQUIREMENT: Proposers must disclose the name(s)of any officer,director,agent,or immediate family member (spouse,parent,sibling,and child)who is also an employee of the City of Miami Beach. Proposers must also disclose the name of any City employee who owns,either directly or indirectly,an interest of ten(10%)percent or more in the Proposer entity or any of its affiliates To the best of our knowledge, this is not applicable. 3. References & Past Performance. Proposer shall submit at least three (3) references for whom the Proposer has completed work similar in size and nature as the work referenced in solicitation. Provided on additional pages SUBMITTAL REQUIREMENT: For each reference submitted, the following information is required: 1) Firm Name, 2) Contact Individual Name&Title,3)Address,4)Telephone,5)Contact's Email and 6)Narrative on Scope of Services Provided. 4. Suspension, Debarment or Contract Cancellation. Has Proposer ever been debarred, suspended or other legal violation, or had a contract cancelled due to non-performance b an public sector agency? YES X NO SUBMITTAL REQUIREMENT: If answer to above is"YES,"Proposer shall submit a statement detailing the reasons that led to action(s). 5. Vendor Campaign Contributions. Proposers are expected to be or become familiar with,the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with, and shall be subject to any and all sanctions,as prescribed therein,including disqualification of their Proposals,in the event of such non-compliance. SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities(including your sub-consultants)with a controlling financial interest as defined in solicitation. For each individual or entity with a controlling financial interest indicate whether or not each individual or entity has contributed to the campaign either directly or indirectly,of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. To the best of our knowledge, this is not applicable. 6. Code of Business Ethics.Pursuant to City Resolution No.2000-23879,each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics("Code")and submit that Code to the Department of Procurement Management with its proposal/response or within five (5) days upon receipt of request. The Code shall, at a minimum, require the Proposer, to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. In lieu of submitting Code of Business Ethics,Proposer may submit a statement indicating that it will adopt,as required in the ordinance,the City of Miami Beach Code of Ethics,available at http://www.miamibeachfl.gov/city-hall/procurement/ See attachment that follows. RFQ 2018-097-KB 6 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.qov/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/procurementlprocurement-related-ordinance- and-procedures/ RFQ 2018-097-KB 7 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.287.0.17 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 /Jit&S Addendum 1 S Addendum 6 /*S Addendum 11 . lie S Addendum 2 443 Addendum 7 , Addendum 41i:s Addendum 3 /jS Addendum 8 ; Addendum 13 41,63 Addendum 4 � Addendum 9 Addendum 14 > Addendum 5 % fE 3 Addendum 10 Addendum 15.. If additional confirmation of addendum is required,submit under separate cover. RFQ 2018-097-KB 8 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 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 9 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: Hugo E. Soto, P.E. Principal, Contract Manager Signature of po..r's Authorized Represe t'.:tiv a- Date: a July 30, 2018 at-ef,VState of FLORIDA ) On this30th day of-- July •,201A personally appeared before me who County of Miami-Dade ) stated that(s)he is t e Principal of-rerracon consultants,inc.,a corporation,and that the instrument was signed in behalf of the said corporation by authority of its board of directors and acknowledged said instrument to be its voluntary act and deed.Before me: Nota 'dile for the _-' of Florida My Commission Expires: MI5 10 201 t3 �,t�ar°�s'• SUSANA DELGADO I i°*• .�„cni Notary Public-State of Florida r, E. ' *-1 My Comm.Expires Aug 10,2018 ' ;�� p�;•' Commission#FF 149527 "%°rAV Bonded Through National Notary Assn. RFQ 2018-097-KB 10 • APPENDIX B • • • • • " 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 NN:ote: lRf is important f©r those vendors who hove received notification of this satic tation b ', ove decided hot to respond to cornrilete and submit t ies at acl ed hS ate[t n qf' to 'Bid."l itie 'Statement.of t o Bid" provides: •the city witl ink©r odor ate haw°tai improve the solicitatia'n. process. Failure to submit a •°'Statement of rto Bid"' may result in not being notified af'future sotici'otions by the City_ RFQ 2018-097-KB ..,.�-� 23 MIAMI BEACH Statement of No Bid WE HAVE ELECTED NOT TO SUBMIT A STATEMENTS OF QUALIFICATIONS AT THIS TIME FOR REASON(S) CHECKED AND/OR INDICATED BELOW: Workload does not allow us to proposal _Insufficient time to respond _Specifications unclear or too restrictive Unable to meet specifications _Unable to'meet service requirements _Unable to meet insurance requirements Do not offer this product/service OTHER. (Please specify) We do_do not_want to be retained on your mailing list for future proposals of this type product and/or service. Signature: Title: Legal Company Name: Note: Failure to respond, either by submitting a proposal or this completed form, may result in your company being removed from our vendors list. PLEASE RETURN TO: CITY OF MIAMI BEACH PROCUREMENT DEPARTMENT ATTN: KRISTY BADA STATEMENTS OF QUALIFICATIONS#2018-097-KB 1755 MERIDIAN AVENUE, 3`d FLOOR MIAMI BEACH, FL 33139 RFQ 2018-097-KB 24 APPENDIX C :, . ; C• • Minimum Requirements & • Specifications • 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 1 RFQ 2018-097-KB ���� M � � �+ 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 oflthis 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 e_ RFQ 2018-097-KB 27 MIAMI BEACH loading and site conditions may require. The report shall provide net allowable bearing pressures for shallow spread footings and mats, at recommended bearing depths, considering the types of materials supporting the mats, and note whether any overstressing is allowed under short-term loading such as dynamic, wind, or seismic loading conditions. If over-excavation of unsuitable materials and backfill with structural backfill are required to improve the foundation soils to allow the use of shallow foundations, provide estimated vertical and horizontal extent of the over-excavation and structural backfill. Provide estimated total and differential settlement for foundations using the recommended bearing pressures. Provide an estimate of the time of settlement. Note factors of safety included or recommended. Provide recommendations for resistance to lateral loads, such as passive earth pressures and sliding friction for the base of foundations. Provide recommended groundwater level for determination of buoyancy and means to resist buoyant forces, if needed. Recommendations for deep foundations shall include diameter, depth, and any recommended installation requirements. Provide allowable design loading capacities for vertical downward loading, vertical upward loading, and horizontal loading,as appropriate to the site conditions. Provide design parameters for analysis of laterally loaded drilled piers as required for input into lateral pile capacity software.All factors of safety utilized in developing the allowable load capacities shall be outlined in • detail. • Slope Stability and Excavations: The report shall address the recommended inclination of both temporary excavation and permanent slopes. • Excavation Requirements: If necessary, a section of the report shall address the excavatibility of the soils and rock which may be exposed during foundation excavation and site grading. The effort and type of equipment utilized to perform excavations is dependent upon the size and depth of the excavation. Thus, the discussion shall be in regard to area-type excavations and confined excavations,such as utility trenches. • Dewaterinq: Conditions present at The site requiring groundwater control, dewatering, or surface drainage during excavation for mats, footings, and other construction shall be discussed. Anticipated types of dewatering shall be described. Special consideration to exposed sub-soils within the bottom of excavations during construction shall be addressed. • Corrosion Potential and Chemical Attack to Concrete: An evaluation of representative subsurface materials shall be performed to provide laboratory test results for chemical constituents, specifically pH, chloride ion, soluble sulfates, and sulfides as well as electrical resistivity.These parameters are required to evaluate the potential for corrosion to underground piping and grounding, and selection of cement type to resist potential sulfate attack. • Pavements and Roadway: Provide typical pavement thickness suggestions in accordance with Miami Dade County and FDOT specifications. Any other items of consideration as deemed necessary by the geotechnical company. The geotechnical engineering report shall be prepared by or under the direction of a Registered Professional Engineer registered under the regulatory laws of the State of Florida. RFQ 2018-097-KB 28 MIAMI BEACH 2.3 Roadway Reports Roadway reports shall include, but not be limited to: • Copies of SCS and USGS maps with project limits. • A report of tests sheet that summarizes the laboratory test results, the soil stratification (i.e., soils grouped into layers of similar materials) and construction recommendations relative to the current Standard Indices. • Estimated seasonal high' and/or low groundwater levels, and review with respect to proposed pavement grades. • Recommend type of geosynthetic for various applications. • The Design LBR results from 90%and mean methods. • Permeability/infiltration parameters for water retention areas/exfiltration trenches/swales. • A description of the site and subsoil conditions, design recommendations and a discussion of any special considerations (i.e., removal of unsuitable material, recompression of weak soils, estimated settlement time/amount,groundwater control etc.). • An appendix which contains stratified-soil boring profiles, laboratory test data sheets, Design LBR calculations/graphs,and any other pertinent information. In addition to the roadway report, the Consultant will also provide stratified boring profiles to the Designer and review the entire set of plans for completeness before each submittal as requested by the Department. The Consultant shall assist the Designer with detailing limits on the cross-sections of subsoil excavation. Up to four draft roadway reports shall be submitted to the District Geotechnical Engineer for each review prior to incorporation of the Consultant's recommendations in the project design. 2.4 Permits The consultant is responsible for obtaining and maintaining all required City of Miami Beach and any Miami Dade County Public Works permits, including but not limited to, MOT, excavations, etc. Additionally, if required, the consultant shall be responsible for all special events permits from the City of Miami Beach and Miami Dade County Police Departments. 2.5 Additional Services Other geotechnical services to perform geotechnical investigation`and/or construction material testing at other locations to be determined at a later date, may be required beyond the scope of this work. Compensation for such additional services shall be negotiated based on hourly rates contained in the Agreement awarded under this RFQ. 2.6 Materials Testing,Inspection,and Reporting The Consultant shall provide the City of Miami Beach with personnel that are qualified, trained and thoroughly familiar with the City's rules, policies, and procedures in inspection, sampling testing, and reporting in the following areas: _ RFQ 2018-097-KB 29 MIAMI 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(FOR) 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 Consultant shall have a capable materials laboratory. The Consultant laboratory shall have a Quality Control Program that includes provisions for checking test equipment and lab personnel proficiency. The laboratory must keep up-to-date records of calibration checks. RFQ 2018-097-KB - -� 30 MIAMI BEACH APPENDIX D 1 A trx • • Special Conditions 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 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 MIAMI 6111 E H _ l Insurance Requirements J .f 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS- NEEDED BASIS PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 RFQ 2018-097-KB 34 Iv\. IAMIBEACH 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. The certificate must state the proposal number and title The City of Miami Beach is self-insured.Any and all claim payments made from self-insurance are subject to the limits and provisions of Florida Statute 768.28, the Florida Constitution, and any other applicable Statutes. RFQ 2018-097-KB 35 ATTACHMENT C CONSULTANT'S RESPONSE TO THE RFQ 51 Detail by FEI/EIN Number Page 1 of 3 Florida Department of State DIVISION OF CORPORATIONS 4411111. DtVialDfr c 1 , ..org .C.J JP� ,AY 'r✓tj:, 1� WI official,7tate if Porif/i isTi.'T!! Department of State / Division of Corporations / Search Records / Detail BY Document Number/ • Detail by FEI/EIN Number Foreign Profit Corporation TERRACON CONSULTANTS, INC. Filing Information Document Number F04000000114 FEI/EIN Number 42-1249917 Date Filed 12/31/2003 State DE Status ACTIVE • Principal Address 10841 S Ridgeview Road OLATHE, KS 66061 Changed:08/21/2018 Mailing Address • 10841 S Ridgeview Road OLATHE, KS 66061 r__ Changed:08/21/2018 F Registered Agent Name&Address CORPORATION SERVICE COMPANY 1201 HAYS STREET TALLAHASSEE, FL 32301-2525 Name Changed:07/24/2009 Address Changed: 07/24/2009 Officer/Director Detail Name&Address Title CEO GABOURY, DAVID R 10841 S Ridgeview Road OLATHE, KS 66061 Title Treasurer,VP VRANA, DONALD J • http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inq... 1/29/2019 Detail by FEI/EIN Number Page 2 of 3 10841 S Ridgeview Road OLATHE, KS 66061 Title DIR COVERT, MICHAEL E 10841 S Ridgeview Road OLATHE, KS 66061 Title DIR • COBB,C. Harold 11555 CLAY ROAD,SUITE 100 HOUSTON,TX 77043 Title Director Pavlicek, Robert W. 2401 Brentwood Road, STE 107 Raleigh, NC 27604 Title Secretary Yost,Michael J • 10841 S Ridgeview Road OLATHE, KS 66061 Title Director Anderson,Timothy W 4685 S.Ash Ave #H4 Tempe,AZ 85282 Title Asst.Secretary Courtney, Patrick L 10841 S Ridgeview Road OLATHE, KS Title Asst.Treasurer • PARIS, BRYAN M 10841 S Ridgeview Road OLATHE, KS 66061 Title President Packer, M. Gayle 10841 S Ridgeview Road Olathe, KS 66061 Annual Reports http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inq... 1/29/2019 Detail by FEI/EIN Number Page 3 of 3 Report Year Filed Date 2017 01/11/2017 2018 01/16/2018 • 2018 08/21/2018 Document Images 08/21/2018—AMENDED ANNUAL REPORT ' View image in PDF format 01/16/2018—ANNUAL REPORT View image in PDF format 07/17/2017—AMENDED ANNUAL REPORT View image in PDF format 01/11/2017—ANNUAL REPORT View image in PDF format 03/30/2016—AMENDED ANNUAL REPORT View image in PDF format 01/20/2016—ANNUAL REPORT View image in PDF format 02/12/2015—ANNUAL REPORT View image in PDF format 02/20/2014—ANNUAL REPORT • View image in PDF format 01/23/2013—ANNUAL REPORT View image in PDF format 02/10/2012--ANNUAL REPORT View image in PDF format 03/02/2011—ANNUAL REPORT View image in PDF format 03/30/2010—ANNUAL REPORT View image in PDF format 07/24/2009—Req.Agent Change View image in PDF format 03/18/2009—ANNUAL REPORT View image in PDF format 04/10/2008—ANNUAL REPORT View image in PDF format 04/27/2007—ANNUAL REPORT View image in PDF format 03/07/2006—ANNUAL REPORT View image in PDF format 04/18/2005—ANNUAL REPORT View image in PDF format 08/20/2004—ANNUAL REPORT View image in PDF format 12/31/2003--Foreign Profit View image in PDF format Florida Department of State,Division of Corporations • • • http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inq... 1/29/2019 -71 . ,/ I / \ ' , f 1., 411,1 ,14.4°.4 .1, \ .". 1/ #1#11%. # . . , 14 ' , -A- --' - 1 __... ,..%,.. ...-i r -- , IT • C., ---- -'••`..gib/ - I . .i ' "•- 't i- 1111 • '. "s '''-'" ,l'''..--"iii 1 j"D--•`:.,-.1 , ''' *t' ',4 /.,, 4,,,M,L0 l's Crt -"•"'" I ' • ....314: t. - a t "z"-.1 .4, Y r,....,‘: ; " i Ar, ' Iv • ' j!lp n...,. ....--..., I,,.... \_,./ 14 A `44. .1 " #- '" ...... .........."4- .....„-:,. ,.., .. ,,.-.,-.:.- •t.'".7- '''' .......... ••...,,,t: ., ,, ....--.,...... ,---,'...- I I -4 ,,A... 41."(k'; - i.• ' :'-‘74--41(.4;44.4.44-1/F; --. .4 '-*-__,, ..7mitr_mop' ' ' ' -4‘.* *-7-„ .. "*It-44.---- .',,--0,7_, , ....4t74-:--:: ,.. 1,.„.' --'''- - -' - '•','"vita— ---- ., ,,-.L.,0111.P ....,_ - ... .,. ....7.......___ ..-: id„ ,.., ,,,.k "r,,'..4,1 -..- 1. ..., ,..,... ---7 .,*". 3-- - - --- I" . ' ',.-2---'__ 14: 4-- -7'1 -TV 7----- • -- • -41,1 0010, :,-7.- --- -;.•:',. _ ,,, A * '"- .--- 4 . - \ : 7•"..` '°- ...4 .' .... ,.. me ........1„, .:: ,,.. 1;00. A • . ----,...: _4_••••- -.--:4;_-`,. , .,-.... .j';,.. .--'--,,,,,.,, ..'' .,.....„..-6.......;-„4-, ° -.:::5°, '----"." ' ..01.L..,0144.4, .,. ''--.044" ...' • 7 , '-- , •-;-...",-- - ---. „„ ,-;-t --..k,''' - --- ---- -...---,--- ,„ ..*,, . . s I. ... }.. .,......... , .... 1'. ...I r *Tr''-:.'4' ' . ossaVEVIIINiewarb - gm Arser, ../ . '' *'' . ''...' -' --"' ( fital 411111NIMO #11:14#1. --.1,I" ,,,r+. ''-- ...' ' ' ' * '''' .... ''' , , '' .'"...."".',,,,'' .,... „.7,,',"4/1111110 41111104.0 OW ..... tt, * 0 . -: impo (sp 411111104.0, '1:... 114111%110 41111.140rEDIIII0 orAlii.,_„3, ,141110 0 a411111110 'Millil .4 ., - ...,-,-- 4111.4111.1111P _ 1 ft Effii .0 dm 411.0)11 -11111011.1P . , IlliP ' Iff/ligio OPP, : ,..- ... .ft n d 4,- ..,7 - - — , ..., rawD •' '-' iii Vansta'. ••'' - - - ..-- , .. • \ IttZINI VIRC.'tyac,n 2 . .. _ ....qv., , "1111111110-: 000 — 11111111111111070704 * , '4 Z , . • ' " 7,.I.004 ".7A,Nks." :0•.:, -.ABM! -4,.. i,. _ • ,. ,;' ' City of Miami Beach • RFQ 2018-097-KB 16200 NW 59th Avenue Citywide Geotechnical and Laboratory Testing Services on an As-needed Basis Suite 106 Miami Lakes, FL 33014 July 30, 2018 (3 t0e5r)i-a8c2o0n1.c9o9m7 lierracon r . . . . Facilities _ , , Environmental Geotechnical Materials 1 Cover. Letter & Minimum Qualifications Requirements Ierracoh July 30, 2018 City of Miami Beach Procurement Department Attn: Kristy Bada, Procurement Contracting Officer III 1755 Meridian Avenue, 3rd Floor Miami Beach, FL 33139 Re: Tab 1, 1.1 Cover Letter and Table of Contents Citywide Geotechnical and Laboratory Testing Services on an As-Needed Basis City of Miami Beach RFQ No. 2008-097-KB Dear Evaluation Committee Members: WHY TERRACON? • Providing Services to the Terracon Consultants, Inc. is pleased to respond to the City of Miami Local Area for 27 Years -Beach's request for qualifications for professional firms to provide Citywide • Similar Continuing Geotechnical and Laboratory Testing Services on an as-needed basis. We Contracts with Numerous understand that the City intends to select firms to perform citywide State Agencies geotechnical and soil testing services for the Capital Improvement Program • State of Florida Licensed (CIP) and Public Works Department under this contract. We further Engineering, Geology, and understand that geotechnical, soil testing and/or laboratory testing services Asbestos Business • are required for proper pre-planning of construction projects for the City. Key Professionals with Multiple Licenses and Terracon has substantial capabilities, resources and experience to Certifications successfully perform these services for the City of Miami Beach. • Court-Qualified Engineering Experts QUALIFICATIONS: • Accredited/Certified Soils Since 1965, Terracon has evolved into a successful multi-discipline firm. and Materials Testing Over its history, we have achieved significant expansion through both Laboratories • internal growth and acquisitions. Nodarse & Associates, Inc. and Certified,Trained and Experienced Field and Dunkelberger Engineering & Testing, Inc. joined Terracon in 2011 and Laboratory Staff 2013, respectively. - Full Fleet of Drilling Equipment(Truck-mounted Terracon has more than 4,500 employees in over 140 offices, including an and Portable) 11-office network in Florida. With the strength of our firm and our existing • Dedicated Collaboration operations, we have a tremendous presence and broad scope of Portal for Geotechnical Projects knowledge statewide. We offer four offices with a staff of 83 strong in South • Proprietary Data Florida (including 13 registered professional engineers, two of which are Management System for registered special inspectors, two registered professional geologists, four Generating Real-time Test staff engineers, two licensed building inspectors, one certified welding Results inspector, two full-time drilling crews, and 43 qualified laboratory/ engineering technicians). Terracon Consultants, Inc. 16200 NW 59th Avenue, Suite 106 Miami Lakes, FL 33014 P (305) 820 1997 F(305) 820 1998 terracon.com 1 Environmental • Facilities • Geotechnical • Materials Tab 1, 1.1 Cover Letter and Table of Contents July 30, 2018 Terracon's local Miami Lakes staff understands the needs of the City of Miami Beach and the types of projects that will arise from the referenced contract. We have performed these exact services for local municipalities and projects for more than two decades. We frequently work within the City's limits, and in nearby areas, for both public-and private sector clients. By anticipating project requirements and adapting to challenges, we will make it easy for the City to work with us. For projects large and small, single-or multi-site, you can rely on consistent results. RESPONSIBLE OFFICE AND ASSIGNED STAFF: Terracon will service this contract from our Miami Lakes office, which is located at 16200 NW 59th Avenue (Miami Lakes) or about 18 miles (30 minutes) door-to-door from your office to ours. Our Miami Lakes office is presently staffed with 18 employees that reside in Miami-Dade County. Our local staff is comprised of professionals with degrees in civil engineering, environmental engineering, architecture, and construction management. They are supported by trained, experienced and certified field and laboratory engineering technicians and inspectors. Terracon's local office houses a full-service, materials testing- laboratory that is accredited by the Construction Materials Engineering Council (CMEC) and the Florida Department of Transportation (FDOT). Terracon has three additional South Florida offices (Fort Lauderdale, West Palm Beach, and Port St. Lucie) that have comprehensive soils and materials testing laboratories that are accredited by the CMEC or the American Association of State Highway and Transportation Officials (AASHTO), and are FDOT approved. One is also validated by the U.S. Army Corps of Engineers (USACE). Please note that these third-party certifications include numerous field and laboratory testing methods for soil, concrete, aggregate, asphalt, and masonry and not just "one or two" test methods so that we can say we are "certified." Terracon considers third party (independent) qualifications to be very important to our clients as it allows them to know all our test results are repeatable and defendable. Our key staff members are highly experienced professionals. Hugo Soto, P.E. will serve as the Principal, Contract Manager and single point of contact for this contract, and will be available 24/7 to all City staff and their consultants. As Principal of the firm and Office Manager, he brings more than 37 years of engineering experience. Hugo will be supported by Rutu Nulkar, P.E., Geotechnical Project Manager and Rudy Gonzembach, P.E., S.I., Materials Testing Project Manager, with a combined 33 years of experience. Rutu will be in responsible charge of all geotechnical (drilling) assignments and Rudy will oversee the management for our designated laboratory and field verification activities relative to sampling, inspecting, field and laboratory testing. KEY OBJECTIVES: Our primary objective for this continuing services contract is to provide cost-effective (value added) engineering services that help to facilitate the on-time design and construction of City projects within prescribed budgets. Based on our experience, we know that meeting this objective will require dual performance within the following categories: 1) technical expertise; and 2) personalized, attentive service. 1lerracon City of Miami Beach RFQ 2018-097-KB I Citywide Geotechnical&Laboratory Testing Services on an As-Needed Basis 2 1 Tab 1, 1.1 Cover Letter and Table of Contents July 30,2018 Responsive, personalized service is a major part of the Terracon mission. The nature of geotechnical and construction related engineering services is that these-services are typicallyrequired on short notice and within a tight schedule. Understanding this, we know that it is important to have strong, local leadership and a large, local staff ("bench depth") to meet these expectations. Our team's staff and office/laboratory facilities rank among the largest in South Florida and allow us to provide the responsive and cost-effective(value added)services you require. ABILITY TO MEET STANDARDS: A priority for Terracon is to service local governments through continuing services contracts. Statewide we hold over 125 continuing service contracts (environmental, facilities, geotechnical, construction testing and inspections)with approximately 90 different governmental agencies including state, county, and local governments. Terracon has an outstanding history of contract extensions and re-selection, and has never been terminated during the course of any of these contracts. More importantly, we have provided services for local projects for more than two decades. With virtually no learning curve, the Terracon Team will bring high quality engineering services to this contract with a real sense for the City of Miami Beach's time and budget constraints. We look forward to proceeding to the next step in this procurement process. Please contact us at(786) 266-6619, or by e-mail at Hugo.Soto@terracon.com,for any additional information. Sincerely, Terracon Consultants, inc. tri° Hu o E. to, P.E. R dY A. Gonzemb Principal, Contract Manager M erials Testing Project Manager lfelrraC®n City of Miami Beach RFC)2018-097-KB I Citywide Geotechnical&Laboratory Testing Services on an As-Needed Basis 3 1 Table of Contents TAB 1: Cover Letter and Minimum Qualifications Requirements 1 • 1.1: Cover Letter and Table of Contents 1 • 1.2: Response Certification, Questionnaire and Requirements Affidavit (Appendix A) 5 TAB 2:Experience and Qualifications 37 • 2.1: Qualifications of Proposing Firm 37 o 2.1.1: Current Applicable County or State Licensure(s) and Certificate(s) 53 • 2.2: Qualifications of Proposer Team 57 o 2.2.1: Current Applicable County or State Licensure(s) and Certificate(s) 71 TAB 3: Approach and Methodology 77 IN 3.1: Detailed Information,on Approach and Methodology 77 1 erracon City of Miami Beach RFQ 2018-097-KB I Citywide Geotechnical&Laboratory Testing Services on an As-Needed Basis 4 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 • 1.2 STATEMENTS OF QUALIFICATIONS CERTIFICATION, QUESTIONNAIRE & REQUIREMENTS AFFIDAVIT Purpose: The purpose of this Response Certification, Questionnaire and Requirements Affidavit Form is to inform prospective Proposals of certain solicitation and contractual requirements, and to collect necessary information from Proposals in order that certain portions of responsiveness, responsibility and other determining factors and compliance with requirements may be evaluated. This Statement.of Qualifications Certification, Questionnaire and Requirements Affidavit Form is a REQUIRED FORM that must be submitted fully completed and executed. 