Loading...
Agreement with Universal Engineering Sciences, Inc. go 18- 30C(iLl AGREEMENT BETWEEN CITY OF MIAMI BEACH AND UNIVERSAL ENGINEERING SCIENCES, 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 UNIVERSAL ENGINEERING SCIENCES, INC. FOR FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS- NEEDED-BASIS • This Agreement made and entered into this on day of I bruar t, , 20 ! f , (Effective Date), by and between the CITY OF MIAMI BEACH, a municipal corjoration 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 UNIVERSAL ENGINEERING SCIENCES, INC., a Florida corporation having its principal office, at 3532 Maggie Boulevard,Orlando, Florida 32811 (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 Universal Engineering Sciences, 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 and all of 8 Consultant's responsibilities and obligations with respect to the Project, as set forth in the General Conditions of the Contract for Construction. 2.6 RESPONSIBILITY FOR CLAIMS AND LIABILITIES: No action or omission by City shall waive or excuse Consultant's obligations under the Agreement and/or other Contract Documents and that Consultant shall remain fully liable for all work performed by Consultant including, without limitation, any design errors or omissions (if applicable to the services performed by Consultant). Written decisions and/or approvals issued by the City shall not constitute nor be deemed a release of the responsibility and liability of the Consultant (or any Subconsultants), for the accuracy and competency of the Services, nor shall any City approval and/or decisions be deemed to be an assumption of such responsibility by the City for a defect, error or omission in the Services. Moreover, neither the City's inspection, review, approval or acceptance of, nor payment for, any Services required under the Agreement shall be construed to relieve the Consultant (or any Subconsultant) of its obligations and responsibilities under the Agreement, nor constitute a waiver of any of the City's rights under the Agreement, or of any cause of action arising out of the performance of the Agreement. The Consultant shall be and remain liable to the City in accordance with Applicable Laws for all damages to City caused by any failure of the Consultant or to comply with the terms and conditions of the Agreement or by the Consultant's misconduct, unlawful acts, negligent acts, errors or omissions in the performance of the Agreement. 2.7 TIME: It is understood that time is of the essence in the completion of the Project and, in this respect, the parties agree as follows: 2.7.1 Term: The term of this Agreement shall commence upon execution by the City and Consultant, which shall be the Effective Date referred to on page 1 hereof, and shall be in effect for three (3) years ("Initial Term"), plus two (2), one (1) year renewal options, to be exercised at the sole discretion of the City Manager (Initial Term and any renewals shall be collectively referred to as the "Term"). Notwithstanding the preceding Term, Consultant shall adhere to any and all timelines and/or deadlines, as set forth in the Consultant Service Order, including 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 flor 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 liablelor the replacement or repair of any defective materials and equipment and for the cost of the re-performance of any non-conforming construction work resulting from such deficient Services (i) for a period from the Effective Date of this Agreement, until twelve (12) months following final acceptance of the Work. The Project Administrator shall notify the Consultant, in writing, of any deficiencies and shall approve the method and timing of the corrections. 2.11 The City shall have the right, at any time, in its sole and absolute discretion, to submit for review to other consultants (engaged by the City at its expense) any or all parts of the Services and the Consultant shall fully cooperate in such review(s). Whenever others are required to verify, review, or consider any Services performed by Consultant (including, without limitation, , contractors, other design professionals, and/or other consultants retained by the City), the intent of such requirement is to enable the Consultant to receive input from others' professional expertise to identify any discrepancies, errors or omissions that are inconsistent with industry standards relating to comparable projects; or which are inconsistent with Applicable Laws; or which are inconsistent with standards, decisions or approvals provided by the City under this Agreement. Consultant will use reasonable care and skill, in accordance and consistent with customary professional standards, in responding to items identified by other reviewers in 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 comply with this subsection. 2.15 The City and Consultant acknowledge that the Services, as described in the Agreement and the Consultant Service Order, do not delineate every detail and minor work task required to be performed by Consultant to complete the work and/or services described and delineated under a Consultant Service Order issued to Consultant by the City for a particular Project. If, during the course of performing work, services and/or tasks on a particular Consultant Service Order, Consultant determines that work and/or services should be performed (to complete the Project delineated under such Order) which is, in the Consultant's reasonable opinion, outside the level of effort originally anticipateddin 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 beundertaken 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, inmaking any such information available to Consultant, the City makes no express or implied certification, warranty, and/or representation as to the accuracy or completeness of such information and assumes no responsibility whatsoever with respect to, the sufficiency, completeness or accuracy of such information. The Consultant understands, and hereby agrees and acknowledges, that it is obligated to verify to the extent it deems necessary all information furnished by the City, and that it is solely responsible for the accuracy and applicability of all such information used by Consultant. Such verification shall include, without limitation, visual examination of existing conditions in all locations encompassed by the Project, where such examination can be made without using destructive measures (i.e. excavation or demolition). Survey information shall be spot checked to the extent that Consultant has satisfied itself as to the reliability of the information. 3.3 At any time, in his/her sole discretion, the City Manager may furnish accounting, and insurance counseling services for the Project (including, without limitation, auditing services to 13 verify the Consultant's applications for payment, or to ascertain that Consultant has properly remitted payment due to its Subconsultants or vendors). 3.4 If the City observes or otherwise becomes aware of any fault or defect in the Project, or non-conformance with the Contract Documents, the City, through the Project Administrator, shall give prompt written notice thereof to the Consultant. 3.5 The City, acting in its proprietary capacity as Owner and not in its regulatory capacity, shall render any administrative approvals and decisions required under this Agreement, in writing, as reasonably expeditious for the orderly progress of the Services and of the Work. 3.6 The City Commission shall be the final authority to do or to approve the following actions or conduct, by passage of an enabling resolution or amendment to this Agreement: 3.6.1 Except where otherwise expressly noted in the Agreement or the Contract Documents, the City Commission shall be the body to consider, comment upon, or approve any amendments or modifications to this Agreement. 3.6.2 The City Commission shall be the body to consider, comment upon, or approve any assignment, sale, transfer or subletting of this Agreement. Assignment and transfer shall be defined to also include sale of the majority of the stock of a corporate consultant. 3.6.3 The City Commission shall approve or consider all Contract Amendments that exceed the sum of fifty thousand dollars ($50,000.00) (or other such amount as may be specified by the City of Miami Beach Procurement Ordinance, as amended). 3.7 Except where otherwise expressly noted in this Agreement, the City Manager shall serve as the City's primary representative to whom administrative (proprietary) requests for decisions and approvals required hereunder by the City shall be made. Except where otherwise expressly noted in this Agreement or the Contract Documents, the City Manager shall issue decisions and authorizations which may include, without limitation, proprietary review, approval, or comment upon the schedules, plans, reports, estimates, contracts, and other documents submitted to the City by Consultant. 3.7.1 The City Manager shall have prior review and approval of the Project Manager (and any replacements) and of any Subconsultants (and any replacements). 3.7.2 The City Manager shall decide, and render administrative (proprietary) decisions on matters arising pursuant to this Agreement which are not otherwise expressly provided for in this Agreement. In his/her discretion, the City Manager may also consult with the City Commission on such matters. 3.7.3 At the request of Consultant, the City Manager shall be authorized, but not required, to reallocate monies already budgeted toward payment of the Consultant; provided, however, that the Consultant's compensation (or other budgets established by this Agreement) may not be increased without the prior approval of the City Commission, which approval (if granted at all) shall be in its sole and reasonable discretion. 3.7.4 The City Manager may approve Contract Amendments which do not exceed the 14 • sum of fifty thousand dollars ($50,000.00) (or other such amount as may be specified by the City of Miami Beach Purchasing Ordinance, as amended); provided that no such amendments increase any of the budgets established by this Agreement. 3.7.5 The City Manager may, in his/her sole discretion, form a committee or committees, or inquire of, or consult with, persons for the purpose of receiving advice and recommendations relating to the exercise of the City's powers, duties, and responsibilities under this Agreement or the Contract Documents'. 3.7.6 The City Manager shall be the City Commission's authorized representative with regard to acting on behalf of the City in the event of issuing any default notice(s) under this Agreement, and, should such default remain uncured, in terminating the Agreement (pursuant to and in accordance with Article 10 hereof). 3.8 The City's review, evaluation, or comment as to any documents prepared by or on behalf of the Consultant shall be solely for the purpose of the City's determining for its own satisfaction the suitability of the Project, or portions thereof, detailed in such documents for the purposes intended therefor by the City, and may not be relied upon in any way by the Consultant or any other third party as a substantive review thereof. ARTICLE 4. NOT USED ARTICLE 5. ADDITIONAL SERVICES 5.1 Additional Services shall only be performed by Consultant following receipt of written authorization by the Project Administrator (which authorization must be obtained prior to commencement of any such additional work by Consultant). The written authorization shall contain a description of the Additional Services required; a lump sum to be negotiated at the time of the request for additional services or a fee (in accordance with the rates in Schedule "B" hereto), with a "Not to Exceed" amount; Reimbursable Expenses (if any) with a "Not to Exceed" amount; the amended. Construction Cost Budget (if applicable); the time required to complete the Additional Services; and an amended Project Schedule (if applicable). "Not to Exceed" shall mean the maximum cumulative fees allowable (or, in the case of Reimbursable Expenses, the maximum 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 for such adaptations will be limited to an amount not greater than 50% of the original fee earned to adapt the original copyrighted material to a new site. 9.4 The City shall have the right to modify the Project or any components thereof without permission from the Consultant or without any additional compensation to the Consultant. The Consultant shall be released from any liability resulting from such modification. 9.5 The Consultant shall bind all Subconsultants to the Agreement requirements for re-use of plans and specifications. ARTICLE 10. TERMINATION OF AGREEMENT 10.1 ' TERMINATION FOR LACK OF FUNDS: The City is a governmental entity and is subject to the appropriation of funds by its legislative body in an amount sufficient to allow continuation of its performance in accordance with the terms and conditions of this Agreement. In the event there is a lack of adequate funding either for the Services or the Project (or both), the City may terminate this Agreement without further liability to the City. 10.2 TERMINATION FOR CAUSE: The City, through the City Manager, may terminate this Agreement for cause, upon written notice to Consultant, in the event that the Consultant (1) violates any provision of this Agreement or performs same in bad faith; (2) unreasonably delays the performance of the Services or any portion thereof; or (3) does not perform'the Services or any portion thereof in a timely and satisfactory manner. In the case of termination for cause by the City, the Consultant shall first be granted a thirty (30) day cure period (commencing upon receipt of the initial written notice of default from the City). 10.2.1 In the event this Agreement is terminated for cause by the City, the City, at its\ sole option and discretion, may take over the remaining Services and complete them by contracting with another consultant(s), or otherwise. The Consultant shall be liable to the City for any additional cost(s) incurred by the City due to such termination. "Additional Cost" is defined as the difference between the actual cost of completion of the Services, and the cost of completion of such Services had the Agreement not been terminated. 10.2.2 In the event of termination for cause by the City, the City shall only be obligated 18 to pay Consultant for those Services satisfactorily performed and accepted prior to the date of termination (as such date is set forth in, or can be calculated from, the City's initial written default notice). Upon payment of any amount which may be due to Consultant pursuant to this subsection 10.2.2, the City shall have no further liability to Consultant. 10.2.3 As a condition precedent to release of any payment which may be due to Consultant under subsection 10.2.2, the, Consultant shall promptly assemble and deliver to the Project Administrator any and all Project documents prepared (or caused to be prepared) by Consultant(including, without limitation, those referenced in subsection 9.1 hereof). The City shall not be responsible for any cost incurred by Consultant for assembly, copy, and/or delivery of Project documents pursuant to this subsection. 10.3 TERMINATION FOR CONVENIENCE: In addition to the City's right to terminate for cause, the City through the City Manager, may also terminate'this Agreement, upon fourteen (14) days prior written notice to Consultant, for convenience, without cause, and without penalty, when (in its sole discretion) it deems such termination to be in the best interest of the City. In the event the City terminates the Agreement for convenience, Consultant shall be compensated for all Services satisfactorily performed and accepted up to the termination date (as set forth in the City's written notice), and for Consultant's costs in assembly and delivery to the Project Administrator of the Project documents (referenced in subsection 10.2.3 above). Upon payment of any amount which may be due to Consultant pursuant this subsection 10.3, the City shall have no further liability to Consultant. 10.4 TERMINATION BY CONSULTANT: The Consultant may only terminate this Agreement for cause, upon thirty (30) days prior written notice to the City, in the event that the City willfully violates any provisions of this Agreement or unreasonably delays payment of the Services or any portion thereof. In the event of a termination for cause by Consultant, the City shall pay Consultant for any Services satisfactorily performed and accepted up to the date of termination; provided, however, that the City shall first be granted a thirty (30) day cure period (commencing upon receipt of Consultant's initial written notice). 10.4.1 The Consultant shall have no right to terminate this Agreement for convenience. 10.5 IMPLEMENTATION OF TERMINATION: In the event of termination (whether for cause or for convenience), the Consultant shall immediately, upon receipt of the City's written notice of termination: (1) stop the performance of Services; (2) place no further orders or issue any other subcontracts, except for those which may have already been approved, in writing, by the Project Administrator; (3) terminate all existing orders and subcontracts; and (4) promptly assemble all Project documents (for delivery to the Project Administrator). ARTICLE 11. INSURANCE 11.1 At all times during the Term of this Agreement, Consultant shall maintain the following required insurance coverage in full force and effect. The Consultant shall not commence any work until satisfactory proof of all required insurance coverage has been furnished to the Project Administrator: (a) Workers' Compensation and Employer's Liability per the Statutory limits of the 19 State of Florida. (b) Commercial General Liability on a comprehensive basis in an 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 or omissions of the Consultant in which the City participated either through review or concurrence of the Consultant's actions. In reviewing, approving or rejecting any submissions by the Contractor, or other acts of the Consultant, the City in no way assumes or shares any responsibility or liability of the Consultant (including, without limitation its 20 Subconsultants and/or any registered professionals (architects and/or engineers) under this ' Agreement). ARTICLE 13. ERRORS AND OMISSIONS 13.1 ERRORS AND OMISSIONS: It is specifically agreed that any construction changes categorized by the City as caused by an error, an omission, or any combination thereof in the Consultant's performance of the Services will constitute an additional cost to the City that would not have been incurred without the error. The damages to the City for errors, omissions or any combinations thereof shall be calculated as the total cost of any damages or incremental costs to the City resulting out of the errors or omissions by the Consultant, including, without limitation, the direct, indirect and/or consequential damages resulting from the Consultant's errors and/or omissions or any combination thereof. Damages shall include delay damages caused by the error, omission, or any combination thereof. Should the Consultant disagree that all or part of such damages are the result of errors, omissions, or any combination thereof, the Consultant may appeal this determination, in writing, to the applicable Assistant City Manager. The Project Administrator's decision on all claims, questions and disputes shall be final, conclusive and binding upon the parties hereto unless such determination is clearly arbitrary or unreasonable. In the event that the Consultant does not agree with the decision of the Project Administrator, the Consultant shall present any such objections, in writing, to the City Manager. The Project Administrator and the Consultant shall abide by the decision of the City Manager. This paragraph does not constitute a waiver of any party's right to proceed in a court of competent jurisdiction after the above administrative remedies have been exhausted. ARTICLE 14. LIMITATION OF LIABILITY The City desires to enter into this Agreement only if in_so doing the City can place a limit on its liability for any cause of action for money damages due to an alleged breach by the City of this Agreement, so that its liability for any such breach never exceeds the "not to exceed" amount of the fee paid to Consultant under this Agreement, less any amount(s) actually paid to Consultant hereunder. Consultant hereby expresses its willingness to enter into this Agreement, with Consultant's recovery from the City for any damages for action for breach of contract to be limited to Consultant's "not to exceed" fee under this Agreement, less any amount(s) actually paid by the City to the Consultant hereunder. Accordingly, and notwithstanding any other term or condition of this Agreement, Consultant hereby agrees that the City shall not be liable to Consultant for money damages due to an alleged breach by the City of this Agreement, in an amount in excess of the "not to exceed amount" of Consultant's fees under this Agreement, which amount shall be reduced by any amount(s) actually paid by the City to Consultant hereunder. Nothing contained in this subsection, or elsewhere in this Agreement, is in any way intended to be a waiver of the limitation placed upon City's liability, as set forth in Section 768.28, Florida Statutes. ARTICLE 15. NOTICE All written notices given to City by Consultant,shall be addressed to: 21 City Manager's Office City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 Attn: Jimmy L. Morales, City Manager With a copy to: Office of Capital Improvement City of Miami Beach 1701 Meridian Avenue Miami Beach, Florida 33139 Attn: Maria Cerna, Division Director All written notices given to the Consultant from the City shall be addressed to: Universal Engineering Sciences, Inc. 3532 Maggie Boulevard Orlando, FL 32811 Attn: Reinaldo Villa, MS, PE All notices mailed to either party shall be deemed to be sufficiently transmitted if sent by certified mail, return receipt requested. ARTICLE 16. MISCELLANEOUS PROVISIONS 16.1 VENUE AND WAIVER OF JURY TRIAL: This Agreement shall be governed by, and construed in accordance with, the laws of the State of Florida, both substantive and remedial, without regard to principles of conflict of laws. The exclusive venue for any litigation arising out of this Agreement shall be Miami-Dade County, Florida, if in state court, and the U.S. District Court, Southern District of Florida, in federal court. BY ENTERING INTO THIS AGREEMENT, CONSULTANT AND CITY EXPRESSLY WAIVE ANY RIGHTS EITHER PARTY MAY HAVE TO A TRIAL BY JURY OF ANY CIVIL LITIGATION RELATED TO, OR ARISING OUT OF, THIS AGREEMENT. 16.2 EQUAL OPPORTUNITY EMPLOYMENT GOALS: Consultant agrees that it will not discriminate against any employee or applicant for employment for work under this Agreement because of race, color, national origin, religion, sex, gender identity, sexual orientation, disability, marital or familial status, or age, and will take affirmative steps to ensure that applicants are employed and employees are treated during employment without regard to race, color, national origin, religion, sex, gender identity, sexual orientation, disability, marital or familial status, or age. 16.3 PUBLIC ENTITY CRIMES ACT: In accordance with the Public Entity Crimes Act (Section 287.133, Florida Statutes), a person or affiliate who is a consultant, who has been placed on the convicted vendor list following a conviction for a public entity crime may not , submit a bid on a contract to provide any goods or services to the City, may not submit a bid on a contract with the City for the construction or repair of a public building or public work, may not bid on leases of real property to the City, may not be awarded or perform work as a contractor, 22 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, individualor 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 F 16.5.2.4 A log is developed to track each set of documents logging in the date, time, and name of the individual(s) that work on or view the documents. 16.6 CORRECTIONS TO CONTRACT DOCUMENTS: If applicable to the performance of Consultant's Services, the Consultant shall prepare, without added compensation, all necessary supplemental documents to correct errors, omissions, and/or ambiguities which may exist in the Contract Documents prepared by Consultant, including documents prepared by its Subconsultants. Compliance with this subsection shall not be construed to relieve the Consultant from any liability resulting from any such errors, omissions, and/or ambiguities in the Contract Documents and other documents or Services related thereto. 16.7 ASSIGNMENT: The Consultant shall not assign, transfer or convey this Agreement to any other person, firm, association or corporation, in'whole or in part, without the prior written consent of the City Commission, which consent, if given at all, shall be at the Commission's sole option and discretion. However, the Consultant will be permitted to cause portions of the Services to be performed by Subconsultants, subject to the prior written approval of the City Manager. 16.8 SUCCESSORS AND ASSIGNS: The Consultant and the City each binds , himself/herself, his/her partners, successors, legal representatives and assigns to the other party of the Agreement and to the partners, successors, legal representatives, and assigns of such party in respect to all covenants of this Agreement. The Consultant shall afford the City (through the City Commission) the opportunity to approve or reject all proposed assignees, successors or other changes in the ownership structure and composition of the Consultant. Failure to do so constitutes a breach of this Agreement by the Consultant. 16.9 PROVISION OF ITEMS NECESSARY TO COMPLETE SERVICES: In the performance of the Services prescribed herein, it shall be the responsibility of the Consultant to provide all salaries, wages, materials, equipment, Subconsultants, and other purchased services, etc., as necessary to complete said Services. 16.10 INTENT OF AGREEMENT: 16.10.1 The intent of the Agreement is for the Consultant to provide all necessary items for the proper completion of the Services.. The Consultant shall perform, as Basic Services, such incidental work which may not be specifically referenced, as necessary to complete the Project. 16.10.2 This Agreement is for the benefit of the parties only and it does not grant rights to a third party beneficiary, to any person, nor does it authorize anyone not a party to the Agreement to maintain a suit for personal injuries, professional liability, or property damage pursuant to the terms or provisions of the Agreement. 