1. General Proposer Information. 11 FIRM NAME: Terracon Consultants, Inc. NO.OF YEARS IN BUSINESS: 53 • NO.OF YEARS IN BUSINESS LOCALLY: 14 NO.OF EMPLOYEES: Approximately 4,500 OTHER NAME(S)PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: Nodarse&Associates, Dunkelberger Engineering &Testing FIRM PRIMARY ADDRESS(HEADQUARTERS): 10841 S. Ridgeview Road CITY: Olathe STATE: KS ZIP CODE: 66061 TELEPHONE NO.: (913) 599-6886 TOLL FREE NO.: (800) 593-7777 FAX NO.: (913) 599-0574 FIRM LOCAL ADDRESS: 16200 NW 59th Avenue, Suite 106 CITY: Miami Lakes STATE: FL ZIP CODE: 33014 PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: Hugo E. Soto, P.E. ACCOUNT REP TELEPHONE NO.: (305) 820-1997 ACCOUNT REP TOLL FREE NO.: Not applicable ACCOUNT REP EMAIL: Hugo.Soto@terracon.com FEDERAL TAX IDENTIFICATION NO.: 42-1249917 The City reserves the right to seek additional information from proposer or other source(s),including but not limited to:any firm or principal information, applicable licensure, resumes of relevant individuals, client information, financial information, or any information the City deems necessary to evaluate the capacity of the proposer to perform in accordance with contract requirements. RFQ 2018-097-KB 5 MIAMI BEACH 1. Veteran Owned Business.Is Proposer 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. To the best of our knowledge, this is not applicable. SUBMITTAL REQUIREMENT: Proposers must disclose the name(s)of any officer,director,agent,or immediate family member (spouse,parent,sibling,and child)who is also an employee of the City of Miami Beach. Proposers must also disclose the name of any City employee who owns,either directly or indirectly,an interest of ten(10%)percent or more in the Proposer entity or any of its affiliates To the best of our knowledge, this is not applicable. 3. References & Past Performance. Proposer shall submit at least three (3)(references for whom the Proposer.has completed work similar in size and nature as the work referenced in solicitation. Provided on additional pages SUBMITTAL REQUIREMENT: For each reference submitted, the following information is required: 1) Firm Name, 2) Contact Individual Name&Title,3)Address,4)Telephone,5)Contact's Email and 6)Narrative on Scope of Services Provided. 4. Suspension, Debarment or Contract Cancellation. Has Proposer ever been debarred, suspended or other legal violation, or had a contract cancelled due to non-performance b an public sector agency? YES X NO SUBMITTAL REQUIREMENT: If answer to above is"YES,"Proposer shall submit a statement detailing the reasons that led to action(s). 5. Vendor Campaign Contributions.Proposers are expected to be or become familiar with,the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Coder 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. To the best of our knowledge, this is not applicable. 6. Code of Business Ethics.Pursuant to City Resolution No.2000-23879,each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics("Code")and submit that Code to the Department of Procurement Managementwith its proposal/response or within five (5) days upon receipt of request. The Code shall, at a minimum, require the Proposer, to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. In lieu of submitting Code of Business Ethics, Proposer may submit a statement indicating that it will adopt,as required in the ordinance,the City of Miami Beach Code of Ethics,available at http://www.miamibeachfl.qov/city-hall/procurement/ See attachment that follows. RFQ 2018-097-KB 6 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.gov/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 htto://www.miamibeachfl.aov/city-hall/procurement/orocurement-related-ordinance- and-procedures/ RFQ 2018-097-KB 7 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 Conran Receipt_ = Receipt. _ _ Recttipt - -- 40 -S Addendum 1. S__._ Addendum 6_ ifs _ -Addendum 11__ S_ Addendum 2 S Addendum 7 _ __'. .Addendum_12 /jt�5 _ Addendum3. _ 44.3 __. Addendum 8 Addendum 13.. Addendum 4 _ Addendum 9 — Addendum 1.4-: _ _4i :>:_;Addendum 5__, _ __! '_ Addendum 10 Addendum 15_ If additional confirmation of addendum is required,submit under separate cover. RFQ 2018-097-KB - 8 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 maybe 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 9 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 Autnonzea Representative: Hugo E. Soto, P.E. Principal, Contract Manager Signature of 's Authorized • I Date: 1/ Is__ July 30, 2018 State of FLORIDA ) On this 30th day of_ July ,201,personally ) appeared before me who County of Miami-Dade ) stated that(s)he is tl a Principal of Terracon Consultants,Inc.,a corporation, and that the instrument was signed in behalf of the said corporation by authority of its board of directors and acknowledged said instrument to be its voluntary act and deed. Before me: Notarrrublic for the of Florida My Commission Expires: ( t0 201a .5.-- ';a SUSANA DELGADO / ? ;<,-1. Notary Public-State of Florida • _' • My Comm.Expires Aug 10,2018 ••,,F—=',.p:4 Commission 0 FF 149527 • •�'''%� Bonded Through National Notary Assn. RFQ 2018-097-KB 10 1 Cover Letter and Minimum Qualifications Requirements \t . I1 I .1i, •'.._ :----..,...--...t..---. .' I :4,..,.„...„ ''..-).: -:.^..S.' '..,t,...',...,,,v,i4,41i: ; ..: ‘ - ___AA' ' -'' k .., :__ * ,-/' i7.:' Y._ -r n 4...... '-'4. '; 4- �'.'-. .1 '-,8,4,, 4,.:,-. :*- . ' • - .riiiiiii j- , -"sir - -..:' - 1.2 RESPONSE CERTIFICATION, QUESTIONNAIRE AND REQUIREMENTS AFFIDAVIT (APPENDIX A) Additional Pages 3. References and Past Performance InterAmerican Campus Building 6— Miami, FL Terracon is currently under contract to perform geotechnical, environmental, CLIENT: and materials testing services on "as-needed basis" for Miami Dade College Miami Dade College campus wide. The firm has been providing these services to the College since CLIENT CONTACT: 2007. The publicly supported College serves the populous metropolitan Eneida Perez-Mendez Miami-Dade County through eight campuses and a number of off-campus Senior Project Manager 11011 SW 104th Street centers including the North Campus, Kendall Campus, Wolfson Campus, Building L-Facilities Medical Center Campus, Interamerican Campus, Homestead Campus, Management,L-108 Hialeah Campus, and the West Campus. The Entrepreneurial Education Miami, FL 33176 (305)237-0576 Center is an extension of the North Campus. The firm has also provided eperezme@mdc.edu services for Miami Dade College as a subconsultant to other firms. COMPLETION DATE: 2018 Terracon was the geotechnical engineer of record for the elevator shaft ______ --... aA construction at the Interamerican Campus Building 6 (picture at right) in - 2015. The new elevators were planned to be constructed after demolition 1, t,t5 *' ... 7„ ..� of the existing structure. The elevator foundation would be installed about �y '`:F y �� •.j 8 feet below the existing grade. The proposed foundation was designedt. -''4 using an allowable bearing pressure of 5000 psf;furthermore,the existing "'' structure was supported on a shallow foundation system bearing at the same elevation of the proposed elevator foundation and was also -A' designed using an allowable bearing pressure of 5000 psf. Geotechnical exploration services were conducted to provide information and geotechnical engineering recommendations relative to subsurface soil conditions, foundation design and construction, earthwork, and groundwater conditions. Terracon performed construction materials testing, laboratory testing, and special inspection services for the site work and building improvements, including elevator shaft construction, at Building 6 from 2016 1lerracon City of Miami Beach RFQ 2018-097-KB I Citywide Geotechnical&Laboratory Testing Services on an As-Needed Basis 11 1 Cover Letter and Minimum Qualifications Requirements to 2017. The scope of work included earthwork observation and testing, concrete testing and observation, concrete cylinder and beam testing, field density testing, Windsor probe testing, grout compressive strength testing, concrete compressive strength testing, and fireproofing testing. The College requested a background noise assessment to evaluate exterior traffic noise levels on first and second floor classrooms facing the street. The background noise assessment Terracon performed included the following. Monitoring was conducted using Type 11 integrating/datalogging sound level meters(SLM) equipped with octave band analyzers. Monitoring was conducted in two locations (first and second floor classrooms)for approximately 60 minutes in each location. A- and C-weighted average and octave band sound levels were measured. Monitoring was also conducted outside the building. The first- floor classrooms were tested in the morning and during the afternoon rush hours. The second-floor classrooms were only tested during afternoon hours (between classes). Terracon provided recommendations to the College to assist in lowering the interior classroom noise. Keystone Park— North Miami, FL Keystone Park is located at the NW corner of Ixora Court and Ixora Lane in CLIENT: North Miami, Florida. At the time of our services, the site (playground) was City of North Miami covered by a rubber mat and occupied with playground equipment and CLIENT CONTACT: landscaping. Subsurface exploration and geotechnical recommendations Derrick Corker,CPRD were provided by Terracon to remediate the depression on the playground at Parks,Recreation and Cultural Arts Director the park. The purpose of these geotechnical engineering services was to 12300 NE 8th Avenue provide information and geotechnical engineering recommendations relative North Miami, FL 33161 to: subsurface soil and bedrock conditions; groundwater conditions; (305)895-9846 dcorker@northmiamifl.gov identification of unsuitable/problematic soil conditions; and recommendations for soil remediation. Services were completed in 2016. COMPLETION DATE: 2017 Terracon also performed earthwork observations and construction materials engineering and testing services •—• �ta�c ` , during construction of the Keystone playground .:1414114 — • -I surface replacement project. Terracon provided staff ""� ` � - • engineers and engineering technicians to perform field , d ' '', ". i , earthwork observations of the removal of unsuitable soils in .. " ,'A ' • I the playground area and replacement with suitable - -�.,,,M structural fill soils. Field technicians were provided to collect ' - �� bulk samples of existing and/or imported fill soils and transport them to Terracon's laboratory for analyses. During placement of the structural fill, our technicians visited the site equipped with a nuclear gauge to perform in-place density tests to verify the degree of compaction. At the completion of the earthwork observations and testing services, Terracon issued a written report documenting the construction activities the firm monitored. Services commenced in 2017. 1lerracon City of Miami Beach RFQ 2018-097-KB I Citywide Geotechnical&Laboratory Testing Services on an As-Needed Basis 12 1 Cover Letter and Minimum Qualifications Requirements New Cruise Terminal B - Miami, FL The planned project includes a new cruise terminal building and six-story CLIENT: parking garage with associated port infrastructure. The new terminal will be Bermello Ajamil&Partners, Inc. located on Dodge Island along the northern end of the port, southeast of the CLIENT CONTACT: existing Cruise Terminal B building. At the time of our services in 2017, which James Bowers,AIA,NCARB, were provided to PortMiami, the site primarily consisted of paved roadway, LEER AP Partner,Architect parking, and loading areas. Terracon performed geotechnical exploration to 900 SE 3rd Avenue,Suite 203 evaluate the subsurface conditions at the project site and provided Fort Lauderdale,FL 33316 geotechnical engineering data relative to the geotechnical site (305)859-2050 Jbowers@bermelloajamil.com characterization information including subsurface soil/rock conditions, groundwater conditions, field testing, and laboratory testing. COMPLETION DATE: 2018 In 2018, Terracon performed geotechnical exploration . 3 to evaluate the subsurface conditions at the project ": f site and provided geotechnical engineering4` • recommendations for: earthwork, floor slab design and construction, pavement design and construction, - '} f groundwater conditions, and foundation design and construction. Our work was completed as a subconsultant to Bermello Ajamil & Partners, Inc. '" Project (Location r 6. Code of Business Ethics See following pages. 1lerracon City of Miami Beach RFQ 2018-097-KB I Citywide Geotechnical&Laboratory Testing Services on an As-Needed Basis 13 Attachment for item #6 Code of Business Ethics SPEAK UP IF AVOID EVEN THE SOMETHING PERCEPTION OF ISN 'T RIGHT A CONFLICT OF INTEREST REMEMBER TREAT EACH OTHER YOUR WITH RESPECT ACTIONS REFLECT ON ALL OF US. WHEN IN DOUBT ASK! YOU HAVE HELP! ABIDING BY OUR PRINCIPLES - ANDTHE LAW - ISN'T OPTIONAL. Bringing Our Principles to Life Terracon is built on integrity-by employees who are committed to doing the right thing. Understanding and abiding by our Principles of Business Conduct and Ethics helps us protect our reputation.When you regularly review the Principles you'll better understand how it affects the business decisions you make. And making the right decisions is how we move Terracon forward. herr • n Principles of Business Conduct and Ethics 2017 Table of Contents Message from the CEO 3 I. Responsibilities of Terracon Leaders 4 H. Doing the Right Thing 5 Ill. Respect for Each Other 9 IV. Respect for Terracon 12 V. Respect for Clients, Subcontractors, Vendors, and the Community 20 How Do I Get Help? 23 HELPLINE: 913) 599 S701 ( ethics@terracon.com Terracon Principles of Business Conduct and Ethics I 2017 15 Message from the CEO Terracon is a broad based employee-owned company,where we all share the benefits and responsibilities of the Company's long-term success.We rely on each other to conduct ourselves appropriately in our respective roles within the Company.We are Terracon's greatest strength and competitive advantage.Conducting our business in a proper and ethical matter is integral to our success.For this reason,Ethics and Integrity are core values of the Company.They must be an integral part of all we do. As a consulting business,we are only as valuable as our reputation.Each employee has a part to play in maintaining and enhancing that positive reputation.Whether you are a senior manager or a newly hired technician,Terracon as a whole is judged on how we conduct ourselves in our interactions with others,both inside and outside the Company.This applies within an individual office and across the company.Our actions impact our reputation,positively and negatively. Actions in one office may carryover to any or all of our other offices.As a result,it is crucially important that we as individual employees recognize we are the most important contributors to our success as an ethical company. Employees operate in a fast-moving,pressure-filled competitive environment.We are sometimes in difficult situations where knowing the right thing to do is not always simple or easy.This is when we face our most difficult decisions. There are often competing pressures,both internal and external,that further complicate those decisions.You are not alone in determining the right course of action.There are many tools and resources to help you make the right decision. • Terracon's Principles of Business Conduct and Ethics outlines the Company's principles,philosophies,and policies relating to proper conduct in different parts of our business. • Terracon employs a number of experienced senior managers and practitioners that have similar experience in determining the right decision and can help you with your issue. • Terracon's Business Conduct and Ethics Helpline("Helpline")allows you to reach out in a confidential manner and receive help and guidance for your issue from the appropriate subject matter expert. We trust each and every employee in the Company.We also recognize the challenge of doing the right thing in a difficult situation. Please take advantage of these resources to make the best decision with ethics and integrity. David R.Gaboury,P.E. Chief Executive Officer HELPLINE: (91;) X99 S701 I ethics@terracon.com Terracon Principles of Business Conduct and Ethics 12017 16 I . Responsibilities of Terracon Leaders Our leaders foster a strong and sustainable culture of business conduct,ethics,respect,and professional excellence at Terracon.They are responsible for creating a work environment where employees aspire to high ethical and professional standards,and where employees are comfortable challenging questionable conduct.Our leaders address allegations of wrongdoing promptly through training,timely and thorough investigations,corrective actions,and fair discipline.They make sure there is no retaliation against those who report issues and concerns. Our leaders lead by example.They make business conduct and ethics a part of the ongoing dialogue at Terracon with employees,clients,subcontractors,and business partners.They set the right tone and expectations by consistently focusing on and promoting the importance of business conduct and ethics as an integral part of everyday life at Terracon.We expect our leaders not to compromise Terracon's ethical standards.They protect and preserve one of our most vital assets—our reputation.This is done by modeling ethical decision making every day.The same commitment to business conduct and ethics is expected from their teams. Our leaders believe and data supports that ethical companies outperform unethical companies in every business where Terracon works.Our leaders believe being ethical and complying with laws is good for Terracon,good for our clients, and good for our employees. HELPLINE: (91 j) 599 570I ethics@terracon.com Terracon Principles of Business Conduct and Ethics I 2017 17 II. Doing the Right Thing Ethical Decision Making In today's complex business environment you may,from time to time,encounter an ethical dilemma.If you are unsure of the right course of action,ask yourself the following questions: • Does it comply with the law? • Does it comply with our core values,Principles of Business Conduct and Ethics,and otherTerracon policies? • Would you be comfortable if it was published in a newspaper? • Would you be comfortable telling your spouse or parents about it? • Would you be comfortable with the example it sets for future decisions? • Does it feel right? If your answer to any of these questions is anything other than a definite"yes,"do not take the action.Trust your instincts.Many issues could be avoided if we trust our initial instincts on whether a decision"feels right." If you are still in doubt,you can get help from any of the appropriate resources in the How Do I Get Help?section below.Remember,there is always someone to turn to for answers. HOW DO I GET HELP? Questions or issues regarding appropriate business conduct and ethics can be tricky. Knowing the right answer can be difficult.The following resources are available to help employees get the answers they need. • Your supervisor,if not directly involved in the issue. • An experienced technical professional,if not directly involved in the issue. • Your office,division,or operating group manager,if not directly involved in the issue. • The Business Conduct and Ethics Helpline("Helpline")at 913-599-5701 or at ethics`'terracon com • Any or Lag,+l Department, member ofTerracon's Hum 3n Resources The Business Conduct and Ethics Helpline("Helpline")is our confidential hotline for seeking guidance,asking questions,raising concerns,or reporting potential violations of our Principles of Business Conduct and Ethics,Terracon policies or laws. We also have a duty to Terracon and our fellow employees shareholders to report known or suspicious violations of our Principles of Business Conduct and Ethics,Terracon policies,or laws.If you are aware of misconduct,or even suspect it,you should also contact any of the above resources as appropriate. HELPLINE: 913) 599 5701 I ethics@terracon.com Terracon Principles of Business Conduct and Ethics 12017 18 II. Doing the Right Thing (Continued) Concerns about Retaliation and Obligations for Participating in Investigations Terracon does not retaliate against those who raise issues or concerns in good faith.If you are asked to participate in an investigation of any ethics or business conduct issue, Terracon expects you to cooperate in good faith.You are protected from retaliation. Terracon needs and expects your help to protect our company values and reputation. This applies to all sections of this document. "Terracon is committed to a work Timesheet, Expense,and Invoicing Integrity environment where employees feel free We have a duty to Terracon and our clients to report our time and expenses accurately to ask questions, report concerns or on our timesheets and accurately invoice our clients.Terracon's financial systems violations without fear of retaliation." and timesheet data entry programs are the cornerstones of our financial success.It is David R. Gaboury, P.E. imperative that all employee timesheets,expense reports,and invoices be prepared CEO in an accurate,honest,and ethical manner.That includes recording all hours worked, recording of the correct days and projects,reporting accurately of all expenses,and recording time on the correct project.Failure to accurately report timesheet data and expenses misstates the actual performance of personnel and projects.It also affects the accuracy of long term analysis of project timelines which Terracon uses to determine future business strategies.Inaccurate or improper expenses or invoicing calls our "Timesheet and data processes show business ethics and credibility into question and creates disharmony and distrust with on a daily basis our commitment to our clients.In addition,timesheet,expense,and invoicing inaccuracies can create a ethical business practices. Improper liability for Terracon,such as fee disputes,project litigation,or possible allegations of billing and falsified data are the criminal fraud.Public sector clients such as Departments of Transportation and private quickest and most damaging ways to clients such as Wal-Mart have strict rules on timesheet and invoice accuracy.Clients devalue our reputation as an ethical also have the right and authority to demand immediate justification of project billing company to our employees and clients. information.These audits are designed to uncover any discrepancies,including those in They can also place the Company at timesheet entries and invoices. risk for civil or even criminal penalties." Michael J.Yost, If you have concerns or questions about the potential integrity of an employee's Vice President, timesheet or project invoice,you have an obligation to report it immediately using one General Counsel of the methods identified in How Do I Get Help?. WHAT IF Q: Terry is working on multiple projects for one client.If he books all the time he spent this week on project X to that project, he will exceed the budget on that contract.There are funds available on project Y.Should he book the hours that exceed the X contract on project Y?Should he book the time to a non-chargeable administrative code to preserve the budget? A: No,hours worked on a specific project must be booked only to that project.Terry's actions would overestimate the performance of project X. His actions would also either underestimate project Y or show an inaccurate amount of administrative time.Such activity could be construed as fraudulent,which opens both the Company and Terry to potential civil and criminal liability. HELPLINE: (913) S99 5701 I ethics@terracon.com Terracon Principles of Business Conduct and Ethics 12017 19 II. Doing the Right Thing (Continued) WHAT IF Q: A soil compression testing machine in our lab appears to be improperly calibrated and is putting out data that is clearly inaccurate.The lab manager catches this issue and notices a number of time-sensitive reports with inaccurate data. He can tell through his experience and judgment what the proper data result would likely have been. Should he substitute the output he believes to be accurate as if the machine had put out the proper data? A: Data output should never be altered or manipulated,even if it is believed to be inaccurate. It should either be re-tested,discarded or reported to the client with a clear notation that the data was believed to be inaccurate. Providing altered or manipulated data, even if done so with the best of intentions,can be construed(or misconstrued)as an attempt to falsify test results and can result in allegations of fraud or other improper,and perhaps criminal,activity. "1 would like to encourage you to treat Data and Information Integrity every encounter with owners and Terracon's services require the collection,generation,and evaluation of data.Our contractors as though it was your first reputation is based on providing accurate and reliable results.Occasionally data may job interview. Go the extra mile to give be suspect,missing,or obviously incorrect.Use of suspect or missing data could a great first impression, not only of jeopardize our credibility with a client.It could also lead to uncomfortable situations your skills, but also your ethical values." and possibly confrontations with clients,supervisors,and third parties.Re-collection Walter Krahl IV,CWI of data may be required to prove or disprove the original data.If you have any concerns MetalsTechnology Group, about the data,explain why the data is believed to be incorrect and note to what extent, Department Manager if any,the data was used in the analysis.Alteration or fabrication of data,or directing staff to do this,is not an alternative.Changing data or fabricating data is considered fraud(intentional deceit),not judgment.Falsification or fabrication of data is never "Our clients should be able to rely tolerated. on Terracon to provide accurate field If you have concerns or questions about the potential integrity of data or other and laboratory data. In a competitive information,you have an obligation to report it immediately using one of the methods business environment, our integrity identified in How Do I Get Help? will provide our clients with the assurance that our data is reliable and Fiscal Responsibility and Financial Integrity free of unfounded bias." Terracon's corporate and business records must be completed accurately and honestly. Al Hernandez,P.E. Making false or misleading entries is never tolerated,whether the entries relate to Department Manager financial results or technical results. If you have concerns or questions about the potential integrity of financial information, you have an obligation to report it immediately using one of the methods identified in How Do I Get Help? HELPLINE: (913) 599 5701 I ethics@terracon.com Terracon Principles of Business Conduct and Ethics I 