16.10.3 No acceptance, order, payment, or certificate of or by the City, or its employees or agents, shall either stop the City from asserting any rights or operate as a waiver of any provisions hereof or of any power or right herein reserved to the City or of any rights to damages herein provided. 24 • 16.11 This document incorporates and includes all prior negotiations, correspondence, conversations, agreements, or understandings applicable to the matters contained herein; and the parties agree that there are no commitments, agreements, or understandings concerning the subject matter of this Agreement that are not contained in this document. Accordingly, the parties agree that no deviation from the terms hereof shall be predicated upon any prior representations or agreements whether oral or written. It is further agreed that no modification, amendment or alteration in the terms or conditions contained herein shall be effective unless memorialized in written document approval and executed with the same formality and of equal dignity herewith. IN WITNESS WHEREOF, the parties hereto have hereunto caused these presents to be signed in their names by their duly authorized officers and principals, attested by their respective witnesses and City Clerk on the day and year first hereinabove written. Attest CITY OF MI ACH: Al 2- z., „fr. . •.„ CITY CLERK s ;..... ictoa r, 4 Attest ' • QNSUL 4A NT: ` ? ENGINEERING SCIENCES, INC. INCORP OF4 RS` *". 441ftl____Ilk01011° Signature/Secretary ` �-� 'a/Pfeeielerd 1wirt Cd, t s c.s? W L Print Name Print Name oWllluo 4% fi• ixp0R ;S'0�. APPROVED AS TO yQ V0 "ixo.t FORM &LANGUAGE UJ SEAL o_ &FOR EXECUTION ° p 796e ("%t0 .1 3 `/�P,,�*•�[®R1DP`* City Attorney n,Q Date �rrnnrNp�� 25 SCHEDULE A PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND UNIVERSAL ENGINEERING SCIENCES, 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. Iflocalized subsurface conditions are'expected to vary significantly, Consultant shall advise Owner of additional recommended services prior to commencing work. • The Consultant shall be responsible for contacting the appropriate agencies (state/city utility check) for determining locations of utilities in the vicinity of the actual boring locations. • Borings shall be backfilled to the original ground surface in accordance with all applicable local, state, and federal guidelines. • Consultant shall perform the standard penetration test (SPT) in accordance with ASTM Designation D 1586. • In soil that is predominantly cohesive (silty clays, sandy clays, and material with adhesive binder), Consultant shall use the thin-walled tube method for sampling in accordance with ASTM Designation D 1587. • Rock coring shall be performed in accordance with ASTM Designation D 2113. • Double-ring infiltration test shall be conducted in accordance with ASTM Designation D 5093. • Laboratory tests shall be assigned and performed by the Consultant to classify soils and obtain geotechnical physical characteristics such as strength, compressibility, swell 26 potential, compaction characteristics, and chemical characteristics such as corrosiveness. Perform laboratory testing consistent in quantity and quality with local geotechnical engineering practice to provide the required design parameters and recommendations. The quantity of tests to be performed will be dependent upon the type of soil and/or rock encountered during drilling and sampling with additional consideration of the foundation types that may be required to support the proposed structures. • The Consultant shall prepare a geotechnical engineering report containing a discussion of the proposed,construction, final boring logs, boring location plan, a description of the drilling and sampling program, a description of the geology and subsurface conditions encountered, groundwater conditions, laboratory test results, and foundation and earthwork recommendations and design parameters. The following is a list of major items that shall appear in the geotechnical engineering report: • Previous Construction Activity and Existing Fill (If present): A discussion of previous construction activity shall address any existing fills or subsurface openings, if encountered. Outline the engineering properties of any existing fills with regard to foundation design. • Subsurface Conditions_: Subsurface conditions encountered at the site shall be discussed, based upon stratigraphic sequence observed and local geology. Figures shall be provided displaying soil borings and generalized cross sections. A general description of the engineering properties or parameters determined from the investigation and applied to design recommendations,shall be provided. Prevailing groundwater elevations observed and those recommended for design shall be noted. • Site Preparation Recommendations: Provide grading and site preparation recommendations taking into consideration the conceptual grading plan for the site. • Compaction Requirements: The report shall contain detailed and specific criteria for` acceptable embankment, fill, or backfill materials and address whether the available borrow material on site is suitable for general or structural fill. The report shall contain recommendations for material usage at the site with regard to placement and compaction requirements as well as any recommended treatment. Compaction criteria, including acceptable gradations, moisture control, compactive effort, and need for proofrolling shall be discussed, including criteria for both granular and cohesive fill, if applicable. Preparation of subgrades for fill and backfill placement shall be discussed. • Foundation Design: The geotechnical engineering report prepared by the Consultant will be used to size and structurally design stable foundations for the structures. To accomplish this task, the report shall contain recommendations in regard to the recommended foundation type for each structure, as loading and site conditions may require. • The report shall provide net allowable bearing pressures for shallow spread footings and mats, at recommended bearing depths, considering the types of materials supporting the mats, and note whether any overstressing is allowed under short-term loading such as dynamic, wind, or seismic loading conditions. If over-excavation of unsuitable materials and backfill with structural backfill are required to improve the foundation soils to allow the use of shallow foundations, provide estimated vertical and horizontal extent of the over-excavation and structural backfill. Provide estimated total and differential settlement for foundations using the recommended bearing pressures. Provide an estimate of the time of settlement. Note factors of safety included or recommended. Provide recommendations for resistance to lateral loads, such as passive 27 earth pressures and sliding friction for the base of foundations. Provide recommended groundwater level for determination of buoyancy and means to resist buoyant forces, if needed. Recommendations for deep foundations shall include diameter, depth, and any recommended installation requirements. Provide allowable design loading capacities for vertical downward loading, vertical upward loading, and horizontal loading, as appropriate to the site conditions. Provide design parameters for analysis of laterally loaded drilled piers as required for input into lateral pile capacity software. All factors of safety utilized in developing the allowable load capacities shall be outlined in detail. • Slope Stability and Excavations: The report shall address the recommended inclination of both temporary excavation and permanent slopes. • Excavation Requirements: If necessary, a section of the report shall address the excavatibility of the soils and rock which may be exposed during foundation excavation and site grading. The effort and type of equipment utilized to perform excavations is dependent upon the size and depth of the excavation., Thus, the discussion shall be in regard to area-type excavations and confined excavations, such as utility trenches. • 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 cemeht 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 UNIVERSAL ENGINEERING SCIENCES, 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) to 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' 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 Inspection)per PCI MNL-116(min.4 hrs) Per Hour \ $ 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 1 1 G.Testing Concrete Cylinder per ASTM C-497(same conditions apply,as shown Per Cylinder on 3A.1)(Does NOT include TECHNICIAN or PICK-UP) $ 124.54 4. PILING (9.02) A.Pile Driving/Auger Cast Pile Inspection(includes Certified Log/Report[Min. Per Hour 4 hrs]) $ 93.41 _ 4.A.1 Splice of piles as an addition(per occurrence)(with prior approval from Per Hour engineer)(witness splice) $ 93.41 B.Vibro-Flotation Inspection(4 hrs min.) Per Hour $ 93.41 C.Pile Load Test-Test Frame and Load Set-Up Witnessed by Certified Inspector Per Hour per ASTM D-1143(Equipment/Loads Furnished by Contactor) $ 93.41 4.C.1 Furnishing and Set-Up of Calibrated Gauges Per Gauge $ 121.21 4.C.2 Monitoring of Pile Load Test,Collect Field Data,and Inspector Time Per Hour $ 93.41 4.C.3 Pile Load Test Report,Certify and Prepare Report for Load Capacity of Pile Per Hour (Engineers Time) $ 140.11 5. SOILS (9.02) INCLUDES TRAVEL, MILEAGE, DELIVERY AND CERTIFIED REPORT) 5A.Field Density Tests 5.A.1 Sand Cone Method per AASHTO T-19 and ASTM D-1556(2 test min.) Per Test $ 96.74 Nuclear Method per AASHTO T-238 AND ASTM D-2922,(Moisture per AASHTO T-239 and ASTM D-3017)(Min.4 tests) 5.A.2 Per Test(From 1 to 4 tests)per trip Per Test $ 54.49 5.A.2A Per Test(From 5 to 10 tests)per trip Per Test $ 36.70 5.A.2B Per Test(From 11 or more tests)per trip Per Test $ 32.25 5.A.3 Maximum/Minimum Relative Density Tests per ASTM D-4253 and 4254 Per Test (Field and Laboratory) $ 187.93 5.A:4 Hourly Rate(min.4 hrs)*(Unlimited tests)(7am to 6pm)(equipment ONLY, Per Hour tech NOT included) $ 70.06 5.A.5 Evening Density Testing(9pm to 6am)(if requested by issuing dept., designee to be performed in the evening and to be paid at the min.4hrs Per Hour Kiz unlimited tests*)(equipment ONLY,technician NOT included) $ 93.41 B.Moisture Density Tests(Proctor) 5.B.1 Standard per AASHTO T-99 and ASTM D-698(non-traffic areas)(Min.2 tests Per Test per trip) $ 145.67 5.B.2 Modified per AASHTO T-180 and ASTM-1577(Building/Highway Projects) Per Test (Min.2 tests per trip) $ 165.69 C.Limerock Bearing Ratio(LBR)-FDOT Per Test $ 401.43 D.Carbonates on LBR Material(2 tests per trip) Per Test $ 83.40 E.Laboratory California Bearing Ratio(CBR)per ASTM D-1883(one Point) Per Test $ 309.14 5.E.1 Lab Proctor Test Per Test $ 163.46 5.E.2 Three Point CBR Per Test $ 389.20 F.Field California Bearing Ratio per Asphalt Institute MS-10(Latest Version) (Reaction Load by Others)(2 Tests min.) Per_Test $ 471.49 G.Moisture Content Per Test $ 42.26 H.Organic Content 5.H.1 Limerock per AASHTO T-267(by Incineration) Per Test $ 56.71 5.H.2 Test of Soil Chemical Analysis[(1972) P.R. Hesse P.211](by Peroxide) Per Test $ 78,95 35 , I.Grain Size per AASHTO T-27(Sieve Analysis only) Per Test $ 72.28 J.Mechanical Analysis per ASTM D-422 or T-11 and T-27 Per Test $ 76.73 K.Soil Classification per ASTM D-3282 and D-2487(AASHTO Unified-FAA) Per Test $ 107.86 L.Los Angeles Abrasion on rip-Rap per ASTM C-535(Large Size Coarse Per Test Aggregate) $ 286.90 M.Soundness on Rip-Rab-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 2.00 Sieve Per ASTM C-117 Per Test $ 51.15 P.Liquid Limit per ASTM D-4318(Atterberg Limits) Per Test $ 84.51 Q.Salt Content per FDOT FM 5-516 Per Test $ 68.94 R.Limerock Base Thickness Determination-Min.3"dia.Holes FAAP-211(min.2 Per Test tests)(excludes mobilization and transportation) $ 88.96 5.R.1* unlimited tests Day , $ 766.17 S.Limerock Chemical Analysis per DCPW,FDOT(2 tests min.) Per Test $ 97.86 T.Limerock Chemical Analysis per DCAD FAAP-211(2 tests min.) Per Test $ 97.86 U.Resistivity Test in Accordance with California Method 643-7 with Break-Downfor test,Sampling,PH Measurement of Water and Soil,etc. Per $ 164.58 V.Sediment Tests Per Test $ 81.18 W.Soil Load Bearing Test(Plate Load)(Reaction Load By Others) 5.W.1 Static Load on Footings per ASTM D-1194 Per Test $ 581.58 5.W.2 Repetitive Static Load for Pavement per ASTM D-1195 Per Test $ 619.38 5.W.3 Non-Repetitive Static Load for Pavement er ASTM D-1196 Per Test $ 619.38 X.Soil Relative Density Tests(Vibro-Flotation/In-Situ Verification) 5.X.1 CPT Cone Penetration Test Soundings Per Foot $ 17.79 Y.Horticultural Service for Ph Value of Soil Per Test $ 46.70 Z.Horticultural Service for Soluble Salts in Soil Per Test $ ' 77.84 AA.Horticultural Service for Macro Nutrients in Soil Per Test $ 94.52 AB.Backfill Monitoring(4 hrs min.) Per Hour $ 77.84 AC.Geotechnical Engineer(min.2 hrs) Per Hour $ 140.11 6. ASPHALT CONCRETE (9.03) includes travel, mileage and certified report A.Asphalt Paving Design Mix Marshall Method(includes Sampling,Standard Design as Applicable Marshall Procedures)per Asphalt Institute Manual Series Per Mix No.2 $ 889.60 B.Analysis of Special Design Mix Per Mix $ 722.80 C.Marshall Properties(FDOT Procedures)(Aviation P-401/P-405)(Technician plus tests) 6.C.1 Stability per ASTM D-1559 or AASHTO D-T 245(set of 3 specimen) Per Set $ 137.89 6.C.2 Flow per ASTM-1559 or AASHTO D-T 245(set of 3 specimen) Per Set $ 128.99 6.C.3 Density per ASTM D-2726(set of 3 specimen) Per Set $ 130.10 6.C.4 Air Voids per ASTM-3203(set of 3 specimen) Per Set $ . 128.99 6.C.5 Maximum density per ASTM D-2041Per 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) m . 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 i 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 Trip Uniformity)with equipment charge(Windsor Gun)(per trip per location) $ 301.35 L.ASTM C-803(set of 3 probes per test) Per Set $ 120.10 M.Concrete Rebound Hammer Test per ASTM C-805(use of Spring Driven Steel Per Hour Hammer to determine uniformity of in-place concrete)(4 hrs min.) $ 90.07 N.Pull-out per ASTM C-900(includes pin installation) Per Test $ 382.53 0.Thickness of Concrete per ASTM C-1383 Hour $ 78,95 P.Corrosion Activity per ASTM C-876 Hour $ 97.86 Q.Chloride Content , 8.Q.1 Per ASTM C-1152 Per Test $ 143.45 8.0.2 Per ASTM C-1218 -Per Test $ 150.12 R.Pachometer(Magnometer)Readings for Rebar Location,approximate size Hour and Spacing(4 hrs min.) $ 90.07 S.Los Angeles Abrasion per ASTM C-131(small size coarse aggregate) Hour $ 250.20 T.Sieve Analysis per ASTM-136 Per Test $ 83.40 U.Absorption Fine Aggregate per ASTM C-128,Coarse Aggregate per ASTM per Test C-127 $ 83.40 V.Specific Gravity Fine Aggregate per ASTM C-128,Coarse Aggregate per ASTM per Test C-127 $ 83.40 W.Weight per Cubic Feet per ASTM C-29 Per Test $ 83.40 9. STEEL (9.04) (use AWA, AMS, AWS, ASME, API, as applicable) A.Shop/Field Weld Inspection per ASTM D-5339(4 hrs min.) Hour $ 91.18 B.AWS,AWA,ASME Welder Tests-Groove or Fillet 9.B.1 Plate Per position $ 241.30 ' 9.B.2 Pipe Per position $ 252.42 ' C.Reinforcing Steel Tensile Test(Min.3 Tests)-TENSILE ONLY DOES NOT per Bar INCLUDE TECHNICIAN TIME TO SET-UP MACHINE $ 190:15 D.Reinforcing Steel Deformation Test Per Test $ 63.38 E.Reinforcing Bar Placement Inspection Hour $ 91.18 F.Chemical Laboratory Test 9.F.1 Weld Inspection and Dye Penetrant Weld Testing Hour $ 91.18 G.Radiograph Weld Inspection(min.4 tests) Per Test $ 157.90 H.Engineering Services 9.H.1 Special Inspector for Threshold Buildings(State Certified)(2 hrs min.) , Hour $ 134.55 9.H.2 Special Inspector Designee(2 hrs min.) Hour $ 128.99 9.H.3 Special Inspector under the Florida Building Code(2 hrs min.) Hour $ 128.99 39 10. MECHANICAL (9.04) A.Sound Surveys(includes travel time) Hour $ 108.98 B.Lighting Surveys(includes travel time) Hour $ 108.98 11. FIRE PROOFING (9.04) A.Inspection of Sprayed-On Fireproof Coating on Structural Steel 11.A.1 4 hrs min Hour $ 90.07 11.A.2 Laboratory Unit Weight Test of Fireproofing Coating per ASTM E-605 Per Test $ 67.83 11.A.3 Field Adhesion/Cohesion Tests per ASTM E-736 Per Test $ 136.78 *if additional hours are required must have approval from issuing department 12. STRAIN MEASUREMENTS (SR4 INDICATOR) (9.04) A.Technician Services to install Gauges/Make Strain Reading(4 hr min.) Hour $ 90.07 13. ULTRASONIC INSPECTIONS (9.04) A.Services of an Ultrasonic Technician and Equipment(8 hrs min) Hour $ 139.00 B.Assistant Technician(8 hrs min) Hour $ 64.50 14. STRUCTURAL STEEL (9.04) A.Welding Inspector per AWS Code(4 hrs min) Hour $ 91.18 B.Structural Steel Shop or Field Inspector(4 hrs min) Hour $ 91.18 C.Bolt Tightening Inspection by Using: 14.C.1 Torque Wrench Hour $ 91.18 14.C.2 Reg.Wrench Hour $ 91.18 14.C.3 Filler Gauge Hour $ 91.18 D.Structural Steel Testing/Inspection(4 hrs min)•- Hour $, 91.18 15. WELDING (9.04) A.AWS Certified Inspector(2 hrs min)(per inspection) Hour $ 91.18 B.AWS Certified Welding Inspector/1 hr PADI Certified(min 2 inspections per Hour inspection) $ 157.90 16. MAGNETIC PARTICLE TESTING (MAGNAFLUX) (9.04) A.Services of a non-destructive technician Hour $ 91.18 B.Magnaflux Testing Hour $ 86.74 17. ROOFING (9.05) (all tests performed shall be in accordance with current edition of the Florida Building Code at time the work is issued) A.Built-up roof sample analysis(test method for moisture in mineral aggregate per Test used for built-up roofs)(ASTM D-1864) $ 58.94 B.ASTM 3617 Per Test $ 338.05 C.Compression Test-Roof Tiles Hour $ 64.50 D.Absorption Test-roof tiles(per set of 5) Per Set $ 259.10 E.Up-Lift test of roof tiles(per set of 5) Per Set $ 313.58 F.Core Samples(per architect/engineer's recommendation) Per Sample $ 81.18 G.Visual Inspections 17.G.1 Per job min. Per Job min. $ 793,97 40 17.G.2 Per square foot Per Sq. Ft $ 0.18 H.Infrared Moisture Survey(mobilization of equipment) 17.H.1 Per job min. Per Job min. $ 880.70 17.H.2 Per square foot Per Sq. Ft $ 0.31 I.Asbestos Testing Per Sample $ 70.06 J.Nuclear Moisture Testing 17.J.1 Per job min. Per Job min. $ 838.45 17.1.2 Per square foot Per Sq. Ft $ 0.24 K.Impedance Moisture Survey(machine)(max 3 cores) 17.K.1 Per job min. Per Job min. $ 878.48 17.K.2 Per square foot(additional square foot survey) Per Sq. Ft $ 0.29 L.Bonded Pull Test Per Test $ 223.51 M.Fastener Pull Test(First 10,000 sq.ft.per deck)(10 tests) Per Test $ 878.48 17.M.1 Per new roof(core sample) Per Test $ 55.60 17.M.2 Existing roof(core sample) Per Test $ 66.72 N.Bell Chamber Test(max.2 tests/any additional test$300.00) Per Test $ 834.00 0.Title Uplift Test(TAS 106) 17.0.1 Per square feet(2,500 sq.ft) Per Sq. Ft $ 278.00 17.0.2 Additional per square Per Sq. Ft $ 22.24 P.Engineer's Report Hour $ 140.11 22..MAINTENANCE OF TRAFFIC (to be negotiated by issuing dept if required 23. ENGINEERING SERVICES A.C.A.D.Operator 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.B.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 (RFC) No. 2018-097-KB, for Citywide Geotechnical and Laboratory Testing Services on an As-Needed Basis; authorize the Administration to enter into negotiations with RADISE International, LC, as the top ranked proposer; Professional Service Industries, Inc., as the second ranked proposer; GFA International, Inc., as the third ranked proposer, Universal Engineering Sciences, Inc, as the fourth ranked proposer; Terracon Consultants, Inc., as the fifth ranked proposer; Nutting Engineers of Florida, Inc.and Wood Environment& Infrastructure • Solutions, Inc, as the sixth ranked proposers; Wingerter Laboratories, as the eighth ranked proposer;and Tierra South Florida, Inc. as the ninth ranked proposers;and further authorize the Mayor and City Clerk to execute agreements with each of the foregoing proposers upon conclusion of successful negotiations by the Administration. PASSED AND ADOPTED this /7 day of /I i,i: 018. • 444 AIIIIIIIPv- Dan Gelber,Mayor ATTEST: t a lY Raf I E. nado,City 1 rk T:\AGENDA12018\10 October\ProcurementhRFQ 2018-097-KB Geotechnieai ServieeeRFO-2018-097-KB Geotechnical Services Resolution.doc • • . =T ..-4 a APPROVED AS TO IfiCOr;PI jOPi TFU * 1 FORM&LANGUAGE • ve &FOR EXECUTION :4 L'/-!26' iktas, — sit ••'' ~ City Attorney p Date 45 Resolutions-C7 AA MIAMI BEACH COMMISSION MEMORANDUM TO: Honorable Mayor and Members of the City Commission FROM: Jimmy L. Morales, City Manager DATE: October 17,2018 SUBJECT:A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA,ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER, PURSUANT TO REQUEST FOR QUALIFICATIONS (RFQ) NO, 2018- 097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH RADISE INTERNATIONAL, LC,AS THE TOP RANKED PROPOSER; PROFESSIONAL SERVICE INDUSTRIES, INC., AS THE SECOND RANKED PROPOSER; GFA INTERNATIONAL. INC., AS THE THIRD RANKED PROPOSER; UNIVERSAL ENGINEERING SCIENCES, INC., AS THE FOURTH RANKED PROPOSER;TERRACON CONSULTANTS, INC.,AS THE FIFTH RANKED PROPOSER; NUTTING ENGINEERS OF FLORIDA, INC. AND WOOD ENVIRONMENT&INFRASTRUCTURE SOLUTIONS, INC.,AS THE SIXTH RANKED PROPOSERS; WINGERTER LABORATORIES, AS THE EIGHTH RANKED PROPOSER; AND TIERRA SOUTH FLORIDA, INC. AS THE NINTH RANKED PROPOSERS;AND FURTHER AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AGREEMENTS WITH EACH OF THE FOREGOING PROPOSERS UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION. RECOMMENDATION Adopt the Resolution. ANALYSIS The City requires the services of consulting firm 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, sail 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 o ity 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 to provide information to the proposers submitting a response was held on April 25,2018. RFQ responses were due and received on July 30,2018. The City received proposals from the following nine(9)firms: • GFA International, Inc. • Nutting Engineers of Florida,Inc. • Professional Service Industries,Inc. + RADISE International, LC • Terracon Consultants,Inc. • Tierra South Florida, Inc. • Universal Engineering Sciences,Inc • Wingerter Laboratories • Wood Environment&Infrastructure Solutions,Inc. On August 14,2018 the City Manager appointed theEvaluation 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; EugeneEgernba, Engineer, Public Works, City of Miami.Beach;Pedro Fuentes, Engineer, Public Works, City of Miami Beach; Jose Perez, Capital Project Coordinator, Capital Improvement Projects.Office, City of Miami Beach; Jorge Rodriguez, Capital Project Coordinator, Capital Improvement Projects Office, City of Miami Beach The Committee was provided an overview of the project, information relative to the City's Cone of Silence Ordinance and the Government Sunshine Law. The Committee was also provided with general information on the scope of services, a copy of each proposal, and a presentation by each proposing firm The Committee was instructed to score and rank each proposal pursuant to the . evaluation criteria established in the RFQ.The evaluation process resulted in the ranking of proposers as indicated in Attachment A,in the following order: 1. RADISE International,LC 2. Professional Service Industries,Inc. 3. GFA International,Inc. 4. Universal Engineering Sciences, Inc 5. Terracon Consultants,Inc. 6. Nutting Engineers of Florida, Inc. 7. Wood Environment&Infrastructure Solutions,Inc. 8. Wingerter Laboratories 9. Tierra South Florida, Inc. Due to the number of responses, a summary of each top-ranked firm or the firm's proposal is available upon request. Page 507 of 1637 47 CONCLUSION I have reviewed the submittals and the results of the evaluation process. I have also considered the needs of the City that include a wide variety of geotechnical services, especially in consideration of potential GO bond projects.All of the nine(9)proposals received are from very well qualified firms. Each one of these firms has its own unique experiences from which the City may 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/PublicWorks!Procurement �. ATTACHMENTS: Description • D Attachment A:Scoring and Ranking o Resolution • Page 508 of 1637 48 ..... 1 REQUEST FOR 1:11TALIFICATIONS WO - - ---1- ?, I CitynideCannadvical and Labonnny Testin3 Mutual:I Eugene Eicain p 1.:: r, Lon Pena Wane. 3,555-30,22 Jonn Rodopm ' &Meagan an ea Nended Dam I ...r. ! A99.1.9. 4- a: Tanta .8 • WO 30.2916-097413 3 i 3. . - ,21.1.• 001035. S.* Osaii.• C.gloilt•-I 1..1 C...15 Qum.. ,_ 5..1 , 0.1tall. ,1.41.1.• I 303.1 Sid.Ova 1 15.11a9, 501.06 85 al • 6 3.1P3E1.1575/136e1 LC 36 6 Ito 1 90 5 S5 3 17 5 sz 3 91 5 99 7 91, j_55 i' —---3 • ,72159olani3351onladosii-5 loO. 94 5 99 I 3 •sa ioi , 15 5 915. D3 9 93 I 96 5 -93 MI _•2_•._ _1 GA,invmaion90. 65 5 GO I? 52 .33' .2._ be 5 5 :CI 3 63 4 96 In 14 .3 - 5.0 15.9.1rm.ina Scieras ac 3 z 3 0? 5 34 3 _:? I, 9c L 50 3 93 :1 BD 1 . 92 _iii --i a — 73naccn ConsuRacs.132 " ri, 5 95 / V1 5 43 4 82 5 67 5 9 0 ' 5 .65 ,; 57 3 _52: FIBMEEININ 6 ,53amalmiens nr nom/.152. 14 9 or 3 84 -_5. 24 t 73 ' .5 ._ f2 ___13 II 9 5 flt 5 99 _ A 9 59cd1 E....8.1.5,41,vava S.:AIR...kr. Od ' 9. 55—I A 82 SS 257 •3 75 5 SI •6 93 " 5 96: -93 — r5 ; 61'5; 8 ME II 5Yncarerlatancrec I 90 5 55 + 513 SI 1 S 59 , 3 . 52 3 55 5, Mr r a 60411.1.1 Ire 79 5 131 S2 BS 5 al 1 6 70 5 42 7 19 51 I 5 II 51 5 99 1 '_ 39 9 .39195.a5331,05 " /I.Noaeoki.n.4 ...." VIM.... Mo.4..VM .... 579li6E16532iVc. • . norm Enoneen 01110412,W - 1 .. p,AulsE irterrawnid LC p 4m-o67Cmm019sAm Tierra Sour5F13,155 Inc .0 Lanensal Ennui-no 59,9551,10 • .g._3111.534,/fil351C3 , • woril 3,5425-73n3 8 lohdoonmanScatnra loc. 5 7 -IS* (.0 . • • - Page 509 of 1637 • • . ATTACHMENT B REQUEST FOR QUALIFICATIONS (RFQ) 50 MIAMIBEACH City of Miami Beach,1755 Meridian Avenue,3rd Floor,Miami Beach, Florida 33139,www.mlamibeachfLgov PROCUREMENT DEPARTMENT Tel: 305-673-7490 ADDENDUM NO. 11 I' _ I RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS July 23,2018 This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. I. REVISION. Appendix C, Cl. Minimum Eligibility Requirements has been DELETED. RFQ has been revised as follows. • ••_ ' . ..• _ _' - - : .- e_ __ _ . --- - - ' - -- -- - kora—thr-- - -- . - --- e -- -' • ' ----- - -• eensiderw 1• _ - _. _ •• - - - - Authorizatie• • •- 'e- •-._ ••-- . _-- ' . - -- nat-Regulation- Per Special Condition 17 below, within 30 days from notification of award, Consultant shall possess any and all licenses required by the State of Florida, Division of Business and Professional Regulations AND Miami-Dade County to perform the work. II. REVISION. Section 0300, Tab 1, Cover Letter & Minimum Qualifications Requirements and Tab 2, Experience&Qualifications, have been revised as follows: • TAB 1 Cover Letter&Minimum Qualifications Requirements 1.1 Cover Letter and Table of Contents. The cover letter must indicate Proposer and Proposer Primary Contact for the purposes of this solicitation. • 1.2 Response Certification, Questionnaire & Requirements Affidavit (Appendix A). Attach Appendix A fully completed and executed. 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. 2.1.1. Provide list of Miami-Dade Co mt , rtment, Technical 1 ADDENDUM NO.11 RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS --- - - - •sas? . •mss 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 qeotechnical and laboratory testing services. If any license which the bidder currently does not possess is required to perform the work, state the bidders plan to achieve said licensure if awarded. Ill. REVISION. Appendix D, Special Conditions has been revised as follows: 1. TERM OF CONTRACT. Five (5) 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 '-• : _•-.. • two "` year period's. 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. • I 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 GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS ' Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado(a�miamibeachfl.gov. Procurement Contact: Telephone: Email: • Kristy Bada 305-673-7000, ext. 6218 •kristybada@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Potential proposers that have elected not to submit a response to the RFQ are requested to complete and return the "Notice . to Prospective Bidders"questionnaire with the reason(s)for not submitting a proposal. Sin -rely, ' Al: D.-, Prccurement Director . Ii r ' • I . . 1� . 3 ADDENDUM NO.11 RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS MIAMIBEACH City of Miami Beach,1755 Meridian Avenue, 3rd Floor,Miami Beach,Florida 33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490 ADDENDUM NO. 10 RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS July 20, 2018 This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. I. RFQ DUE DATE AND TIME. The deadline for the receipt of bids is extended until II 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. �• • - • • ► I ii lif ► IT SI • N - • 01 • el SI V I, Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below,with a copy to the City Clerk's Office at RafaelGranadoOmiamibeachfl.aov. Procurement Contact Telephone: Email: Kristy Bada 305-673-7000,ext. 6218 kristybada@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Potential proposers that have elected not to submit a response to the RFQ are requested to complete and return the"Notice to Prospective Bidders"questionnaire with the reason(s)for not submitting a proposal. erel,r Alex Denis AR Procurement Director ADDENDUM NO.10 RFQ 2018-097-KB FOR CITYWIDE.GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS MIAMI BEACH City of Miami Beach,1755 Meridian Avenue,3rd Floor, Miami Beach, Florida 33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673=7490 ADDENDUM NO. 9 RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS July 13, 2018 This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. I. RFQ DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on Monday, July 23, 2018, at the following location: City of Miami,Beach • Procurement Department 1.755 Meridian Avenue, 3'd Floor Miami Beach, Florida 33139 I Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. FORTHCOMING ADDENDUM WILL CONTAIN RESPONSES TO QUESTIONS RECEIVED. Any questions regarding this Addendum should be submitted in.writing to the Procurement Department to the attention of the individual named below,with a copy to the City Clerk's Office at RafaelGranado miamibeachfl.aov. Procurement Contact: Telephone: Email: Kristy Bada 305-673-7000,ext.6218 kristybada@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Potential , proposers that have elected not to submit a response to the RFQ are requested to complete and return the"Notice to Prospective Bidders"questionnaire with the reason(s)for not submitting a proposal. ere Alex Denis AR Procurement Director ADDENDUM NO.9 I RFQ 2018-097-KB. FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS MIAMI BEACH City of Miami Beach,1755 Meridian Avenue,3rd Floor,Miami Beach,Florida 33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490 , ADDENDUM NO. 8 RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS July 6,2018 This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. I. RFQ DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on Monday, July 16, 2018, at the following location: City of Miami Beach Procurement Department 1755 Meridian Avenue, 3`d Floor Miami Beach, Florida 33139 Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer-is solely responsible. A FORTHCOMING ADDENDUM WILL CONTAIN RESPONSES TO QUESTIONS RECEIVED. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below,with a copy to the City Clerk's Office at RafaelGranado aC�.miamibeachfl.aov. Procurement Contact:• Telephone: Email: Kristy Bada 305=673-7000, ext.6218 kristybada@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Potential proposers that have elected not to submit a response to the RFQ are requested to complete and return the"Notice to Prospective Bidders"questionnaire with the reason(s)for not submitting a proposal. ere, 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 deadline for the receipt of bids is extended until 3:00 p.m., on Monday, July 9, 2018, at the following location: City of Miami.Beach Procurement Department I 1755 Meridian Avenue, 31t1 Floor Miami Beach, Florida 33139 Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow for'traffic or other delays for which the Proposer is solely responsible. A FORTHCOMING ADDENDUM WILL CONTAIN RESPONSES TO QUESTIONS RECEIVED. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below,with a copy to the City Clerk's Office at RafaelGranado a(7.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. rikt_____AN nis ment Director NO. RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS 1 MIAMIBEACH City of Miami Beach,1755 Meridian Avenue,3rd Floor, Miami Beach, Florida 33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490 ADDENDUM NO. 6 RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTINGSERVICES ON AN AS-NEEDED BASIS June 22,2018 This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. I. RFQ DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on Monday. July 2, 2018, at the following location: City of Miami Beach Procurement Department 1755 Meridian Avenue, 3'd Floor Miami Beach, Florida 33139 Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow' for traffic or other delays for which the Proposer is solely responsible. • - ' • / \ . 01 Illy !1 • \ . 1m S- • i • • 1 • - IF B. 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. Alex Denis Procurement Director 1 ADDENDUM NO.6 RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS MIAMI BEACH City of Miami Beach,1755 Meridian Avenue,3rd Floor, Miami Beach, Florida 33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490 ADDENDUM NO. 5 RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS June 19, 2018 This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. RFQ DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on Wednesday, June 27, 2018, at the following location: City of Miami Beach Procurement Department 1755 Meridian Avenue, 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. II. ATTACHMENTS. Exhibit A: Rate Schedule of City's Current ContFact 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 recuest by the City. Proposers that - --- •- -- -- - - - - --- - . 2 fail to comply with minimum requirements shall be deemed non-responsive and shall not have its proposal considered. 1. Bidder (defined"as the Firm) shall hold - _- -- 2- - -2" -- - ' ' a geology business certification from the Florida Department of Business and Professional Regulation. MGM 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-list of 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 ark-seesultants 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 L Q5:We recently had D&B send the City an SQR for REQ 2018-141-ND a) Can you verify that you received it? b) Is it necessary for us to have D&B send it to the City again for this RFQ? A5: Within three (3) business days of request by the City, Each Proposer shall arrange for Dun & Bradstreet to submit a Supplier Qualification Report (SQR) directly to the Procurement Contact named in the RFQ. Q6: Appendix C Minimum Requirements and Specifications: a) Is anything else required besides a copy of the firm's asbestos and geology licenses? b) Is anything required for C.2? c)Typically for this type of work, we are asked for a copy of the firm's engineering license. Would you also like a copy of that license? A6: Refer to Revision above. Q7: The Minimum Requirement in C.1 includes "Bidder (defined as the Firm) shall hold an asbestos business certification AND a geology business certification from the Florida Department of Business and Professional Regulation."Are asbestos services included in the expected Scope of Work under this contract; and if so, can you provide a clarification on what type of services? A7: Refer to Revision above. Q8: What are the anticipated fees to be awarded under this contract? A8: Fees have not been established and will be negotiated with successful proposer(s) during negotiations. Q9: What firms were awarded under the previous contract and what were the total fees per • awarded per firm? A9: Please refer to response A4 and Exhibit A. Q10: In the subject RFQ, Appendix D, Special Conditions, Item #13 (pg.32) of RFQ states that there is a sample contract attached to the RFQ. Can you please provide the sample contract? A10: Sample contract will be provided to the successful proposer(s) during negotiations. • Q11: Please send us a list of all attendees to the pre-proposal meeting including those called in. All: Please refer to Exhibit B. 3 ADDENDUM NO.5 RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS • Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention,of the individual named below, with a copy to the City Clerk's Office at RafaelGranado(c�miamibeachfl.00v. Procurement Contact: Telephone: Email: Kristy Bada 305-673-7000, ext. 6218 kristybada@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Potential proposers that have elected not to submit a response to the RFQ are requested to complete and return the"Notice to Prospective Bidders"questionnaire with the reason(s)for not submitting a proposal. Sincerely, Alex Deni Pr► -ment Director • • • • • • • • . 4 ADDENDUM NO.5 RFQ 2018-097-KB • - FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS i • 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 RiEQ No. 17-1.1112 Unit Unit Price 1. GI!OTECI*1ICAL SERVICES (9.01) A.Mobilization of Truck Mounted Drill Rig. _ 0 Up to 4 Percolations • 1.A,1 Mobilization of Truck-Mounted Drill Rig or special access equipment(ATVs,Off-Road or per Day or Up to 100 $350.00 .• • Water/marine Equipment) Ft.of Borings. 1.A.2 Premium over 1.A.1 for mobilization of special access equipment (ATVs,Off-Road or Up to 4 Percolations To be negotiated Water/marine Equipment) per Day or Up to 100 as needed Ft.of Borings. B,Borings Standard Penetration per ASTM D-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 le-1452 Penetration Depth: 1 Penetration Depth 0'to 50' Foot $15.00 Penetration Depth 51'to 75' Foot $17,00 Penetration Depth 76'to 100' Foot $19.00 Penetration Depth 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 Soli Boring Log)(Portable Equipment) Foot $25.00 1E.1 Standard Penetration Test(Water Boring) (Equipment Excluded, Barge Cost to be Foot $51.00 Negotiated by • - - - -- - P.Undisturbed Sampling per ASTM D-15 Each $112.00 G.Slug Percolation Test•USBS/PWD 9"Dia.Hole(DERM) (Min.2 per job) Each $432.00 H.Double Ring Infiltration Test per ASTM D-3385 (swale or grassy areas)(Min.2 tests) Each $504.00 I.Percolation Tests 11.1 FL Dept. of Health and Rehabilitative Services, Chapter 100-6.57(Min,2 tests per Job) Each $349.00 11.2 DCPW Highway Division(min.6"die.)(min.2 tests per Job) Each $496.00 11.3 Open Hole Method (min.6"dia.)(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. (Excludes,Equipment and Operator) Hour $496.00 (Provide L.Soil Cement Stabilization Field Inspection Hour $87.00 1L,1 Soil Cement Cylinder Testing Hour $64.00 • 11..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 O.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) • Q.Engineering Inspection duringGeotechnical Investigation $90.00 2. MONITORING U1ffeLLS (includes Drilling) (9.01) A.Mobilization of Truck Mounted Drill.Rig.(Same Conditions apply as referenced for Up to 2 wells $364,00 Geotechnical • 0.Monitoring Well Installation (2-" PVC,Max.20'Depth)*(Min.2 wells) Per Well $659.00 C.Monitoring Weli Abandonment (2"PVC,Max.20'Depth)* (Min.2 wells) Per Well $277.00 D.Monitoring Well Abandonment (4"PVC,Max.7.0'Depth)* (Min.2 Wells) Per Well $356.00 E.Monitoring Well(4"PVC,Max.20'Depth)*(IVlin,2 wells) Per Well $863.00 • F.Monitoring Well Installation (2."PVC,Greater than 20'up to 100')* (Min.2 wells) Foot $71.00 *Excludes permit G.Repair of Monitoring Wells Unit Rates _ Per Unit $951.00 H.Water Quality Monitoring(Does not include Analytical Tests)(Per Well) - Per Well $246.00 • I,Direct Pusit Well installation (20'Max) Per Well $773.00 J, Direct Push Soil/Ground water Sampling - Per Day $1,608.00 • t(.Boat Rental (min.8 hr day)with prior approval by the Issuing dept. (furnish copy of ownership or Per Day $453.00 3. PRE-STRESS 1 PRE-CAST (9.02) (INCLUDES TRAVEL, NIIL IEAGF • DEUVERV AND CERTIFIED REPORTS) A.Pre-stress/Pm-cast fabrication inspection per PCI MPIL-116 (Structural) or MNL-117 (Architectural) Per Hour $83.00 B. Pre-stree (inspection and Certified Report included) (Stressing Operation and Inspection) per PCI Per Hour $83.00 C.Reinforced Concrete Pipe and Pro-Fabricated Manhole Inspection (types,sizes,and design) (includes inspection and Certified Report) (Min.4 hrs.) Per Hour $83.00, D.Absorption Test of Pre-cast Units per ASTM C-497 Per Core $531,00 •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.15p1(cR of plies as"an addition (par occurance)•(with prior approval from engineer)-(wltness`, 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-1749 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 . SOILS (9.02) INCLUDES TRAVEL, MILEAGE, DELIVERY AND CERTIFIED REPORT) 5A.Field Density Tests 5A,1 Sand Cone Method per AASHTO T-19 and ASTM D-1556(2 test min,) Per Test $87.00 Nuclear Method per AASHTO 1-238 AND ASTM 0.2922,(Moisture per AASHTO T-239 and ASTM D- . 5A,2 Per Test(From 1 to 4 tests) per trip Per Test $49.00 Per Test(From 5 to 10 tests)per trip W Per Test $33.00 Per Test(From 11 or more tests)per trip Per Test • $29,00 5/0 Maximum/Minimum Relative Density Tests per ASTM D-4253 and 4254(Field and Per Test $169.00 Laboratory) Page 42 of GO CITY APPROVED ROTATIONAL CONSULTANT FORM(JANUARY 2013) Unit Unit Price SA,4 Houriy Rate(min.4 hrs)*(Unlimited tests)(lam to bpm)(equipment ONLY,tech NOT Per Hour $63.00 T SA.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 mill.4hrs unlimited tests*)(equipmentONLY, Per Hour $84.00 technician NOT Included) B.Moisture Density Tests(Proctor) • 53.1 Standard per AASHTO T-99 and ASTM D-698(non-traffic areas)(Min.2 tests per trip) _ Per Test $131.00 53,2 Modified per AASHTO T-180 and ASTM-1577 (Building/Highway Projects) (Min.2 tests per Per Test $149,00 C.Limerock Bearing Ratio(1,3R)-FOOT Per Test $361.00 r D.Carbonates on OR 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 milt.) G.Moisture Content Per Test $38.00 H.Organic Content 51-1,1 Limerock per AASHTO 1-267(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 I 1.Mechanical Analysisper ASTM D-422 or T-11 and T-27 Per Test $69,00 1 K,Soil Classification per ASTM 0-3282 and D-2487(AASHTO Unified-FAA) Per Test $97.00 L.Los Angeles Abrasion on rip-Rap per ASTM C-535(Large Size Coarse Aggregate) Per Test $258.00 M.Soundness on Rip-Rap per ASTM C-88(5 Cycle Sodium Sulfate) Per Test $286,00 Specific Gravity ' N.Soil per ASTM D-854 Per Test $61,00 0.Material Finer Than 200 Sieve Per ASTM C-117 Per Test $46.00 P.Liquid Limit per ASTM D-4318 (Atterberg Limits) Per Test $76.00 ' Q.Salt Content per FOOT FM 3-516 Per Test $62.00 R.Limerock Base Thickness Determination -Min.3"dia.Holes FAAP-211(min.2 tests) Per Test $80.00 , (excludes mobilization and transportation) *unlimited tests • Day $689.00 S.Limerock Chemical Analysis per DCPW,FDOT(2 tests min.) Per Test $88,00 - T,Lime'rocic Chemical Analysts per 17CAb GAAP-211(2 tests min.) Per Test $88,00 U.Resistivity Test in Accordance with California Method 643-7 with Break-Down for test, Per $148.00 Sampling,PH Measurement of Water and Soli,etc. V.Sediment Tests Per Test $73.00 W.Soil Load Bearing Test(Plate Load)(Reaction Load By Others) 5W.1 Static Load on Footings per ASTM D-1194 Per Test $523.00 5W,2 Repetitive Static Load for Pavement per ASTM D-1195 Per Test $557.00 5W,3 Non-Repetitive Static Load for Pavement er ASTM D-1196 Per Test $557,00 X.Soli Relative Density Tests(Vlbro-Flotation /In-Situ Verification) 5X,1 CPT Cone Penetration Test Soundings Per Foot $16,00 Y.Horticultural Service for Ph Value of Soil Per Test. $42.00 Z,Horticultural Service for Soluable Salts In Soil Per Test $70.00 AA.Horticultural Service for Macro Nutrients In Soil Per Test $85.00 AB.Backfill Monitoring (4 hrs min.) Per Hour $70.00 AC,Geotechnical Engineer(min.2 hrs) Per Hour $126.00 G.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 No,2 Per Mix $800,00 B.Analysis of Special Design Mix i Per Mix $650,00 Page 43 of 50 CITY APPROVED ROTATIONAL CONSULTANT FORM(JANUARY 2013) J • • • Unit Unit Price C. Marshall Properties (MOT Procedures) (Aviation P-40:L/P-405)(Technician plus tests) - 6C.1 Stability per ASTM D-1559 or AASHTO D-T 245(set of 3 specimen) Per Set $124,00 6C.2 Flow per ASTM-1559 or AASHTO D-T 245(set of 3 specimen) Per Set $116,00 6C,3 Density per ASTM D-272G(set of 3 specimen) Per Set $117.00 6C.4 Air Voids per ASTM-3203 (set of 3 specimen) - Per Set $116,00 6C.5 Maximum density per ASTM D-2041 -,-- Per Set $76.00 _ 6c.6 Particle Coating per ASTM D-2489 Per Sample $128.00 • 6C.7 Sampling/Prep,Per ASTM D-1559/D-2726Per Sample $79,00 6C.8 Bulk Specific Gravity of Drilled Core per ASTM D-2726 I--_ Per Core $55.00 6C.9 Moisture Content-Drying per ASTM C-566. Per Sample $56.00 6C.10 Moisture Content-Distillation per ASTM D-1461 Per Sample $133.00 _ 6C.11 Asphaltic Specific Gravity/Absorption of Aggregate Blends Per Aggregate Sample $102.00 gre 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-182 Per Sample $143.00 _ 6C.16 Flat/Elongated Pieces per ASTM D-4791 Per Sample $136.00 6C.17 Effect of Moisture on Hot Mix per ASTM D-4867(set of 6 samples) - Per Set $318.00 6C.18 Sand Equivalent per ASTM 0-2419 Per Sample $102.00 6C.19 Effect of Water on Cohesion per ASTM D-1075/Modified PerSample $192.00 i D. Extraction/Gradation Analysis per ASTM 06307 Per Test $146.00 E.Asphalt Plant Technician Using FOOT Approved plant,Laboratory and Procedures for Hour $83,00 Extraction,Gradation,Marshall Tests and Temperature Checks(ASTM 0-290.85) (per person, min.4 hrs) • F.Paving Technician for On-Site Paving Operations, inspections per FOOT Procedures (temperature,density testing and observation) (min.4 hrs,). Hour $82,00 G.Aspaalt densities(Nuclear-Back Scatter Methos) (Min.4 tests) Per Test $30.00 H.Asphalt Core Drilling for Thickness Measrurements (includes Asphalt Patching) (min 6 cores Per Core $60.00 per call-out) I.Asphalt Cores Laboratory Tests for Measurements per ASTM D-3549 and weight per cubic foot,per ASTM D-2726(min 4 cores) Per Core $45,00 J.Gyratory Compaction (Bulk Specific Gravity) Per Sample $121.00 7, TECHNICAL SERVICES (AVIATION) (9.913). A,P401 Technical Services-NICET 111/FDOTII/Equivalent per ASTM 0-3666 Aspait lent Facilities and initial Inspection,Quality Reviews, Design Mix/IMF 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 76.1 Level I inspector(weekday min,4 hrs) Hour $83.00 76.2 Level II inspector(weekday min,4 hrs) Hour $91.00 713.3 Cancellation Fee(Plant) (Per cancellation, per technician) Per $244.00 I! O. CONCRETE TECHNICIAit3 (0.03) INCLUSIVE OF TRAVEL MILEAGE, DELIVERY AND CERTIFIED R1EPO: 1 - II 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 Air Entrainment pas ASTM C-31 (used Concurrently with Concrete Set Testing) Per Set $37.00 8A.4 Cylinder pick-up (when not cast by laboratory) - _ Hour $59,00 . B.Securing Structural or Pavement Cores per ASTM C-42(6"max. dia.)(3 cores min.) 813.1 8"deep Per Core _ $129,00 813.2.14"deep . Per Core $157,00 Page 44 of 50 CITY APPROVED ROTATIONAL CONSULTANT FORM(JANUARY 2013) • 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 0.140 and 0.551-Block/Brick per ASTM-140 _T _ 80.1 Concrete Brick per ASTM C-551(min.2 bricks) • 80,1A Compression Per Brick $46.00 8D.1B Absorption. Per Brick $66.00 • 8D.1C Dimension Per Brick $45.00 8111D Appearancer PerBrick $44.00 80.2 Block, Manhole Per Test $78.00 8D.3 Block, Concrete Compression per ASTM C-140-individual Units Per Test $56.00 8D.4 Block, Concrete Absorption per ASTM C-140-Individual Units Per Test $67.00 80.5 Moisture Content of Concrete Block per ASTM C-1.40 Per Block $56.00 80.6 Block Series, Dimensions, Compression, Absorption, Moisture Content and Unit Weight (Density) Per Block $176.00 . 80.7 Mortar Cubes 2"x2"x2" Compression Test per ASTM C-109(min.3 per test)(cast by others) Per Cube $38.00 80.8 Masonry Prism per ASTM C-1314(fabricated by contractor) (unfilled) Per Prism $141.00 80.9 Sampling and pick-up (casting not included) - Per Unit $64.00 8D.10 Concrete Block Unit Weight per ASTM C-140 Per Block __ $62.00 8D,11 Grout Cube Compression Test per ASTM C-1014(cast by others) _ 'Per Cube , $22.00 80.12 Technician to Cast Mortar or Grout Cubes In Laboratory or On-Site (Incl.slump and temp. tests) Hour $64.00 80.13 On-Site Masonry Inspector per ACI-530 (min.4hrs) Hour i $83.00 ,1 E.Concrete Beams . 86.1 Tension Test per ASTM C-496(Splitting Tension Test for Cylindrical Specimen,not beams) Per Test $66,00 8E,2 Flexural Test per ASTM C-78(ASTM C-31,C-78)cast per ASTM C-36,(2 beams required per Per Beam $122,00 F.Air Content per ASTM 0-173 or ASTM C-231 Per Test $36.00 G.Concrete Densities (Unit Weight)and Yield Test per ASTM C-138 Per Test _ $41.00 H.Design Mix per ACI-211.Standard Aggregate (Materials Furnished by Supplier) (Laboratory Sampling included)(1 Trial batch and 6 Cylinder Tests)(First of any Series) Per Mix $525,00 • (Additional Design Mixes in Series) Per Mix $408.00 8H,1 Design Mix Materials Testing • 8H,1a Gradation Per Test $75.00 8H.1b Fin.e.Aggregate Gravity and Absorption C-127 •- -- - -..Per Test $84,00 v - 8H.1c Coarse Aggregates Specific Gravity and Absorption C-128 • Per Test $94.00 8H.1d LA Abrasion C-88 Per Test $221,00 I.On-Site inspection per ACI-304 and ACI.311.5R (per site visit as approved by the engineer).(4 Hour $83,00 J.Concrete Plant inspection per ACI-311.5 (Mix and Weight Verification) (4 hrs min.) Hour $83.00 K.Windsor Probe Test per ASTM C-803(Penetration Resistance to Determine Uniformity) with equipment charge(Windsor Gun) (per trip per location) Per Trip $271.00 L.ASTM C-803 (set of 3 probes per test) Per Set $108.00 M.Concrete Rebound Hammer Test per ASTM C-805(use of Spring Driven Steel Hammer to Per Hour $81.00 determine uniformity of in-place concrete) (4 hrs min) N,Pull-out per ASTM C-900(Includes pin installation) Per Test - $344,00 0.Thickness of Concrete per ASTM C-1383 Flour $71.00 P.Corrosion Activity per ASTM C-876 Hour $88.00 Q.Chloride Content 8Q,1 Per ASTM C-1152 Per Test $129.00 80,2 Per ASTM C-1218 Per Test $135.00 R.Pachometer (Magnorneter) Readings for Rebar Location, approximate size and Spacing(4 hrs . Hour $81.00 S.Los Angeles Abrasion per ASTM 0.131(small size coarse aggregate) Hour $225.00 T.Sieve Analysis per ASTM-136 Per Test $75.00 { Page 45 of 50 , CITY APPROVED ROTATIONAL CONSULTANT FORM(JANUARY 2013) x • Unit Unit Price U,Absorption Fine Aggregate per ASTM C-128, Coarse Aggregate per ASTM C-127 Per Test $75,00 V.Specific Gravity One Aggregate per ASTM C-128,Coarse Aggrejate per ASTM C-127 Per Test $75,00 W.Weight per Cubic Feet per ASTM C-29 Per Test $75,00 9. STEEL (904) (Use AWA, AMS, AWS, ASME, API, as applicable) A.Shop/Field Weld Inspection per ASTM D-5339(4 hrs min.) Hour _-$82.00 • B.AWS,AWA,ASME Welder Tests-Groove or Fillet Plate _ Per2osltlon $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-IJP MACHINE • D.Reinforcing Steel Deformation Test Per Test $57.00 B.Reinforcing Bar Placement Inspection Hour $82.00 F.Chemical Laboratory Test Weld Inspection and Dye Penetrant Weld Testing Hour _ $82.00 G.Radiograph Weld Inspection (min.4 tests) Per Test $142.00 H. Engineering Services _ 9H.1 Special Inspector for Threshold Buildings(State Certified) (2 hrs min.) , Hour $121.00 91-1,2 Special Inspector Designee (2 hrs min.) Hour L $116,00 91-1:3 Special Inspector under the Florida Building Code(2 hrs min.) Hour $116,00 10. MECHAidICAL (9.04) A.Sound Surveys'(Includes travel time) Hour $98.00 B.Lighting Surveys(includes travel time) Hour $98.00 11. FIRE PROOFING (9.0_41 A.Inspection of Sprayed-On Fireproof Coating on Structural Steel 11A.1 4 hrs min Hour $81.00 11,4,2 Laboratory Unit Weight Test.of Fireproofing Coating per ASTM E-G05 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'IVIEASU EIi1E*JTS (SiR4-INDICATOR) (9.04). - A.Technician Services to install Gauges/Make Strain Reading(4 hr min.) Hour $81.00 13. ULTRASONIC INSPECTIONS (9.04) A.Services of an Ultrasonic Technician and Equipment(8 hrs min) Hour $125.00 B.Assistant Technician (8 hrs.min) Hour $58,00 14. STRUCTURAL STEEL (9.04) A.Welding inspector per AWS Code(4 hrs min) Hour $82,00 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 hrs min)(per inspection) Hour $82.00 13.AWS Certified Welding Inspector/1 hr PADI Certified (min 2 inspections per Inspection) Hour $142,00 • 16. MAGNETIC PARTICLE TESTING (iy(AGi4A>FI,Ri3C) (9.04) A.Services of a non-destructive technician Hour $82.00 B.Magnafiux Testing - T Hour - $78.00 Page 46 of.50 • CITY APPROVED ROTATIONAL CONSULTANT FORM(JANUARY 2013) • Unit Unit Price 17. ROOFING (9.05) (all tests performed shall be in accordance-wing current edition of the Florida Builtfinsi Code at time the work is issued) A.Built-up roof sample analysis(test method for moisture In mineral aggregate used for Per Test $53.00 built-up roofs)(ASTM D-1.864) B.ASTM 3617 _ Per Test $304,00 C.Compression Test-Roof Tiles Hour $58,00 U.Absorption Test-roof tiles(per set of 5) Per Set $233.00 E,Up-Lift test of roof tiles(per set of 5) Per Set $282.00 F.Core Samples (per architect/engineer's recommendation) Per Sample $73.00 • G.Visual Inspections Per Job min. - - - - - . • Per Job min. $714.00 - Per square foot Per Sq.Ft $0,16 H.Infrared Moisture Survey(mobilization of equipment) Per Job min. Per Job min. $792,00 Per square foot Per Sq.Ft $0,28 i Asbestos Tasting Per Sample $63.00 J.Nuclear Moisture Testing Per Job min, Per Job min, $754.00 Per square foot _ Per Sq.Ft $0.22 I(.Impedence Moisture Survey(machine) (max 3 cores) Per Job min. Per Job min. $790.00 Per square foot(additional square foot survey) Per Sq.Ft $0.26 L.Bonded Pull Test Per Test $201.00 M.Fastener Pull Test(First 10,000 sq.ft.per deck)(10 tests) Per Test $790,00 Per new roof(core sample) Per Test $50.00 Existing roof(core sample) Per Test $60.00 N.Bail Chamber Test(max.2 tests/any additional test$300,00) Per Test $750.00 O.Title Uplift Test(TAS 106) Per square feet(2,500 sq.ft) Per Sq.Ft $250.00 Additional persquare • • • - Per Sq,Ft - - $20.00 P.Engineer's Report Hour $126.00 22. MAINTENANCE©fp'TRAFFIC (to be negotiated by Issuing debit It 23. ENGINEERING SERVICES A.C.A.A. Operator Flour $72.00 B.Staff Engineer Hour $90.00 C.Professional Engineer Hour $120.00 D.Senior Engineer Hour $143.00 E.Principal _ Hour $151.00 F.Clerical/Administrative • Hour $48.00 G.Engineering Technician (applies to all sub-categories) Hour $65.00 Note:Pees paid to the laboratories for the work performed shall be In accordance to the 24. UNDERGROUND UTILITY LOCATION ANiD 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 Categprv. Page 47 of 50 CITY APPROVED ROTATIONAL CONSULTANT FORM(JANUARY 2013) 1 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 Com plate Certified Report Per Test Hole(In Pavement) (Min.3 Tests per Visit) �_ -- Per Test $850,00 Per Test Hole(In Soil)(Min.3 Tests per Visit) Per Test $850.00 t C.Utility Location Inspector to Verify and Coordinate Location and Documentation of Utility Per Hour $80,00 Company (Min.2 Hrs.per Test Location • • • Paco 48 of SC) CITY APPROVED ROTATIONAL CONSULTANT FORM(JANUARY 2013) • Exhibit B: Pre-Proposal Sign-in Sheet 6 ADDENDUM NO.5 RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS ; M I AM I B EACH CITY OF MIAMI BEACH PRE-PROPOSAL MEETING • SIGN-IN SHEET DATE: April 25, 2018 TITLE: REQUEST FOR QUALIFICATIONS (REQ) 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS- NEEDED BASIS ,i-fitAT- 4kW11511-'4;i,. : ---e--- :Z.r;P-TmN-irt,Vg 0:-: 1414 --wt-vit-w'litt.Wife----:-V-7901T...44A, fzia$- 041M#1,-;-75: 5-,,tfyitgzfikk4IMAIVI ,,-;;R-,, pi?