2017 20 II. Doing the Right Thing (Continued) "In government contracting, properly Concerns about Violations with Government Work following the terms and clauses of As a contractor to municipal,state,and federal governments,we are subject to your contract are as important as a number of regulations that mandate how,when,and to whom our work can be completing the scope of work.It is reported,and how it must be invoiced.If we have credible evidence that we violated important to read all of the contract, laws or received overpayment in connection with our government work,it must be understand what you need to do, how reported promptly. you are supposed to do it, and then document all of your efforts. Strong If you have concerns or questions about potential violations or overpayment involving compliance discipline will ensure government work,you have an obligation to report it immediately using one of the that we are being good stewards of methods identified in How Do I Get Helm taxpayer money and can't be accused Discipline of improper behavior." All employees are subject to our Principles of Business Conduct and Ethics and must Monica Curls adhere to them.Continued employment by Terracon depends on full compliance with Manager of these policies and duties.Every employee must acknowledge in writing that they have Government Compliance read and will comply with the Principles.The Principles of Business Conduct and Ethics is part of the personnel policies of Terracon.Remedies and penalties for violations of these Principles can range from written and oral warnings to termination,depending on the nature and circumstances of the violation.If appropriate,we will report misconduct to the proper authorities,which may lead to civil and regulatory liability and/or criminal prosecution. • HELPLINE: (913) 599 5701 I erhics@rerracon.com Terracon Principles of Business Conduct and Ethics I 2017 21 III . Respect for Each Other "For everyone to go home safely every Incident and Injury-Free Workplace (IIF) day, we must maintain an attitude that IIF is based on our concern for the wellbeing of employees and their families.It is an "We are our brother's keeper" and take uncompromising commitment to everyone going home safely each and every day. responsibility of our own safety as well Safety is an inseparable part of"doing things right,"just as much as other operational as everyone around us" priorities,including quality,schedule,and even profitability.IlFis based on our deep Michael O'Grady,P.E. and genuine commitment to all of our people,whom we value for who they are and Executive Vice President, what they do for the Company and their families.It requires that safety becomes deeply Safety personal,relevant,and important to each of us.We must hold ourselves responsible, not just for our own safety and wellbeing,but for the safety of everyone around us. Further,we must all develop a mindset committed to preventing any incidents,injuries, or accidents,no matter how minor or infrequent.Minor injuries inevitably lead to serious or fatal injuries to ourselves or others.It is imperative for you to know that you have the right and responsibility to speak up to whomever you feel appropriate if you are ever asked to work under conditions you feel are unsafe or may require additional review.For additional information please see Terracon's 11F policies on Terranet WHAT IF Q: You are riding with a co-worker to a job site. His phone rings and he picks up the phone(not hands-free)and holds a lengthy conversation while driving. Do you say anything to the co-worker during or after the call? A: Yes.You need to remind the co-worker that Terracon Core Rule 11 prohibits the use of cell phones while driving. Driving deserves 100%of your attention and the safest way to talk on the phone while driving is to pull over. If you know he is expecting a call,you could also offer to drive so he can focus on the call,and you can focus on driving. Workplace Violence As part of our commitment to a safe working environment for our employees,we have a zero tolerance policy for workplace violence.Employees who are violent or make threats of violence in the workplace will be subject to disciplinary action,including termination of employment,and when appropriate,criminal prosecution. "Drug and alcohol use puts you,your Drugs and Alcohol co-workers and your client at risk. If To ensure safety,our workplace is free of drugs and alcohol.Possessing or using illegal you are working impaired,you are substances,consuming alcohol at work,or misusing prescriptions and over the counter working unsafe." medications is prohibited.It puts our safety at risk,as well as the safety of those we Jim Wright may be working around.It is subject to discipline,including termination of employment. Director of Safety& Health Please note that marijuana is categorized as a Schedule 1 drug under the Federal, Controlled Substance Act.Consequently,marijuana usage is not exempt under Terracon policy regardless of state law on the issue or whether an employee is medically licensed /prescribed for such use.For additional information,please see Terracon's Controlled Substances and Alcohol Policy. HELPLINE: (913) 599 5701 I ethics@terracon.com Terracon Principles of Business Conduct and Ethics I 201? 22 III. Respect for Each Other (Continued) Diversity and Inclusion Terracon maintains a diverse workforce.We encourage every individual to contribute to our growth and success.Each of us must do our part by promoting an inclusive work environment that capitalizes on our different backgrounds and talents,optimizes our collective strengths,and minimizes our individual weaknesses.By virtue of our diversity,we achieve together what we cannot do individually. Discrimination and Harassment Discrimination has no place at Terracon.Our commitment to a diverse workforce means that we must work together to eliminate and prevent discrimination.In general, "Terracon has a commitment to discrimination arises when a person or a group is the target of unequal treatment providing a workplace where all because of certain characteristics such as:race,color of skin,national origin,age, employees feel welcome and included. religion,gender,gender identity,sexual orientation,disability,or any other status Care and concern for our employees extends well beyond safety—we want protected by law. all of our employee owners to be fully Harassment is a form of discrimination.Harassment generally refers to any form of engaged in our growth and success." conduct that creates an intimidating,hostile,abusive,or offensive work environment Stephanie Price to a protected group status,where the behavior is unwelcome.Harassing conduct can Director, be physical,verbal,written,or visual.The effect of the action,not the intent,is what Human Resource Operations matters.In determining whether the conduct constitutes harassment,Terracon will take into consideration whether a reasonable person would be offended under the circumstances and whether the affected party was personally offended. Terracon is committed to providing a work environment that is free from harassment, intimidation,and coercion of any type.We will not tolerate the use of discriminatory slurs,unwelcome or unsolicited sexual advances or harassment,or any other remarks, jokes or conduct that creates or fosters an offensive or hostile work environment. Employees of Terracon at all levels must act with respect and civility towards co- workers,clients,and outside firms to ensure the basic principles of respect and dignity are exercised in all working relationships.For additional information please see Terracon's Harassment/Discrimination Free Workplace Policy. WHAT IF Q: A co-worker sends an email to his/her work group.The email contains some comments that refer to religion and politics. One of the recipients is offended.Should she/he contact Human Resources? A: If the offended employee is comfortable doing so,they could first try to approach the employee about their concerns in a reasonable manner,or bring the issue to their supervisor and ask for their assistance. If that is not an option,the Human Resources Department is always open to assisting any employee dealing with a situation they believe to be inappropriate HELPLINE: (913) 599 5701 I ethics@terracon.com Terracon Principles of Business Conduct and Ethics I 2017 23 III. Respect for Each Other (Continued) "Our office is our home away from Disrespectful Behavior home. My goal as the office manager We make every effort to hire and retain accomplished,professional,talented,and is to help create and sustain an office pleasant people for our employee-friendly work environment.At Terracon,we are environment that every employee focused on teamwork,skills,capabilities,long-term potential,and character. looks forward to working in. Harsh words and disrespectful behavior have If you are belittling,condescending,demeaning;if you are unreasonably difficult and unpleasant;if you misuse your management authority to bully or intimidate others and no place in our office. Noosha P.Smith,P.E. ignore our core values,you have no place at Terracon.Even when you deliver great Office Manager results,if your behavior alienates other talented contributors and creates an unhealthy work environment,you have no place at Terracon.While your abusive behavior may not technically violate laws or our anti-discrimination or anti-harassment policies,it is contrary to our collaborative environment.Terracon can terminate your employment for disrespectful and unprofessional behavior. WHAT IF Q: A project manager is speaking loudly and harshly to another employee,using inappropriate Ianguage.The employee is very frustrated because this has happened before with this project manager.What should the employee do? A: Given the repeated instances of inappropriate behavior,the employee should discuss with his/her manager.If that does not resolve the situation,he/she may want consider escalating to the office manager or to human resources for further guidance. If those do not resolve the issue,he/should could contact the Helpline.What is important is that he/she speaks with someone to ensure it is addressed. Protection of Personal Information In today's electronic information exchange and storage environment,Terracon is committed to employee privacy and the protection of employee personal information. The Company follows reasonable and recommended information security procedures to protect employees'personal information.To provide services such as health care benefits,stock ownership,and insurance to our employees,Terracon may occasionally share your personal information with outside vendors.Unless otherwise permitted by law,Terracon obtains your consent before it transfers your personal information to others.For additional information,please see Terracon's Privacy Data Policy HELPLINE: (913) 599 570t I ethics@terracon.com Terracon Principles of Business Conduct and Ethics 12017 24 IV Respect for Terracon "A potential or perceived conflict of Conflicts of Interest interest may arise when we represent Conflicts of interest arise when our personal or financial interests interfere,or appear to more than one entity on a project, interfere with our professional judgment and/or objectivity.Conflicts are inevitable in especially if those entities have or later a large company.If something does not feel right,chances are it is not and you should develop different objectives. It is not ask for guidance.When dealing with conflicts,disclosure is critical.Timely disclosure unethical to have a conflict of interest. to all affected parties resolves most conflicts of interest and can avert an embarrassing How conflicts of interest are resolved situation.If a conflict cannot be addressed through disclosure,it is addressed through is the measure of our ethics. Clear and re-assignment of personnel,a change in how we deliver our work,or other viable prompt communication is required to solution.Always disclose both actual and apparent conflicts of interest to your address or resolve a conflict of interest." supervisor. Christopher Srock,P.E. Senior Manager,National Accounts Personal Conflicts of Interest:A personal conflict of interest exists whenever individuals may be influenced by their own personal interests or relationships when making decisions on behalf of Terracon.Depending on the facts and circumstances,the following are examples of situations that may involve conflicts of interest: • Owning,directly or indirectly,a significant financial interest in any entity that does business,seeks to do business,or competes withTerracon.To assist in determining conflicts;the size and nature of the investment,the nature of the relationship between the other entity andTerracon,the employee's access to confidential information,and the employee's ability to influenceTerracon decisions will be considered.If you are considering a financial interest of that kind,contact your division manager in advance. • Soliciting any vendor or potential vendor for contributions to any charity.Such solicitations should be nominal,with a maximum contribution of$2,000. • Exercising supervisory or other authority on behalf of Terracon over a co-worker who is also a family member.The employee's supervisor will consult with appropriate management and the Human Resources Department to assess the advisability of re-assignment. • Loans to,or guarantees of obligations of,employees or their family members by Terracon could constitute an improper personal benefit to the recipients of these loans or guarantees,depending on the facts and circumstances.These loans require prior approval of appropriate management.Call the Helpline for guidance on the proper level of approval for your request. Organizational Conflicts of Interest:An organizational conflict of interest may arise when Terracon's work for one client conflicts with our relationship with another client. That conflict has the potential to impact our ability to deliver impartial,technically sound,objective assistance and advice.It may result in an unfair competitive advantage.Many of our clients have policies about organizational conflicts of interest which may be more restrictive than our policies.Many government clients have very HiI.r'r.iNF: (91 3) 599 57ol I erhics«terracon.com Terracon Principles of Business Conduct and Ethics I 2017 25 IV Respect for Terracon (Continued) specific policies on conflicts of interest.Even an inadvertent violation may result in sanctions and damage to Terracon's reputation.We should be aware of our clients' policies on conflicts and use them as our guide in determining the best course of action in resolving conflicts.In the event a conflict of interest is waived by a client,please use Terracon's Conflict of Interest Waiver form to document the client waiver. WHAT IF Q: Terracon performed geotechnical services for a client who was considering purchasing a property.That client decided not to purchase.A couple of months later a new client is considering purchasing the same property and would like to hireTerracon for similar geotechnical services.Can we perform these services for the new client? A: Yes,we can perform the new services. However,we must first determine whether we can utilize the data and information from the prior investigation.Some projects carry sensitive client information or confidentiality provisions so that a disclosure of the prior services would cause problems with our prior client or possibly violate our prior contractual agreement. Before disclosing any information relating to the prior project,we should consult with the original project manager,our APR,and possibly the r- rr ,cm l i!i partm int to consider all of the potential issues or areas for concern and determine the best course of action. It may be necessary to approach the new project as if we had not performed the prior work,even performing new borings or sampling,if necessary,rather than risk the disclosure of confidential or sensitive information. Apparent vs.Actual Conflicts of Interest:An apparent conflict of interest can be just as much of a problem as an actual conflict of interest.While we may be perfectly capable of making an unbiased decision,if an appearance of a conflict of interest exists to those outside of Terracon,it may appear we are not being objective.Such appearance of impropriety can undermine the integrity of the process,just as if a conflict actually existed.An apparent conflict of interest should be taken seriously and resolved as if it were an actual conflict of interest. WHAT IF Q: You are an engineer in one of theTerracon offices.You are preparing a proposal for a client.One of your best friends works for that client.Can Terracon pursue opportunities with that client or should they be off limits because of your relationship? A: Terracon can pursue the opportunity,but the relationship with your best friend needs to be carefully considered to determine what role,if any,will be appropriate for you to play.The answer will vary depending on the extent of your relationship,role of your friend,and size of the project. Look at How Do I Get Help?to assist you in determining the right answer for the specific pursuit. Doing Business with Employees and Family:When a personal or family relationship exists between employees working together,it may create tension in the workplace and may appear as though some employees are receiving preferential treatment.No HELPLINE: (913) S99 570I I ethics@terracon.com 'Ierracon Principles of Business Conduct and Ethics 12017 26 • IV. Respect for Terracon (Continued) "Our job is to create a culture of family member should be in a position where he or she has decision-making authority fairness in all our business dealings. over another family member.As a general rule,Terracon does not do business with Doing business with family, no matter employees or members of their immediate family.A conflict of interest exists if you or how well intentioned, can create a your family member has a personal stake in a company that is a subcontractor to,or a perception of unfairness that must client of Terracon.If you are aware of a conflict or potential conflict,you should discuss be avoided." as appropriate using the methods identified in How Do I Get Hely? Jeff Roberts,P.E. Division Manager Any business opportunity involving you or your family members must be approved in advance by your Division Manager. Corporate Opportunities:You may learn about business opportunities through your work at Terracon.Benefitting personally from such opportunities,or using Terracon's information or name to benefit in other ways,creates an unacceptable conflict of interest.You must not engage in any activity that compromises,or appears to compromise,your commitment to act in Terracon's best interest.If you become aware of an opportunity that may benefit Terracon,let the Company know about it.Only if Terracon has no objection may you disclose such business opportunities to others or take advantage of them yourself. "We want employees to Outside Employment/Moonlighting:Accepting employment outside of Terracon,while participate in outside activities not prohibited,may at times create a conflict of interest.Further,Terracon's workload that interest them.When it is unpredictable.Upon occasion,our employees are asked to work unusual and/or comes to moonlighting, our long hours,sometimes with short notice.Outside employment must not restrict this schedules often make it difficult flexibility.Employees should not accept a job outside of Terracon or run a business for both situations to be workable. if it will interfere with their work at Terracon.The following are examples,but not an Employees need to run it by the exhaustive list,of restrictions on outside employment: supervisors to make sure it isn't • Work for others cannot be performed during normal work hours,or be performed for a conflict of interest and that it Terracon's clients,or fall within a range of services normally provided byTerracon. won't interfere with normal work duties." • Terracon's equipment will not be used when working for others. Laura Campa,P.E. • Work done for gratis,such as for a friend,neighbor or civic organization,is Office Manager acceptable so long as it does not in any way reflect actual or perceived liability by Terracon,fall within a range of services normally provided byTerracon,or involve the use ofTerracon's equipment. In addition,salaried employees must receive written permission from their operating group manager before performing outside services for others. Any questions about outside employment should be discussed with an employee's supervisor or office manager.For additional guidance,contact the Helpline. Serving on a Board of Directors:Service on the board of a client,or subcontractor,or other service provider is generally discouraged.Any such service must be approved in advance by your operating group manager.Activity that enhances or supports the HELPLINE: (913) S99 5701 I ethics@terracon.com Terracon Principles of Business Conduct and Ethics 12017 27 IV. Respect for Terracon (Continued) position of a competitor to the detriment of Terracon is specifically prohibited.Service on not-for-profit boards is allowed,subject to the review and approval of your office manager. Generally,approval will not be granted if the organization has a potential or actual client relationship with Terracon. Concerns about Conflicts of interest If an employee has any questions about a potential conflict of interest,or if they become aware of an actual or potential conflict,they should discuss the matter with their supervisor or refer to the resources listed in How Do I Get Hell)?Factors that may be considered in evaluating a potential conflict of interest are, among others: • Whether it may interfere with the employee's job performance,responsibilities or morale; • Whether the employee has access to confidential information; • Whether it may interfere with the job performance,responsibilities or morale of others within the organization; • Any potential adverse or beneficial impact onTerracon's business; • Any potential adverse or beneficial impact onTerracon's relationships with customers, "Simply put, gifts we give or suppliers or other service providers; receive should be occasional and • Whether it would enhance or support a competitor's position; modest" David Gaboury,P.E. • The extent to which it would result in financial or other benefit(direct or indirect)to the President and CEO employee; • The extent to which it would result in financial or other benefit(direct or indirect)to a customer,subcontractor,or other service provider;and "Giving gifts to clients may seem like a good idea, but many private • The extent to which it would appear improper to an outside observer. clients, as well as federal, state and Gifts and Entertainment local government agencies have Business gifts and entertainment are courtesies designed to build working relationships strict policies regarding giving or with our clients,subcontractors,and vendors.When offering or providing gifts, receiving gifts.These policies can entertainment,meals,or anything else of value,we should be guided by good judgment, include meals, social events and discretion,moderation,and transparency.Business entertainment and gifts are meant other favors, and the limitations to create goodwill and sound working relationships and not to gain improper advantage are not limited to just the holiday with customers or facilitate approvals from government officials.Accordingly,employees season, but apply all year. Please use should neither give nor accept any gifts which are,or could reasonably be perceived as wise judgment, and make sure that inappropriate.Many city,state,and federal regulations place specific prohibitions and any gift you offer is not in violation of limitations on gifts and entertainment.It is important to know the gifting/entertainment a policy that would put the client in rules and policies of your clients before considering any type of gift or entertainment jeopardy with their employer." expense.Accepting or offering gifts or entertainment should be done under the following Kevin Langwell guidance: Senior Vice President- Client Development • Gift/entertainment should be nominal in value; HELPLINE: (9 1 3) 599 570 1 ( ethics@terracon.com Terracon Principles of Business Conduct and Ethics 12017 28 IV Respect for Terracon (Continued) • Not prohibited by law,regulation,or contract; • Infrequent,in good taste,and unsolicited;and • Not cash or a cash equivalent(e.g.gift cards). Contact the Helpline for guidance if you are unsure as to whether you are prohibited or limited by your position to contribute to political candidates,both individually or on behalf of the Company. WHAT IF Q: One of our subcontractors is sponsoring a product demonstration.They have invited the Office Manager and a Project Manager to spend the weekend at a local resort at the subcontractor's expense to see some of the new offerings the company is releasing. They have assured us there is no obligation to purchase the new products.Is it acceptable for theTerracon managers to attend? A: These types of invitations should be carefully scrutinized because they might make clients and competitors suspicious of our intention and objectivity.Such demonstrations may be necessary and proper if they are the only practical way to obtain the necessary information about the product or service.Make sure to run any such sponsored activity by your immediate supervisor and/or Office Manager to make sure the sponsored demonstration is necessary and appropriate for our needs.If it is important for us to attend,another option to consider is forTerracon to pay for the transportation and/or lodging costs to attend the demonstration. Political Activities and Contributions Terracon encourages employees to participate in the political process and to support candidates and causes of their choice.Terracon's political engagement is regulated by strict laws in most jurisdictions where we do business.These laws dictate what we can and cannot do as a company.They also often regulate what our officers,directors,and employees can and cannot do.This is especially true for companies such as ours that provide services to federal,state,and local governments. Contact the Helpline for guidance if you are unsure as to whether you are prohibited or limited by your position to contribute to political candidates,both individually,or on behalf of the Company. Terracon has also created the Terracon Political Action Committee(PAC)to contribute to individual candidates and causes important to Terracon's business.All contributions to the PAC are made by Principals,are voluntary,and are never reimbursed by Terracon. Decisions by Principals on whether to participate in the PAC have no bearing on their compensation or promotional opportunities.For additional information about Terracon's approach to political activities,please see to Terracon's Political Activities and Contributions Policy. HELPLINE: (913) 599 57ot I ethics@terracon.com Terracon Principles of Business Conduct and Ethics I 2017 29 IV. Respect for Terracon (Continued) Protection of Terracon Assets and Resources It is important that we work together to safeguard Terracon's property.It is up to each of us to protect our tangible and intangible assets.We use Company assets and resources responsibly and protect them from theft,damage,and misuse.Terracon's property