- lz,„a::V4-a-1-4,W,44,-eg=4 4 ', f,'-. ''.7-!At-P *13. j V:',,a7t1-NAE•Zg,'t7E;V tt 1 :-.4,11.11 t 4 W-F4-7-44,:ATW Kristy Bada Procurement-CMB . 305-673-7000 ext. 6218 • . kristybadamiamibeachfl.ROV . , 1;62; sed,A4.4,04ti1'ee1 e„to.. ,e,t pt.,/,.. fLyrviAk 0 n6 — "vV eAtqlhu2 -0-,....;- e-41?-''t4k-e.,A f 7(1):53V • • ! . , -- --. m L.-- --:- ---/\---( .F2R. ail-t -NFq 054a21/ 4. i Ix , 1.4.u60 s sot() h ti 5 a. s erto9 terra.ca tl. Ca vieL 'S''Co 24 L CS 1 9 . i i . \ict.svAt.,ti.A. -7--)-4.krytA : vekiVe.)(Sal Uvicpretfivt3 ...iciffs4 3° -.: ' '`.4" 1 . „ pat ktrwle,ovi vizysail eNkO\InetrIVII SiaV • I i 1 1?-• -•104,A Lttra \I ILLA. .30 5.''' ? j 0 t'-.5 NV tita.-‘kt.. 5%-ber:0-,e.tau.)ct •6c..0231.-ces 21-11- i G 41 1 1 i e......t::_. I 1 TairliZ)C- C..- 'D4A-V. k OD s4 -°'03 (0/)8/4— 1 , 1 -4,...1 vIA.0-61(..... 0/ litt4t-1r-talon/I g 40-1 0,....-.14_ raci rp.a_e_.' . nal- : ir ; ! - ' 1 . 1 : 1 i I 1 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. 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 fime to allow for traffic or other delays for which the Proposeris solely responsible: Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of theindividual named below,with a copy to the City Clerk's Office at RafaelGranadona miamibeachfl.00v. . I Procurement Contact: Telephone: Email: Kristy Bada 305-673-7000, ext.6218 kristybada@miamibeachfl.gov Proposers are reminded to acknowledge receipt of thisaddendum as part of your RFQ submission.;. Potential proposers that have elected not to submit a response to the RFQ are requested to complete and return the"Notice to Prospective Bidders"questionnaire with the reason(s)for not submitting a proposal. Alex Denis G'11-• Procurement Director. - f I ADDENDUM NO.4 RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS MIAMI BEACH City of Miami Beach,1755 Meridian Avenue,3rd Floor,Miami Beach, Florida 33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490 ADDENDUM NO. 3 RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS June 8, 2018 This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. I. RFQ DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on Monday, June 18, 2018, at the following location: City of Miami Beach Procurement Department 1755 Meridian Avenue, 3`d Floor Miami Beach, Florida 33139 Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. A FORTHCOMING ADDENDUM WILL CONTAIN RESPONSES TO QUESTIONS • RECEIVED. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below,with a copy to the City Clerk's Office at RafaelGranado c@i,miamibeachfl.gov. Procurement Contact: Telephone: Email: Kristy Bada 305-673-7000,ext.6218 kristybada©miamibeachfl.gov . i Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Potential proposers that have elected not to submit a response to the RFQ are requested to complete and return the"Notice to Prospective Bidders"questionnaire with the reason(s)for not submitting a proposal. ere 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 Monday, June 11, 2018, at the following location: City of Miami Beach Procurement Department 1755 Meridian Avenue, 3`d Floor Miami Beach, Florida 33139 Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. A FORTHCOMING ADDENDUM WILL CONTAIN RESPONSES TO QUESTIONS RECEIVED. Any questions regarding this Addendum should be submitted inwriting to the Procurement Department to the attention of the individual named below,with a copy to the City Clerk's Office at RafaelGranadoaa.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 ADDENDUM DENDUM NO.2 RFQ 2018-097-KB I FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICE S ON AN AS-NEEDED BASIS MIAMI BEACH City of Miami Beach,1755 Meridian Avenue,3rd Floor, Miami Beach, Florida 33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490 ADDENDUM NO. 1 RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS May 22, 2018 This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. I. RFQ DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on Monday, June 4, 2018, at the following location: City of Miami Beach Procurement Department 1755 Meridian Avenue, 3`d Floor Miami Beach, Florida 33139 Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. A FORTHCOMING ADDENDUM WILL CONTAIN RESPONSES TO QUESTIONS RECEIVED. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below,with a copy to the City Clerk's Office at RafaelGranado a(�.miamibeachfl.aov. ' Procurement Contact: Telephone: Email: Kristy 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. Alex Denis Procurement Director 1 ADDENDUM NO.1 RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS REQUEST FOR QUALIFICATIONS (RFQ) FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS- NEEDED BASIS 2018-097-KB RFQ ISSUANCE,DATE: APRIL 12, 2018 STATEMENTS OF QUALIFICATIONS DUE: MAY 25,2018 @ 3:00 PM ISSUED BY: MIAMIBEACH KRISTY BADA, CONTRACTING OFFICER III PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor, Miami Beach, FL 33139 305.673.7490 I kristybada@mi'amibeachfl.gov I www.miamibeachfl.gov RFQ 2018-097-KB 1 ti MIAMI BEACH TABLE OF CONTENTS SOLICITATION SECTIONS: PAGE 0100 NOT UTILIZED N/A 0200 INSTRUCTIONS TO RESPONDENTS &GENERAL CONDITIONS 3 0300 SUBMITTAL INSTRUCTIONS &FORMAT 12 0400EVALUATION 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 MIAMIBEACH SECTION 0200 INSTRUCTIONS TO RESPONDENTS&GENERAL CONDITIONS 1. GENERAL. This Request for Qualifications (RFQ) is issued by the City of Miami Beach, Florida (the "City"), as the means for prospective Proposer to submit their qualifications, proposed scopes of work and cost Statement of Qualifications (the"proposal") to the City for the City's consideration as an option in achieving the required scope of services and requirements as noted herein. All documents released in connection with this solicitation, including all appendixes and addenda,whether included herein or released under separate cover, comprise the solicitation, and are complementary to one another and together establish the complete terms, conditions and obligations of the Proposer and, subsequently,the successful proposer(s) (the"contractor[s]")if this RFQ results in an award. The City utilizes PublicPurchase (www.publicpurchase.com) for automatic notification of competitive solicitation opportunities and document fulfillment, including the issuance of any addendum to this RFQ. Any prospective proposer who has received this RFQ by any means other than through PublicPurchase must register immediately with PublicPurchase to assure it receives any addendum issued to this RFQ. Failure to receive an addendum may result in disqualification of proposal submitted. 2. PURPOSE. The City requires the services of consulting firms to perform citywide geotechnical and soil testing services for the Capital Improvement Program (CIP) and Public Works Departments. For five(5)years,the City has contracted with several consulting firms to provide these services. The current contract for these services expires on August 18, 2018. In order to consider a replacement contract, the City is seeking proposals from qualified firm(s)to perform citywide geotechnical and soil testing services. Geotechnical, soil testing and/or lab testing services are required for proper pre-planning of construction projects for the City. Many of the City's CIP and Public Works projects will require, during one time or another, a geotechnical, soils or lab testing report to validate either the City's Engineer's or any Architect's or Engineer of Records recommendations as to any site, building or any other project's unknown characteristics. Through the issuance of this RFQ the City will be able to adequately plan and incorporate ,geotechnical and soil testing services as pant of the pre-construction preparatory work, which is a phase of every City construction project. In addition, the Geotechnical firm(s) would provide personnel that are qualified, trained and thoroughly familiar with the City's rules, policies, and procedures in inspection, sampling testing, and reporting various areas and stages of construction. The ability to have a list of Geotechnical firms to be contacted on an as needed basis would enable the City to utilize these services when the need arises. It is the intent of the City of Miami Beach to select several firms under this RFQ, which will be contacted on an as needed basis. This contract shall remain in effect for an initial term of five (5) years, with two (2) optional renewal years at the City's discretion. This RFP is issued pursuant to Chapter 287.055, Florida Statutes, the Consultants Competitive Negotiations Act (CCNA). 3. SOLICITATION TIMETABLE.The tentative schedule for this solicitation is as follows: Solicitation Issued APRIL 12,2018 Pre-Submittal Meeting APRIL 25, 2018 AT 10:00AM Deadline for Receipt of Questions MAY 15,2018 AT 5:00PM RFQ 2018-097-KB 3 MIAMI BEACH Responses Due May 25, 2018 AT 3:00PM Evaluation Committee Review TBD Proposer Presentations TBD Tentative Commission Approval Authorizing TBD Negotiations Contract Negotiations Following Commission Approval 4. PROCUREMENT CONTACT.Any questions or clarifications concerning this solicitation shall be submitted to the Procurement Contact noted below: Procurement Contact: Telephone: Email: Kris Bada 305-673-7490 kris bada• miamibeachfl.•ov Additionally, the City Clerk is to be copied on all communications via e-mail at: RafaelGranado(a,miamibeachfl.gov; or via facsimile: 786-394-4188. The Bid title/number shall be referenced on all correspondence. All questions or requests for clarification must be received no later than ten (10)calendar days prior to the date proposals are due as scheduled in Section 0200-3. All responses to questions/clarifications will be sent to all prospective Proposers in the form of an addendum. 5. PRE-PROPOSAL MEETING OR SITE VISIT(S). Only if deemed necessary by the City, a pre-proposal meeting or site visit(s)may be scheduled. A Pre-PROPOSAL conference will be held as scheduled in Anticipated RFQ Timetable section above at the following address: City of Miami Beach Procurement Department Conference Room 1755 Meridian Avenue,3rd Floor 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 is subject to, and all proposers are expected to be or become familiar with, the City's Cone of Silence Requirements, as codified in Section 2-486 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Cone of Silence are complied with, and shall be subject to any and all sanctions, as prescribed therein, including rendering their response voidable, in the event of such non-compliance. Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at rafaelgranado@miamibeachfl.gov 8. SPECIAL NOTICES. You are hereby advised that this solicitation is subject to the following ordinances/resolutions,which may be found on the City Of Miami Beach website: http://www.miamibeachfl.00v/city-hall/procurement/procurement-related-ordinance-and-procedures/ • CONE OF SILENCE CITY CODE SECTION 2-486 • PROTEST PROCEDURES CITY CODE SECTION 2-371 • DEBARMENT PROCEEDINGS CITY CODE SECTIONS 2-397 THROUGH 2-485.3 • LOBBYIST REGISTRATION AND DISCLOSURE OF F FEES CITY CODE SECTIONS 2-481 THROUGH 2-406 • CAMPAIGN CONTRIBUTIONS BY VENDORS CITY CODE SECTION 2-487 • CAMPAIGN CONTRIBUTIONS BY LOBBYISTS ON PROCUREMENT ISSUES CITY CODE SECTION 2-488 • REQUIREMENT FOR CITY CONTRACTORS TO PROVIDE EQUAL BENEFITS FOR CITY CODE SECTION 2-373 DOMESTIC PARTNERS • LIVING WAGE REQUIREMENT CITY CODE SECTIONS 2-407 THROUGH 2-410 • PREFERENCE FOR FLORIDA SMALL BUSINESSES OWNED AND CONTROLLED BY CITY CODE SECTION 2-374 VETERANS AND TO STATE-CERTIFIED SERVICE-DISABLED VETERAN BUSINESS ENTERPRISES • FALSE CLAIMS ORDINANCE CITY CODE SECTION 70-300 • ACCEPTANCE OF GIFTS,FAVORS& • CITY CODE SECTION 2-449 SERVICES 9. PUBLIC ENTITY CRIME. A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crimes may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as a contractor, supplier, sub-contractor, or consultant under a contract with a public entity, and may not transact business with any public entity in excess of the threshold amount provided in Sec. 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list: 10. COMPLIANCE WITH THE CITY'S LOBBYIST LAWS. This RFQ is subject to, and all Proposers 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 sub1ect 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 201 8-097-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,withoutexception,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 Dr perform work or services as a result of any contract resulting from this solicitation, the contractor will assume the full duty, obligation and expense of obtaining all necessary licenses, permits, and insurance, and assure all work complies with all applicable laws.The contractor shall be liable for any damages or loss to the City occasioned by negligence of the Proposer,or its officers, employees, contractors,and/or agents,for failure to comply with applicable laws. 32. `SPECIAL CONDITIONS. Any and all Special Conditions that may vary from these General Terms and Conditions shall have precedence. RFQ 2018-097-KB 8 MIAMI BEACH 33. NON-DISCRIMINATION. The Proposer certifies that it is in compliance with the non-discrimination clause contained in Section 202, Executive Order 11246, as amended by Executive Order 11375, relative to equal employment opportunity for all persons without regard to race, color, religion, sex or national origin. In accordance with the City's Human Rights Ordinance, codified in Chapter 62 of the City Code, Proposer shall prohibit discrimination by reason of race, color, national origin, religion, sex, intersexuality, gender identity, sexual orientation,marital and familial status,and age or disability. 34. DEMONSTRATION OF COMPETENCY. The city may consider any evidence available regarding the financial, technical, and other qualifications and abilities of a Proposer, including past performance (experience) in making an award that is in the best interest of the City, including: A. Pre-award inspection of the Proposer's facility may be made prior to the award of contract. B. Proposals will only be considered from firms which are regularly engaged in the business of providing the goods and/or services as described in this solicitation. C. Proposers must be able to demonstrate a good record of performance for a reasonable period of time, and have sufficient financial capacity, equipment, and organization to ensure that they can satisfactorily perform the services if awarded a contract under the terms and conditions of this solicitation. D. The terms "equipment and organization", as used herein shall, be construed to mean a fully equipped,and well established company in line with the best business practices in the industry, and as determined by the City of Miami Beach. E. The City may consider any evidence available regarding the financial, technical, and other qualifications and abilities of a Proposer, including past performance (experience), in making an award that is in the best interest of the City. F. The City may require Proposer s to 'show proof that they have been designated as authorized representatives of a manufacturer or supplier,which is the actual source of supply. In these instances,the City may also require material information from the source of supply regarding the quality, packaging, and characteristics of the products to be supply to the City. 35. ASSIGNMENT. The successful Proposer shall not assign, transfer, convey, sublet or otherwise dispose of the contract, including any or all of its right, title or interest therein, or his/her or its power to execute such contract, to any person,company or corporation,without the prior written consent of the City. 36. LAWS, PERMITS AND REGULATIONS, The Proposer shall obtain and pay for all licenses, permits, and inspection fees required to complete the work and shall comply with all applicable laws. 37.OPTIONAL CONTRACT USAGE.When the successful Proposer(s)is in agreement, other units of government or non-profit agencies may participate in purchases pursuant to the award of this contract at the option of the unit of government or non-profit agency. 38. VOLUME OF WORK TO BE RECEIVED BY CONTRACTOR. It is the intent of the City to purchase the goods and services specifically listed in this solicitation from the contractor. However, the City reserves the right to purchase any goods or services awarded from state or other governmental contract, or on an as-needed basis through the City's spot market purchase provisions. 39. DISPUTES. In the event of a conflict between the documents, the order of priority of the documents shall be as follows: A. Any contract or agreement resulting from the award of this solicitation;then B. Addendum issued for this solicitation,with the latest Addendum taking precedence;then RFQ 2018-097-KB 9 MIAMI BEACH C. The solicitation;then D. The Proposer's proposal in response to the solicitation. 40. INDEMNIFICATION. The Proposer shall indemnify and hold harmless the City and its officers, employees, agents and instrumentalities from any and all liability, losses or damages, including attorney's fees and costs of defense, which the City or its officers, employees, agents or instrumentalities may incur as a result of claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to or resulting from the performance of the agreement by the contractor or its employees, agents, servants, partners, principals or • subcontractors. The contractor shall pay all claims and losses in connection therewith, and shall investigate and defend all claims, suits or actions of any kind or nature in the name of the City, where applicable, including appellate proceedings, and shall pay all costs,judgments, and attorney's fees which may be incurred thereon. The Proposer expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by the contractor shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided. The above indemnification provisions shall survive the expiration or termination of this Agreement. 41. CONTRACT EXTENSION. The City reserves the right to require the Contractor to extend contract past the stated termination date for a period of up to 120 days in the event that a subsequent contract has not yet been awarded. Additional extensions past the 120 days may occur as needed by the City and as mutually agreed upon by the City and the contractor. 42. FLORIDA PUBLIC RECORDS LAW. Proposers are hereby notified that all Bid including,without limitation, any and all information and documentation submitted therewith, are exempt from public records requirements under Section 119.07(1), Florida Statutes, and s. 24(a),Art. 1 of the State Constitution until such time as the City provides notice of an intended decision or until thirty (30) days after opening of the proposals, whichever is earlier. Additionally, Contractor agrees to be in full compliance with Florida Statute 119.0701 including, but not limited to, agreement to (a) Keep and maintain public records that ordinarily and necessarily would be required by the public agency in order to.perform the services; (b) provide the public with access to public records on the same terms and conditions that the public agency would provide the records and at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law; (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law; (d) Meet all requirements for retaining public records and transfer, at no cost, to the public agency all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the public agency in a format that is compatible with the information technology systems of the public agency. 43. OBSERVANCE OF LAWS. Proposers are expected to be familiar with, and comply with, all Federal, State, County, and City laws, ordinances, codes, rules and regulations, and all orders and decrees of bodies or tribunals having jurisdiction or authority which, in any manner, may affect the scope of services and/or project contemplated by this RFQ (including, without limitation, the Americans with Disabilities Act, Title VII of the Civil Rights Act, the EEOC Uniform Guidelines, and all EEO regulations and guidelines). Ignorance of the law(s) on the part of the Proposer will in no way relieve it from responsibility for compliance. 44. CONFLICT OF INTEREST. All Proposers must disclose, in their Proposal, the name(s) of any officer,director, agent, or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Further, all Proposers must disclose the name of any City employee who owns, either directly or RFQ 2018-097-KB 10 MIAMI BEACH indirectly, an interest of ten (10%) percent or more in the Proposer entity or any of its affiliates. 45. MODIFICATION/WITHDRAWALS OF PROPOSALS.A Proposer may submit a modified Proposal to replace all or any portion of a previously submitted Proposal up until the Proposal due date and time. Modifications received after the Proposal due date and time will not be considered. Proposals shall be irrevocable until contract award unless withdrawn in writing prior to the Proposal due date,or after expiration of 120 calendar days from the opening of Proposals without a contract award. Letters of withdrawal received after the Proposal due`date and before said expiration date, and letters of withdrawal received after contract award will not be considered. 47. EXCEPTIONS TO RFQ. Proposers must clearly indicate any exceptions they wish to take to any of the terms in this RFQ, and outline what, if any, alternative is being offered. All exceptions and alternatives shall be included and clearly delineated, in writing, in the Proposal. The City, at its sole and absolute discretion, may accept or reject any or all exceptions and alternatives. In cases in which exceptions and alternatives are rejected, the City shall require the Proposer to comply with the particular term and/or condition of the RFQ to which Proposer took exception to (as said term-and/or condition was originally set forth on the RFQ). 48. ACCEPTANCE OF GIFTS, FAVORS, SERVICES. Proposers shall not offer any gratuities, favors, or anything of monetary value to any official, employee, or agent of the City,for the purpose of influencing consideration of this Proposal. Pursuant to Sec.2-449 of the City Code, no officer or employee of the City shall accept any gift,favor or service that might reasonably tend improperly to influence him in the discharge of his official duties. 49. SUPPLEMENTAL INFORMATION. City reserves the right to request supplemental information from Proposers at any time during the RFQ solicitation process. 50.ADDITIONAL SERVICES. Although this solicitation and resultant contract identifies specific goods, services or facilities ("items"), it is hereby agreed and understood that the City, through the approval of the Department and Procurement Directors (for additional items up to $50,000) or the City Manager (for additional items greater than $50,000), may require additional items to be added to the Contract which are required to complete the work. When additional items are required to be added to the Contract, awarded vendor(s), as applicable to the item being requested, under this contract may be invited to submit price quote(s) for these additional requirements. If these quote(s) are determined to be fair and reasonable, then the additional work will be awarded to the current contract vendor(s)that offers the lowest acceptable pricing. The additional items shall be added to this contract by through a Purchase Order (or Change Order if Purchase Order already exists). In some cases, the City may deem it necessary to add additional items through a formal amendment to the Contract, to be approved by the City Manager. The City may determine to obtain price quotes for the additional items from other vendors in the event that fair and reasonable pricing is not obtained from the current contract vendors, or for other reasons at the City's discretion. Balance of Page Intentionally Left Blank RFQ`2018-097-KB 11 MIAMI BEACH SECTION 0300 SUBMITTAL INSTRUCTIONS AND FORMAT 1. SEALED RESPONSES. One original Statement of Qualifications (preferably in 3-ring binder) must be submitted in an opaque, sealed envelope or container on or before the due date established for the receipt of proposals. Additionally, ten (10) bound copies and one (1) electronic format (CD or USB format) are to be submitted. The following information should be clearly marked on the face of the envelope or container in which the proposal is submitted: solicitation number, solicitation title, proposer name, proposer return address. Statement .of Qualifications received electronically,either through email or facsimile, are not acceptable and will be rejected. 