is expected to be used only for legitimate business purposes. WHAT IF Q: You are placing an order for some books on the Internet forTerracon using your Company credit card.There is a book that you would like for personal use and it only costs$10 because of the size of your order with all theTerracon books.Can you order it on the Company credit card? A: Only with advance knowledge and permission of your supervisor and full reimbursement toTerracon of the expense after it is incurred. Physical Assets and Technologies:Terracon's facilities,equipment,vehicles,computers, electronic devices,and other physical assets are to be used for legitimate business "Confidentiality on projects is an purposes.While we may engage in limited personal use of Terracon's IT systems, entrustment of our client's sensitive we may never use them to communicate discriminatory,harassing,or threatening project information to us.We messages.Employees should have no expectation of privacy or confidentiality for must respect that trust in order to any information that resides on Terracon computers,equipment,or communication maintain our client relationships. systems. We must always be mindful of who we are talking to and sharing project Confidential Information and Non-Disclosure Obligations:Terracon's confidential information.You never know who information is one of our most valuable assets.Confidential information is not publicly will show up on a project site asking available and can take many forms including business strategies,acquisition plans, questions or who you are sitting next project pursuit and teaming plans,and labor and pricing approaches.You may only use to on an airplane.Always remember, our confidential information for its intended purpose and never for your own personal "Loose lips sink ships." gain,even after you leave Terracon's employ.During or after your employment with Mike Covert Terracon,you may not reveal Terracon's confidential information to others,including National Director of your new employer.All confidential information of Terracon belongs to Terracon and Environmental Services must be maintained as confidential.Except as necessary to conduct our business or as required by law,posting or discussion of any Terracon confidential information WHAT IF Q: An employee is leaving Terracon to go to work for a competitor.This employee has access to theTerracon fee schedule and you see him/her packing it up with his/her other files.Should you say something to the employee or the employee's manager about that being information that cannot leave the Company? A: Yes.The fee schedule contains some of the most confidential information the Company maintains.Competitors could use the information to undercut our pricing on project pursuits. HELPLINE: (91 j) S99 5701 I ethics@terracon.com Terracon Principles of Business Conduct and Ethics I 2017 30 IV. Respect for Terracon (Continued) concerning our business,employees,information,or prospects is prohibited.If an employee leaves Terracon,all records containing any Terracon confidential information in an employee's possession must be immediately returned to Terracon. Intellectual Property Rights:Our intellectual property rights are important assets.We bring valuable technologies,processes,and know-how to the work we do for our clients.Unless Terracon agrees otherwise,intellectual property developed by you while working for Terracon is the property of the Company. Software:To perform our work Terracon licenses commercial software developed by others. Only licensed software will be used.These licenses are subject to terms we must honor.When using licensed software in your work,be aware of the license limitations of our software.We do not copy software licensed to Terracon for home or other use,nor do we take copies with us when we leave Terracon.We also do not use Company equipment to violate copyright laws by illegally downloading or sharing intellectual property that belongs to others. WHAT IF Q: An employee is frustrated with a co-worker because he/she always takes PTO on specific religious holidays.The employee posts a comment on Facebook that could be considered discriminatory.CanTerracon require you to remove this post and take disciplinary action? A: Yes.Terracon's Social Media policy prohibits harassing or discriminating communication aboutTerracon employees. Social Networking Terracon uses social media platforms for branding,business development,public relations strategies,and for employee communications.If you engage in a dialogue on these platforms about Terracon,we look for you to support Terracon business objectives.Whether you use social media from your personal computer or company-owned equipment,during the workday or on your own time,you may not engage in discriminatory or harassing activities or communicate confidential company information.Terracon does not restrict employees' communications relating to working conditions or unionization.For additional information, please see Terracon's Social Networking Policy. Media and Other Inquiries We are often contacted for comments about our Company,services,clients,or events that affect them.To provide complete and accurate information only designated individuals may speak on behalf of Terracon.If you are asked for information by any outside party such as a journalist or attorney,do not respond to these inquiries.Direct media inquiries to our Director of Communications in the Corporate Marketing Department and legal inquiries to Terracon's Legal Department. HELPLINE: (913) 599 S70I ethics@terracon.com "lerracon Principles of Business Conduct and Ethics 12017 31 IV. Respect for Terracon (Continued) Do not provide"off-the-record"comments.You should not respond to electronic(email, blogs)inquiries or post comments in public forums,including social media forums,which could be attributed to Terracon.When speaking about our business at industry events,or on expert panels,be aware that what you say will be attributed to Terracon and may be quoted by media without your knowledge of consent.As a private citizen,your opinions are your own.As a Terracon representative,you speak on behalf of our Company and must be very careful to only impact our business or our clients positively. WHAT IF Q: Your office has been selected on a controversial highway project in a local county.The localTV station crew is waiting at the office the morning after the decision is announced.They are asking you for a comment.Should you agree to an interview at that time to explain the reasons whyTerracon won for the job? A: Not yet.After consulting with your office and division manager,you should contact either the Director of Communications(in the Corporate Marketing Department)or the Helpline for guidance on how the request should be handled.Someone will assist you with the proper approach to responding to the media and whether and how you or others should respond to their questions. HELPLINE: (913) 599 5701 ( ethics@terracon.com Terracon Principles of Business Conduct and Ethics 12017 32 V Respect for Clients, Subcontractors, Vendors, and the Community "We cannot use bribery, gifts or favors Corrupt Business Practices to encourage a client to choose us. At Terracon,our employees do not offer bribes to secure business.We do not influence That is improper influence and it is not our client's selection decisions through improper means.We perform federal,state, the way Terracon does business." and local government work so it is particularly important that we comply with anti- Don Vrana corruption and procurement integrity laws in effect everywhere we do business. Executive Vice President, Terracon has zero tolerance for those who violate these laws.We expect our partners, Chief Financial Officer agents,and subcontractors to embrace our zero-tolerance policy.Terracon takes these violations very seriously and will discipline violators,up to and including termination.If we work outside of the United States,we must comply with the U.S.Foreign Corruption Practices Act and all local anti-corruption and procurement integrity laws. If you have any questions or concerns about the appropriateness of a business practice,please contact the Helpline. Relationship with Subcontractors,Vendors,and Suppliers Subcontractors and vendors are a very important part of our business.We reasonably expect them to give us quality service,deliver quality products and materials, and provide us with the best value.We do not abuse our relationship with our subcontractors and vendors by seeking to gain an undue advantage. We never ask for personal gifts,entertainment,favors,or anything else of perrsonal value from our subcontractors and vendors.We are careful to comply with Terracon's gifts and entertainment policy when such courtesies are offered to us.To do otherwise could create an appearance of a procurement process that lacks transparency and is not consistent with our core values. In selecting subcontractors and vendors,Terracon encourages and supports small, disadvantaged,women-owned,and minority-owned businesses.The business practices of our subcontractors and vendors impact our reputation and our business. "A privilege that we enjoy at Therefore we seek assurances that our subcontractors and vendors comply with all Terracon is healthy relationships with laws and have policies to require such compliance. subcontractors.That privilege comes with a responsibility to demonstrate Confidential Information of Clients,Vendors,and Partners to each subcontractor that we are We protect confidential information that belongs to our clients,vendors, committed to doing the right thing." subcontractors,and joint-venture partners.If through your work at Terracon Vic Donald,P.E. you become aware of the confidential work of others,you may not disclose it to Senior Vice President and Director, unauthorized persons or use it for unintended purposes.This confidentiality obligation National Geotechnical Services continues even after your employment with Terracon ends.You may never use confidential information for your own personal gain. HELPLINE: (91 3) 599 5701 ethics@terracon.com Terracon Principles of Business Conduct and Ethics I 2017 33 V. Respect for Clients, Subcontractors, Vendors, and the Community (Continued) WHAT IF Q: Terracon has been awarded a contract that will require the hiring of some sub-contractors.The work on the project is subject to a confidentiality agreement,but you will need to supply the subcontractor with the project dates,budget,and specifications so the sub-contractor can prepare a proposal. Does this violate our confidentiality agreement? A: No. Not as long as you share just the information that the sub-contractor needs to know and ensure that the subcontractor honors all of the confidentiality provisions of your client. Competitive Information We do not need our competitor's confidential information in order to be successful. We must never ask co-workers to reveal information about former employers,clients, or business partners if this disclosure violates obligations of confidentiality.If you possess proprietary competitive information from your prior employer that is relevant to your work at Terracon,do not disclose this information.If you have any concerns that knowledge you have may influence the work you are doing with Terracon,discuss the situation with your direct supervisor to address this issue.If the information may undermine or create the appearance of undermining the integrity of our client's procurement,we will reassign you to another project. "One of the only ways we and our Accurate Record Keeping clients can really tell how good of a job Accuracy of our business records and data is essential.We must record our time we are doing is if we keep accurate charges,expense reports,project and cost information,mandatory training,and records" health and safety incidents accurately and timely.Clients rely on our reputation when Don Vrana selecting us.Issues associated with inaccurate records or record falsification are Executive Vice President, extremely damaging to the reputations of companies such as ours.Accuracy issues Chief Financial Officer in one location can impact our reputation across the Company even in offices that had nothing to do with the issue in question.Omission,falsification,or fabrication of our business records contradicts our core values and may result in penalties for the individual and Terracon. WHAT IF Q: One of your clients is unhappy with the way one phase of the project is progressing.You go to meet with them at their office to better understand their issues.You spend three hours and you charge that to the project on your time sheet.However when it comes time to bill the client,you write off those hours and don't bill the client for them.Is this acceptable? A: Yes.Although it is rare,it is within our discretion to decide not to bill our clients for time charged to their projects when reasonably appropriate.Any such decision should be made with proper supervisory approval and all time should be booked. HELPLINE: (9t 3) 599 5701 I ethics@terracon.com Terracon Principles of Business Conduct and Ethics 2017 34 V Respect for Clients, Subcontractors, Vendors, and the Community (Continued) Government Inquiries If a representative of a government agency asks that you take part in an investigation of Terracon or certain employees,seek immediate assistance from the Terracon Legal Department or the Helpline.We must be forthright.At no time may we conceal,alter, or destroy any requested records or information in anticipation of such an inquiry.We must never attempt to influence the results of such an investigation or audit. Antitrust and Competition Laws Terracon competes ethically and on its merits.We deal honestly and fairly with our clients,competitors,contractors,and subcontractors.We always follow procurement practices established by our clients.Antitrust and competition laws generally prohibit agreements between competitors such as bid rigging(agreements to select bidders in advance of the selection process);price fixing(agreements with competitors on prices/rates to be charged customers);and market,customer,or territory allocations (agreements with competitors on what markets each will compete).Casual and informal information exchanges are also illegal,if the intent is to corrupt the procurement process. If you find yourself in discussions with representatives of a competitor that appear to be about how you can work to set prices,divide markets,or manipulate business opportunities,stop and seek immediate guidance from the Helpline.Teaming with competitors in pursuit of project opportunities or markets generally is not a violation of antitrust and competition laws. WHAT IF Q: Terracon has teamed in the past with a local competitor and won several contracts. Now we are competing with them for a contract.The project managers from both companies agree as part of their submissions to set the price above what they have charged before and not deviate from that price in negotiations.Is this acceptable? A: No.This is no longer teaming,but price fixing as you and your competitors have agreed to the price that will be charged to your clients.This would be considered illegal and subject you both to criminal liability. HELPLINE: (91 j) S99 570! I ethics@terracon.com Terracon Principles of Business Conduct and Ethics 12017 35 How Do I Get Help? Questions or issues regarding appropriate business conduct and ethics can be tricky. Knowing the right answer can be difficult.The following resources are available to help employees get the answers they need. • Your supervisor,if not directly involved in the issue. • An experienced technical professional,if not directly involved in the issue. • Your office,division,or operating group manager,if not directly involved in the issue. • The Business Conduct and Ethics Helpline("Helpline")at 913-599-5701 or at ethics@terracon.com. • Any member ofTerracon's Human Resources(HR)or Legal Department. The Business Conduct and Ethics Helpline("Helpline")is our confidential hotline for seeking guidance, asking questions,raising concerns,or reporting potential violations of our Principles of Business Conduct and Ethics,Terracon policies or laws. We also have a duty to Terracon and our fellow employees-shareholders to report known or suspicious violations of our Principles of Business Conduct and Ethics,Terracon policies,or law. If you are aware of misconduct,or even suspect it,you should also contact any of the above resources as appropriate. 2 Experience & Qualifications 2 Experience and Qualifications _ 2.1 QUALIFICATIONS OF PROPOSING FIRM Firm History Terracon Consultants, Inc. is a 100 percent employee- owned consulting engineering firm providing quality services to clients. Since its inception in 1965, Terracon has evolved into a successful multidiscipline firm specializing in geotechnical, environmental, materials, and facilities consulting. The corporation, incorporated under the laws of Delaware, is authorized to conduct business in the State of Florida and is licensed by the State of Florida Department of Business and Professional Regulation. AVG. NO. With corporate headquarters in Olathe, Kansas, Terracon began as Soil OF EMPLOYEES • Testing Services of Iowa, Inc. in April 1965. In 1980, the company was • All renamed Terracon Consultants, Inc. and moved to the Kansas City AM 4,534 • 4,332 - - metropolitan area. Over its history, Terracon has achieved significant AM • n expansion through both internal growth and acquisitions including ;2.86. 2,4, II 2017 Nodarse & Associates and Dunkelberger Engineering & Testing. With 2014 more than 4,500 employees in over 140 offices nationwide, Terracon has 2000 2011 a 11-office network in the State of Florida. With the strength of our firm and our existing operations, Terracon has a tremendous presence and broad scope of knowledge throughout the state and nation. With more than 250 geotechnical engineers nationally to 0 Jacksonville and one of the largest drill rig fleets in the country and Pensacola Tallahassee State of Florida, Terracon has established its Winter Park reputation as a premiere geotechnical firm in the nation. Locally, we have a Miami Lakes office, Merritt Island accredited laboratory, and fulltime drilling crew that Tampa °Port St.Lucie Sarasota m will service this contract. In addition to the local staff, 0 West Palm Beach the resources of our South Florida offices and 8 Ft.Lauderdale laboratories (Fort Lauderdale, Port St. Lucie, and Miami* West Palm Beach) can be made readily available for Office responsible for this contract: this contract. 16200 NW 59th Ave., Suite 106, Miami Lakes, FL 33014 1lerracon City of Miami Beach RFQ 2018-097-KB I Citywide Geotechnical&Laboratory Testing Services on an As-Needed Basis 37 2 Experience and Qualifications The firm's continued success is further evidenced by a current ranking of 24 ENR Bankings 2018 in Engineering News-Record's (ENR's) 2018 listing of the Top 500 Design OQ�OQPURE NFr Firms and number 9 in ENR's Top 100 Pure Designers List.Terracon's growthfr` ,„ is due to dedicated employees who are responsive to clients and provide timely, quality services, and take advantage of opportunities in the marketplace. so FfIGN FIRMS Terracon provides services on thousands of projects each year. Our culture, systems, and structure enable us to excel at both small and large projects. By combining our national resources with specific local area expertise, we can overcome obstacles and meet or exceed our clients' expectations. Terracon has a diverse portfolio of private and public clients. We strive to exceed our clients' expectations for service, solutions, quality, and speed of delivery by being responsive, resourceful, and reliable. Based on a deep understanding of our clients' needs, Terracon's commitment is centered on these key objectives. Overview of Services for this Contract Geotechnical Engineering !! Design and construction of functional, cost-effective 4111 structures require a thorough understanding of local ! soil, rock, and groundwater conditions. Terracon '► provides a wide range of services to support all _ r-- phases of a project, from preliminary design through construction oversight. -�> •, Each local Terracon office, with access to the extensive geotechnical experience and expertise of engineers, geologists, and soils technicians throughout our company, can help to assess the risks associated with subsurface conditions. We participate as a vital member of the project team, focusing on project objectives and using innovative technologies to provide practical design recommendations. Our culture, systems, and structure enable us to excel at both small and large projects. Our geotechnical services include: • Subsurface exploration and testing • Dynamic analysis and evaluation • Foundation analysis and design • Soil stabilization and ground • In-situ testing and performance monitoring improvement • Earth structures, slopes, and retention Groundwater control systems • Pavement design and subgrade evaluation 1lerracon City of Miami Beach RFQ 2018-097-KB I Citywide Geotechnical&Laboratory Testing Services on an As-Needed Basis 38 2 Experience and Qualifications With 9 licensed geotechnical engineers and two drilling crews in South Florida, Terracon is well positioned to deliver quality, responsive, and cost-effective geotechnical engineering services, regardless of project size. Materials Engineering The selection of proper, high-quality construction materials for a facility design will determine its performance, integrity, and safety over time. Terracon can help you achieve these goals and maximize your return on investment through proactive problem-solving, unmatched reporting speed, and a deep commitment to safety. We work with our clients to 0 minimize material replacements, reduce the likelihood of deterioration, avoid potential failures, and investigate construction materials-related problems when they do occur. s ' 1 • J .o Our materials professionals add value to your project at any stage. By joining your team early in the design process, we can identify, evaluate • and recommend the right materials selection and mix designs, - 'F `° customizing them for the project, which can speed construction and reduce costs. iAdot Following design, we provide timely, expert engineering, evaluation, and testing throughout the construction process. Our nationwide network of offices leverages our national expertise and resources through technology-enabled collaboration, allowing Terracon to respond quickly to changing construction needs and schedules. We deliver innovative solutions and alternatives that target long- term performance objectives while considering cost consequences. When problems are detected, whether during or following a ' t construction, we stand ready to provide input, consulting, and I best solutions to restore your structure to high performance and safety. Our assessment, analysis, and inspections services are ka complemented by Terracon's national facilities practice, extending our in-house quality resources with expertise in building envelope commissioning and facilities quality assurance/quality control (QA/QC). Our services are backed up by our formal quality management system that encompasses professional training, procedures, and accreditations for our more than 130 laboratories, creating a consistent, nationwide quality culture within Terracon. We build upon external accreditations with rigorous internal auditing and quality checks, so you receive consistent, repeatable results and data every time. 1lerracon City of Miami Beach RFQ 2018-097-KB I Citywide Geotechnical&Laboratory Testing Services on an As-Needed Basis 39 2 Experience and Qualifications Our materials engineering services include: • Materials engineering and consulting • Evaluation of in-place materials using • Materials evaluation and selection destructive and nondestructive techniques • Materials mix design and verification • Corrective action and repair solutions • Investigation of materials problems and • Field and laboratory materials assessment, failures observation, testing, and inspections Relevant Experience and Proven Track Record Providing Similar Scope of Services to Public Sector Agencies One of Terracon's core businesses is to service local governments through continuing services contracts. We have serviced the public sector for over two decades in the South Florida area. Statewide we hold over 125 continuing service contracts (environmental, facilities, geotechnical, construction testing and inspection)with approximately 90 governmental agencies including state, county, and local governments. Terracon has an outstanding history of contract extensions and re-selection under these contracts. Our re-selection on these contracts is indicative of our commitment and performance providing timely and cost-effective engineering services to our clients. Local clients include, but are not limited to,the following: • Broward County • Florida Department of Management Services • Broward County Sheriff's Office • Florida Department of Transportation • City of Dania Beach • Indian River County • City of Fort Lauderdale • Martin County • City of Fort Pierce • Martin County School District • City of Hallandale Beach • Miami Dade College • City of Homestead • Miami-Dade County • City of Lake Worth • Nova Southeastern University • City of Lauderdale Lakes • Palm Beach County • City of Lauderhill • School Board of Broward County • City of North Lauderdale • School District of Collier County • City of North Miami • School District of Palm Beach County • City of Opa-Locka • South Florida Water Management District • City of Palm Beach Gardens • St. Lucie Public Schools • City of Pompano Beach CRA • Town of Jupiter • City of Port St. Lucie • Town of Miami Lakes • City of West Palm Beach • Village of Royal Palm Beach 1lerracon City of Miami Beach RFQ 2018-097-KB I Citywide Geotechnical&Laboratory Testing Services on an As-Needed Basis 40 2 Experience and Qualifications The Terracon Team has over two decades of experience in the City of Miami Beach and nearby locales. We are experienced in both public and private sector work and the typical specifications and construction methods for these project types in this geographic area. Our project experience is extensive and varied, including roads, bridges, buildings, parks, and utilities. Local projects the firm is currently performing or has previously performed services for include: Project Client Services Provided South Pointe Park Rosenberg Garder Design ✓ Geotechnical Engineering Stormwater Pump Stations WSP USA Inc. ✓ Geotechnical Engineering Multiple Branch Bank ✓ Environmental Facilities Confidential ✓ Special Inspections Commercial Building Confidential Client ✓ Environmental Swimming Pool Sunset Harbor Yacht Club ✓ Geotechnical Engineering Jewelry Store Pandora ✓ Special Inspections Office Building Elevator Confidential Client ✓ Environmental Washington Avenue JD Backhoe, Inc. ✓ Materials Testing/Inspections Apartments Confidential Client ✓ Environmental Beach Renourishment Project, 55th Street Chateau Ocean, LLC ✓ Materials Testing/Inspections Proposed 5-story Residential Building with Parking E Sciences, Inc. ✓ Geotechnical Engineering Apartment Building Confidential Client ✓ Environmental Gas Station/Convenience Store Confidential Client ✓ Environmental ✓ Environmental Sagamore Hotel AERIUM Finance LTD ✓ Property Condition Assessment (PCA) Office Building/Office Park Confidential Client ✓ Environmental ✓ Materials Testing/Inspections Zara Studio Improvements Inditex Zara ✓ Special Inspections Zara Studio Improvements SET Creative ✓ Geotechnical Engineering ✓ Environmental Lincoln Place Parkway Properties, Inc. ✓ PCA Renaissance Hotel MacNair Architecture ✓ Geotechnical Engineering 1lerracon City of Miami Beach RFQ 2018-097-KB I Citywide Geotechnical&Laboratory Testing Services on an As-Needed Basis 41 2 Experience and Qualifications Project Client Services Provided ✓ Environmental DACRA Development ✓ Geotechnical Engineering Aqua Development Corporation ✓ Materials Testing/Inspections ✓ Special Inspections Multifamily Apartments Confidential Client ✓ Environmental Collins Avenue and 94'h Street Chateau Group ✓ Materials Testing/Inspections 1700 Collins Avenue All Jobs Concrete, Inc. ✓ Materials Testing/Inspections Retail Store Confidential Client ✓ Environmental ✓ PCA Hotel Confidential Client ✓ MEP/Energy Consulting Hotel Confidential Client ✓ Environmental Office Building Spray Works Company ✓ Special Inspections The Savoy Hotel Archon Group, L.P. ✓ PCA Apartments Confidential Client ✓ Construction Engineering Inspections Suffolk Construction Forte Towers ✓ Materials Testing/Inspections Company 5 Island Avenue Pavement DeRose Design Areas Consultants, Inc. ✓ Geotechnical Engineering Miami Beach Greenway IBI Group ✓ Geotechnical Engineering LaGorce Country Club Lined Kimley-Horn &Associates, ✓ Geotechnical Engineering IQ Pond Project Inc. Texas de Brazil Building Entrance Refurbishment Metaform ✓ Geotechnical Engineering Shopping Center Renovation Confidential Client ✓ Geotechnical Engineering Murano at Portofino Murano at Portofino ✓ Materials Testing/Inspections 81 Washington Avenue New 81 Washington Avenue ✓ Geotechnical Engineering Elevator Associates, LTD Resurfacing Project FDOT ✓ Materials Testing/Inspections Retail Store Confidential Client ✓ Special Inspections 11erracon City of Miami Beach RFQ 2018-097-KB I Citywide Geotechnical&Laboratory Testing Services on an As-Needed Basis 42 2 Experience and Qualifications Evidence of Similar Experience INTERAMERICAN CAMPUS BUILDING - MIAMI, FL __ . Terracon is currently under contract to AGENCY: perform geotechnical, environmental, Miami Dade College I 1 .4 """"' " ' " and materials testing services on "as- AGENCY CONTACT: ,r g - needed basis" for Miami Dade Eneida Perez-Mendez _ •-- College campus wide. The firm has Senior Project Manager - a - , ilk. been providing these services to the Facilities Management - College since 2007. The publicly (305)237-0576 -4..*:.. , supported College serves the eperezme@mdc.edu "a% ►t, populous metropolitan Miami-Dade TERM OF ENGAGEMENT: County through eight campuses and 06/2015 to 12/2015 a number of off-campus centers including the North Campus, Kendall 08/2015 to Present Campus, Wolfson Campus, Medical Center Campus, Interamerican Campus, Homestead Campus, Hialeah Campus, and the West Campus. The Entrepreneurial Education Center is an extension of the North Campus. The firm has also provided services for Miami Dade College as a subconsultant to other firms. Terracon was the geotechnical engineer of record for the elevator shaft construction at the Interamerican Campus Building 6 (pictured above) in 2015. The new elevators were planned to be constructed after demolition of the existing structure. The elevator foundation would be installed about 8 feet below the existing grade. The proposed foundation was designed using an allowable bearing pressure of 5000 psf;furthermore,the existing structure was supported on a shallow foundation system bearing at the same elevation of the proposed elevator foundation and was also designed using an allowable bearing pressure of 5000 psf. Geotechnical exploration services were conducted to provide information and geotechnical engineering recommendations relative to subsurface soil conditions, foundation design and construction, earthwork, and groundwater conditions. Terracon also performed construction materials testing, laboratory testing, and special inspection services for the site work and building improvements, including elevator shaft construction, at Building 6 from 2016 to 2017. The scope of work included earthwork observation and testing, concrete testing and observation, concrete cylinder and beam testing, field density testing, Windsor probe testing, grout compressive strength testing, concrete compressive strength testing, and fireproofing testing. 1lerracon City of Miami Beach RFQ 2018-097-KB I Citywide Geotechnical&Laboratory Testing Services on an As-Needed Basis 43 2 Experience and Qualifications 1-95 EXPRESS LANES, PHASE 3B-1 DESIGN/BUILD, FDOT DISTRICT 4 — BROWARD AND PALM BEACH COUNTIES, FL • . s., The project extends from South of SW 10th AGENCY: ''' Street to South of Glades Road in Broward FDOT ' - and Palm Beach Counties. It includes AGENCY CONTACT: - , . converting the existing High Occupancy Yamila Hernandez, PE Vehicle (HOV) lanes to High Occupancy Supervising Engineer-Assist. 1 , i, - Toll (HOT) and widening that will result in VP two tolled Express Lanes in each direction. WSP USA(Prime Consultant) ' The improvements, will result in the (305)514-3154 .1°•. .., ;. roadway widening, two bridge widenings Yamila.hernandez@wsp.com ' , and one bridge replacement, MSE wall and TERM OF ENGAGEMENT: ,,. V. sound barrier wall construction. In addition, 03/2018 to Present(Ongoing) •' there will be miscellaneous cantilever and • �'�..1 )`' 1 • overhead sign structures. R a�' ''iAt ' F` As a member of the design/build (D/B) •, ' team, Terracon is performing soil f - exploration, geotechnical classification t k +; 4 �`. laboratory testing, standard foundation _.: '' 'i studies. Terracon is also providing !1::1; t Contractor Quality Control (CQC) services t � '} for the Contractor. The scope of work °; ti :'.� includes soils testing for embankment and 55} (� walls, concrete testing for drilled shafts and i Ft� � � � 4 A bridge decks, augercast pile testing, and 0.1in ' , PDA testing. , "t ' ',I Construction of the project started in early ' 'ii 2018 and is slated for completion in the i s spring of 2022. Construction cost is `11 ' estimated at $102 million. tiii iii.‘,' 1lerracon City of Miami Beach RFQ 2018-097-KB I Citywide Geotechnical&Laboratory Testing Services on an As-Needed Basis 44 2 Experience and Qualifications DOLPHIN STATION PARK AND RIDE TRANSIT FACILITY— MIAMI-DADE COUNTY, FL Miami-Dade Expressway Authority (MDX) is designing and building the AGENCY: Dolphin Station Park and Ride Transit Terminal Facility in partnership with MDX Miami-Dade County Department of Transportation and Public Works AGENCY CONTACT: (DTPW) and the FDOT, District 6. The project site is located on Sergio Besu approximately 15 acres of publicly owned land north of NW 12th Street,just Senior Project Manager west of the Florida's Turnpike (HEFT) in Miami-Dade County. GEC Consulting, Inc. (Prime Consultant) The transit facility will support Miami-Dade County's State Road (SR) (305)301-1081 sbesu@eacconsult.com 836/Dolphin Expressway Express Bus Service and will provide a terminus or stop for several local bus routes serving the Dolphin Mall and the Cities TERM OF ENGAGEMENT: of Doral and Sweetwater. It will also serve a potential future east-west 01/2017 to Present(Ongoing) commuter rail service on the CSX line. The project is comprised of 12 bus Estimated End Date-2019 bays, 10 bus layover bays, parking spaces (849 long-term and 20 short- term), a transit hub with passenger waiting areas and space for retail, "Kiss- and-Ride" drop off areas, as well as landscaping, signage, fencing, and lighting. Miami-Dade County asked MDX to fast track the planning, design and construction of the Dolphin Station. Terracon provides quality assurance and oversight services for all projects included in the General Engineering Services (GEC) continuing services contract EAC Consulting, Inc. and its team holds with MDX. .4/ \\\ 11 f - r . ; `\ w - . 'a• 1— A\ ses • et w bell wj, 1lerracon City of Miami Beach RFQ 2018-097-KB I Citywide Geotechnical&Laboratory Testing Services on an As-Needed Basis 45 2 Experience and Qualifications NEW CRUISE TERMINAL B, PORTMIAMI - MIAMI, FL The planned project includes a new cruise terminal building and six-story AGENCY: parking garage with associated port infrastructure. The new terminal will be PortMiami located on Dodge Island along the northern end of the port, southeast of the AGENCY CONTACT: existing Cruise Terminal B building. At the time of our services in 2017 for Becky Hope, LEED AP PortMiami, the site primarily consisted of paved roadway, parking, and Environmental Manager loading areas. Terracon performed geotechnical exploration to evaluate the (305)347-4972 subsurface conditions at the project site and provided geotechnical Becky.Hope@miamidade.gov engineering data relative to the geotechnical site characterization TERM OF ENGAGEMENT: information including subsurface soil/rock conditions, groundwater 06/2017 to 10/2017 conditions, field testing, and laboratory testing. 02/2018 to 04/2018 In 2018, Terracon performed geotechnical exploration to evaluate the subsurface conditions at the project site and provided geotechnical engineering recommendations for: earthwork, floor slab design and construction, pavement design and construction, groundwater conditions, and foundation design and construction. Our work was completed as a subconsultant to Bermello Ajamil & Partners, Inc. ilii-..,:t 1 t% .-- 17'gf,:..i- ;' : .. in 1,.i , _ . N, *,411-..2",..:.... . ...• , , . -i .. ^.76.. ' N •_, • . . ., i.. 5 r:„, ar d""T - V4*: - -s.11 • • L yr) VV •/r " Project o, 2. Location }; h . 1 i• , 1lerracon City of Miami Beach RFQ 2018-097-KB I Citywide Geotechnical&Laboratory Testing Services on an As-Needed Basis 46 2 Experience and Qualifications KEYSTONE PARK— NORTH MIAMI, FL Keystone Park is located at the NW corner of lxora Court and lxora Lane in AGENCY: North Miami, Florida. At the time of our services, the site (playground) was City of North Miami covered by a rubber mat and occupied with playground equipment and AGENCY CONTACT: landscaping. Subsurface exploration and geotechnical recommendations Derrick Corker, CPRD were provided by Terracon to remediate the depression on the playground Parks, Recreation and Cultural at the park. The purpose of these geotechnical engineering services was to Arts Director provide information and geotechnical engineering recommendations (305)895-9846 relative to: subsurface soil and bedrock conditions; groundwater conditions; dcorker@northmiamifl.gov identification of unsuitable/problematic soil conditions; and TERM OF ENGAGEMENT: recommendations for soil remediation. Services were completed in 2016. 11/2016 to 12/2016, 07/2017 to 12/2017 Terracon also performed earthwork observations and construction materials engineering and testing services during construction of the Keystone playground play surface replacement project. Terracon provided staff engineers and engineering technicians to perform field earthwork observations of the removal of unsuitable soils in the playground area and replacement with suitable structural fill soils. Field technicians were provided to collect bulk samples of existing and/or imported fill soils and transport them to Terracon's laboratory for analyses. During placement of the structural fill, our technicians visited the site equipped with a nuclear gauge to perform in-place density tests to verify the degree of compaction. At the completion of the earthwork observations and testing services, Terracon issued a written report documenting the construction activities the firm monitored. Services commenced in 2017. tsifyi Vt 4): 1 IA 2% -.., .."ate~ .ir ,t • • ,• _l•' f'''imikitiviviarr - ._.-4, s" 1lerracon City of Miami Beach RFQ 2018-097-KB I Citywide Geotechnical&Laboratory Testing Services on an As-Needed Basis 47 2 Experience and Qualifications 10-INCH DIAMETER FORCE MAIN — MIAMI-DADE COUNTY, FL Terracon was awarded a continuing services contract in 2016 by Miami- AGENCY: Dade County Water and Sewer Department (WASD). The scope of work Miami-Dade County WASD entails providing geotechnical engineering, special inspections, structural AGENCY CONTACT: assessments, soils, foundations, and materials testing services related to Alex Retamar the improvement, upgrades and expansions of water and wastewater Engineer/Project Manager treatment plants, pump stations, collection, distribution and transmission (786)552 4405 piping, and all related facilities as necessary to ensure quality Alex.Retamar@miamidade.gov control/quality assurance for WASD's capital improvement projects.As part TERM OF ENGAGEMENT: of this contract,Terracon was selected to provide geotechnical engineering 04/2017 to 06/2017 services for the referenced project. The project site was being studied for the installation of a 10-inch diameter (D.I.) force main. The project corridor runs along Douglas Drive from Madison Avenue to Pump Station No. 743 (SW 110th Avenue) in Miami- Dade County, Florida. Terracon performed geotechnical exploration for the proposed project. Six (6) Standard Penetration Test (SPT) borings were drilled to depths of 15 feet below the existing ground surface. Geotechnical considerations that were identified included subsurface soil and rock conditions, groundwater conditions, foundation design and construction, and earthwork. The purpose of the subsurface field exploration was to furnish laboratory testing information and to provide geotechnical engineering recommendations concerning earthwork to assist in the design and construction of the new 10-inch D.I. force main. • .%w "%c .. • y • . •1, ,I _ '.1) • t —�� ;'�. om... • t. Project v. -• f Location" "L:- , ..i • ^ V - r r+= _4 . alma • t rI* • t 1lerracon City of Miami Beach RFQ 2018-097-KB I Citywide Geotechnical&Laboratory Testing Services on an As-Needed Basis 48 2 Experience and Qualifications SEAWALL AT PUMP STATION 1 - MIAMI, FL Miami Dade County WASD planned to renovate the seawall at Pump AGENCY: Station 1 located at 390 NW North River Drive. At the time of Terracon's Miami-Dade County WASD services, the existing seawall along the southwest edge of the pump station AGENCY CONTACT: was showing signs of deterioration. In addition, the pavement areas were Antonio Inojal, P.E. also showing heavy deterioration with holes found in the asphalt. The new Project Manager seawall would be constructed adjacent to the existing seawall, which runs Stantec Consulting Services, along the southwest edge of the property and is used to provide grade Inc.(Prime Consultant) separation between the upland side of the wall and the North Fork Miami (786)313-5505 antonio.inojal@mwhglobal.com River. TERM OF ENGAGEMENT: Terracon conducted subsurface exploration, laboratory testing, and 09/2015 to 06/2017 provided geotechnical engineering recommendations related to the design and construction of the seawall modifications. Our geotechnical engineering scope of work for this project included the advancement of test borings to a depth of 60 feet below existing site grades and performing exfiltration tests to a depth of 15 feet below existing site grades. The purpose of these services was to provide information and geotechnical engineering recommendations relative to subsurface conditions, geotechnical engineering parameters for design of the new seawall,groundwater conditions,construction considerations,and hydraulic conductivity. >,.' `1 .444,;;' ,\" ' ; - ;sok- 1� .\ T • \ q Ott, , \ ,s Nt 4 k :1 —. \ \ A',\ •• -"' , A ~ , \ t coori X' .**4, -'-**• l' 4a ,, � �,.A' .!fit 1lerracon City of Miami Beach RFQ 2018-097-KB I Citywide Geotechnical&Laboratory Testing Services on an As-Needed Basis 49 2 Experience and Qualifications BROWARD COUNTY COURTHOUSE — FORT LAUDERDALE, FL The $213 million large scale construction project consisted of a 20-story AGENCY: building with more than 70 courtrooms within the 714,000-square foot (SF) Broward County facility. The new courthouse was constructed west of the existing AGENCY CONTACT: courthouse on the northeast corner of SE 1st Avenue and SE 6th Street, Nina Gladstone, LEED AP which was formerly the judicial parking garage, in downtown Fort Project Manager Lauderdale, Florida. AECOM(Prime Consultant) (305)447-3584 The campus is comprised of a county office building, three courthouse nina.gladstone@aecom.com buildings, an energy center and a 500-car parking garage with a 34,000-SF TERM OF ENGAGEMENT: shell floor that can accommodate future expansion if needed. All the 01/2010— 10/2016 buildings are connected by a large double-stacked bridge, nearly the size of a football field, which will allow separate access to the courthouse. The efficient, flexible facility that utilizes 105,000 SF of glass walls was completed in 2015. Designed through a joint venture between AECOM, Heery International, and Cartaya and Associates Architects, along with James A. Cumming Construction, the project was anticipated to meet LEED certification upon completion. Terracon performed a subsurface exploration program and geotechnical engineering evaluation to determine if the augercast piles were a suitable type of foundation system for support of the structure. Recommendations for the foundation design and related construction were furnished. Terracon also provided construction materials testing and inspection services. The scope of work entailed pile load test analysis and pile length recommendations, pile construction monitoring, post tension monitoring, and sealant special inspections. pe 00444--- . '� • 1111104.44,0 Y 114 11 1111 1 1 V A. 1lerracon City of Miami Beach RFQ 2018-097-KB I Citywide Geotechnical&Laboratory Testing Services on an As-Needed Basis 50 2 Experience and Qualifications ALI CULTURAL CENTER — POMPANO BEACH, FL The historic two-story Ali Cultural Arts building was built in the 1930's and AGENCY: was purchased in 2012 by the Pompano Beach CRA. Plans were City of Pompano Beach CRA developed for a world class cultural arts venue which would expand the AGENCY CONTACT: current foot print with an additional 2,400-SF building and an outdoor Horacio Danovich courtyard for concerts. CIP Engineer (954) 786-7834 Sphere Environmental Services, LLC enlisted the services of Terracon to Horacio.Danovich@copbfl.com provide professional engineering services for the project. In 2013 Terracon TERM OF ENGAGEMENT: conducted a subsurface study and developed recommendations for site 09/2013 to 11/2013, preparation, foundation design and ancillary construction for the renovation 02/2014 to 03/2014, project that includes gallery space, multi-purpose space (i.e. dance, 11/2014 to 08/2015 meetings, and classes), outdoor event/performance space with seating, administrative space, storage/archive space, and a conference room. The firm also provided Sphere with construction materials testing and inspection services during the construction of the elevator addition at the center. Subsequently, in 2013 Sphere was acquired by Terracon. The firm was also responsible for performing construction materials testing services in 2014 and 2015 for the CRA during construction of the building footings, slab on grade, columns, and walls of CMU, fill cells with grout, construction of beams and metal roof deck with insulation. The scope of Terracon's services included earthwork observation and testing, concrete testing, masonry grout testing, structural inspections, laboratory services, and reporting. • 1 I . ' , v-: i • `�11 , 4011 .100 AIN • ipipa 4 • .4.- ,f 1rerracon City of Miami Beach RFQ 2018-097-KB I Citywide Geotechnical&Laboratory Testing Services on an As-Needed Basis 51 2 Experience and Qualifications SOUTH MIAMI HEIGHTS WATER TREATMENT PLANT— MIAMI, FL The South Miami Heights Water Treatment Plan (SMHWTP) was originally AGENCY: designed in 2006 to utilize the Biscayne Aquifer(BA) as a raw water source. Miami-Dade County WASD In 2014 the site, located at 11800 SW 208th Street, was being used for office AGENCY CONTACT: space and maintenance facilities. Construction of the SMHWTP, a Brian Trujillo, P.E., CGC significant capital project for Miami-Dade, is required per the County's 20- Project Manager year Water Use Permit issued by the South Florida Water Management (305)588-4565 District. BTRUJO1 @miamidade.gov At the time of Terracon's services, WASD wanted to develop the existing TERM OF ENGAGEMENT: 01/2014 to 12/2014 SMHWTP to accommodate new site improvements. Plans included an electric switchgear building, a generator, fuel tanks, a degassifier contact basin and transfer pump station. The project also included a post treatment chemical building, a membrane treatment building, a pretreatment chemical building, and a new guardhouse. Terracon provided geotechnical engineering services for the SMHWTP under our continuing services contract with WASD. The firm was responsible for providing and coordinating drilling operations and subsurface investigations for the facility's renovation. Services provided included explorations, Standard Penetration Test(SPT) borings, percolation test, muck delineation, backhoe tests pits, overseeing utility clearance and laboratory testing results of borings. During our field exploration, 12 soil borings were drilled to depths ranging from 10 to 60 feet below the existing ground surface, and 6 test pits were excavated to approximately 6 to 10 feet. The purpose of Terracon's services was to provide preliminary information and geotechnical engineering recommendations relative to subsurface soil conditions, foundation design and construction, earthwork, floor slab design and construction, groundwater conditions, and pavement design and construction. rya •V� ss -. ''✓. �� 'y.�. • rr • �NLS •.^. W RrIC � ♦ r • Rei ir�R ►ISk ���1111 /__, ,.�.. Lit lift M t t!. {}` rlowisaw-ti if :Jk — e 1lerracon City of Miami Beach RFQ 2018-097-KB i Citywide Geotechnical&Laboratory Testing Services on an As-Needed Basis 52 2 Experience and Qualifications 2.1.1 Current Applicable County or State Licensure(s) and Certificate(s) The following are copies of Terracon's licenses and certifications with Miami-Dade County and the State of Florida relating to geotechnical and laboratory testing services. Miami-Dade County MIAMFDAADE Internal Services Department ,":r.7ij Statement of Technical Certification Categories Firm: TERRACON CONSULTANTS INC 16200 NW S9th Avenue,Suite 106,Miami Lakes,FL 33014 Code Category Description Approval Date Expiration Date SOILS,FOUNDATIONS AND MATERIALS TESTING- 9.01 DRILLING,SUBSURFACE INVESTIGATIONS AND 04/05/2017 04/30/2019 SEISMOGRAPHIC SERVICES SOILS,FOUNDATIONS AND MATERIALS TESTING- 9.02 GEOTECHNICAL AND MATERIALS ENGINEERING 04/05/2017 04/30/2019 SERVICES 9.03 SOILS,FOUNDATIONS AND MATERIALS TESTING- 04/05/2017 04/30/2019 CONCRETE AND ASPHALT TESTING SERVICES 9 SOILS,FOUNDATIONS AND MATERIALS TESTING-NON- 04/05/2017 04/30/2019 DESTRUCTIVE TESTING AND INSPECTIONS 9.05 SOILS,FOUNDATIONS AND MATERIALS TESTING-ROOF 04/05/2017 04/30/2019 TESTING AND CONSULTING 9.06 SOILS,FOUNDATIONS AND MATERIALS TESTING- 04/05/2017 04/30/2019 ASBESTOS 9 07 SOILS,FOUNDATIONS AND MATERIALS TESTING- 04!05/2017 04/30/2019 AMBIENT AIR 9.08 SOILS,FOUNDATIONS AND MATERIALS TESTING-BID- 04/05/2017 04/30/2019 HAZARDOUS 10.02 ENVIRONMENTAL ENGINEERING-GEOLOGY SERVICES 04/05/2017 04/30/2019 10.05 ENVIRONMENTAL ENGINEERING-CONTAMINATION 04/05/2017 04/30/2019 ASSESSMENT AND MONITORING 10.06 ENVIRONMENTAL ENGINEERING-REMEDIAL ACTION 04/05/2017 04/30/2019 PLAN DESIGN ENVIRONMENTAL ENGINEERING-REMEDIAL ACTION 10.07 04/05/2017 04/30/2019 PLAN IMPLEMENTATION/OPERATION/MAINTENANCE Local Business Tax Receipt LBT Miami-Dade County,State of Florida -THIS*NOT APILL-00NOT PAY 6950738 ••4••••••NAMO.IOCa110011 "•°•'PT No EXPIRES ERRACON CONSULTANTS INC RENEWAL SEPTEMBER 30,2018 5.00 NW 59 AVE 6106 6201735 '0,N I*msd,r.d a dace m w•... Mt 16 LAKES A.33014 ..n b ca.mr Cod. Cnro.a RA-M e•+0 SC.TTM W O•• ..aCaNaO rTRRACON CONSL LTANTS WC 212 P A.CM' O ►MTNERSNV,fNM an rAR cou.ror .....i 25 $112.50 07/C7./917 CREDITCARD-r-o451 39 �.. 4..:...rr •4••.•16r.001r NININ tr.•rrrtr.No r..M.mei.w..s. N..Nary N0.rr.r.•.114&••••1•••N turesd•••••1••-111•0-0•11.fa..I.,1•42• •rere.0.rrra.M ald Od••W.•0 1lerracon City of Miami Beach RFQ 2018-097-KB I Citywide Geotechnical&Laboratory Testing Services on an As-Needed Basis 53 2 Experience and Qualifications State of Florida Department of State I certify from the records of this office that TERRACON CONSULTANTS, INC. is a Delaware corporation authorized to transact business in the State of Florida,qualified on December 31,2003. The document number of this corporation is F04000000114. 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 January 16,2018,and that its status is active. I further certify that said corporation has not filed a Certificate of Withdrawal. Given under nsy hand and the Great Seal of the State of Florida at Tallahassee,the Capital,:1.1 the Sixteenth day of January,2111S /S • • Secretary of State Tracking Number:(Clt'_10082311 To authenticate this certificate,visit the following site.erater this Dumber,and thea follow the instruction%displayed. bttps:::ser.ice...unhir.ur:FilintvCertificate01Status/CertiticateAutheuticatioatl 11erracon City of Miami Beach RFQ 2018-097-KB I Citywide Geotechnical&Laboratory Testing Services on an As-Needed Basis 54 2 Experience and Qualifications State of Florida Board of Professional Engineers Attests that Terracon Consultants, Inc. ApFBPE :e taau)gwzgIt Is authorised under the provisions of Section 471.023,Flori to offer engineering services to the public through a Professional Engineer,duly licensed un -Chapter 471,Florida Statutes. Expiration: 2/28/2019 CA Lic.No: Audit No: 228201904806 R8830 STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION .y"/71ti.1y BOARD OF PROFESSIONAL GEOLOGISTS ,,,/-4.14.: / 4. LICENSE NUMBER G8496yt The GEOLOGY BUSINESS `.-, } Named below IS CERTIFIED .....,,y' Under the provisions of Chapter 492 FS. Expiration date: JUL 31,2018 .` TERRACON CONSULTANTS,INC.'` ; rt_ 1675 LEE ROAD WINTER PARK FL 32 A -4.