2. LATE BIDS. Statement of Qualifications are to be received on or before the due date established herein for the receipt of Bids.Any Bid received after the deadline established for receipt of Statement of Qualifications will be considered late and not be accepted or will be returned to proposer unopened. The City does not accept responsibility for any delays, natural or otherwise. 3. STATEMENTS OF QUALIFICATIONS FORMAT. In order to maintain comparability,facilitate the review process and assist the Evaluation Committee in review of Statement of Qualifications, it is strongly recommended that Statement of Qualifications be organized and tabbed in accordance with the sections and manner specified below. Hard copy submittal should be tabbed as enumerated below and contain a table of contents with page references. Electronic copies should also be tabbed and contain a table of contents with page references. TAB 1 Cover Letter&Minimum Qualifications Requirements 1.1 Cover Letter and Table of Contents.The cover letter must indicate Proposer and Proposer Primary Contact for the purposes of this solicitation. 1.2 Response Certification, Questionnaire & Requirements Affidavit (Appendix A). Attach Appendix A fully completed and executed. 1.3 Minimum Qualifications Requirements. Submit verifiable information documenting compliance with the minimum qualifications requirements established in Appendix C, Minimum Requirements and Specifications. TAB 2 Experience&Qualifications 2.1 Qualifications of Proposing Firm. Submit detailed information regarding the firm's history and relevant experience and proven track record of providing the scope of services similar as identified in this solicitation, including experience in providing similar scope of services to public sector agencies. For each project that the proposer submits as evidence of similar experience, the following is required: project description, agency name, agency contact, contact telephone & email,and year(s)and term of engagement. 2.1.1. Provide list of Miami-Dade County, Internal Services Deparment,technical certifications 2.2 Qualifications of Proposer Team. Provide an organizational chart of all personnel and consultants to be used for this project if awarded,the role that each team member will play in providing the services detailed herein and each team members' qualifications. A resume of each individual, including education, experience, and any other pertinent information,shall be included for each respondent team member to be assigned to this contract. TAB 3 Approach and Methodology 3.1 Submit detailed information on the approach and methodology proposer has used on similar past projects, including detailed information, as applicable,on the following: 1. Geotechnical Services a. Previous Construction Activity and Existing Fill b. Subsurface Conditions RFQ 2018-097-KB 12 MIAMI BEACH c. Site Preparation Recommendations d. Compaction Requirements e. Foundation Reporting f. Slope Stability and Excavations g. Excavation Requirements h. Dewatering i. Corrosion Potential and Chemical Attack to Concrete j. Pavements and Roadway 2. Roadway-Reports 3. Materials Testing, Inspection,and Reporting a. Bituminous Construction Materials b. Sand, Coarse Aggregate, Limerock and Cemented Coquina Mine Inspection c. Base,Sub-Grade and Embankment Materials d. Pavement Parking Materials e. Portland Cement Concrete f. Precast Concrete Products g. Pre-Stressed Concrete Products h. Drilled Shaft Inspection i. Laboratory Information Management System(LIMS)Data Entry j. Pavement Coring Reporting (PCR) Data Entry k. Consultant Contract Project Management I. Construction Materials Investigations, Special Studies& Projects m. Miscellaneous Construction Related Activities n. Materials Inspection and Testing Related Maintenance Activities o. Asphalt Concrete Inspection/Evaluation 4. Laboratory Services a. Materials b. Quality Control Program Responses shall be in sufficient detail and include supporting documentation, as applicable, which will allow the Evaluation Committee to complete a fully review and score the proposed scope of services. 4. FINANCIAL CAPACITY. Within three (3) business days of request by the City, Each Proposer shall arrange for Dun & Bradstreet to submit a Supplier Qualification Report (SQR) directly to the Procurement Contact named herein. No proposal will be considered without receipt, by the City, of the SQR directly from Dun & Bradstreet The cost of the preparation of the SQR shall be the responsibility of the Proposer: The Proposer shall request the SQR report from D&B at: https:/isupplierportaldnb.com/webapp/wcslstores!servlet/SupplierPortal?storeld=11696 Proposers are responsible for the accuracy of the information contained in its SQR. It is highly recommended that each Proposer review the information contained in its SQR for accuracy prior to submittal to the City and as early as possible in the solicitation process. For assistance withany 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 LI al alalfa=Ng. ® a 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./ Total 101 100 84 Rank 2 .• . ... .3 • Ste. 1 Points 80 74 66 Committee Ste.2 Points 22 15 12 Member2 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. is • RFQ 2018-097-KB 15 APPENDIX A EACH Response Certification , Questionnaire & • Requirements Affidavit 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS- NEEDED BASIS PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 RFQ 2018-097-KB 16 MIAMI BEACH Solicitation No: Solicitation Title: 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS Procurement Contact: Tel: Email: KRISTY BADA 305-673-7490 KRISTYBADA@MIAMIBEACHFL.GOV STATEMENTS OF QUALIFICATIONS CERTIFICATION, QUESTIONNAIRE & REQUIREMENTS AFFIDAVIT Purpose: The purpose of this Response Certification, Questionnaire and Requirements Affidavit Form is to inform prospective Proposals of certain solicitation and contractual requirements,and to collect necessary information from Proposals in order that certain portions of responsiveness, responsibility and other determining factors and compliance with requirements may be evaluated. This Statement of Qualifications Certification, Questionnaire and Requirements Affidavit Form is a REQUIRED FORM that must be submitted fully completed and executed. 1. General Proposer Information. FIRM NAME: NO.OF YEARS IN BUSINESS: NO.OF YEARS IN BUSINESS LOCALLY: NO.OF EMPLOYEES: OTHER NAME(S)PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: FIRM PRIMARY ADDRESS(HEADQUARTERS): i 4 CITY: STATE: ZIP CODE: TELEPHONE NO.: TOLL FREE NO.: FAX NO.: FIRM LOCAL ADDRESS: t CITY: STATE: ZIP CODE: PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: ACCOUNT REP TELEPHONE NO.: I ACCOUNT REP TOLL FREE NO.: ACCOUNT REP EMAIL: FEDERAL TAX IDENTIFICATION NO.: The City reserves the right to seek additional information from proposer or other source(s),including but not limited to:any firmor principal information, applicable licensure, resumes of relevant individuals, client information, financial information, or any information the City deems necessary to evaluate the capacity of the proposer to perform in accordance with contract requirements. RFQ 2018-097-KB 17 MIAMI BEACH 1. Veteran Owned Business.Is Pro oser claiming a veteran owned business status? YES NO SUBMITTAL REQUIREMENT: Proposers claiming veteran owned business status shall submit a documentation proving that firm is certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United States federal government,as required pursuant to ordinance 2011-3748. 2. Conflict Of Interest. All Proposers must disclose, in their Proposal, the name(s) of any officer, director, agent, or immediate family member(spouse, parent, sibling,and child)who is also an employee of the City of Miami Beach. Further,all Proposers must disclose the name of any City employee who owns,either directly or indirectly,an interest of ten(10%)percent or more in • the Proposer entity or any of its affiliates. SUBMITTAL REQUIREMENT:,Proposers must disclose the name(s)of any officer,director,agent,or immediate family member (spouse,parent,sibling,and child)who is also an employee of the City of Miami Beach. Proposers must also disclose the name of any City employee who owns,either directly or indirectly,an interest of ten(10%)percent or more in the Proposer entity or any of its affiliates 3. References&Past Performance. Proposer shall submit at least three (3) references for whom the Proposer has completed work similar in size and nature as the work referenced in solicitation. SUBMITTAL REQUIREMENT: For each reference submitted, the following information is required: 1) Firm Name, 2) Contact Individual Name&Title,3)Address,4)Telephone,5)Contact's Email and 6)Narrative on Scope of Services Provided. . 4. Suspension, Debarment or Contract Cancellation. Has Proposer ever been debarred,suspended or other legal violation,or had a contract cancelled due to non-performance public sector agency? YES b an NO • SUBMITTAL REQUIREMENT: If answer to above is"YES,"Proposer shall submit a statement detailing the reasons that led to action(s). 5. Vendor Campaign Contributions.Proposers are expected to be or become familiar with,the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the Cit9 Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with, and shall be subject to any and all • sanctions,as prescribed therein,including disqualification of their Proposals,in the event of such non-compliance. SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities(including your sub-consultants)with a controlling financial interest as defined in solicitation.For each individual or entity with a controlling financial interest indicate whether or not each individual or entity has contributed to the campaign either directly or indirectly,of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. 6. Code of Business Ethics.Pursuant to City Resolution No.2000-23879,each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics("Code")and submit that Code to the Department of Procurement Management with .its proposal/response or within five (5)days upon receipt of request.The Code shall, at a minimum, require the Proposer, to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. In lieu of submitting Code of Business Ethics, Proposer may submit a statement indicating that it will adopt,as required in the ordinance,the City of Miami Beach Code of Ethics,available at http://www.miamibeachfl.gov/city-hall/procurement) RFQ 2018-097-KB 18 • MIAMF 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 paida 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 tour 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-halliorocurement/procurement-related-ordinance-and-procedures/ SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees to the living wage requirement. Any payroll request made by the City during the contract term shall be completed electronically via the City's electronic compliance portal,LCP Tracker(LCPTracker.net). 8. Equal Benefits for Employees with Spouses and Employees with Domestic Partners. When awarding competitively solicited contracts valued at over$100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks,the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business with the City of Miami Beach,who are awarded a contract pursuant to competitive proposals,to provide"Equal Benefits"to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach, Florida;and the Contractor's employees located in the United States,but outside of the City of Miami Beach limits,who are directly performing work on the contract within the City of Miami Beach. A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? YES NO B. Does your company provide or offer access to any benefits to employees with(same or opposite sex)domestic partners*or to domestic partners of employees? YES NO C. Please check all benefits that apply to your answers above and list in the "other" section any additional benefits not already specified.Note:some benefits are provided to employees because they have a spouse or domestic partner,such as bereavement leave;other benefits are provided directly to the spouse or domestic partner,such as medical insurance. BENEFIT Firm Provides for Firm Provides for Firm does not Employees with Employees with Provide Benefit Spouses Domestic Partners Health Sick Leave Family Medical Leave Bereavement Leave If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g.,there are no insurance providers in your area willing to offer domestic partner coverage)you may be eligible for Reasonable Measures compliance.To comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application (attached)with all necessary documentation.Your Reasonable Measures Application will be reviewed for consideration by the City Manager,or his designee.Approvalis 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-halUprocurement/procurement-related-ordinance- and-procedures/' RFQ 2018-097-KB- _..�..,....,__.�..E- 19 MIAMI BEACH 9. Public Entity Crimes.Section 287.133(2)(a),Florida Statutes,as currently enacted or as amended from time to time,states that a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal,proposal,or reply on a contract to provide any goods or services to a public entity;may not submit a proposal, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit proposals, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor,supplier,subcontractor,or consultant under a contract with any public entity;and may not transact business with any public entity in excess of the threshold amount provided in s.287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees with the requirements of Section 287.133,Florida Statutes,and certifies it has not been placed on convicted vendor list. 10. Non-Discrimination.Pursuant to City Ordinance No.2016-3990,the City shall not enter into a contract with a business unless the business represents that it does not and will not engage in a boycott as defined in Section 2-375(a) of the City Code, including the blacklisting,divesting from,or otherwise refusing-to deal with a person or entity when such action is based on race, color,national origin,religion,sex,intersexuality,gender identity,sexual orientation,marital or familial status,age or disability. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code. 11. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant to Resolution 2016-29375, the City of Miami Beach, Florida, prohibits official City travel to the states of North Carolina and Mississippi, as well as the purchase of goods or services sourced in North Carolina and Mississippi. Proposer shall agree that no travel shall occur on behalf of the City to North Carolina or Mississippi,nor shall any product or services it provides to the City be sourced from these states. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Resolution 2016-29375. 12. Fair Chance Requirement.Pursuant to Section 2-376 of the City Code,the City shall not enter into any contract resulting from a competitive solicitation, unless the proposer certifies.in writing that the business has adopted and employs written policies, practices,and standards that are consistent with the City's Fair Chance Ordinance,set forth in Article V of Chapter 62 of the City Code ("Fair Chance Ordinance'), and which, among other things, (i) prohibits City contractors, as an employer,from inquiring about an applicant's criminal history until the applicant is given a conditional offer of employment; (ii) prohibits advertising of employment positions with a statement that an individual with a criminal record may not apply for the position,and(iii)prohibits placing a statement on an employment application that a person with a criminal record may not apply for the position. SUBMITTAL REQUIREMENT: No additional submittal is required at this time. By virtue of executing this affidavit, Proposer certifies that it has adopted policies,practices and standards consistent with the City's Fair Chance Ordinance. Proposer agrees to provide the City with supporting documentation evidencing its compliance upon request. Proposer further agrees that any breach of the representations made herein shall constitute a material breach of contract, and shall entitle the City to the immediate termination for cause of the agreement,in addition to any damages that may be available at law and in equity. 13. Acknowledgement of Addendum. After issuance of solicitation,the City may release one or more addendum to the solicitation which may provide additional information to Proposers or alter solicitation requirements. The City will strive to reach every Proposer having received solicitation through the City's e-procurement system, PublicPurchase.com. However, Proposers are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation.This Acknowledgement of Addendum section certifies that the Proposer has received all addendum released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addenda may result in proposal disqualification. , Initial to Confine Initial to Confirm Initial to Confine Receipt Receipt Receipt Addendum 1 Addendum 6 _ Addendum 11 Addendum 2 Addendum 7 Addendum 12 Addendum 3 Addendum 8 Addendum 13 Addendum 4 Addendum 9 Addendum 14 Addendum 5 Addendum 10 Addendum 15 If additional confirmation of addendum is required,submit under separate cover. RFQ 2018-097-KB 20 • MIAMI BEACH DISCLOSURE AND DISCLAIMER SECTION The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach(the"City")for the recipient's convenience. Any action taken by the City in response to Statement of Qualifications made pursuant to this solicitation, or in making any award, or in failing or refusing to make any award pursuant to such Statement of Qualifications,or in cancelling awards,or in withdrawing or cancelling this solicitation,either before or after issuance of an award,shall be without any liability or obligation on the part of the City. In its sole discretion,the City may withdraw the solicitation either before or after receiving Statement of Qualifications,may accept or reject Statement of Qualifications,and may accept Statement of Qualifications which deviates from the solicitation,as it deems appropriate and in its best interest. In its sole discretion, the City may determine the qualifications and acceptability of any party or parties submitting Statement of Qualifications in response to this solicitation. Following submission of Statement of Qualifications, the applicant agrees to deliver such further details, information and assurances, including financial and disclosure data, relating to the Statement of Qualifications and the applicant including, without limitation, the applicants affiliates,officers,directors,shareholders,partners and employees,as requested by the City in its discretion. The information contained herein is provided solely for the convenience of prospective Proposals. It is the responsibility of the recipient to assure itself that information contained herein is accurate and complete.The City does not provide any assurances as to the accuracy of any information in this solicitation. Any reliance on these contents, or on any permitted communications with City officials, shall be at the recipient's own risk. Proposals should rely exclusively on their own investigations,interpretations, and analyses.The solicitation is being provided by the City without any warranty or representation,express or implied,as to its content,its accuracy,or its completeness.No warranty or representation is made by the City or its agents that any Statement of Qualifications conforming to these requirements will be selected for consideration, negotiation,or approval. The City shall have no obligation or liability with respect to this solicitation,the selection and the award process,or whether any awardrwill be made.Any recipient of this solicitation who responds hereto fully acknowledges all the provisions of this Disclosure and Disclaimer, is totally relying on this Disclosure and Disclaimer,and agrees to be bound by the terms hereof.Any Statement of Qualifications submitted to the City pursuant to this solicitation are submitted at the sole risk and responsibility of the party submitting such Statement of Qualifications. This solicitation is made subject to correction of errors,omissions,or withdrawal from the market without notice.Information is for guidance • only,and does not constitute all or any part of an agreement. The City and all Proposals will be bound only as,if and when a Statement of Qualifications,as same may be modified,and the applicable definitive agreements pertaining thereto,are approved and executed by the parties,and then only pursuant to the terms of the definitive agreements executed among the parties.Any response to this solicitation may be accepted or rejected by the City for any reason,or for no reason,without any resultant liability to the City. The City is governed by the Government-in-the-Sunshine Law, and all Statement of Qualifications and supporting documents shall be subject to disclosure as required by such law.All Statement of Qualifications shall be submitted in sealed proposal form and shall remain confidential to the extent permitted by Florida Statutes, until the date and time selected for opening the responses. At that time, all documents received by the City shall become public records. Proposals are expected to make all disclosures and declarations as requested in this solicitation. By submission of a Statement of Qualifications,the Proposer acknowledges and agrees that the City has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement information contained in the Statement of Qualifications,and authorizes the release to the City of any and all information sought in such inquiry or investigation,Each Proposer certifies that the information contained in the Statement of Qualifications is true,accurate and complete,to the best of its knowledge,information,and belief. Notwithstanding the foregoing or anything contained in the solicitation, all Proposals agree that in the event of a final unappealable judgment by a court of competent jurisdiction which imposes on the City any liability arising out of this solicitation,or any response thereto, or any action or inaction by the City with respect thereto, such liability shall be limited to $10,000.00 as agreed-upon and liquidated damages. The previous sentence, however, shall not be construed to circumvent any of the other provisions of this Disclosure and Disclaimer which imposes no liability on the City. In the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation,it is understood that the provisions of this Disclosure and Disclaimer shall always govern.The solicitation and any disputes arising from the solicitation shall be governed by and construed in accordance with the laws of the State of Florida. RFQ 2018-097-KB 21 _ l MIAMI BEACH PROPOSER CERTIFICATION I hereby certify that: I, as an authorized agent of the Proposer , am submitting the following information as my firm's proposal; Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation, all attachments, exhibits and appendices and the contents of any Addenda released hereto,and the Disclosure and Disclaimer Statement; proposer agrees to be bound to any and all specifications, terms and conditions contained in the solicitation, and any released Addenda and understand that the following are requirements of this solicitation and failure to comply will result in disqualification of proposal submitted; Proposer has not divulged, discussed, or compared the proposal with other Proposals and has not colluded with any other proposer or party to any other proposal; proposer acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; all responses, data and information contained in this proposal, inclusive of the Statement of Qualifications Certification,Questionnaire and Requirements Affidavit are true and accurate. Name of Proposer's Authorized Representative: Title of Proposer's Authorized Representative: Signature of Proposer's Authorized Representative: Date: State of FLORIDA ) On this_day of ,20_,personally appeared before me who County of ) stated that(s)he is the of , a corporation,and that the instrument was signed in behalf of the said corporation by authority of its board of directors and acknowledged said instrument to be its voluntary act and deed. Before me: • Notary Public for the State of Florida My Commission Expires: RFQ 2018-097-KB 22 APPENDIX B M I AM I BEACH " 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 !Me: It is important for thendors- a have received notification of this solicitation but have decided not to respond, to complete and submit the attached "Statement of No Bid." The "Statement of No Bid" provides the City with information on how to improve the solicitation process. Failure to submit a "Statement of No Bid" may result in not being notified of future solicitations by the City. RFQ 2018-097-KB 23 MIAMI BEACH Statement of No Bid WE HAVE ELECTED NOT TO SUBMIT A STATEMENTS OF QUALIFICATIONS AT THIS TIME FOR REASON(S) CHECKED AND/OR INDICATED BELOW: Workload does not allow us to proposal _Insufficient time to respond _Specifications unclear or too restrictive _ Unable to meet specifications _Unable to meet service requirements _Unable to meet insurance requirements _Do not offer this product/service OTHER. (Please specify) We do_do not_want to be retained on your mailing list for future proposals of this type product and/or service. Signature: Title: Legal Company Name: Note: Failure to respond, either by submitting a proposal or this completed form, may result in your company being removed from our vendors list. PLEASE RETURN TO: CITY OF MIAMI BEACH PROCUREMENT DEPARTMENT ATTN: KRISTY BADA STATEMENTS OF QUALIFICATIONS#2018-097-KB 1755 MERIDIAN AVENUE, 3`d FLOOR MIAMI BEACH, FL 33139 RFQ 2018-097-KB 24 APPENDIX C MIAMIBEACH 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 RFQ 2018-097-KB 25 MIAMI BEACH Cl. Minimum Eligibility Requirements. The Minimum Eligibility Requirements for this solicitation are listed below. Proposer shall submit, the required submittal(s) documenting compliance with each minimum requirement. Proposers that fail to include the required submittals with its proposal or fail to comply with minimum requirements shall be deemed non-responsive and shall not have its proposal considered. 