} rt ❑ fir "�w': Generated:7/27/201810:21:53 AM FDOT4 Qualified Laboratory Information by District ��_ Y FDOT State Materials Office,5007 N.E.39th Avenue,Gainesville,FL 32609(352)955-6600 District:District 6 CONTACT FAX ADDRESS TELEPHONE NUMBER EMAIL ADDRESS District:District 106001•Terracon Consultants,Inc. 16200 NW 59th Avenue Shayan Bowed (305)820-1998 Miami,FLORIDA 33014 (305)820.1997 ebdoolOterraccn can Aggregate TeatY.. alae OaY,aeAMee MSHTO T 21 Valid CMEC MSHTO T 27 Valid CMEC FM 1-7011 Valid CMEC FM 1-T 084 VMd CMEC FM 1-7 0B5 Valid CMEC Physical LaMrase aaea y Arg ASTM C1231 Valid ASTM C39 Valid ASTM 0317 Valid Soils tatsaue arae OralbetIANnV MSHTO T 265 Valid CMEC MSHTO T 89 Valid CMEC MSHTO T 90 Valid CMEC AASHTO T 99 Valid CMEC FM 1-T 180 Vain CMEC FM 1-1 267 Valid CMEC FM 5-515 Valid CMEC 1rerracon City of Miami Beach RFQ 2018-097-KB I Citywide Geotechnical&Laboratory Testing Services on an As-Needed Basis 55 2 Experience and Qualifications FjTL. Florida Department of Transportation RUCK SCOTT 503 Suwannee Street SII Ar.p5.0 009TxMlR Tallahassee,FL 32340-0451) ,F.S Rt.r SRa Jure 8,2018 John Kimberly IV.PnncipalrRegion Manager TERRACON CONSULTANTS,INC. 9655 Florida Mining Boulevard West.Suite 509 Jacksonville.Florida 32257 Dear Mr.Kimberly: The Florida Department of Transportation has reviewed your application for prequalification package and determined that the data submitted is adequate to technically prequalify your firm for the following types of work: Group 9 -Sal Exploration.Material Testing and Foundations 9.1 -Sal Exploration 9.2 -Geotechnical Classification Laboratory Testing 9.3 -Highway Materials Testing 94.1 -Standard Foundation Studies 9.4.2 -Non-Redundant Drilled Shaft Bridge Foundation Studies 9.5 -Geotechnical Specialty Laboratory Testing Group 10 -Construction Engineering Inspection 10.1 -Roadway Construction Engineering Inspection 10.3 -Construction Materials Inspection Your firm is now technically prequalified with the Department for Professional Services in the above referenced work types.The overhead audit has been accepted.and your firm may pursue in the referenced work types with fees of any dollar amount.This status shall be valid until June 302019 for contracting purposes. ...Approved Rates Home/ I Facilities • Reimburse Home Published Branch Capital Cost Premium Actual Direct Fee Overhead I of Money Overtime Expenses ',Ex se Schedule 183.20% 0.688% Reimbursed No I 19.98% I Yes Should you have any questions, please feel free to contact me by email at cartiayn.kellI dot.state.fl.us or by phone at 850-414-4597 Sincerely. Cartiayn Kell Professional Services Qualification Administrator 5 Terracon Consultants,Inc. CMEC 16200 NW 59th Ave.Ste 106 "`"°"°'w""Yie""ie1i"r's"'�"""��' Miami Lakes,FL 33014 556116. X06165,5 1 •••5"u ~~� United States Rnowp.ction Duo Ocie:sea201S AASHTO R18 5""50'1°"'° 10046 °9 A001ige. •3116 016alws:55116c,17 WU C127.ASM CIN.ISM CM.ASTM C.a Am Cie,MTV CM.MTN 5o50•106. ,an-605.055 AS-a Sa.sat..ESN 606.065 55511Tu SwMs:•.AfT057705555110 nt•wwro rn 5551.10 rm.•wrro m.11w11)n..555553 ria Corwreee ASM 11515525 Asn cess 55111 cm),Ams CIII Sgnl an AS>rcu11 MTN on.ser Cm.W UC221.5s»o,ASia COO Asir CIA Asn.11.sir 0511 Asn,0110 Asn cm.65/1111.36 Asir 30.555•05.0105.Comm*555.15.511.55515320.Con* 5.552111.13565.0004r0 7001.A6.110 560 052150 it...555110 ri71 AASMTO T1e2.5601,10 nor.AAMO CO.AASSro T73.AA15TO Mt 055ro 124 051410 12C0.655110 1147 FN Proofing AfTY1655e55 Asn EWA x5551l6 Wsu.ry AITY■es.:ASTM 500,9.ASM 5,5625 ASM Cfn ASM C510,hew-As ASM 55055564:5C,0931.165557.55111Sl.AAu.m ESN Mowry Son ASM5.SI. AVM 51150 ASn M 0,551.AS01557,ASM 522*ASM02407 ASM 0621,ASIA 04055(,I AMY WtS Sri AVM 5611.1 AMM 52015 ASM 0005 AVIA 0666.ASM S.wwua.in557.2.Sri,ASSY 35.5.665 ESN.Set Mal 0230T011155555 x024110731.55514101100 555410 5110 5545110 541 AA2441D nt7µy1101265.553110 1247.545510 7010 5555110 Te 0,55110 424.5551110 TOO.0430410 rat "rw raw:FMS Sts ACereenene.Owe, 152112017 Enplane.tM1a:152112111 0.1Ili• MA.S of;�...1 ria r.wra..r•...l ••••..wae.r.w•w"ti MEC Cl 4.70.. 0..1ar3..Aer..5wO.raoMl..n�.tN Tltq.ie.e. .rMneSr 1lerraeon City of Miami Beach RFQ 2018-097-KB I Citywide Geotechnical&Laboratory Testing Services on an As-Needed Basis 56 2 Experience and Qualifications 4111J 'k ° e 2.2 QUALIFICATIONS OF PROPOSER TEAM Key Personnel and Roles The Terracon Team has the project management skills, technical expertise, administrative services, relevant project experience, manpower and equipment resources to provide the solid foundation needed to fulfill the obligation to provide the City with geotechnical and laboratory testing services on an as- needed basis. Our team consistently participates in professional geotechnical, and materials/laboratory testing consulting and continuing services contracts, and we look forward to the opportunity to work together on a successful contract. Our extensive experience in the successful completion of these types of projects allows Terracon to truly understand the standards, level of response and budget 24n demands that will be required under this contract. Our level of experience is further emphasized by the selection of our Principal, Contract Manager, Hugo Soto, P.E.,who Support leads Terracon's Miami Lakes office, as the Office Manager, including client management and business development, project management and providing senior engineering design services in South Florida. Hugo will be the single point of contact for this contract and will be available 24/7 to all City staff and their consultants. He will also be responsible for allocating the ample geotechnical and materials/laboratory testing resources of the company to meet and fulfill the tasks required under this contract. Hugo brings more than 37 years of engineering experience and has managed similar contracts during his career. Hugo will be supported by Rutu Nulkar, P.E., Geotechnical Project Manager and Rudy Gonzembach, P.E., S.I., Materials Testing Project Manager, with a combined 33 years of experience. Rutu will be in responsible charge of all geotechnical (drilling) assignments and Rudy will oversee the management for our designated laboratory and field verification activities relative to sampling, inspecting, field and laboratory testing. Hugo and Rutu have collaborated on similar municipal contracts for nearly a decade. Shayan Bolooki will serve as the Laboratory Manager. He has over 13 years of experience and holds multiple certifications. 1rerracon City of Miami Beach RFQ 2018-097-KB I Citywide Geotechnical&Laboratory Testing Services on an As-Needed Basis 57 2 Experience and Qualifications Hugo will also be supported by Kevin Aubry, P.E., a licensed senior geotechnical engineer and a Principal of the firm. Kevin has more than 37 years of experience in the geotechnical engineering and consulting industry. As QA/QC Reviewer, Kevin will help ensure quality and consistency of Terracon project deliverables by conducting checks and reviews, as required, as work progresses to verify the elements of QC are continuously addressed during each project. Michael O'Connor, P.E., S.I., will also provide QA/QC reviews for this contract. He brings over 34 years of expertise in construction services and building inspection services (i.e. threshold/special and private provider). Kevin and Michael will work with our staff to ensure that we comply with applicable federal, state and local laws and regulations throughout the life of this contract. As previously mentioned, Terracon will service this contract from our I Miami Lakes office (pictured at left). Terracon's Contract Manager, Hugo, and his local Miami Lakes staff understands the needs of the �� City of Miami Beach and the types of projects that will arise from the - ' referenced contract. We have performed these exact services for `- .-- similar contracts for more than a decade and for local municipalities for over 20 years. We frequently work within the limits of the City and nearby for public and private sector clients. By anticipating project requirements and adapting to challenges, we will make it easy for the City to work with us. For projects large and small, single- or multi-site, you can rely on consistent results. Our local staff is comprised of professionals with degrees in civil engineering, architecture, and construction management. They are supported by trained, experienced and certified field and laboratory engineering technicians and inspectors. Terracon's Proposed Technician Staffing Aggregate/Soils Earthwor ., Asphalt Concrete lir LBR Sampler Testing Base 1 2 Plant 1 Plant 2 Paving ring 24 Lab! Field 1 Field 2 5 7 5 7 14 3 5 4 9 4 9 9 1 As previously mentioned, Terracon's local office houses a full- Terracon's FDOT Qualified service, materials testing laboratory that is accredited by the CMEC Laboratories and the FDOT. Terracon has three additional South Florida offices Location ID No. (Fort Lauderdale, West Palm Beach, and Port St. Lucie) that have Miami Lakes , I_ comprehensive soils and materials testing laboratories that are FDOT approved, and accredited by the CMEC or the AASHTO, and/or Fort Lauderdale 104029 USACE. Quality is the top priority of all our laboratory services. West Palm Beach 104025 Port St. Lucie 104007 1lerracon City of Miami Beach RFQ 2018-097-KB I Citywide Geotechnical&Laboratory Testing Services on an As-Needed Basis 58 2 Experience and Qualifications Our laboratories are equipped to perform a wide variety of tests while following strict internal guidelines to deliver Q L._ _.• the most thorough and reliable data possible. In addition to routine material property testing, we also provide advanced shear strength, swell/consolidation, steel, *m wood, geo-synthetics, and rock mechanics test data to meet testing needs for even the most complex m k structures. We continually apply new technologies to lr1 improve and expedite our services to solve your project lir challenges in a timely, reliable, and cost-effective manner. lr Quality is the top priority of all our laboratory services. All m Terracon Offices Terracon laboratories operate under our Corporate Q Laboratories with USACE Validation Construction Materials Laboratory Quality Management System (QMS). Our QMS was established using Laboratories with AASHTO Accreditation AASHTO R18 — Standard Recommended Practice for 0 Laboratories that are AASHTO Accredited Establishing and Implementing a Quality System for and USACE Validated Construction Materials Testing Laboratories as the * Laboratories that are CMEC Accredited primary guide. The following standards were used as well: • ASTM E329 — Standard Specification for Agencies Engaged in the Testing and/or Inspection of Materials Used in Construction • ASTM D3740 — Standard Practice for Minimum Requirements for Agencies Engaged in the Testing and/or Inspection of Soil and rock as used in Engineering Design and Construction • ASTM C1077 — Standard Practice for Laboratories Testing Concrete and Concrete Aggregates for Use in Construction and Criterial for Laboratory Evaluation • ASTM D3666 — Standard Specification for Minimum Requirements for Agencies Testing and Inspecting Bituminous Paving Materials In addition to our internal QMS, we maintain laboratory certification through multiple third-party, industry- recognized accrediting agencies. Our quality commitment is rooted in our core value of safety. Our laboratory technicians are internally trained and externally certified as part of"doing things safe and right" for the benefit of our employees, clients, and communities. Our national and Florida laboratory resources allow us to process large volumes of test specimens quickly, reducing risk of delays to your critical project timelines. And, with a local presence, we have in depth familiarity with specifications of numerous state and federal agencies. 1lerracon City of Miami Beach RFQ 2018-097-KB I Citywide Geotechnical&Laboratory Testing Services on an As-Needed Basis 59 2 Experience and Qualifications Terracon Team Organizational Chart City of Miami Beach Terracon Consultants,Inc. Geotechnical&Laboratory Testing e • Principal,Contract Manager Hugo Soto, P.E. ♦ S 1 [ e Health&Safety QA/QC Reviewers Adam Maier(Corporate) Kevin Aubry, P.E. Shayan Bolooki (Local) Michael O'Connor, P.E.,S.I. I • • t Geotechnical Project Manager Rutu Nulkar, P.E. • • 1 t Materials Testing Project Manager Rudy Gonzembach, P.E., S.I. ` I Laboratory ILaboratory Manager Geotechnical Engineering Materials Testing/Inspections '44\ Shayan Bolooki — Senior Engineers Senior Engineers Engineering Technicians Hugo Soto, P.E. Rudy Gonzembach, P.E., S.I. Oscar Correa Rutu Nulkar, P.E. Rutu Nulkar, P.E. Alexei Moreno Jaime Velez, P.E. Michael O'Connor, P.E.,S.I. 3 Additional Laboratories Engineers Senior Staff Engineer in South FL Nick Mata, P.E. Caridad Murphy, QCM / Mitchell Foster, P.E. Daniel Marieni, P.E. Staff Engineers Liana Lantigua Cuni, E.I. Field Inspections Staff Engineers Leandro Bastos Pacheco, CW Senior Engineering Roger Bezerra, E.I. Certified WeldingInspector Technicians Liana Lantigua Cuni, E.I. p Leandro Bastos Pacheco, CWI Andre Muir Engineering Assistant Alejandro Diaz, QCM Sucely Diaz Fajardo Building Inspections Raylin Jurado Louis Perini III Orlando Conde Field Staff William Denison Fabian Diaz Garcia Orlando Conde Anibal Duharte, QCM Ray Rouse Facilities Consulting/Inspections Dennis Torres Armando Alvarez, P.E., LEED AP Drillers Luis Puche Heysler Castellanos Oscar Correa ` Louis Perini Ill 35 Additional Engineering Alexei Moreno \ Technicians Available in Billy Phillips \ South FL / Randy Phillips \ *Note:Additional resources are available in Terracon's network of Florida offices. 1lerracon City of Miami Beach RFQ 2018-097-KB I Citywide Geotechnical&Laboratory Testing Services on an As-Needed Basis 60 2 Experience and Qualifications Key Personnel Resumes Terracon has the flexibility, ability and capacity to handle all the services required and to meet the scheduling requirements for each City project. Our team has the capacity to perform this work based on actual and projected workload. If additional work is procured during this period, we are committed to increasing staff levels to service all assigned projects. We have made the same commitment on similar contracts with other clients and have never failed to cover the projects assigned to us. The Terracon Team is 100% committed to providing all assignments under this contract in a timely and cost-efficient manner. All the personnel identified in team organizational chart will be available on a priority basis for tasks assigned under this contract. We are committed to provide the City of Miami Beach with the highest quality personnel with the specific experience necessary to complete any tasks you may need. It is our pledge to the City that adequate staff will be made immediately available once a task has been identified. Key Team Member Role Percentage of Availability Hugo Soto, P.E. Principal, Contract Manager 40% Kevin Aubry, P.E. QA/QC Reviewer/Principal Engineer 35% Michael O'Connor, P.E., S.I. QA/QC Reviewer/Principal Engineer/ 35% .11 Special Inspector Rutu Nulkar, P.E. Geotechnical Project Manager 40% Rudy Gonzembach, P.E., S.I. Materials Testing Project Manager/ 40% Special Inspector Caridad Murphy Senior Staff Engineer 400/0 Armando Alvarez, Jr., P.E., LEED AP Senior Facilities Engineer 40% Louis Perini III Senior Building Inspector 40% Shayan Bolooki Laboratory Manager 45% Resumes for Terracon's key team members are provided on the following pages. 11erracon City of Miami Beach RFQ 2018-097-KB I Citywide Geotechnical&Laboratory Testing Services on an As-Needed Basis 61 2 Experience and Qualifications Hugo E. Soto, P.E. PRINCIPAL, CONTRACT MANAGER PROFESSIONAL EXPERIENCE Hugo has 37 years of experience providing geotechnical engineering, construction materials testing, inspection and consulting services. Geotechnical services include geotechnical design,analyses and recommendations related to the design and construction of foundations as well as geotechnical exploration programs. He is well versed in performing analysis and evaluation of field and laboratory data, in-situ soil testing, in-place permeability testing and geophysical explorations. Hugo's extensive experience includes: evaluating bearing capacity and settlement for different types of shallow and deep foundation systems; analysis/evaluation of retaining walls, sheet piling systems, slope stability analysis of conventional and reinforced EDUCATION embankments, evaluation of drilled shafts, augercast piles and driven piles; evaluation, Master of Science in Geotechnical Engineering,Utah State University, design, and implementation of subsurface improvement programs (i.e. application of 1980 dynamic compaction, preloading, compaction grouting, and vibro-compaction techniques); and conducting studies including monitoring vibrations of structures during construction. Bachelor of Science in Civil Engineering, Utah State University, 1979 PROJECT EXPERIENCE 6-Inch D.I. Force Main, Miami-Dade County WASD,Miami,FL REGISTRATIONS Professional Engineer,#56108, Principal Engineer.WASD wanted to install a 6-inch D.I.force main from the existing sewer Texas, 1994 PS-746 to the intersectiononf SW 156th Street and US-1 at the Village of Palmetto Bay. Hugo served as Principal Engineer for the services provided by Terracon including Professional Engineer,#36440, subsurface exploration to determine the subsurface conditions along the 6-inch D.I.force Florida, 1985 main corridor and geotechnical recommendations for foundation design and construction of AFFILIATIONS the proposed force main. American Society of Civil Engineers Oleta River State Park, North Miami Beach, Florida Cuban Society of Engineers Principal Engineer. Responsible for conducting geotechnical engineering services in YEARS OF EXPERIENCE: 37 connection with the construction project planned at the Oleta River State Park. The project consisted of the construction of an approximately 1,600-square foot,single-story bathhouse YEARS AT FIRM:9.5 and campground area including a power pedestal and utility pad as well as asphalt paved and gravel roadways. The purpose of Terracon's services was to provide information and geotechnical engineering recommendations relative to subsurface soil/rock conditions, earthwork, foundation design and construction, groundwater conditions, typical pavement section, and pavement construction consideration. Miami Intermodal Center(MIC)-Miami-Dade County, FL Project Manager/Senior Geotechnical Engineer involved in state pile capacity analysis, geotechnical report of structures coordination, reviewing the field exploration, laboratory testing and geotechnical studies to provide recommendations for roadways, bridges, MSE Walls, cantilever walls. Approximately 7 miles in length. State Road(SR)836 WB to SB HEFT Connection Widening and Bridge Structure,MDX -Miami-Dade County, FL Senior Geotechnical Engineer to coordinate and review field exploration, laboratory testing and geotechnical recommendations for bridges and walls supported on piles and shallow foundation. Construction of a new bridge(1.5 miles)over SB HEFT to EB SR 836 connector and modification of the access ramp to SB HEFT to improve existing westbound SR 836 to southbound HEFT connection. From NW 107th Avenue to Flagler Street. 1lerracon City of Miami Beach RFQ 2018-097-KB I Citywide Geotechnical&Laboratory Testing Services on an As-Needed Basis 62 2 Experience and Qualifications Kevin E. Aubry, P.E. QA/QC REVIEWER/PRINCIPAL ENGINEER PROFESSIONAL EXPERIENCE Kevin specializes in the earthwork and underground components of civil engineering projects that range from roads and bridges to dams and water resources. Following receipt of a Master of Science in 1981, he has 37 years of experience as a Geotechnical Engineer. Kevin, a Principal at Terracon, is responsible for client contact, project management, p geotechnical engineering analysis, development of geotechnical engineering recommendations, and report preparation. Kevin has worked as project manager and as a senior engineer for geotechnical work for several civil engineering improvement projects. 1 C PROJECT EXPERIENCE Canal Bank Stabilization—Miami Lakes, FLA EDUCATION Senior Geotechnical Engineer.The planned project consisted of the stabilization of a canal Master of Science,Civil Engineering, section at Golden Glades and Peter's Pike canals that is approximately 10,000 linear feet. Utah State University, 1981 The scope of work involved site visits to document the existing conditions of the canal, Bachelor of Science,Civil drilling of exploratory borings, laboratory testing of representative samples collected from Engineering,Clemson University, the field, and recommendations for conceptual methods to stabilize the canal slopes in 1975 areas that required action. REGISTRATIONS Professional Engineer:Florida, Hollywood Reservation Wastewater Treatment Plant (WWTP) Facility - Hollywood, No.38175 FL Senior Geotechnical Engineer. A preliminary geotechnical exploration was performed by AFFILIATIONS American Society of Civil Engineers Terracon for the new facilities that are planned at the new WWTP facility. The purpose of Terracon's services was to provide information and preliminary geotechnical engineering Florida Engineering Society recommendations relative to the tank structures, electrical and operations buildings, Association of State Dam Safety excavations,equipment pads,effluent pump station,and pipeline installation.Terracon also Officials(ASDSO) performed additional subsurface exploration at the site and is in the process of updating the project geotechnical report. PUBLISHED ARTICLES "C-43 West Basin Storage Reservoir - Gateway Drive Neighborhood Stormwater Project-Pompano Beach, FL Design of Embankment Gated Senior Geotechnical Engineer. The City of Pompano Beach wanted to improve the Discharge Structures Considering Soil Bentonite Cutoff Wall", stormwater management system within the industrial neighborhood known as Gateway Association of State Dam Safety Drive.The planned improvements consisted of the installation of drainage inlets, pipelines, Officials,September 2008. horizontal exfiltration trenches and swales as well as repairs to some sections of the roadway. Terracon conducted subsurface exploration and provided geotechnical "Lessons Leamed from the Failure of engineering recommendations for the design of the project and related construction. The a Geotextile-Stabilized Haul Road", scope of work included drilling of exploratory borings along the proposed pipeline Co-author,Geosynthetics:Lessons alignments and borehole permeability tests within areas of the proposed drainage Learned from Failures,J.P.Giroud, improvements. K.L.Soderman,and G.P.Raymond, Editors, 1999. Ship Berthing and Seawall Project,U.S.Navy,Port Everglades-Broward County, FL Senior Geotechnical Engineer. A subsurface investigation was completed for the ship YEARS OF EXPERIENCE: 37 berthing and seawall. Samples of the subsurface components were taken and analyzed for YEARS AT FIRM: 18 physical and chemical constituents, in anticipation of proposed dredging. Hillsboro Canal Bank Stabilization -Broward County, FL Senior Geotechnical Engineer. Terracon provided a full time resident engineer for construction observation of articulated block and high-performance turf reinforcement mat stabilized canal banks. The work consisted of construction observation and management, field and laboratory testing for construction materials,daily reports of construction progress, and attendance at construction progress meetings. 1Ierracon City of Miami Beach RFQ 2018-097-KB I Citywide Geotechnical&Laboratory Testing Services on an As-Needed Basis 63 2 Experience and Qualifications Michael J. O'Connor, P.E., S.I. QA/QC REVIEWER/PRINCIPAL ENGINEER/SPECIAL INSPECTOR PROFESSIONAL EXPERIENCE Michael is a registered (Florida) professional engineer with over 34 years of expertise in construction services and building inspection services. A principal and office manager for Terracon Consultants, Inc., he has been in responsible charge of the West Palm Beach office and its state-of-the-practice specialty materials testing laboratory since 1994. He provides services throughout South Florida and on the Treasure Coast. On a day-to-day basis, Michael provides technical oversight and direction to engineering and technical staff. He oversees the management for designated laboratory and field verification activities relative to sampling, inspecting, field and laboratory testing of bituminous material, concrete, soils, aggregate materials,water, steel, prestress concrete and precast concrete in accordance with applicable Florida Sampling and Testing Methods,AASHTO, and ASTM EDUCATION Standard Specifications. Michael has managed these activities on project sites as well as Bachelor of Science,Civil Engineering, University of South offsite locations including materials producers, batch plants, and fabrication plants. Florida, 1985 Michael is also responsible for all threshold/special inspection,private provider and building REGISTRATIONS inspection projects. These services include: providing quality assurance (QA) to owners Professional Engineer(Special Inspector):Florida, No.981 and contractors during construction on their projects ensuring construction meets local building code requirements. Serving as liaison between Building Officials, Contractors and CERTIFICATIONS Engineers of Record, he has successfully completed hundreds of threshold and special State Requirements for Educational inspection projects. Facilities(SREF)and Chapter 423 of p p 1 the Florida Building Code Course PROJECT EXPERIENCE AFFILIATIONS Florida Engineering Society Young At Art Museum and Broward County Library-Davie, FL Principal Engineer/Special Inspector. The project consists of a 55,000-SF, one-story American Concrete Institute building located southwest of the intersection of Southwest 121st Avenue and State Road 84 in Davie, Florida. The Gold LEED-certified facility, located in the middle of an 11.7-acre BuildingOfficials Association of Florida(BOAF) site, was constructed of tilt-up reinforced concrete panels with a bar joist/metal deck roof system. A parking area was constructed on the south side of the building. The northern Southern Building Code Congress portion of the site is used as a retention area. The project also involved installation of International(SBCCI) underground site utilities and asphalt pavement construction. Terracon provided Renaissance Executive Forums, construction materials testing and threshold inspection services on an as-needed basis and Member dictated by the pace and methods of construction. ADDITIONAL TRAINING Florida Engineering Leadership Blue Bell Creameries New Facility-Hialeah Gardens, FL Institute(FELT)Class of 2008, Principal Engineer/Special Inspector. Construction materials and special inspections Graduate services were provided during construction for the approximately 12,300-SF, one-story YEARS OF EXPERIENCE:34 freezer storage warehouse and office space building of steel structure, concrete floors, insulated wall and roof panels, and TPO roof system. The firm's scope of work included YEARS AT FIRM:23 field testing(in-place density tests)and laboratory testing(concrete,Standard Proctor Tests [SPTsI), and structural steel inspections. North Broward Medical Center Four-Story Parking Garage-Fort Lauderdale, FL Principal Engineer/Special Inspector. Retained to provide vibro-replacement oversight and construction materials testing services for the 44,000-SF, 4-story parking garage. Also performed special inspections in accordance with the 2004 Florida Building Code, (FBC) Administrative Section 109.3.6. The Special Inspector responsibilities included (as applicable)cast-in-place concrete, unit masonry construction,precast concrete component installation, structural steel roof framing and other discretionary inspections which the building official deemed necessary. 