1. Bidder (defined as the Firm) shall hold an asbestos business certification AND a geology business certification from the Florida Department of Business and Professional Regulation. C2. Statement of Work Required 2.1 Introduction/Background The City requires the services of consulting firms to perform citywide geotechnical and soil testing services for the Capital Improvement Program (CIP) and Public Works Departments. For five (5) years, the City has contracted with several consulting firms to provide these services. The current contract for these services expires on August 18,2018. In order to consider a replacement contract, the City is seeking proposals from qualified firm(s) to perform citywide geotechnical and soil testing services. Geotechnical, soil testing and/or lab testing services are required for proper pre-planning of construction projects for the City. Many of the City's CIP and Public • Works projects will require, during one time or another, a geotechnical, soils or lab testing report to validate either the City's Engineer's or any Architect's or Engineer of Records recommendations as to any site, building or any other project's unknown characteristics. Through the issuance of this RFQ the City will be able to adequately plan and incorporate geotechnical and soil testing services as part of the pre-construction preparatory work, which is a phase of every City construction project. In addition, the Geotechnical firm(s) would provide personnel that are qualified, trained and thoroughly familiar with the City's rules, policies, and procedures in inspection, sampling testing, and reporting various areas and stages of construction. The ability to have a list of Geotechnical firms to be contacted on an as needed basis would enable the City to utilize these services when the need arises. It is the intent of the City of Miami Beach to select several firms under this RFQ, which will be contacted on an as needed basis. This contract shall remain in effect for an initial term of five (5) years, with two (2) optional renewal years at the City's discretion. 2.2 Geotechnical Services • The Consultant shall provide all labor, materials, equipment, transportation, and other appurtenant work for performing subsurface explorations, obtaining 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, comp active effort, and need for proofrolling shall be discussed, including criteria for both granular and cohesive fill, if applicable. Preparation of subgrades for fill and backfill placement shall be discussed. • Foundation Design: The geotechnical engineering report prepared by the Consultant will be used to size and structurally design stable foundations for the structures. To accomplish this task, the report shall contain recommendations in regard to the recommended foundation type for each structure, as RFQ 2018-097-KB 27 MIAMI BEACH loading and site conditions may require. The report shall provide net allowable bearing pressures for shallow spread footings and mats, at recommended bearing depths, considering the types of materials supporting the mats, and note whether any overstressing is allowed under short-term loading such as dynamic, wind, or seismic loading conditions. If over-excavation of unsuitable materials and backfill with structural backfill are required to improve the foundation soils to allow the use of shallow foundations, provide estimated vertical and horizontal extent of the over-excavation and structural backfill. Provide estimated total and differential settlement for foundations using the recommended bearing pressures. Provide an estimate of the time of settlement. Note factors of safety included or recommended. Provide recommendations for resistance to lateral loads, such as passive earth pressures and sliding friction for the base of foundations. Provide recommended groundwater level for determination of buoyancy and means to resist buoyant forces, if needed. Recommendations for deep foundations shall include diameter, depth, and any recommended installation requirements. Provide allowable design loading capacities for vertical downward loading, vertical upward loading, and horizontal loading,as appropriate to the site conditions. Provide design parameters for analysis of laterally loaded drilled piers as required for input into lateral pile capacity software.All factors of safety utilized in developing the allowable load capacities shall be outlined in detail. • Slope Stability and Excavations: The report shall address the recommended inclination of both temporary excavation and permanent slopes. • Excavation Requirements: If necessary, a section of the report shall address the excavatibility of the soils and rock which may be exposed during foundation excavation and site grading. The effort and type of equipment utilized to perform excavations is dependent upon the size and depth of the excavation. Thus, the discussion shall be in regard to area-type excavations and confined excavations, such as utility trenches. • 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 (PCR) Data Entry • Consultant Contract Project Management • Construction Materials Investigations, Special Studies& Projects • Miscellaneous Construction Related Activities • Materials Inspection and Testing Related Maintenance Activities • Asphalt Concrete Inspection/Evaluation • SeismicNibration Monitoring/Reporting • Special Inspector Services The Consultant shall provide(when required)qualified and experienced technicians in the following: • Aggregate Field Testing • Concrete Field Technician Level I and II • Aggregate Laboratory Testing • Concrete Laboratory Technician • LBR Technician • Asphalt Paving • Asphalt Plant • CTCI-Concrete Transportation Construction Inspections • Pre-stress Inspector Technician • Drilled Shaft Inspector • Pile Driving Inspector 2.7 Laboratory Services The 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 M I AM I BEACH 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 AAIAMI 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 BEACH Insurance Requirements 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS- NEEDED BASIS PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 RFQ 2018-097-KB 34 MIAMI BEAC 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 Flonda Department of State DIVISION OF CORPORATIONS - � i► �t vj i c1 r�j 1I1� , • '(y, r , r S�y O�g :J:J r�����l ��'f r(J an official:hair of Florida trrbsiar Department of State / Division of Corporations / Search Records / Detail By Document Number/ Detail by FEI/EIN Number Florida Profit Corporation UNIVERSAL ENGINEERING SCIENCES, INC. Filing Information Document Number 304669 FEI/EIN Number 59-1117804 Date Filed 04/29/1966 State FL Status ACTIVE Last Event NAME CHANGE AMENDMENT Event Date Filed 04/12/1988 Event Effective Date NONE Principal Address 3532 MAGGIE BOULEVARD ORLANDO, FL 32811 Changed: 01/19/2000 Mailing Address 3532 MAGGIE BOULEVARD ORLANDO, FL 32811 Changed: 01/19/2000 Registered Agent Name&Address ISRAEL, SEYMOUR DCHAIR 3532 MAGGIE BOULEVARD ORLANDO, FL 32811 Name Changed: 01/27/2005 Address Changed: 06/26/1989 Officer/Director Detail Name&Address Title CEO/CHAIRMAN ISRAEL, SY 3532 MAGGIE BLVD ORLANDO, FL 32811 http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inq... 1/29/2019 Detail by FEI/EIN Number Page 2 of 3 Title V DERICK, R. KENNETH 3532 MAGGIE BLVD ORLANDO, FL 32811 Title P ISRAEL, MARK 3532 MAGGIE BLVD. ORLANDO, FL 32811 Title VP of Finance Rodriguez, Melvin 3532 MAGGIE BOULEVARD ORLANDO, FL 32811 Title Secretary Rodriguez, Melvin 3532 MAGGIE BOULEVARD ORLANDO, FL 32811 Annual Reports Report Year Filed Date 2017 01/05/2017 2018 01/17/2018 2019 01/03/2019 Document Images 01/03/2019--ANNUAL REPORT View image in PDF format 01/17/2018--ANNUAL REPORT View image in PDF format 01/05/2017--ANNUAL REPORT View image in PDF format 03/31/2016--AMENDED ANNUAL REPORT View image in PDF format 03/18/2016—AMENDED ANNUAL REPORT View image in PDF format 01/04/2016—ANNUAL REPORT View image in PDF format 02/16/2015—ANNUAL REPORT View image in PDF format 02/17/2014—ANNUAL REPORT View image in PDF format 01/25/2013--ANNUAL REPORT View image in PDF format 01/12/2012—ANNUAL REPORT View image in PDF format 01/27/2011—ANNUAL REPORT View image in PDF format 01/26/2011—ANNUAL REPORT View image in PDF format 01/06/2010—ANNUAL REPORT View image in PDF format 03/26/2009—ANNUAL REPORT View image in PDF format 02/07/2008—ANNUAL REPORT View image in PDF format 01/11/2007—ANNUAL REPORT View image in PDF format 01/09/2006—ANNUAL REPORT View image in PDF format 01/05/2006—ANNUAL REPORT View image in PDF format http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inq... 1/29/2019 Detail by FEI/EIN Number Page 3 of 3 01/27/2005--ANNUAL REPORT View image in PDF format 01/26/2004--ANNUAL REPORT View image in PDF format 01/10/2003--ANNUAL REPORT View image in PDF format 02/11/2002--ANNUAL REPORT View image in PDF format 01/17/2001—ANNUAL REPORT View image in PDF format 01/19/2000--ANNUAL REPORT View image in PDF format 02/22/1999--ANNUAL REPORT View image in PDF format 01/22/1998--ANNUAL REPORT View image in PDF format 01/14/1997--ANNUAL REPORT View image in PDF format 01/31/1996--ANNUAL REPORT View image in PDF format 02/20/1995--ANNUAL REPORT View image in PDF format F.o D—oars _n[or.[at s.on of p or;;cnns http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inq... 1/29/2019 Name History Page 1 of 1 Florida Department of State DIVISION OF CORPORATIONS Lt`/131011 of .5k17 r • • r9 C JILPJ''��'�'�J�,( ffn uJJlriu!State of Florida w'Gsitr Department of State / Division of Corporations / Search Records / Return to Detail Screen / Return to Detail Screen Events UNIVERSAL ENGINEERING SCIENCES,INC. Document Number 304669 Date Filed 04/29/1966 Effective Date None Status Active Event Type Filed Effective Description Date Date NAME CHANGE OLD NAME WAS : UNIVERSAL ENGINEERING TESTING 04/12/1988 AMENDMENT COMPANY, INC. NAME CHANGE OLD NAME WAS : UNIVERSAL ENGINEERING TESTING CO. 06/17/1974 AMENDMENT OF MERRITT ISLAND, INC. Return to Detail Screen Florida Department of State,Division of Corporations http://search.sunbiz.org/Inquiry/CorporationSearch/NameHistory?aggregate... 1/29/2019 , 7;1,, 4, .1 ;"' A"40,4 • • XIS CAL AND 444, OF i&PJ AS I 4 i" A •••- lip UNIVERSAL 414. ENGINEERING SCIENCES 9960 NW 116th Way Suite 8 Medley, FL 33178 uniyersalengineeringsaences.com City of Miami RFQ No. 2018-097-KB Geotechnical and Laboratory Testing Services Table of Contents Tab 1 ' Cover Letter & Minimum Qualifications Requirements 1.1 Cover Letter & Table of Contents (Pg. 2 - 4) 1.2 Response Certification, Questionnaire & Requirements Affidavit(Appendix A) (Pg. 5 - 13) 1.3 Minimum Qualifications Requirements (Pg. 14 - 15) Tab 2 Experience & Qualifications 2.1 Qualifications of Proposing Firms (Pg. 17 - 31) 2.1.1 List of Miami-Dade County, Internal Services Department, Technical certifications (Pg. 32 - 33) 2.2 Qualifications of Proposer Team (Pg. 34 - 72) Tab 3 ' Approach and Methodology 3.1 Detailed Information on Approach and Methodology (Pg. 74 - 80) 2 Universal Engineering Sciences City of Miami RFQ No. 2018-097-KB Geotechnical and Laboratory Testing Services Universal Engineering Sciences ! PUNIVERSAL �� ENGINEERING SCIENCES City of Miami Beach Letter of Interest Attn: Procurement Division 1755 Meridian Avenue,3rd Floor Miami Beach, FL 33139 Attn: Procurement Department Re: Letter of Interest for Request for Qualification 2018-097-KB Citywide Geotechnical and Laboratory Testing on an As-Needed Basis City of Miami Beach, Florida Universal Engineering Sciences, Inc. (Universal) is excited to respond to the request for qualifications(RFQ)for citywide geotechnical and laboratory testing services on an as-needed basis for the City of Miami Beach(the City). Universal is submitting qualifications to provide geotechnical and material testing services to the City. Universal's flexibility to meet the City's needs is enhanced due to the fact we own and operate equipment required for subsur- face exploration,subsurface characterization, laboratory testing, and field material testing. Our firm is under contract with the City to provide similar services, and has worked on over thirty projects as a consultant to the City.We are currently supporting the City on the Miami Beach Convention Center Renovation where we are providing professional services with our local Miami office staff.Services provided to date on this renovation project have included geotechnical engineering, materials testing, load test observation,foundation inspections,floor flatness, rebar pull testing, fireproof testing,arsenic testing, laboratory testing,and welding inspections. Our firm has acquired experience throughout the years serving the City, and is knowledgeable with the process and technical expertise required to serve again under this contract. Experience gained includes knowledge of the challenging geology(i.e., highly compressible soils and soft sands encountered in certain regions of the City), permit- ting requirements for drilling activities, underground utility conflicts, sensitivity of local community to construction operations,groundwater fluctuations, maintenance of traffic during drilling operations,strength propertes of the rock formation,and more. We look forward to continuing our great relationship and the opportunity to continue to provide the City with our quality services through this contract. Thank you for considering Universal for this very important contract. Sincerely, Universal Engineering Sciences, Inc. Universal Authorized Representative / Contract Manager: Reinaldo Villa, MS, PE Branch Manager RVilla@UniversalEngineering.com 4 Universal Engineering Sciences 1.2 Minimum Qualifications Requirtements APPENDIX A MIAMIBEAC Response Certification , Questionnaire & Requirements Affidavit 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS- NEEDED BASIS PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 RFQ 2018-097-KB 16 5 MIAMI BEACH Solicitation No: Solicitation Title: 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS Procurement Contact: Tel: Email: KRISTY BADA 305-673-7490 KRISTYBADA@MIAMIBEACHFL.GOV STATEMENTS OF QUALIFICATIONS CERTIFICATION, QUESTIONNAIRE & REQUIREMENTS AFFIDAVIT Purpose: The purpose of this Response Certification, Questionnaire and Requirements Affidavit Form is to inform prospective Proposals of certain solicitation and contractual requirements, and to collect necessary information from Proposals in order that certain portions of responsiveness, responsibility and other determining factors and compliance with requirements may be evaluated. This Statement of Qualifications Certification, Questionnaire and Requirements Affidavit Form is a REQUIRED FORM that must be submitted fully completed and executed. 1. General Proposer Information. FIRM NAME: Universal Engineering Sciences, Inc NO.OF YEARS IN BUSINESS: 54 NO OF YEARS IN BUSINESS LOCALLY: 12 NO. EMPLOYEES: 700+ OTHER NAME(S)PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: NO FIRM PRIMARY ADDRESS(HEADQUARTERS). 3532 Maggie Boulevard CITY: Orlando STATE: Florida ZIP CODE: 32811 TELEPHONE NO.: 407.423.0504 TOLL FREE NO.: N / A FAX NO.: 407.423.3106 FIRM LOCAL ADDRESS: 9960 NW 116th Way, Suite 8 CITY: Miami STATE: Florida ZIP CODE: 33178 PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: Reinaldo Villa, MS, PE ACCOUNT REP TELEPHONE NO.: 305.249.8434 ACCOUNT REP TOLL FREE NO.: N / A ACCOUNT REP EMAIL: rvilla@universalengineering.com FEDERAL TAX IDENTIFICATION NO.: 59-1117804 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. REQ 2018-097-KB 17 6 MIAMI BEACH 1. Veteran Owned Business. Is Proposer claiming a veteran owned business status? YES ✓ NO SUBMITTAL REQUIREMENT: Proposers claiming veteran owned business status shall submit a documentation proving that firm is certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United States federal government,as required pursuant to ordinance 2011-3748. 2. Conflict Of Interest. All Proposers must disclose, in their Proposal, the name(s) of any officer, director, agent, or immediate family member(spouse, parent, sibling,and child)who is also an employee of the City of Miami Beach. Further, all Proposers must disclose the name of any City employee who owns, either directly or indirectly,an interest of ten (10%)percent or more in the Proposer entity or any of its affiliates. SUBMITTAL REQUIREMENT: Proposers must disclose the name(s)of any officer,director,agent,or immediate family member (spouse,parent,sibling,and child)who is also an employee of the City of Miami Beach. Proposers must also disclose the name of any City employee who owns,either directly or indirectly,an interest of ten(10%)percent or more in the Proposer entity or any of its affiliates 3. References & Past Performance. Proposer shall submit at least three (3) references for whom the Proposer has completed work similar in size and nature as the work referenced in solicitation. SUBMITTAL REQUIREMENT: For each reference submitted, the following information is required: 1) Firm Name, 2) Contact Individual Name&Title,3)Address,4)Telephone,5)Contact's Email and 6)Narrative on Scope of Services Provided. 4. Suspension, Debarment or Contract Cancellation. Has Proposer ever been debarred, suspended or other legal violation, or had a contract cancelled due to non-performance n public sector agency? YES b aNO SUBMITTAL REQUIREMENT: If answer to above is"YES," Proposer shall submit a statement detailing the reasons that led to action(s). 5. Vendor Campaign Contributions. Proposers are expected to be or become familiar with,the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with, and shall be subject to any and all sanctions,as prescribed therein,including disqualification of their Proposals,in the event of such non-compliance. SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities(including your sub-consultants)with a controlling financial interest as defined in solicitation. For each individual or entity with a controlling financial interest indicate whether or not each individual or entity has contributed to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. 6. Code of Business Ethics. Pursuant to City Resolution No.2000-23879,each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics("Code")and submit that Code to the Department of Procurement Management with its proposal/response or within five (5) days upon receipt of request. The Code shall, at a minimum, require the Proposer, to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. In lieu of submitting Code of Business Ethics, Proposer may submit a statement indicating that it will adopt,as required in the ordinance,the City of Miami Beach Code of Ethics,available at http://www.miamibeachfl.gov/city-hall/procurement/ RFQ 2018-097-KB 18 MIAMI BEACH 7. Living Wage. Pursuant to Section 2-408 of the City of Miami Beach Code,as same may be amended from time to time,covered employees shall be paid the required living wage rates listed below: 1. Effective January 1, 2018, covered employees must be paid a living wage rate of no less than $11.62 per hour with health care benefits of at least$2.26 per hour,or a living wage rate of no less than$13.88 per hour without health care benefits. 2. Effective January 1, 2019, covered employees 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? V YES NO B. Does your company provide or offer access to any benefits to employees with(same or opposite sex)domestic partners*or to domestic partners of employees? YES V NO C. Please check all benefits that apply to your answers above and list in the "other" section any additional benefits not already specified.Note:some benefits are provided to employees because they have a spouse or domestic partner,such as bereavement leave;other benefits are provided directly to the spouse or domestic partner,such as medical insurance. BENEFIT Firm Provides for Firm Provides for Firm does not Employees with Employees with Provide Benefit Spouses Domestic Partners Health Sick Leave V Family Medical Leave V Bereavement Leave V 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 19 8 MIAMI BEACH 9. Public Entity Crimes.Section 287.133(2)(a), Florida Statutes,as currently enacted or as amended from time to time,states that a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal,proposal,or reply on a contract to provide any goods or services to a public entity;may not submit a proposal, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit proposals, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier,subcontractor,or consultant under a contract with any public entity;and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees with the requirements of Section 287.133, Florida Statutes,and certifies it has not been placed on convicted vendor list. 10. Non-Discrimination. Pursuant to City Ordinance No.2016-3990, the City shall not enter into a contract with a business unless the business represents that it does not and will not engage in a boycott as defined in Section 2-375(a) of the City Code, including the blacklisting,divesting from,or otherwise refusing to deal with a person or entity when such action is based on race, color,national origin,religion,sex,intersexuality,gender identity,sexual orientation,marital or familial status,age or disability. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code. 11. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant to Resolution 2016-29375, the City of Miami Beach, Florida, prohibits official City travel to the states of North Carolina and Mississippi, as well as the purchase of goods or services sourced in North Carolina and Mississippi. Proposer shall agree that no travel shall occur on behalf of the City to North Carolina or Mississippi,nor shall any product or services it provides to the City be sourced from these states. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Resolution 2016-29375. 12. Fair Chance Requirement.Pursuant to Section 2-376 of the City Code,the City shall not enter into any contract resulting from a competitive solicitation, unless the proposer certifies in writing that the business has adopted and employs written policies, practices,and standards that are consistent with the City's Fair Chance Ordinance, set forth in Article V of Chapter 62 of the City Code ("Fair Chance Ordinance"), and which, among other things, (i) prohibits City contractors, as an employer, from inquiring about an applicant's criminal history until the applicant is given a conditional offer of employment; (ii) prohibits advertising of employment positions with a statement that an individual with a criminal record may not apply for the position, and (iii) prohibits placing a statement on an employment application that a person with a criminal record may not apply for the position. SUBMITTAL REQUIREMENT: No additional submittal is required at this time. By virtue of executing this affidavit, Proposer certifies that it has adopted policies, practices and standards consistent with the City's Fair Chance Ordinance. Proposer agrees to provide the City with supporting documentation evidencing its compliance upon request. Proposer further agrees that any breach of the representations made herein shall constitute a material breach of contract, and shall entitle the City to the immediate termination for cause of the agreement, in addition to any damages that may be available at law and in equity. 13. Acknowledgement of Addendum. After issuance of solicitation,the City may release one or more addendum to the solicitation which may provide additional information to Proposers or alter solicitation requirements. The City will strive to reach every Proposer having received solicitation through the City's e-procurement system, PublicPurchase.com. However, Proposers are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation.This Acknowledgement of Addendum section certifies that the Proposer has received all addendum released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addenda may result in proposal disqualification. Initial to Confirm Initial to Confirm Initial to Confirm Receipt Receipt Receipt RV . Addendum 1 RV Addendum 6 RV Addendum 11 RV RV Addendum 2 RV Addendum 7 RV Addendum 12 RV . Addendum 3 RV Addendum 8 RV Addendum 13 RV . Addendum 4 RV Addendum 9 RV Addendum 14 RV Addendum 5 RV Addendum 10 RV Addendum 15 If additional confirmation of addendum is required,submit under separate cover. RFQ 2018-097-KB 20 9 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 21 10 VMIAMI BEACH PRCSER CERT F C�TICN 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: Reinaldo Villa, MS, PE Branch Manager Signature of P thonzed Representative: Date: • 1-9- 1 e State of FLORIDA ) On this 21day of `{20At personally appeared before m� Nit who County o ) stated that(s)he is therB,,�y►r(r► of ` • ,a corporation, and that the instrument was signed in behalf of th said corporatio by authority of its board of directors and ,t• , :411'11 .1 - to be its voluntary act and deed. Before me: SHEYIARORATO is MY COMMISSION 11 GG 152360 z: EXPIRES:Ocaber 17,2021 Not.' = :>"_.._ My Commission Expires: I . RFQ 2018-097-KB 22 11 City of Miami RFQ No. 2018-097-KB Geotechnical and Laboratory Testing Services 1.2.2 Conflict of Interest Universal Engineering Sciences has none of the following; an officer, director, agent, or immediate family member (spouse, parent, sibling, and child) who is an employee of the City of Miami Beach. 1.2.3 References & Past Performance 1. Firm Name: Condotte America 2. Contact Individual Name & Title: John Stebbins, QC Manager 3. Address: 2280 W 84th Street Hialeah, FL 33016 4. Telephone: 305-975-7128 5. Contact's Email: jstebbins@condotteamerica.com 6. Narrative on Scope of Service: Widening of SR826, CQC Services, Materials Testing CTQP and Special Inspector Services. 1. Firm Name: Miami-Dade County Public Works 2. Contact Individual Name & Title: Elena Romero, Special Projects Administrator 2 3. Address: 111 NW 1st Street, Suite 1300 Miami, FL 33128 4. Telephone: 305-375-5637 5. Contact's Email: romi@miamidade.gov 6. Narrative on Scope of Service: E12-PWWM-02 Material Testing/Sampling, Foundation Inspections 1. Firm Name: Miami Reis, LLC 2. Contact Individual Name & Title: Mariano Soria, Owner 3. Address: : 12498 SW 127th Avenue Miami, FL 33186 4. Telephone: 305-562-4520 5. Contact's Email: mariano.f.soria@gmail.com 6. Narrative on Scope of Service: Industrial Shipping Facility (Phase 1/11 ESAs, SAR, SARA, BRSA) 12 Universal Engineering Sciences City of Miami RFQ No. 2018-097-KB Geotechnical and Laboratory Testing Services 1.2.5 Vendor Campaign Contributions Universal Engineering Sciences has not been involved with any controlling financial interest as defined in solicitation. Universal and ATC Group Services have not 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. 