1lerracon City of Miami Beach RFQ 2018-097-KB I Citywide Geotechnical&Laboratory Testing Services on an As-Needed Basis 64 2 Experience and Qualifications Rutu H. Nulkar, P.E. GEOTECHNICAL PROJECT MANAGER PROFESSIONAL EXPERIENCE Rutu, a Florida licensed professional engineer, has been practicing geotechnical engineering in South Florida for more than 13 years.She has managed several continuing services contracts during her career. Her geotechnical consulting capabilities include providing services for buildings, roadways, bridges, and drilled shaft inspections. Rutu has performed geotechnical analysis for design of shallow and deep foundation systems, slope stability. Additionally, Rutu has over 13 years of construction materials testing and 111\ t verification experience working on numerous FDOT projects and district/vide (D/VV) materials contracts in the past. She has also worked as an in-house geotechnical consultant with the District Materials Research Office(DMRO). EDUCATION PROJECT EXPERIENCE M.S.,Civil fFlorida,2004 of Floida,2004 Mast Arm at Quail Roost Drive Interchange,Widen HEFT from SW 216th Street to N.of SW 184th Street, FTE-Miami-Dade County, Florida B.S.,Civil Engineering,V.J.T.I. Matunga,Mumbai, India,2001 Project Manager for geotechnical engineering services for the proposed construction of one new signal mast arm assemblies at the HEFT Quail Roost Drive Interchange. The firm REGISTRATIONS performed subsurface exploration services to provide geotechnical design parameters to Registered Professional Engineer, assist in the design of the mast arm foundations. Florida#70625 AFFILIATIONS Seawall Evaluation at Pump Station 1 Facility, Miami-Dade WASD—Miami, FL American Society of Highway Project Engineer.WASD planned to renovate the seawall that existed at the time of Terracon's Engineers(ASHE) services due to signs of deterioration along the southeast edge. Pavement areas were also Florida Engineering Society(FES) showing,signs of heavy deterioration with holes found in the asphalt. Subsurface exploration, laboratory testing, and geotechnical engineering recommendations related to the design and Florida Engineering Society/Florida construction of the seawall modifications were provided. The purpose of these services was InstituteLeadership of ConsultingInstitute Engineers to provide information and geotechnical engineering recommendations relative to subsurface and groundwater conditions, geotechnical engineering parameters for the design of the new YEARS OF EXPERIENCE: 13 seawall, construction considerations, and hydraulic conductivity of the existing soils. YEARS AT FIRM: 13 Krome Solar Project—Miami-Dade County, FL Senior Geotechnical Engineer. The project consists of the development of a 70 MW photovoltaic (PV) electric power plant on 465 acres of agricultural land. It will include solar panels installed on steel structures and various other equipment and appurtenances associated with the power plant (e.g. switchgear, transformers, inverters, and overhead and underground electrical conveyance). Terracon provided preliminary geotechnical exploration relative to subsurface conditions, soil permeability, and groundwater conditions. The scope included drilling SPT borings, test pits, rock coring, percolation tests, double ring infiltration (DRI) tests, a temporary groundwater monitoring well, field electrical resistivity testing, laboratory thermal resistivity dry-out curve testing, laboratory corrosion series testing, and laboratory index testing of soil samples. New Cruise Terminal B, PortMiami—Miami, FL Senior Geotechnical Engineer. The planned project includes a new cruise terminal building and six-story parking garage with associated port infrastructure. At the time of our services, the site primarily consisted of paved roadway, parking,and loading areas.Terracon performed geotechnical exploration to evaluate the subsurface conditions at the project site and provided geotechnical engineering data relative to the geotechnical site characterization information including subsurface soil/rock conditions, earthwork, floor slab design and construction, pavement design and construction, groundwater conditions, and foundation design and construction. 1lerracon City of Miami Beach RFQ 2018-097-KB I Citywide Geotechnical&Laboratory Testing Services on an As-Needed Basis 65 2 Experience and Qualifications Rodolfo Gonzembach, P.E., S.I. MATERIAL TESTING PROJECT MANGER/SPECIAL INSPECTOR PROFESSIONAL EXPERIENCE Rudy Gonzembach has more than 30 years of project management and construction management and inspection experience. He has participated in the design and - construction of residential and commercial buildings,and worked on roadway and bridge ^ construction and municipal and commercial construction projects. Rudy has also managed projects that required a special inspector (SI) for threshold buildings in accordance with Florida Statutes(F.S.)and/or projects that required a special inspector for specific items required by the Florida Building Code (FBC). His experience also includes supervising the Miami Lakes materials testing laboratory,and providing field QC and inspection services. EDUCATION PROJECT EXPERIENCE Master of Science,Civil Engineering, Florida International University (FIU) BT-903 -Wellness and Recreation Center— Purdue University, 1985 Miami, FL Bachelor of Science,Civil Project Manager for construction materials testing services provided for the expansion Engineering,Universidad de project that included additions and alterations to the 50,000-square foot (SF) building. Guayaquil-Ecuador, 1983 Planned additions included a gymnasium,cardio fitness and weight training areas,locker room addition, fitness rooms, general storage room, and collaborative workspace. The CERTIFICATIONS Professional Engineer:Florida,No. scope of our work included field density testing (soils/concrete), earthwork observation, 45226, 1991 LBR tests, and sieve analysis. Certified Special Inspector for Threshold Buildings:Florida,No.SI Miami Dade College Interamerican Campus Building 6 Renovation and New 1065, 1991 Elevators—Miami, FL Certified Masonry Inspector Project Manager/Special Inspector for Terracon also performed construction materials testing, laboratory testing, and special inspection services for the site work and building YEARS OF EXPERIENCE:30 improvements, including elevator shaft construction, at Building 6 in 2016. The scope of YEARS AT FIRM: 1.5 work included earthwork observation and testing, concrete testing and observation, concrete cylinder and beam testing, field density testing, Windsor probe testing, grout compressive strength testing, concrete compressive strength testing, and fireproofing testing. Amelia Earhart Park Soccer Complex—Hialeah, FL Project Manager for special inspections provided for the Soccer Complex project located on 401 East 65th Street, Hialeah, Florida. Our inspections were based on the original permitted documents, the approved shop drawings, and any modified and/or amended plans approved by the Engineer-of-Record that were provided to Terracon. Inspections were performed for: reinforced masonry, FBC 2122.2.4 (main building); steel connections, FBC 2218.2 (picnic pavilion); and soil compaction, FBC 1820.3.1 (main building and picnic pavilion). South Pointe Pier Park Design and Construction Administration Services -Miami Beach, FL Senior Construction Engineer/Inspector responsible for special inspection services. This project consisted of demolition of the existing +10,000-square foot(SF)fishing pier and installation of a new pier supported by 59 pre-stressed, reinforced concrete piles(75 feet long)driven within the footprint of the non-serviceable pier. 1lerracon City of Miami Beach RFQ 2018-097-KB I Citywide Geotechnical&Laboratory Testing Services on an As-Needed Basis 66 2 Experience and Qualifications Caridad R. Murphy, QCM SENIOR STAFF ENGINEER PROFESSIONAL EXPERIENCE Caridad, Construction Services Manager in the Fort Lauderdale office, has 25 years of • experience in construction management, contract administration and QA/QC of complex transportation projects that include the FDOT and Florida's Turnpike Enterprise (FTE). She has also provided materials testing and inspection services under contracts with cities (Fort Lauderdale, Miami, Miami Beach, Homestead) counties (Broward, Miami-Dade, Palm Beach), school districts(Broward, Miami-Dade), and higher educational clients(Miami Dade College, Florida International University). Caridad's experience in the field of construction materials testing/inspection includes serving as project manager under Parsons Brinckerhoff, Inc.'s contract with the Turnpike EDUCATION while with AMEC. She has experience in performing all field and laboratory tests required Bachelor of Science in Civil Engineering, for verification testing (VT) testing and inspections of soils, asphalt, and concrete; and Central University of Las Villas, evaluation of soils, concrete, and asphalt testing for roadway projects. Caridad has worked Villa Clara,Cuba, 1992 with various government agencies involved in laboratory inspections such as ASTM Cement CERTIFICATIONS and Concrete Reference Laboratory (CCRL), AASHTO Accreditation Program (AAP), CTQP Quality Control(QC) AASHTO Materials Reference Library(AMRL), USACE, and the FDOT Inspection-In-Depth Manager (IID)program. YEARS OF EXPERIENCE:25 PROJECT EXPERIENCE YEARS AT FIRM:5 FDOT Districts 4 and 6—Various Locations Districtwide Supervises laboratory VT on concrete, earthwork and asphalt construction materials according to the applicable Contract Documents and FDOT Standards.Approved all samples in Materials Acceptance and Certification system (MAC) applying correcponding disposition codes, coordinate with construction engineering inspection (CEI) and FDOT representative that all material placed on their projects meet the required standards. Additionally, coordinates all project proposals, billing,client correspondence,deliverables,and data entry. Miami-Dade Expressway Authority(MDX)-Miami-Dade County, FL Materials Quality Assurance Manager. Serves as the Point-of-Contact for the General Engineering Consultant Firm for MDX. She supervises and manages the QA/QC Plans for all MDX projects. Role includes conducting periodical reviews of the construction projects, performing site visits, reviewing documents, assisting CEI consultants in monitoring and evaluating contractor's products and performance, documenting that the CEI adequately performs its responsibilities with the specific QC requirements, checking CEI's QA/QC Plan, checking CEI's operating procedures, confirming that CEI has sufficient staff to ensure adequate inspection coverage, and identifying and reporting problems that can affect the excecution of the project. Dolphin Station Park and Ride Transit Facility—Miami-Dade County,FL Project Manager. MDX is designing and building the Dolphin Station Park and Ride Transit Terminal Facility in partnership with Miami-Dade County DTPW and the FDOT, District 6.The transit facility will support Miami-Dade County's SR 836/Dolphin Expressway Express Bus Service, provide a terminus or stop for several local bus routes serving the Dolphin Mall and the Cities of Sweetwater and Doral, as well as serving a potential future east-west commuter rail service on the CSX line. Miami-Dade County asked MDX to fast track the planning,design and construction of the Dolphin Station. Terracon has been providing QA and overseeing services for all projects included in the GEC contract. 11erracon City of Miami Beach RFQ 2018-097-KB I Citywide Geotechnical&Laboratory Testing Services on an As-Needed Basis 67 2 Experience and Qualifications Armando J. Alvarez, Jr., P.E., LEED AP SENIOR FACILITIES ENGINEER PROFESSIONAL EXPERIENCE Armando, a senior project manager for Terracon's Facilities Group, has 29 years of experience in engineering design and evaluation of new and existing buildings and 411,.t structures for commercial, city,county, and state clients.A registered professional engineer ?` in the States of Florida, Georgia, and Arizona, Armando has attained Leadership in Energy and Environmental Design (LEED)accreditation. ` ' Throughout his career, he has provided commercial and governmental clients with + ` engineering services related to facilities support including evaluations, renovations, energy modeling, retrofits, and new construction. Additionally, Armando possesses extensive experience providing engineering design services to telecommunication clients for the EDUCATION installation of new communication sites at existing buildings and new or existing tower sites. Bachelor of Science,Mechanical Engineering, Rensselear Polytechnic Armando works full-time in the South Florida Region and is the technical lead in the South Institute, 1989 Florida market for facilities engineering services. REGISTRATIONS PROJECT EXPERIENCE Professional Engineer:Florida, No. 55980,2000 Miami Dade College, Building#400 School of Justice Parking Garage-Doral,FL Project Manager. The scope of services included a structural evaluation and non-destructive Professional Engineer:Georgia, No. materials testing. Terracon evaluated the existing structural elements to determine beam and PE033771,2009 slab geometry, reinforcing size and spacing, column sizing and condition of exterior masonry Professional Engineer:Arizona, No. walls. The roofing survey included a roof-based infrared scan of the existing roof that was 51288,2010 performed using a color infrared imaging device,core samples to correlate suspected moisture CERTIFICATIONS anomalies(by patching by others),and report preparation inclusive of a narrative discussion of LEED AP the project, results of the moisture survey and a scaled roof plan. YEARS OF EXPERIENCE:29 Fort Lauderdale-Hollywood International Airport(FLL)Terminal 1 (T1)Modernization -Fort Lauderdale, FL YEARS AT FIRM:4 Senior Project Manager. Terracon provided Building Envelope Commissioning (BECx) services in support of the project to renovate and expand T1 and FLL to house expanded flight operations and baggage handling for Southwest Airlines. Terracon's initial scope of work included a peer review of the 90% construction drawings with an emphasis on the functional performance of the building enclosure components and systems.As a part of this review we identified the various functional performance tests that will be performed to create a QA plan for witnessing and confirming that these tests are satisfactorily performed. The next phase of our services was to visually assess the building envelope components(roofing and building curtain walls)to document their existing condition and to note observed defects prior to construction.A summary of our findings was provided in a written report. During the project, Terracon was directed to contract with the window manufacturer to complete the performance verification testing of the insulating laminated coated glass curtainwalls and store fronts. The Project Specifications require water penetration testing in general accordance with ASTM E 1105 and AAMA 501.2 diagnostic testing at locations selected by the Project Architect. In order to perform the testing, Terracon worked from aerial work platforms. Building Condition Assessment, Florida Power&Light(FPL), Miami, FL* Senior Engineer. Facilities engineering services were provided for indoor air quality (IAQ), HVAC evaluation,and building envelope issues at an FPL call center facility.Additional work was authorized via addendums for the design of modifications to HVAC system and building envelope to solve indoor humidity issues. 1 erracon City of Miami Beach RFQ 2018-097-KB I Citywide Geotechnical&Laboratory Testing Services on an As-Needed Basis 68 2 Experience and Qualifications Louis R. Perini Ill, BN SENIOR BUILDING INSPECTOR n PROFESSIONAL EXPERIENCE Lou, a licensed State of Florida Building Inspector, has over 22 years of experience withregards to municipal and private sector building code compliance. A member of the BOAF,ICC, SBCCI, and NCCER, Lou 's expertise is a direct result of his understanding of construction practices as well as his knowledge of the applicable Florida and International building codes. The confidence Lou has earned through his years of working for various building officials and general contractors allows him to intercede job specific issues on the clients behalf. His capability to solve problems on-the-spot earns Lou the respect of clients, building officials, general contractors and design professionals. He has served as both a CWE EDUCATION Adjunct Instructor and a NCCER Core Curricula Instructor at PBSC, where he utilized his Building Officials Association of knowledge and expertise to educate the upcoming workforce. Florida(BOAF) International Code Council(ICC) PROJECT EXPERIENCE Blue Bell Creameries New Facility-Hialeah Gardens, FL Southem Building Code Congress, Inc.(SBBCI) Senior Building Inspector. Construction materials and special inspections services were provided during construction for the approximately 12,300-SF, one-story freezer storage Former National Center for warehouse and office space building of steel structure, concrete floors, insulated wall and Construction Education and Research(NCCER),Core Curricula roof panels,and TPO roof system. The firm's scope of work included field testing(in-place Instructor-Palm Beach State density tests) and laboratory testing (concrete, Standard Proctor Tests [SPTs]), and College(PBSC) structural steel inspections. Former Continuing Workforce FLL T1 Modernization -Fort Lauderdale, FL Education(CWE)Adjunct Instructor- PBSC Senior Inspector. Assisted the Senior Project Manager. Terracon provided building envelope consulting services for the T1 modernization project at FLL. The scope of work State Requirements for Educational Facilities(SREF)and Chapter 423 of included:development of means and methods for installation of building envelope systems; the Florida Building Code Course review of plans and specifications, shop drawings and submittals to identify potential problems and recommend solutions before installation; attendance at pre-installation REGISTRATIONS State of Florida Building Inspector meetings, performing QC inspections, and testing of materials and products during #BN 3688 construction;assist in the investigation and identification of envelope performance problems on the connections to the existing terminal; and performing independent third-party State of Florida Home Inspector#HI 1920 inspections of the construction phase for both the Concourse"A"addition and T1 renovation. SBCCI Building Inspector#7378 North Broward Medical Center Four-Story Parking Garage-Fort Lauderdale, FL Senior Inspector. Retained to provide vibro-replacement oversight and construction ICC Building Inspector#5167329-65 materials testing services for the 44,000-SF,4-story parking garage. Also performed special ICC Fire Proofing Special Inspector inspections in accordance with the 2004 Florida Building Code, (FBC) Administrative #5167329-86 Section 109.3.6. The Special Inspector responsibilities included (as applicable) cast-in- YEARS OF EXPERIENCE:22 place concrete, unit masonry construction, precast concrete component installation, structural steel roof framing and other discretionary inspections which the building official YEARS AT FIRM: 12 deemed necessary. Broward Children's Reading Room and Museum -Davie,FL Senior Inspector. The new 57,000-SF one-story building is located in the middle of the site and constructed of tilt-up reinforced concrete panels with a bar joist/metal deck roof system. A parking area was constructed on the south side of the building. The northern portion of the site is used as a retention area. The project also involved installation of underground site utilities and asphalt pavement construction. The firm provided construction materials testing and threshold inspection services on an as-needed basis and dictated by the pace and methods of construction. 1lerracon City of Miami Beach RFQ 2018-097-KB I Citywide Geotechnical&Laboratory Testing Services on an As-Needed Basis 69 2 Experience and Qualifications Shayan Bolooki LABORATORY MANAGER PROFESSIONAL EXPERIENCE Shayan has over 12 years of experience in construction materials testing and inspection services. This experience includes field and laboratory inspection. He is proficient in the laboratory testing of soils, rock, concrete, aggregates, and masonry in accordance with the AASHTO, American Society for Testing and Materials (ASTM), FDOT, and USACE. He is ••"a • also experienced with performing drilled shaft inspections to the standards set forth by AASHTO, ASTM, FDOT, and the USACE. Shayan is responsible for overseeing the production of tests performed in the laboratory,and , ensuring that they are being performed in accordance with the project specifications. He is also in charge of certifying the Miami laboratory for the CMEC and FDOT. He keeps all the TIN No.B42078080 equipment calibrated and the personnel trained and qualified to perform duties that meet CERTIFICATIONS client and project needs. CTQP Aggregate Testing Technician PROJECT EXPERIENCE CTQP Aggregate Base Testing Miami-Dade Expressway Authority(MDX)-Miami, FL Technician Project Laboratory Manager and Field Technician. Responsible for performing and CTQP LBR Technician overseeing construction materials testing services. He is also responsible for data entry, validation and approval of samples in MAC in accordance with project specifications. CTQP Qualified Sampler Technician FDOT Districts 4 and 6, Material Testing and Inspection Contract—Various Locations CTQP Asphalt Paving Technician Laboratory Manager and Field Technician. Responsible for performing and overseeing Level 1 construction materials testing for this ongoing contract. He is also responsible for data entry, CTQP Concrete Lab Technician validation and approval of samples in LIMS in accordance with project specifications. Level 1 Florida Turnpike Enterprise(FTE)-Various Locations throughout FL CTQP Drilled Shaft Inspection ACI Aggregate Testing Technician Laboratory Manager and Field Technician. Responsible for performing and overseeing Grade 1 construction materials testing services. He is also responsible for data entry, validation and approval of samples in LIMS in accordance with project specifications. ACI Aggregate Base Testing Technician Miami-Dade Public Works, Miscellaneous Projects, Miami-Dade County, FL ACI Concrete Lab Testing Laboratory Manager and Field Technician. The contract consisted of providing soils, Technician Grade 1 foundation and construction materials testing services. Project experience within Miami-Dade ACI Masonry Lab Testing County has included construction materials testing for several of the County's departments Technician including: Miami-Dade Seaport, Water and Sewer (WASD), Fire Rescue, Public Works, Housing, Park and Recreation, Environmental Resources Management, Solid Waste and ACI Concrete Strength Testing 9 Technician Transit Agency.Additionally,services have been provided for several roadway extension and improvement projects throughout the County. Nuclear Density Gauge Safety/ Hazardous Materials Training Canal Bank Stabilization—Miami Lakes,FL1 Radiation Safety Officer Laboratory Manager. The planned project consisted of the stabilization of a canal section at Golden Glades and Peter's Pike canals that is approximately 10,000 linear feet. The scope YEARS OF EXPERIENCE:12 of work involved site visits to document the existing conditions of the canal, drilling of YEARS AT FIRM: 12 exploratory borings, laboratory testing of representative samples collected from the field,and recommendations for conceptual methods to stabilize the canal slopes in areas that required action. 1lerracon City of Miami Beach RFQ 2018-097-KB 1 Citywide Geotechnical&Laboratory Testing Services on an As-Needed Basis 70 2 Experience and Qualifications 2.2.1 Current Applicable County or State Licensure(s) and Certificate(s) The following are copies of the licenses and certifications, held by Terracon's team members with Miami- Dade County and/or the State of Florida, relating to geotechnical and laboratory testing services. State of Florida Board of Professional Engineers Attests that Hugo E. Soto , P.E. [BPF Is licensed as a Professional Engineer under Chapter 471, Florida Statutes Expiration: 2/28/2019 P.E.Lic.No: Audit No: 228201909242 R 36440 Local Business Tax Receipt ,LBT Miami-Dade County,State of Florida NOT 3902385 WANNESS NAME/LOCATION ..carr NO. EXPIRES SOTO HUGO E PE RENEWAL SEPTEMBER 30,2018 16200 N111159 AVE 106 4074134 Mu.,a d.wlarw at DIE. Cu.,n.0 MIAMI LASS FL 33014 Pursuant 0 County Code Chao!,8A-Art 9&10 ~RN SRC.TIM OP M./SINUS /AYM.IlT RECEIVED SOTO HUGO E PE 212 PROFESSIONAL eV TAR COLLECTOR PE00 560.00 07/07/2017 CREOITCARD-17-045119 1w l.E.l Iwrw1..111=.d...Plwrr.t.ut=Toy 11.Rom*0s na a,K..... EN.tr.o...Mea.MEMMIeavva nRR...l trete• mrn4 NWr.N.e.gla*el.eY Qe.m.n.nw ..q..r...r.l avian Nwr(Nn�+IaYsa.nlr I.a.wv.w. IM KNT MO.aims owl Miyl.Wd r di.tm..rcJ.l N4K4.a-44 8-D.411 CN.S.,S.-77( 4..mom ham840 mit wereriamiffilurittaasilislit State of Florida Board of Professional Engineers • Attests that Kevin E. Aubry , P.E. FBPE A Is licensed as a Professional Engineer under Chapter 471, Florida Statutes Expiration: 2/28/2019 P.E.Lac.No: Audit No: 228201913223 R 38175 1lerracon City of Miami Beach RFQ 2018-097-KB I Citywide Geotechnical&Laboratory Testing Services on an As-Needed Basis 71 2 Experience and Qualifications State of Florida Board of Professional Engineers Attests that Michael J. O'Connor , P.E. !Th..IM1.Un•N Is licensed as a Professional Engineer under Chapter 471, Florida Statutes Expiradon:2/28/2019 P.E./SI Lic.No: Audit No: 228201933894 SI ;44)',2 981 SPECIAL INSPECTOR State of Florida Board of Professional Engineers Attests that Rutugandha H. Nulkar , P.E. 4F BPF Is licensed as a Professional Engineer under Chapter 471, Florida Statutes Expiration: 2/28/2019 P.E.Lic.No: Audit No: 228201925958 !t 70625 State of Florida Board of Professional Engineers Attests that Rodolfo A. Gonzembach , P.E. _ WE N...Wtn 41St4sI r. Is licensed as a Professional Engineer under Chapter 471, Florida Statutes Expiration:2/28/2019 P.E./SI Lic.No: Audit No: 228201921907 s[ SPECIAL INSPECTOR 45226 1065 1lerracon City of Miami Beach RFQ 2018-097-KB I Citywide Geotechnical&Laboratory Testing Services on an As-Needed Basis 72 2 Experience and Qualifications State of Florida Board of Professional Engineers Attests that Carlos Nicholas Mata , P.E. F B PE Is licensed as a Professional Engineer under Chapter 471, Florida Statutes Expiration: 2/28/2019 P.E.Lic.No: Audit No: 228201908976 I 82381 Stateo FloridaF orl Board of Professional Engineers Attests that Mitchell Allan Foster , P.E. F BPF Is licensed as a Professional Engineer under Chapter 471, Florida Statutes Expiration: 2/28/2019 P.E. Lic. No: Audit No: 228201%%1 c12:21* Statef Florida 0 Board of Professional Engineers Attests that Daniel Joseph Marieni , P.E. AFBPI_ Is licensed as a Professional Engineer under Chapter 471, Florida Statutes Expiration: 2/28/2019 P.E.Lic.No: Audit No: 228201907227 R 78629 1lerracon City of Miami Beach RFQ 2018-097-KB Citywide Geotechnical&Laboratory Testing Services on an As Needed Basis 73 2 Experience and Qualifications State o f Florida Board of Professional Engineers Attests that Jaime Andres Velez , P.E. 111)1 Is licensed as a Professional Engineer under Chapter 471, Florida Statutes Expiration: 2/28/2019 P.E.Lic.No: Audit No: 228201906873 66416 State of Florida Board of Professional Engineers Attests that Armando J. Alvarez Jr., P.E. Is licensed as a Professional Engineer under Chapter 471, Florida Statutes Expiration: 2/28/2019 P.E. Lic. No: Audit No: 228201916772 R 55980 STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BUILDING CODE ADMINISTRATORS&INSPECTOR LICENSE.NUMSeR CATEGORY _ 8N3688 BLDG The STANDARD INSPECTOR Named below IS CERTIFIED Under the provisions of Chapter 468 FS Expiration date NOV 30 2019 ❑ ta' ,5",+[J PERINI,LOUIS ROBERT III . I•r. . I 6136 EAGLES NEST DRIVE ' ' JUPITER FL 33458 • y ter ji , u i0• 11erracon City of Miami Beach RFQ 2018-097-KB I Citywide Geotechnical&Laboratory Testing Services on an As-Needed Basis 74 2 Experience and Qualifications Additional Requirements in the City's RFQ Citations Per the City's RFQ, item 25 on page 7, Terracon's citation history is addressed hereafter. lierracon OSHA CITATION HISTORY Terracon conducts approximately 30.000 projects per year doing construction materials testing, contract drilling, geotechnical assessments, facilities investigations and environmental assessment and remedial project oversight. OSHA violations incurred in the previous five years are as follows: October 2012: Two citations were received as a result of a planned inspection 1910.67(c)(2)(iv)and(v). A Terracon employee working at a Texas construction project was cited by OSHA for working in an aerial lift without fall protection and not maintaining body position in an elevated work platform. The employee was observed drilling a core sample at a height of approximately 8 feet above the ground. Terracon investigated the incident and determined the employee had been appropriately trained in fall protection and use of the aerial lift, provided the correct fall protection equipment and failed to use It on this project. He was disciplined and had to accompany Terracon management to an informal conference with the OSHA Area Director. Terracon entered into an informal settlement agreement reducing the penalty by 50%and one citation downgraded to"Other-than-Serious". Terracon's goal is to complete our projects safely and in compliance with applicable regulations.If you have any additional questions regarding any of the above,please feel free to contact me. Sincerely, 9 4AM td")*t03 Jim Wright Director of Safety and Health Terracon 18001 W.1067'Street,Suite 300 I Olathe.KS 66061 0(9131 202 7525 I M(913)523 5044 james.wrightplterracon.com I terracon.com 1lerracon City of Miami Beach RFQ 2018-097-KB Citywide Geotechnical&Laboratory Testing Services on an As-Needed Basis 75 2 Experience and Qualifications 1lerracon Re: 2015 Terracon MSHA Citation Explanation To Whom It May Concern; On September 17, 2015 Terracon Engineering Consultants. Inc. received an MSHA administrative citation for failing to submit a quarterly hours report within 15 days of the end of the quarter. The report was submitted 1 day past the due date and the violation was noticed during an onsite inspection several months later and had no bearing on worker safety. No abatement was required. The administrative violation was settled with a$100 penalty assessed. Please feel free to contact me with questions. Sincerely, 94,44 tIOL#P, Jim Wright Director of Safety and Health Terracon 18001 W 1061;Street Sate 300 I Olame.KS 66061 D(913)202 7525 I M(913)523 5044 James.wrlghtaterracon.com I tertacon.com 18001 West 106th Street,Suite 300 Olathe,KS 66061 Gaatechnieal Env.ronmental Constroct,on Materials • Facilities Financial Capacity Terracon's Dun & Bradstreet Supplier Qualification Report(SQR)was sent to Kristy Bada on June 29,2018. 