1.2.6 Code of Business Ethics Universal Engineering Sciences upholds high standards of ethics within its branches and corporate environment. Its high standards regarding ethics are well-known throughout the states in which Universal operates, including but not limited to the City of Miami Beach. Universal heavily enforces its code of conduct regarding ethical behavior in an effort to safeguard its reputation. To enforce ethical behavior within the company, Universal prohibits any employee from receiving any/all gifts from any individuals or organizations that have or can potentially have a business relationship with Universal Engineering Sciences. Universal also does not participate in any practices of lobbying or engaging in activities that would instigate a conflict of interest. Universal will adopt, as required in the ordinance, the City of Miami Beach Code of Ethics. 13 Universal Engineering Sciences City of Miami RFQ No. 2018-097-KB Geotechnical and Laboratory Testing Services 1.3 Minimum Qualifications Requirements RICK SCOTT GOVERNOR JONATHAN ZACHEM.SECRETARY �‘ „`„, . dpr .. STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION ASBESTOS LICENSING UNIT THE ASBESTOS BUSINESS ORGANIZATION HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 469,FLORIDA STATUTES UNIVERSAL ENGINEERING SCIENCE, INC. LINDSEY N WEAVER ,or \ ORLANDO3532 MAGGIE BLVD FL 32811 * LLICENSE NUMBER:ZA0000017 EXPIRATION DATE: NOVEMBER 30,2019 Always verify licenses online at MyFloridaLicense.com h;. 3.4f2i.., Do not alter this document in any form. : ',o• This is your license.It is unlawful for anyone other than the licensee to use this document. State Florida Board 1 Professional E>tgvitneers The4r Attests that Uni e" rs'a1 Engineering Sciences, Inc. I- _ FBPL i rui R u l�uo.v1(n N4 r /J I �M�.��vwul�.i ny�H} Is authorized under the provisions.of Section 471.023,Florida Statutes,to offer engineering services to the public through a Professional E ngincer,dO.licensed under Chapter 471,Florida Statutes. Expiration: 2/28/2019 ,r 'U t ' / CA Lic.No: Audit No: 228201905358 R j�axDr 1VEass� ,fi() 14 Universal Engineering Sciences City of Miami RFQ No.2018-097-KB Geotechnical and Laboratory Testing Services Universal Engineering Sciences, Inc. This is to certify that this laboratory has been accredited for 9960 NW 116th Way C V 1 11 A EC technical competence and found to meet the requirements for Miami, FL 33178 performing the test methods listed below for the inspection United States and testing of construction materials. Reinspection Due Date:8117/2018 AASHTO R18 Accreditation ID: 1004803 Aggregate ASTM Methods:ASTM C117,ASTM C127,ASTM C128,ASTM C136,ASTM C40,ASTM C566,ASTM C702,ASTM Speafication C1077-Aggregate,ASTM Specification E329-Aggregate AASHTO Methods:AASHTO R78,AASHTO T11,AASHTO T21,AASHTO T255,AASHTO 127,AASHT0184,AASHTO 185 Concrete ASTM Methods: ASTM C1064,ASTM C1231,ASTM C138,ASTM C172,ASTM C173,ASTM C231,ASTM C31,ASTM C39,ASTM C42,ASTM C511,ASTM C617,ASTM C78,ASTM Specification C1077- Concrete,ASTM Specification E329-Concrete AASHTO Methods:AASHTO M201.MSHTO R60,AASHTO T121,AASHTO T152,AASHTO 1196,AASHTO T22,MSHTO 723,AASHTO 1231,AASHTO T24,AASHTO 7309,AASHTO 197 Fire Proofing ASTM Methods:ASTM E605,ASTM E736 Masonry ASTM Methods: ASTM C1019,ASTM C780-Annex-A6,ASTM Specification C1093-Masonry,ASTM Specification E329-Masonry Soil ASTM Methods: ASTM D1140,ASTM D1557,ASTM D2216,ASTM D421,ASTM D4318(2),ASTM 04944,ASTM D6938,ASTM D698,ASTM 0854,ASTM Specficahon D3740-Soil.ASTM Specification E329-Soil,07928 AASHTO Methods:MSHTO R58,AASHTO T100,MSHTO 1180,AASHTO T217,AASHTO T265,MSHTO T267,AASHTO 7310,MSHTO 188,AASHTO T90.MSHTO 799 State Methods: FM 5 515,FM 5 550 Accreditation Date: 8/28/2017 Expiration Date:11/15/2018 pcwicLA.Savage/ Ch-I pher T.R.06141401,1, David A.Savage Tia current scope of accreditation can be obtained by viewing the CMEC Christopher J.Robinson.P.E. Director of Accreditation Directory ofAccredited Laboratories(www,cmec.org/ Executive Director • 15 Universal Engineering Sciences City of Miami RFQ No. 2018-097-KB Geotechnical and Laboratory Testing Services Universal Engineering Sciences City of Miami RFQ No. 2018-097-KB Geotechnical and Laboratory Testing Services 2.1 Qualifications of Proposing Firm General Testing Contract. Therefore,there will be no learning curve As the largest geotechnical and materials testing firm in with the management of this contract for Universal. He the State of Florida, Universal is dedicated to exceeding will serve as a liaison between the City personnel and the needs of this contract. Universal has all of the qualifi- Universal. cations, experience and certifications to provide services required for the disciplines we are submitting for. Our firm Additionally, Universal has proposed Peter G. Read, PE, is in good standing with the Florida Secretary of State, as lead geotechnical engineer for this contract. Peter has and all work is performed under the direct supervision over 37 years of experience in the geotechnical engineer- of registered professional engineers and professional ing and materials engineering and testing field in the geologists. South Florida Area. He will serve as lead geotechnical engineering consultant for this contract, and will be responsible for providing senior review of all work The Universal Team prepared by key personnel including Guy Rabens, PE (pavement/pipeline geotechnical reports),Allan Abubakar, Our team is qualified to provide geotechnical and material PE (structures geotechnical reports), Steve Jamie, El (foun- testing services required for this contract.We understand dation inspections and testing), and Scott Rowe (geotech- that our role will be to support the City and their consul- nical subsurface exploration). tants on any of their design and/or construction projects. Universal is proposing to use Carlos Ortega as lead of We have dedicated Reinaldo Villa, MS, PE (Universal Miami, construction materials testing. Carlos will provide over- Florida office)as the Contract Manager. He has worked sight for all construction and materials testing efforts, and with various government transportation and municipali- will review work performed by key personnel including ties on similar contracts as the one currently advertised. David Fundora (lead field testing and inspections) and His primary duties will be to manage all projects, Peter Perez(laboratory manager). Donald Bellamy, SI, PE supervise consulting and sub-consulting services, monitor will serve as Threshold Engineer as needed for City performance and quality, and oversee scheduling. building projects. Reinaldo is currently serving as the project manager for the City of Miami Beach Geotechnical and Materials- The table below represents the Universal team with the proposed responsibilities: Key Personnel Role Expertise Years of Experience Reinaldo Villa, PE Contract Manager Geotechnical & Materials 14 Engineering Peter G. Read, PE Geotechnical Lead Geotechnical & Materials 37 Engineering Donald Bellamy, PE Threshold Inspector Threshold/Structural 40 Inspector Steve Jaime, El Geotechnical Geotechnical & Materials 6 Engineering Carlos Ortega Construction Construction Materials 3 Testing David Fundora QC Manager Construction Materials 13 Testing Peter Perez Lab Manager Laboratory Testing 2 17 Universal Engineering Sciences City of Miami RFQ No. 2018-097-KB Geotechnical and Laboratory Testing Services Subsurface Characterization • Licensed well drillers and fully-trained drilling assis- tants on staff _.___�_- OSHA compliant for hazardous waste sites. • Annual medically qualified staff. : #1 I, • Respirator compatibility certified. ' -.-..i.4 i • Drug-free work environment `�-- a - -'"� 'i ,,, • Safety conscious staff. �- 1 �- e }-" Continuously improved/updated equipment. ,.,;� -=74 4..„� Foundation Inspection Services Nil4 mem - A .',l� K• Universal has experienced engineers that are trained to _ - - 4 perform deep foundation inspections in accordance with industry-standard procedures. Universal is experienced in performing inspections for a variety of foundations, including shallow foundations, auger cast-in-place piles, driven piles, drilled shafts, sheet pile walls, helical piles, Universal is experienced in providing geotechnical drilling and pin piles. Universal also has provided oversight of services with cost-effective solutions. Using our experi- many deep foundation load test programs which include enced staff engineers and our own drilling and sampling compression,tension and lateral load tests.On the Miami department, our firm is committed to quality service and Beach Convention Center Renovation, Universal provided rapid response. Our field equipment is assigned oversight during the load test program (two compres- permanently throughout our office network to ensure sion toad tests and one lateral load tests)and provided timely response, regardless of project location. Because inspection services on over 3,000 production pile founda- each geotechnical engineering study is unique, our engi- tions for the north,west,and south building additions. neers structure their services to meet the specific needs of each client. We have also provided oversight on emerging ground improvement systems,which include vibro-replacement Universal's drilling department is presently the owner and (stone columns), rigid inclusions, mass soil-mixing, low operator of a fleet of 40 drill rigs.The fleet includes ATV, mobility grouting, chemical grouting,and vibrofloatation. truck mounted,tripod, narrow difficult access, and The use of ground improvements has proven to provide geoprobe rigs.This wide variety of equipment allows for savings as an alternative to deep foundations. total control of the drilling schedule,the ability to expedite projects and perform special groundwater sampling. - ,,. • One of our special rigs is a CME-85 mounted on an . - ' ill all-wheel drive truck.The CME-85 drill rig is one of the ..0-,-,` l 1 largest hollow-stem auger rigs operating in the southeast- ; ern United States. It is capable of installing recovery wells . %, up to ten inches in diameter for site remediation. Our narrow difficult access rigs are capable of accessing the most difficult sites and can fit through a four foot wide _ . — gate. Universal's drilling department is registered in all of the Florida Water Management Districts, and many of our �� err drillers are licensed water well drillers/contractors.Some R, of the Universal team advantages are: - , • -• , . t • One of the largest fleet of drill rigs in the Southeast. , • Large variety of rig types in our fleet. • Wider Coverage area of drill rig mobilization capability -:- 1 -44 than other geotechnical firm. b. • Technical staff with an average of 15+years i + .v►. experience. • Over 20,000 geotechnical explorations completed in Florida and Georgia. 18 Universal Engineering Sciences City of Miami RFQ No. 2018-097-KB Geotechnical and Laboratory Testing Services Construction Materials Testing Structural Inspection Services The Miami branch of Universal has the ability to Based on our current contract with the City,we understand perform construction materials testing,which includes structural inspections are required for building field compaction testing,field concrete sampling and construction.Typical structural inspections required testing,foundation inspections and testing, laboratory include foundation inspection,slab-on-grade, masonry Proctor testing, compressive strength testing, and oth- walls, tilt-up panels, trusses,structural bolting,welding, ers. The Miami branch office is fully staffed with certified light gauge framing, and roofing. engineering field technicians, certified CMEC/FDOT labora- tories, administrative support staff, testing equipment, and Universal is familiar with the City's building department nuclear gauge density machines. Universal's technicians protocols, including submitting a special inspector form, are certified by the American Concrete Institute (ACI) and providing qualified personnel to perform inspections, the Contractor Qualification Training Program (CTQP) leaving documentation at the job-site trailer for the City's developed by the Florida Department of Transportation inspectors to review, coordinating with the General (FDOT). Contractor, and providing a compliance letter once the project is completed.Through experience, Universal has Universal is familiar with FDOT specifications and proce- learned of the importance of maintaining an inspection log dures,which allows our firm to support LAP projects.We for all parties to be aware of outstanding issues for quick understand FDOT's construction procedures and reporting resolution by the general contractor. systems, including preparation of quality control plans, density logbooks, and use of FDOT forms as well as data entry into the department's MAC system. Universal is currently working on the Indian Creek Roadway Improve- ments project, between 22nd and 49th Streets where we are providing contractor quality control(CQC) services to the general contractor and serving as a liaison between the City construction inspection firm (WSP), FDOT construction resident engineers, and the general contractor. TINF Os , f/if .0A„:40,40:7,1 le r . :AI" , .fp .. . , . - , •• •+ ��. a :Cow era Y,, i M •s 0 • 19 Universal Engineering Sciences City of Miami RFQ No. 2018-097-KB Geotechnical and Laboratory Testing Services Laboratory Resources Universal has one CMEC-certified laboratory in Miami-Dade County, Florida.The laboratory that will service this contract is: Universal Engineering Sciences, Inc.-Miami:9960 NW 116th Way,Suite 8, Miami, FL 33178 In addition, Universal has 16 other offices within the State of Florida that can also provide help during peak workloads, and provide support for specialty laboratory testing. The Universal team has proposed Peter Perez as lead soils/concrete testing manager. Peter has over 2 years of experi- ence in soils and concrete laboratory testing as well as field sampling and testing on various municipal projects. The Universal team understands the critical nature of submitting laboratory test results in order for the Contractor to approve materials to avoid delays.The Universal team has strict standards regarding reporting and communicating results directly with City personnel. For this contract,we propose the following turnaround times for typical laboratory testing: Test Test Standard Unit Turnaround (days) Modified Proctor Test FM 1-T180 Test 3 Standard Proctor Test AASHTO T-99 Test 3 Limerock Bearing FM 5-515 Test Ratio 3 Particle Analysis of AASHTO T-88 Test Soils 3 Materials Finer than FM 1-T 011 Test No. 200 Sieve 3 Organic Content Test FM 1-T 267 Test (by Ignition) 3 Asphalt Content Test FM 5-563 Test 2 Organic Content Test AASHTO T-89/T-90 Test 3 (by Ignition) Soil Corrosion Series Testing for MSE Walls FM 5-550, FM 5-551, FM Test 3 5-552 (Resistivity, pH, Chlo- , & FM 5-553 ride, and Sulfates) Compressive Strength Test Report within 24 of Cylinders ASTM C-39 hours 20 Universal Engineering Sciences City of Miami RFQ No. 2018-097-KB Geotechnical and Laboratory Testing Services Experience with Project Profiles Similar Contracts Universal has provided services to over thirty projects directly to the City through our citywide geotechnical and As the largest geotechnical and materials testing firm in materials testing services contract. Universal has provided the State of Florida, Universal has provided geotechnical geotechnical services on various project types, including and construction materials testing services for similar pipelines, roadway improvements, microtunnels, build- contracts. Below are three examples of similar projects ei- ings, neighborhood right-of-way improvements, pump ther current or previous where Universal provided similar stations, seawalls, parks, and others. The following pages services: provide project profiles where Universal provided services on the City projects. • City of Miami Beach Miscellaneous Geotechnical and Laboratory Testing Services -2008 to ongoing: Universal is one of three firms that have a miscella- neous geotechnical/materials and laboratory test-ing services to support various City of Miami Beach municipal projects.The services being provided on this contract are very similar to that required by the City.Services provided in the past to the City of Miami include subsurface exploration and characterization, geotechnical engineering and evaluations, laboratory testing,and construction materials testing. Universal is currently providing support with geotechnical and materials engineering services on the$550 million renovation to the City of Miami Beach Convention Center. • Miami-Dade County Public Works Geotechnical and Testing Contract-2004 to ongoing: Universal's contract with the County includes providing services several departments,including Parks and Recreation, Port of Miami,Miami-Dade Water and Sewer Depart- ment,Maintenance,and Waste Department Services provided include geotechnical and materials testing services for buildings, roads,and underground utility work. • Turnpike Continuing Services Contract(C9K31) -2015 to ongoing: Universal was awarded one of two geotechnical and materials testing continuing services contract with the Florida's Turnpike Enterprise. Univer- sal is serving as prime consultant on this contract To date, Universal has provided geotechnical engineering services,dynamic pile testing support services,vibra- tion monitoring,and construction materials testing on road and bridge construction projects. 21 Universal Engineering Sciences City of Miami RFQ No. 2018-097-KB Geotechnical and Laboratory Testing Services 54-Inch Diameter 1 Redundant Force Main ►/ Miami Beach, Florida L UNIVERSA ENGINEERING.CI NCES AL Types of Services Provided:Geotechnical Field Exploration,Sampling,and Laboratory Testing Project Manager:Reinaldo Villa,MS,PE Agency Name&Contact City of Miami Beach,305-673-7490 Contact Information:Bruce Mowry,PhD,PE,City Engineer,305-673-7071,BruceMowry@miamibeafhfl.gov Term of Engagement March 2014 to December 2014 li: ;,, WRIlls. Si LsolIoll• CI rami s { f,. X414111111 4 OW The City of Miami Beach Public Works Department retained Universal to prepare geotechnical documents to be included in the design-criteria package for a design-build letting.The project includes the installation of approximately 5,300 linear feet of force main with minimum internal diameter of 54 inches.The proposed pipeline will have approximately 4,600 linear feet of micro- tunnel along the urban corridor of Euclid Avenue and Washington Avenue.Approximately 600 linear feet of the force main will be installed by means of open-cut method at the terminal locations of the project along Washington Avenue and 11th Street to accomplish the final connections to the existing pipelines. Universal was retained by the CMBPWD to prepare the Geotechnical Data Report(GDR)and Geotechnical Baseline Report(GBR)for the pipeline installation.The GDR scope of services included performing eight Standard Penetration Test(SPT)borings to depths of 40 feet in areas of micro-tunneling,two SPT borings to depths of 20 feet in areas of open-cut installation,five rock coring locations in areas of micro-tunnel installation and performed two slug tests to evaluate the subsurface hydrogeology.The laboratory testing program included visual soil/rock classification in tunneling standards,moisture content,grain-size distribution,organic content determination, corrosion series testing,rock unconfined compressive strength testing and rock tensile strength testing. Universal Engineering Sciences I Geotechnical Services I Environmental Sciences I Geophysical Services I Construction Materials Testing I Threshold Inspection I Private Provider Inspection and Plan Review 22 Universal Engineering Sciences City of Miami RFQ No. 2018-097-KB Geotechnical and Laboratory Testing Services Miami Beach Convention Center R P Renovation, Expansion, and Park Pavilion \� Miami Beach, Florida UNIVERSAL IMOIMISMIMO ZC•IMCS! Types of Services Provided:Geotechnical Engineering,Field Exploration and Sampling,Laboratory Testing Project Manager.Reinaldo Villa,MS,PE Agency Name&Contact City of Miami Beach,305-673-7490 Contact Information:Thais Vieira,R.A.,LEEP AP,305-673-7071,thaisvieira@miamibeacgfl.gov Term of Engagement May 2014 to ongoing The project includes the renovation and expansion of the existing Miami Beach Convention Center with the addition of a two-story ballroom and meeting space with parking located on the roof of the north and west addition.Additionally,the project includes the construction of a park pavilion just west of Convention Center Drive.The pavilion consist of a concrete structure that incorporates"umbrellas" that make up the roof and exterior shading spaces located in the City of Miami Beach,Florida. Geotechnical Services Universal served as Geotechnical Engineer of Record for all construction aspects, which included deep foundations for the structures and ground improvement for roadways with areas with difficult ground. Material Testing and Inspections Universal is currently serving as the materials testing and inspections firm for the City of Miami Beach for the renovation.Services include welding inspections,concrete field and laboratory testing,field and laboratory testing,fireproofing inspections,deep foundation inspections,floor flatness testing,pull testing,and general earthwork observations and consulting.The aggressive schedule requires multiple experiences cross-disciplined staff members to meet the demands of the contractor and their subs. 1l1.III,.I I\ 1\1\1I :=1.1.61115:2211 • . II I.mon; : t -LL-:. . HALL A •' �L g LEGEND T! —77 .....A1 1%7 CONSTRUCTION �' ', 1969 RENOVAT)ON . a4g: :._ . :. 1978 RE/pVATIDN ill // IINP NOVATtd1 ,.... �_T HALL D •F'• HALL C j• T .c; �: . _ /.. c� rDati d.. -. ti 0__ .. -tom% .„s.,AIj ` .IA ,-P. UI:IAI' Figura t:Existing Building Footprint Showing Original Construction Dates. Universal Engineering Sciences I Geotechnical Services I Environmental Sciences I Geophysical Services I Construction Materials Testing I Threshold Inspection I Private Provider Inspection and Plan Review 23 Universal Engineering Sciences City of Miami RFQ No. 2018-097-KB Geotechnical and Laboratory Testing Services Indian Creek Drive ROW Infrastructure Improvements ►/ Miami Beach, Florida UNIVERSAL Types of Services Provided:Field and Laboratory Testing of Construction Materials Project Manager.Reinaldo Villa,MS,PE Agency Name&Contact City of Miami Beach-Public Works Department,305-673-7490 Contact Information:Giancarlo Pena,PE,Civil Engineer I,305-673-7071,GiancarloPena@miamibeachfl.gov Term of Engagement March 2016 to June 2016 The City of Miami Beach Public Works Department retained Universal to perform geotechnical services for the proposed infrastructure improvements.The project includes roadway,drainage, lighting and signalization improvements as well as replacement of a bulkhead wall along the existing canal.Additionally,the geotechnical services include providing design services for a Pump Station at 32nd Street,which included developing engineering recommendations for pump station foundation and excavation support. Universal's scope of services included performing subsurface exploration for design of the bulkhead wall system,perform laboratory soil/rock classification testing,and providing soil/rock parameters for use in bulkhead retaining wall design.The geotechnical field exploration program was a challenge in order to properly secure ROW permits and provide Maintenance of Traffic(MOT) during normal work hours. ! �, k �. � , � 4' •..:3( ; 'At :["�`..met Universal Engineering Sciences I Geotechnical Services I Environmental Sciences I Geophysical Services I Construction Materials Testing I Threshold Inspection 1 Private Provider Inspection and Plan Review 24 Universal Engineering Sciences City of Miami RFQ No. 2018-097-KB Geotechnical and Laboratory Testing Services Muss Park Pavilion g Miami Beach FL u f UNIVERSAL ■NO"N11lRINO lCI/NC[f Types of Services Provided:Materials,Foundation,and Structure Inspection Project Manager.Reinaldo Villa,MS,PE Agency Name&Contact City of Miami Beach Capital Improvements,305-673-7490 Contact Information:Eric Arencibia,PE,Capital Projects Coordinator,305-673-7071,ericarencibibia@miamibeachfl.gov Term of Engagement September 2016 to January 2018 glWerir Universal served as Special Inspector during , .� construction of the pavilion,playground and seawall 4,1`- `! r I restoration portions of the project.Materials testing al► i- services included in-place density testing,laboratory 1 'i/ • 1.._ compaction testing,laboratory compressive strength 1 �i` ei., testing of concrete cylinders,field concrete testing, ' •Waissaampli and masonry grout testing. �t .