1Ierracon City of Miami Beach RFQ 2018-097-KB I Citywide Geotechnical&Laboratory Testing Services on an As-Needed Basis 76 3 Approach & Methodology 3 Approach and Methodology 4f» 1110 4111014 te" i 3.1 DETAILED APPROACH AND METHODOLOGY 1. Geotechnical Services Design and construction of functional, cost-effective structures and infrastructure requires a thorough understanding of local soil, rock and groundwater conditions. Terracon has access to subsurface data from hundreds of locations in the local Miami Beach market. Our Engineers have worked on numerous contracts for the FDOT, as well as several municipalities throughout South Florida. The knowledge and experience that we have gathered from our previous experience allows us to complete tasks in a safe and timely manner to provide you with a high-quality product. Terracon's geotechnical engineering services include: • Geotechnical drilling/exploration data collection • Dynamic analysis and evaluation • Earth structures. Slopes, and retention systems • Foundation analysis and design • Groundwater control • In-situ testing and performance monitoring • Pavement design and subgrade evaluation -� • Site characterization • Soil stabilization and ground improvement Our approach and methodology described herein addresses the following: previous construction activity and existing fill, subsurface conditions, site preparations and recommendations, compaction requirements, foundation reporting, slope stability and excavations, excavation requirements, dewatering, corrosion potential and chemical attack to concrete and pavements and roadway. 11erracon City of Miami Beach RFQ 2018-097-KB I Citywide Geotechnical&Laboratory Testing Services on an As-Needed Basis 77 3 Approach and Methodology The Contract Manager will review and develop a scope of work. He will meet with the City's Project Manager (PM) to discuss the scope and any issues regarding the project, and prepare a technical proposal stating our understanding of the scope of services, and our overall cost based on the contract rates, schedule and our staffing resources including the project approach. We believe that developing a proper scope of field work is the key to providing reliable geotechnical recommendations and avoiding issues during construction. After the work order is approved, the following will be performed: data collection, overlaying of baseline and topographic files onto Google Earth aerial imagery, site reconnaissance, marking test locations using a hand-held GPS device. Our Engineers will identify the critical activities for the timely completion of the project. The time for each activity will be assessed and the coordination and selection of the resources and technical staff will be performed. Terracon understands that an important element for controlling costs is good planning. Terracon will comply with local regulations to request a utility location service through Sunshine State One Call. We will Ili consult with the owner/client regarding potential utilities, or • other unmarked underground hazards. Based upon the . •T._ � � •�� ':; + results of this consultation, we will consider the need for alternative subsurface exploration methods, as the safety of our field crew is a priority. We will apply for right-of-way I* 017'M (ROW) permits with the City/County Operation Center, setup maintenance of traffic (MOT) with certified subcontractors. Once all the permits and clearances are in place, subsurface explorations will be performed using applicable ASTM methods. Terracon has one of the largest and most diverse fleets of drilling equipment in Florida. By having this equipment in-house, we can ensure quality control (QC) and quick turnaround in collecting subsurface samples. Our drill rigs are equipped with automatic hammers and include truck-mounted, ATV mudbug, track- mounted (hydraulic mini-rig) with safety hammer, plus portable drilling tripods for extremely tight access conditions and 1 20 Ton CPT rig. Once the field exploration is completed, the soil/rock samples will be transported to our local office which has a fully accredited laboratory by CMEC and FDOT. The soil samples will be classified by a geotechnical engineer and necessary laboratory testing will be assigned. The laboratory testing will include and is not limited to moisture content, organic content, grain size analysis, Atterberg limits and corrosion potential (pH, sulfates, chlorides and resistivity). All tests will be performed in accordance with ASTM/AASHTO methods. Based on the field exploration and laboratory results Terracon will provide geotechnical recommendations for the proposed construction. All our geotechnical reports will address the type of materials that can be used for backfill,the compaction requirements for backfill, foundations, slabs, subgrade and base below pavements. In addition, it is important to the contractor to identify if any hard material is anticipated while performing excavations. We will ensure that sufficient information is provided to the contractor in order for them to design the excavations in accordance with OSHA requirements and ensure that they use proper equipment. 1lerracon City of Miami Beach RFQ 2018-097-KB I Citywide Geotechnical&Laboratory Testing Services on an As-Needed Basis 78 3 Approach and Methodology Terracon will also provide soil/rock parameters that will assist in design of any excavations with sheet piling. In addition, in the predominantly urbanized Miami Beach, impacts of vibrations and noise levels on adjoining structures and utilities as well as the impacts of dewatering on adjacent properties will be considered while providing recommendations. Terracon will provide information with regards to groundwater conditions on the site and predicted seasonal high-water levels within the area which will assist in determining the dewatering requirements. The majority of Miami Beach is underlain by a well cemented and highly porous limestone formation which should be considered when determining dewatering requirements and anticipated difficulty in performing construction excavation. Terracon has performed several canal slope stabilization projects for various municipalities. Access to locations for such projects is generally behind existing structures. Terracon understands the need to coordinate with private owners while performing field work. We are aware of the vibration concerns for installation of sheet piles in close proximity to existing structures. Our engineers work closely with the designer and provide the most cost-effective approach for stabilization of slopes. Construction on sites which were previously used for different purposes pose a big concern especially if the site was used as a borrow pit and was backfilled without any control with construction debris or unsuitable fills. Terracon has worked on several such sites and will provide most economical ground improvement technique to address any unsuitable fill concerns. We recognize that time is of the essence for any project especially — during construction. During construction, we will assist with Pile Driving Analyzer responses to requests for information (RFIs) for geotechnical �- issues, provide specialty in-situ testing, dynamic pile testing (PDA/EDC), Case Pile Wave Analysis Program (CAPWAP), Wave •,,Rwa �a ?„ ` Equation Analysis Program (WEAP) Analysis, pile driving plan review and inspections, drilled shaft plan review and independent �►ra`” assurance inspection by CTQP-certified staff, augercast pile ,. installation plan review and inspection, and testing services for crosshole sonic logging (CSL), Thermal Integrity Profiling (TIP), pile integrity test (PIT), and vibration monitoring. Terracon has an Authorized Project Reviewer(APR) program, wherein proposals and reports are reviewed for quality prior to submittal to the client. After the report is completed, the report undergoes a thorough review by the APR prior to submittal to the City. After the APR review, any corrections/ changes are performed, and a final review by the APR is performed to make sure the corrections/changes have been implemented in the report. Terracon's APR reviewer for this contract will be Hugo Soto, P.E., our Principal, Contract Manager. Hugo will oversee all aspects of any geotechnical task under this contract from proposal preparation to report review/QC. 1lerracon City of Miami Beach RFQ 2018-097-KB I Citywide Geotechnical&Laboratory Testing Services on an As-Needed Basis 79 3 Approach and Methodology Terracon's APR Process •Review adequacy of scope,regulatory Proposal compliance and appropriateness of cost Authorized Project •Collaborate with PM Project Critical •decistPMan Reviewer decision-making eviewer Junctures •Mentor PM on R rationale for decisions •Review deliverables •Ensure PM consults Deliverables with client •Confirm adherence to Terracon standards and regulatory requirements 2. Roadway Reports Roadway projects may consist of new roadway,widening, reconstruction, and/or milling and resurfacing, pavement distress and/or subsidence. Laboratory testing is very important for a roadway project, since utilization of the existing soils within the embankment and subgrade portion of the road needs to be determined. During roadway geotechnical design,critical issues that may impact the existing or proposed roadways include: site history, problematic soils (plastic/organic soils, and/or uncontrolled fills [trash, dredge soils, etc.]) and high groundwater elevation. Soil improvement methods will be considered for problematic sites when most economical and/or practical. In addition, Terracon can perform pavement evaluations and provide geotechnical recommendations for new pavement design or rehabilitation. Drainage design parameters will be provided by performing permeability and infiltration testing for French drains or retention and detention ponds. 3. Structures Reports Structures projects typically consist of bridge foundations, building foundations, walls, signs and other miscellaneous structures. Critical geotechnical issues requiring special attention consist of preforming for foundation installation, need for temporary or permanent casing for drilled shafts due to hole cave-in or 1lerracon City of Miami Beach RFQ 2018-097-KB I Citywide Geotechnical&Laboratory Testing Services on an As-Needed Basis 80 3 Approach and Methodology adjacent existing foundations, loss of drilling fluid/rock porosity, and impact of shallow groundwater. The proper geotechnical evaluation and recommendations for these issues will avoid potential construction delays or claims to the City. 4. Materials Testing, Inspection, and Reporting Proper selection, quality, workmanship, and performance of construction materials play a vital role in ensuring that today's buildings and infrastructure perform adequately over time. We work with our clients to manage material replacements, reduce deterioration, and avoid risk associated with material failures. Terracon's construction materials testing and inspection services include: • Construction QC and QA programs •:;"'' • 1:Of 441117 is • Consulting for construction materials selection, compatibility and ' ' • .._ acceptability �' 4s11•; MC '?i a t p soar. Design and review of concrete, grout and asphaltic concrete mixes �/r/� WortalAtd • • Field and laboratory testing and analysis /' • • • Forensic investigation and evaluation of in-place construction f materials �^ • On-site observation and monitoring i »• .: • Pavement materials engineering and construction management • Special inspections/threshold building inspections • Structural steel nondestructive testing Our detailed approach and methodology to materials testing inspection and reporting is to successfully manage and carry out the projects assigned to us. Terracon understands that tasks issued will vary in type and complexity and we are prepared to provide resources that will cover all requested services in a manner that efficiently, effectively and safely serves the City of Miami Beach. • Bituminous Construction Materials: Terracon understands and follows standard operating procedures from our vast experience working with the FDOT, MDX, and FTE.We follow the operating procedures for asphalt plant inspection activities and we understand that one inspector will be assigned to a specific plant. The Terracon Team includes several CTQP-certified asphalt plant inspectors, strategically located throughout south Florida to cover asphalt plant assignments. For Asphalt Plant Verification Testing (VT), the VT technician will perform all asphalt testing on a sub lot as determined by the random number generator and the applicable standards. Both QC and VT test results will be reviewed ensuring that all tests were performed and reported in FDOT's Materials Acceptance and Certification system (MAC), as needed; otherwise the test results will be reported on the Asphalt Worksheet for acceptance and payment. Tonnage will be reported and the production 1lerracon City of Miami Beach RFQ 2018-097-KB I Citywide Geotechnical&Laboratory Testing Services on an As-Needed Basis 81 3 Approach and Methodology spreadsheets for the contractor's daily field quality control will be collected, reviewed, and submitted to the City PM. QC cores will be tracked to ensure that samples were cut and properly delivered to the laboratories as per production tonnage. In the event of failure to compare, all resolution boxes and cores will be collected and delivered to the appropriate parties to perform the resolution process. We will discuss each individual project with City personnel to determine specific requirements. Terracon will have regular conversations with City PMs and asphalt plant personnel to ensure adequate manpower is available for each project. The key challenges of asphalt plant inspection are that night work is required and "double shifts" are often needed so it is imperative to have adequate personnel resources "backup personnel" for these projects. Terracon uses internal data tracking sheets for asphalt to determine when asphalt lots should be closed, at the appropriate tonnage or number of days of production. This helped reduce turnaround time on the verification sample to within three (3) business days. • Sand, Coarse Aggregate, Limerock and Cemented Coquina Mine Inspection: The production process shall be monitored by a representative of the City with sufficient experience and training to record the process routinely. Routine inspection findings will be documented in the Aggregate Source Inspection Report (Form No. 675.020.01). QC personnel shall respond to observations and sign the report. If an issue escalates with no clear sign of early resolution, a Notice of Deficiency will be completed. If any single test result falls outside of acceptable limits, three additional tests will be performed in order to determine material suitability. If any of these 3 tests fail, the 500 yd3 lot will be terminated and found non-suitable for base use. • Base, Sub-Grade and Embankment Materials: Provide CTQP earthwork Level I certified technicians to perform sampling of soils and earthwork materials from the project, takes earthwork moisture and density readings, and record those data in the Density Log Books. Terracon will perform the following: an Initial Equipment Comparison - before initial production; field density testing of limerock, base, embankment, subgrade, retaining walls, pile and structural backfill materials in accordance with the frequency stated in the contract documents. • Portland Cement Concrete: Provide certified CTQP Concrete Field Technicians Level I to perform plastic property testing on concrete for materials acceptance. Plastic property testing will include slump, temperature, air content, water-to-cementitious materials ratio calculation, and making and curing concrete 4-inch by 8-inch cylinders. Duties will include initial sampling and testing to confirm specification compliance prior to beginning concrete placements, ensuring timely placement of initial cure and providing for the transport of compressive strength samples to the designated laboratories. Our concrete field services will be performed in general accordance with the contract documents. Frequency will be per specifications, provide a technician to be present and perform tests throughout the placement operation at the frequency indicated in the specification. Terracon will inform the City representative of any deviation of what it is specified in the contract documents. • Pre-Stressed Concrete Products: Our team understands the importance of helping the City to ensure that each product delivered to the job site meet the standards outlined in the contract documents. One of our principal roles in this contract will be supporting the Client with inspecting, 1lerracon City of Miami Beach RFQ 2018-097-KB I Citywide Geotechnical&Laboratory Testing Services on an As-Needed Basis 82 3 Approach and Methodology sampling, testing and reporting all Concrete and Pre-Stress/Pre-Cast production facilities assigned to us. The Terracon Team is comprised of a pool of CTQP concrete-qualified technicians, Pre-Cast inspectors and FDOT-accredited laboratory facilities. We have been, and are currently providing these exact field inspections, testing and laboratory services for the FDOT, MDX and other governmental entities. Once a PO is assigned to us, our team will schedule a certified technician from the facilities nearest office. This way, we can optimize travel time and budget from the task. Our PM will request the facility production schedule to properly identify the LOTs that need VT. We are committed to deliver excellence to our projects, frequency of testing and inspection must be met guaranteeing that only a product of the highest quality is delivered to the City of Miami Beach project. • Drilled Shaft Inspection: Terracon can provide �� similar specialty inspection services for drilled ��� shaft foundations, including load testing and reporting, Crosshole Sonic Logging (CSL) integrity testing, Thermal Integrity Profiling (TIP), '2. and Shaft Inspection Device (SID) inspection • and reporting. Our team is aware that FDOT prefers electronic data transmittal and collection `4; „ -.; r and we are well versed with electronic versions of the drilled shaft forms. '". • Laboratory Information Management System (LIMS) Data Entry: LIMS has transitioned from LIMS to MAC, from the end of 2016 to the beginning of 2017. We have three Profile Managers, along with 9 trained data entry and sample reviewers, located within our South Florida offices who will support the agency with any activity related to this assignment. Another important MAC related issue that we have considered and planned for: MAC will not have material numbers that identify proper procedures to follow. In lieu of this, the materials ID will be connected to the standard specification of that particular portion of the roadway. Terracon's plan is to have all our personnel involved in the verification process meet the following requirements: perform a review the standard specs prior to assignment; ensure understanding of each section of the contract documents; and ensure each team member will have appropriate qualifications to perform our services. As for current process and services, Terracon has a detailed plan in place for processing of samples in MAC including receiving, testing, and reporting test results. This plan has been developed as result of previous experiences in similar contracts with the purpose of enabling us to identify deficiencies encountered including incomplete information on C-22 cards, incorrectly coded samples, test results not entered by a QC laboratory, and unqualified technicians performing field and laboratory tests. We are committed to an open line of communication from the field personnel to the Administrators and Engineers, to the PM's. Our PM, will provide constant and clear communication with the City. Terracon will participate in construction weekly progress meetings, if necessary, which allows us to provide input to potential problems, suggestions for samples pending completion, or resolution for material failures. 1lerracon City of Miami Beach RFQ 2018-097-KB I Citywide Geotechnical&Laboratory Testing Services on an As-Needed Basis 83 3 Approach and Methodology • Data Management/Reporting: Terracon is an experienced firm and we understand the importance of this program. Training is provided to all field and laboratory technicians and project personnel so that they are proficient in monitoring and entering all test results into MAC on a daily basis, which will ensure proper compliance with project timeliness. Our team is focused on a single attribute that will enhance project success - efficient communication among the team members. All inspectors have PCs equipped with wireless communication technology and are familiar with the data entry system. Details about production, materials failures, inspected checklists, and non-comparison results will be reported to the City PM on a daily basis. Our management team has received proper training in the MAC program and has contributed in the development of its different characteristics for proper implementation and transition from LIMS. (Receiving Samples(Receiving Card)) STANDARD LABORATORY PROCESS ( Log info in CMELMS , ( Check Materials Type in Project Specifications Guide(PSG) ) (Check the Remark Sec.of the Receiving Card for Additional Details) Proceed as Specified by Approved Contract Docs ( Are you familiar w!the Test&Material Type? I—. No Discuss with PM Testing Options , • Quality Control: Terracon has a rigorous internal Quality Control Program, wherein each office is audited in-depth annually by Terracon's team of Materials Testing experts. Terracon's equipment calibrations are tracked, scheduled and maintained regularly through our automated system. Our laboratories maintain full accreditation and validation by AASHTO (AMRL and CCRL), the U.S. Army Corps of Engineers, and/or CMEC. We also have an Authorized Project Reviewer (APR) program, wherein proposals and reports are reviewed for quality by a senior professional prior to submittal to the client. 5. Laboratory Services • Laboratory Testing (Verification Testing): When we receive a sample, our laboratory will mark the sample as received in MAC. The C-22 card will be stamped and inserted into the internal project tracking system where all the due dates, schedules, project specification and turnaround times per material ID will be identified. Upon completion of the testing,the reports will be reviewed by the Project Laboratory Engineer (PLE). The Laboratory Manager will check MAC to confirm that all the quality control (QC) test results are reported and ready for comparison. If any discrepancy (i.e. non-trained technician or laboratory, missing tests, incorrect method or failing tests) is identified, a notification will be submitted via e-mail to the City Project Manager and Representatives. If otherwise, a summary 1lerracon City of Miami Beach RFQ 2018-097-KB I Citywide Geotechnical&Laboratory Testing Services on an As-Needed Basis 84 3 Approach and Methodology status from MAC will be obtained to assist the PLE and/or Project Manager (PM) on the acceptance process. We understand the importance of schedules and efficient processing of laboratory tests and reports • Reporting: Terracon proposes to support the City of Miami Beach with our industry-leading Web- based information technology and data management, recordkeeping and database system, Seamless Service Delivery. Our Seamless Service Delivery application is a complete and comprehensive field and laboratory testing data and results management system that can manage an unlimited number of reports and data for ease of reporting and documentation purposes. Some of the additional features of Seamless Service Delivery include maintaining concrete test data by mix design and the ability to provide statistical analyses and test results for a project or a concrete mix by the push of a button. Field Data Collection Communication of . ' e ""- Data Results to All Parties Management System -'�— ■ __..-, lferracon 24 Hour Real-time Tracking & Report Delivery Email Notifications PM Online &Alerts ,41, Review lirrtms OEM. girgi Deviations/Non Conforming Item ''_. - Tracking to Closeout _ -- r !—'�fwa— Daily Reports and Digital Signatures 11erracon City of Miami Beach RFQ 2018-097-KB I Citywide Geotechnical&Laboratory Testing Services on an As-Needed Basis 85 lerracon 16200 NW 59th Avenue RESPONSIVE. Suite 106 Miami Lakes, FL 33014 RESOURCEFUL. (305) 820 1997 terracon.com RELIABLE. Environmental Facilities Geotechnical Materials