� '\► It :♦ Universal also performed Special Inspection of all / A� ` c1` auger cast-in-place pile foundations supporting the proposed pavilion.Universal also performed rebar /'f -* ` "` and sheet pile wall inspection for the proposed .. bulkhead wall restoration.During construction, ," Universal also monitored vibration activities with • seismographs to ensure vibration levels were within tolerable limits. Universal coordinated services between West i t- - al°" Construction(General Contractor for pavilion ;"1 -4i'••--. '":'- y''; -__ — construction)and Kiewit Infrastruction South Co. + C (seawall contractor)for materials testing and w inspection services on behalf of the City of Miami I`':' r • Beach. _ 1 1 Universal Engineering Sciences I Geotechnical Services I Environmental Sciences I Geophysical Services I Construction Materials Testing I Threshold Inspection I Private Provider Inspection and Plan Review 25 Universal Engineering Sciences City of Miami RFQ No. 2018-097-KB Geotechnical and Laboratory Testing Services Port of Miami Access Tunnel Miami-Dade County, Florida UNIVERSAL ewmweeaan ee,eweee Types of Services Provided:Field and Laboratory Testing of Construction Materials Project Manager.Peter G.Read,PE Agency Name&Contact Bouygues Civil Works Florida,305-613-8945 Contact Information:Louis Brais,Project Director,305-894-1800,1/brais@bouygues-construction.com Term of Engagement February 2010 to ongoing Universal provided geotechnical exploration services to assist the design build contractor with their tunnel design in collecting supplemental subsurface soil data. Universal is providing construction materials testing laboratory services consisting of:earthwork and concrete testing services in accordance with FDOT standards and protocols,including supplying field and laboratory technicians certified by CTQP. Also,Universal is provided laboratory concrete testing services for the precast concrete plant which is casting the precast concrete segments to be used in the tunnel construction. Other laboratory testing services included:modified proctor,grain size analysis;LBR testing;corrosion series tests;organic content;and compressive strength tests on soil-cement used in the construction of the embankments and road base. 7 & "•-•14 • • ROA Universal Engineering Sciences I Geotechnical Services I Environmental Sciences I Geophysical Services Construction Materials Testing I Threshold Inspection I Private Provider Inspection and Plan Review 26 Universal Engineering Sciences City of Miami RFQ No. 2018-097-KB Geotechnical and Laboratory Testing Services Property Management Facility 1 / Miami Beach, FL UNIVERSAL /NM1IN/PRIWI'MMHG. Types of Services Provided:Materials,Foundation,and Structure Inspection Project Manager: Reinaldo Villa,MS, PE Agency Name& Contact:City of Miami Beach Capital Improvements Contact Information:Fernanda Sotelo,Project Coordinator,305-673-7071,fernandosotelo@miamibeachfl.gov Term of Engagement:February 2014 to January 2016 EFTY ' 1 it � _ � ) _ •`, . /s • >" ,/ f .isi . — Universal served as a Special Inspector during construction of the two-story,6,000 square-foot facility for the City of Miami Beach, Florida.Materials testing services included in-place density testing, laboratory compaction testing,laboratory compressive strength testing of concrete cylinders,field concrete testing,and masonry grout testing. Universal also performed Special Inspection of all auger cast-in-place pile foundations supporting the proposed building.Universal provided oversight during the test pile program,which included compression,tension and lateral load testing.The results of the load test program were used by Universal to provide production pile lengths to support the proposed building. Universal also provided structural inspection services,which included rebar,masonry,and structural inspection of the proposed building. Universal Engineering Sciences I Geotechnical Services I Environmental Sciences I Geophysical Services I Construction Materials Testing I Threshold Inspection I Private Provider Inspection and Plan Review 27 Universal Engineering Sciences City of Miami RFQ No. 2018-097-KB Geotechnical and Laboratory Testing Services Sunset Harbour Garagelip Miami Beach, Florida UNIVERSAL 1.14.1101FrMING.CIEMGEf1 Types of Services Provided:Geotechnical Field Exploration,Sampling,and Laboratory Testing Project Manager:Reinaldo Villa,MS,PE Agency Name&Contact City of Miami Beach Capital Improvements Division,305-673-7490 Contact Information:Aaron Sinnes,Sr.Project Cootdinator,350-673-7071,aaronsinnes@miamibeachfl.gov Term of Engagement: January 2011 to June 2012 1111111111111111 E1 P',. 15 1AW25/2012 Universal is provided construction materials testing laboratory services consiting of:auger-cast pile installation monitoring and testingl;sheet pile installation monitoring;vibration monitoring;vibration monitoring;in-place soil density testing;modified Proctor and LBR testiung;cast-in-place concrete testing;and welding inspection,in support of the Threshold Engineer(DDA). In addition,Universal assisted the City of Miami Beach in DERM demands for groundwater testing for contaminants during dewatering activities. Universal Engineering Sciences I Geotechnicat Services I Environmental Sciences I Geophysical Services I Construction Materials Testing I Threshold Inspection I Private Provider Inspection and Plan Review 28 Universal Engineering Sciences City of Miami RFQ No. 2018-097-KB Geotechnical and Laboratory Testing Services Venetian Islands 1 / Bid Package 3C City of Miami Beach, Florida UNIV,111ERSA, ; Types of Services Provided:Geotechnical Engineering,Subsurface Exploration,&Geotechnical Materials Testing Project Manager:Reinaldo Villa,MS,PE Agency Name&Contact City of Miami Beach Capital Improvement Projects Office,305-673-7490 Contact Information:Tony Brown,Project Manager,305-673-7071,tonybrown@miamibeachfl.gov Term of Engagement March 2014 to Ongoing The project consisted of installing water mains to improve residential service,drive way improvements,roadway reconstruction,pump stations,outfall pipes,seawall restoration, hardscape,lighting,and landscape improvements. Universal provided materials testing for this project that was under construction on all three islands.To date,Universal has performed in-place density testing on backfill,field plastic property testing of concrete,casting specimens of concrete used in production,asphalt coring for thickness and unit weight determination,laboratory compaction testing,laboratory compressive strength testing,soil classification,and providing signed/sealed reports of findings.The set schedule requires an all day technician everyday with weekly project management communication. Universal has also been retained by the City to perform geotechnical exploration in areas of proposed pump stations for the purpose of developing geotechnical foundation recommendations to support the proposed structures.Since the islands are man-made with dredged materials, helical pile foundations were recommended to support the proposed pump stations in order to limit settlement to tolerable limits. I V 4,,. • ,. ,�...� . *ma 4t::, -"sip a .�' _ s Universal Engineering Sciences I Geotechnical Services I Environmental Sciences I Geophysical Services I Construction Materials Testing I Threshold Inspection I Private Provider Inspection and Plan Review 29 Universal Engineering Sciences City of Miami RFQ No. 2018-097-KB Geotechnical and Laboratory Testing Services Westrec Haulover q P Marine Center \/ Miami Beach, Florida L UNIVERSA �MOIMI6I E ICIIMCOM AL Types of Services Provided:Pile Inspections,Load Tests,Materials Testing,and Threshold Project Manager.Reinaldo Villa,MS,PE Agency Name&Contact Westrec Haulover Equities,678-618-0212 Contact Information:Narvel Lassiter,Project Manager,678-618-0212,nlassiter@westrec.com Term of Engagement January 2015 to August 2016 The project consists of constructing a 108,350 square foot enclosed dry storage facility will replace an existing dry stack marina containing 260 open-rack dry storage units.The project also includes a pile-supported slab-on-grade for forklifts.Additionally,floating docks will be constructed in Biscayne Bay.The project also includes sheet piling to bring the site to grade.The project required the construction of site work,which included drainage,paved parking,lighting,irrigation, and landscaping.This project is being constructed at Haulover Beach Park,which is owned by Miami-Dade County Public Works Department. Universal was retained to serve as the Threshold Inspector for the construction of the building. Universal is kept strict records of all deficiencies on the project.Universal provided materials testing services for the complete project Testing services included laboratory Proctor testing,soil classification,in-place density testing,backscatter testing,grout cylinder casting,concrete cylinder casting,and compressive strength testing. Universal Engineering Sciences I Geotechnical Services I Environmental Sciences I Geophysical Services I Construction Materials Testing I Threshold Inspection I Private Provider Inspection and Plan Review 30 Universal Engineering Sciences City of Miami RFQ No. 2018-097-KB Geotechnical and Laboratory Testing Services BD13 -WASD - 04 1 P Shenandoah Area UNIVERSAL Miami, Florida Types of Services Provided:Field and Laboratory Testing of Construction Materials Project Manager:Reinaldo Villa,MS,PE Agency Name&Contact Lanzo Construction Co.,954-979-0802 Contact Information:Michael Green,Project Manager,954-979-0802,Michaelg@lanzo.org Term of Engagement: December 2015 to October 2017 The project consisted of furnishing and installing 8-inch ductile iron water mains within the project boundary of SW 16th Street,SW 22nd Street,SW 17th Avenue and SW 27th Avenue, in the City of Miami,Florida. It also includes furnishing and installing fire hydrant assemblies, long service connections within the public right of way,short-service connections within the public right of way, relocating existing water meters from the rear of private properties to the right of way,and installing water service lines within private property for those properties with water meter relocations. Materials Testing and Inspections Universal served as the materials testing and inspections firm for Lanzo Construction Co.for the aforementioned street locations.Services include concrete field and laboratory testing,soils field and laboratory testing,and general earthwork observations and consulting.The set schedule was a full-time engineering technician to perform field compaction testing with weekly project management communication and occasional on-site progress meetings. Universal Engineering Sciences I Geotechnical Services I Environmental Sciences I Geophysical Services I Construction Materials Testing I Threshold Inspection I Private Provider Inspection and Plan Review 31 Universal Engineering Sciences City of Miami RFQ No. 2018-097-KB Geotechnical and Laboratory Testing Services 2.1.2 Miami-Dade County, Internal Services Department, and Technical Certification Universal certified with Miami-Dade County Internal Services Department to provide geotechnical and materials engineering services.A copy of our current technical certification is included below. Miami-Dade County MIAMI•DADE Internal Services Department COUNTY Statement of Technical Certification Categories Firm: UNIVERSAL ENGINEERING SCIENCES INC 9960 NW 116th Way, Suite 8, Medley, FL 33178 Code Category Description Approval Date Expiration Date SOILS, FOUNDATIONS AND MATERIALS TESTING - 9.01 DRILLING, SUBSURFACE INVESTIGATIONS AND 04/19/2017 04/30/2019 SEISMOGRAPHIC SERVICES 9 02 SOILS, FOUNDATIONS AND MATERIALS TESTING - 04/19/2017 04/30/2019 GEOTECHNICAL AND MATERIALS ENGINEERING SERVICES 9.03 SOILS, FOUNDATIONS AND MATERIALS TESTING - 04/19/2017 04/30/2019 CONCRETE AND ASPHALT TESTING SERVICES SOILS, FOUNDATIONS AND MATERIALS TESTING - NON- 9.04 04/19/2017 04/30/2019 DESTRUCTIVE TESTING AND INSPECTIONS Approved By Technical Certification Committee Miami-Dade County 33 Universal Engineering Sciences City of Miami RFQ No. 2018-097-KB Geotechnical and Laboratory Testing Services 2.2 Qualifications of Proposer Team Universal has assembled a team of qualified and experienced personnel to support the City's needs with geotechnical and materials engineering services.We have included in this proposal an organizational chart along with resumes of key personnel that will be available once Universal is awarded this contract. 34 Universal Engineering Sciences KEY STAFF ORGANIZATIONAL CHART M I AM I B EAC H Point of Contact/Contract Manager Reinaldo Villa,MS,PE Geotechnical Materials Testing Structural Lead Staff Lead Staff Lead Staff Peter G.Read,PE Carlos Ortega Don Bellamy,PE,SI Sods&Concrete Laboratory Testing Pipelines/Pavements Structures Construction Subsurface Exploration Peter Perez Special/Threshold Inspections Non-Destructive Testing Lead Staff Lead Staff Lead Staff Lead Staff Gaetano Di tio,El Jason Krynicki,CWI Guy Rabens,PE Allan Abubakar PE Steve Jaime,El Scott Rowe Melissa De La Rosa,El Field Testing&Inspections Foundation Inspections Geophynic.il Welding Inspections David Fundoia Frank Martinez Bobbie Villa Meagen Gonzalez,PG Humberto Caravajal,CWI Specialty Testing Instr„,,,r",r.m„n Carlos Ortega Adam Kirk,PE David Fundora Technical Support Staff .20 Support Staff Available 35 Universal Engineering Sciences P V N I V E R S A L Citywide Geotechnical and Laboratory ENGINEERING SCIENCES Testing Services on an as Needed Basis City of Miami Beach I RFQ No. 2018-097-KB REINALDO VILLA, MS, PE Miami Branch Manager, Senior Geotechnical Engineer Education Reinaldo Villa has 14 years of project management, engineering analysis/design and MS, Geotechnical Engineering, field experience in the geotechnical industry and is responsible for client development, Missouri University of Science and project proposals and geotechnical engineering activities. He currently serves as Technology(2010) Universal's branch manager for the Miami office overseeing all aspects of BS, Civil Engineering, Florida geotechnical, environmental and materials engineering. Reinaldo has an extensive International University(2006) amount of experience with transportation-related projects,specifically design-build contracts with government agencies. He has been involved with designing shallow and Licenses deep foundations for bridges, retaining walls, buildings, noise walls, signs and lighting poles. He has experience inspecting and overseeing the installation of various Professional Engineer, FL foundation systems consisting of spread footings, driven piles, drilled shafts, auger- cast piles, steel piles, and other structural components. Additionally, he has gained Expertise experience providing practical and cost-effective solutions to deal with problematic soils encountered during roadway construction. Geotechnical Studies Reinaldo's Project Experience Includes: Foundation Design Geotechnical Instrumentation Miami Beach Convention Center Renovation, 2015 to ongoing—Currently serves as Geotechnical Engineer of Record and Project Manager for the materials testing and In-Situ Testing inspection contract for the proposed $500 million renovation of existing facility. Reinaldo is overseeing all aspects of deep foundation test and production pile Dynamic Testing of Piles installation, concrete/sols testing, welding inspection, environmental testing, Vibration Monitoring fireproofing, and more Wave Equation Analysis City of Miami Beach 54-Inch Diameter Force Main Microtunnel, 2014.The project consisted of installing a 54-inch diameter force main from Commerce Street to CMB Slope Stability Evaluations Pump Station No. 1 in the City of Miami Beach, Florida. Reinaldo role included planning and supervising complex field exploration and laboratory testing programs for Affiliations the proposed microtunneling and open-cut method of pipe installation. Also, Reinaldo role included serving as Engineer of Record during the preparation of the Geotechnical American Society of American Baseline Report and Geotechnical Data report for the design-build criteria package. Engineers Responsibilities also included developing a general subsurface profile for the Geoprofessional Business installation of the proposed tunnel by reviewing historical geotechnical data as well as Association data obtained from the complex field exploration and laboratory testing programs. Replacement of 54-Inch Diameter Sanitary Sewer Force Main Tunnel from Years of Experience Virginia Key to Fisher Island,2014-2016—Reinaldo served as Lead Instrumentation Since 2004 Engineer and Project Manager for the tunnel construction. Duties include planning, coordinating, and supervising instrumentation installation for the tunnel project,which Universal Engineering Sciences 36 IP UNIVERSAL Citywide Geotechnical and Laboratory ENGINEERING SCIENCES Testing Services on an as Needed Basis City of Miami Beach I RFQ No. 2018-097-KB include installing and monitoring of vibrating wire strain gauges, thermistors, inclinometers, extensometers, surface monitoring points, utility monitoring points, vibration monitoring and tilt sensors. Palm and Hibiscus Neighborhood Improvements, City of Miami Beach, Florida—Improvements include pipe installation, drainage,curbs, and roadway reconstruction. Reinaldo is serving as the materials testing engineer for construction of this project and overseeing all aspects of the materials testing program for the City of Miami Beach Capital Improvements department. Venetian Islands Bid Package 3C,City of Miami Beach, Florida—Improvements include pipe installation, drainage, curbs, pump stations, and roadway reconstruction. Reinaldo is serving as the materials testing engineer for construction of this project and overseeing all aspects of the materials testing program for the City of Miami Beach Capital Improvements department. Neighborhood No. 8 Central Bayshore South, City of Miami Beach, Florida—Improvements include pipe installation, drainage, curbs, pump stations, and roadway reconstruction. Reinaldo is serving as the materials testing engineer for construction of this project and overseeing all aspects of the materials testing program for the City of Miami Beach Capital Improvements department. Muss Park Pavilion and Park Improvements, City of Miami Beach, Florida—Improvements include the construction of a new pavilion, park and seawall restoration. Reinaldo served as the materials testing engineer for construction of this project and overseeing all aspects of the materials testing program for the City of Miami Beach Capital Improvements department. Property Management Facility,City of Miami Beach, Florida—The project consisted of constructing a three-story building to serve as a property management facility for the City of Miami Beach. Reinaldo served as the materials testing engineer for construction of this project and overseeing all aspects of the materials testing program for the City of Miami Beach Capital Improvements department. Reinaldo was also responsible to oversee the pile load testing program, including providing recommendations for production pile lengths. Indian Creek Roadway Improvements, From 22nd to 39th Streets, City of Miami Beach, Florida—Improvements include roadway milling/resurfacing, drainage improvements, lighting, signs, and signalizaiton structures. Reinaldo is serving as the Geotechnical Engineer of Record. Sunset Harbour Improvements, City of Miami Beach, Florida—Improvements include pipe installation, drainage, curbs, pump stations, and roadway reconstruction. Reinaldo serviced as the Geotechnical Engineer of Record. Universal Engineering Sciences 37 uUN I V E R S A L Citywide Geotechnical and Laboratory ENGINEERING SCIENCES Testing Services on an as Needed Basis City of Miami Beach I RFQ No. 2018-097-KB PETER G. READ, PE Regional Manager Education Peter Read has 38 years of project management and field experience in the construction industry and is responsible for client development, proposal preparation BS, Civil Engineering, University of and contracting for environmental/geotechnical engineering activities. Peter works Florida(1980) closely with the materials testing and environmental/geotechnical engineering staff to ensure that projects are fully staffed and properly performed in order to meet our Licenses client's needs. Professional Engineer, FL Peter has expertise in: geotechnical/environmental engineering and construction materials testing services, soil and groundwater assessment and remedial design, State of Florida General Contractor subsurface soil explorations,foundation design/EFvaluation, and construction monitorin, materials testing services including laboratory and field testing and both Affiliations destructive and non-destructive testing. American Society of Civil Engineers Peter's Project Experience Includes: Years of Experience Port of Miami Access Tunnel, Miami-Dade County, Florida—Peter served as Since 1980 project director for the complimentary geotechnical exploration program required by the Miami Access Tunnel (MAT) Concessionaire's design/build contractor Bouygues Civil Works Florida(BCWF). Field geotechnical exploration services included: standard penetration test(SPT)soil borings; Cone Penetrometer Testing (CPT); pavement cores; and field exfiltration tests. Laboratory test services include: sieve analysis;Atterberg Limits;organic content; pH;chloride; sulfate; resistivity; LBR, and rock characteristic tests such as compressive and split tensile tests. In addition, Universal is providing construction materials testing laboratory services for both the surface roadway and MSE construction, but also concrete compressive strength testing for the pre-cast concrete segmental sections being used in the tunnel construction. Sunset Harbor Parking Garage, City of Miami Beach, Florida—As part of our continuing contract with the City of Miami Beach, Peter served as project manager for the construction materials testing services for this new mixed-use project. The building consists of 29,350 SF of ground floor retail and 141,000 square feet of parking on four levels above grade, accommodating a total of 435 parking spaces. The building has been designed following the criteria for energy efficient, sustainable design as set forth by the United States Green Building Council. Testing services included; pile load test and installation monitoring, concrete testing, and welding inspection. Wal-Mart Supercenters, Palm Beach, Broward, and Miami-Dade Counties, Florida — Peter has served as senior engineer on 20 completed Supercenters and/or Universal Engineering Sciences 38 / UNIVERSAL Citywide Geotechnical and Laboratory `wiimw ENGINEERING SCIENCES Testing Services on an as Needed Basis City of Miami Beach I RFQ No. 2018-097-KB Neighborhood Market projects and continues to serve on current projects, which consist of concrete masonry buildings approximately 220,000 square feet in size with associated paved areas and roadway improvements. Geotechnical engineering services included soil boring explorations, soil classifications, engineering analysis for foundation design, site preparation, groundwater control, and pavement design. The Modern (1515 Flagler Drive),West Palm Beach, Florida—Peter served as principal geotechnical engineer for the subsurface exploration, geotechnical engineering analysis, and report preparation for a new 30-story residential tower located at 1515 Flagler Drive in West Palm Beach. In addition, Peter managed a pre-implosion vibration monitoring and visual assessment survey of surrounding structures, as part of the implosion of the heavily hurricane damaged 30-story building. Lowe's Home Improvement Centers, Palm Beach, Broward, Miami-Dade, and Martin Counties, Florida—Peter served as senior engineer for the geotechnical and environmental consulting services and for the construction materials testing and inspection services performed during planning,design,and construction phases for ten Lowe's Home Improvement Centers constructed in the South Florida area. Services included: subsurface explorations, Phase I (ASTM 1527-05)and II Environmental Site Assessments, monitoring of site work activities, soil compaction testing, concrete sampling and compressive strength testing, and welding inspection. Palm Beach County Convention Center,West Palm Beach, Florida—Peter served as project manager/engineer for the quality assurance program for this new downtown convention center. Quality assurance services included site preparation activities such as filling and grading, retaining walls, and construction quality control services such as threshold inspection and construction materials testing for cast-in-place concrete footings, slabs, beams, and columns, and reinforced concrete masonry walls, and welded connections. Las Ventanas, Boynton Beach, Florida—Peter served as the principal construction materials engineer/manager for this new four building, multi-family, mixed-use project.A total of 494 units were constructed within two five-story towers, seven townhouse buildings, along with a parking garage and retail space. Materials testing services included: vibro-flotation monitoring; in-place density testing; concrete testing for tunnel-form construction. In addition, our services included providing Private Provider Inspections(PPI)consisting of structural, mechanical, electrical, and plumbing inspections for compliance to construction documents. Tuscany on the Intracoastal, Boynton Beach, Florida—Peter served as principal engineer for this six building luxury apartment complex, which included site development services for remediation of arsenic impacted soils, auger-cast pile installation, vibro-flotation monitoring. Quality control services during construction activities included threshold inspection and construction materials testing for reinforced concrete masonry walls, post-tensioned slabs, and welded connections. Universal Engineering Sciences 39 UN I V E R S A L Citywide Geotechnical and Laboratory ENGINEERING SCIENCES Testing Services on an as Needed Basis City of Miami Beach I RFQ No. 2018-097-KB GUY H. RABENS, MS, PE Education Principal Geotechnical Engineer BS, Civil Engineering, University of Guy Rabens has over 18 years of experience in the fields of geotechnical engineering South Florida(1998) and construction materials testing. He is experienced in conventional geotechnical MS, Civil Engineering, Geotechnical exploration projects including interpretation of field and laboratory results, preparation Concentration, University of South of geotechnical design recommendations and reports, and coordination of field, Florida(2000) laboratory, and office personnel. Guy has been involved in hundreds of private and public sector projects including: multi-family apartment complexes, residential Licenses subdivisions, planned urban developments(PUD), multi-million dollar private residences, warehouse and commercial facilities,corporate and industrial parks, resort Professional Engineer, FL(#60917) facilities, high rise structures, restaurants, commercial retail outlets, schools, pavement systems design and evaluation, stormwater system infiltration analysis, slope stability Professional Engineer, GA(#32162) analysis, sinkhole explorations, expansive soil evaluations, and residential/commercial Professional Engineer,AL(#28954) septic system design and permitting services, and expert witness testimony. Professional Engineer, MS(#20290) Guy is also experienced in the construction materials discipline including field inspections for soil, base material, asphalt, reinforced concrete, and reinforcing steel. Professional Engineer, SC(#25837) He is knowledgeable of the facets of construction materials laboratory testing for soil and concrete. Professional Engineer, NC (#35881) Guy Project Experience Includes: Professional Engineer, VA(#48059) City of Orlando Proposed Pipe Installation & Lift Stations 8, 30, 47 & 77, Certifications Geotechnical Exploration, Orange County, Florida - This project consisted of the ASTM Environmental Site construction of five new lift stations at the referred locations and about 800 linear feet Assessments for Commercial Real of new pipe line along Silver Star Road in Orlando, Florida. Universal was retained by Estate(2006) the City of Orlando (under a continuing services contract) to perform these consulting services. Guy was the Geotechnical Engineer of Record for this project responsible for Crestcom International, Ltd., Bullet overseeing all geotechnical explorations and recommendations. Specific services Proof Manager Courses I, II & Ill provided by Universal for this project included: explore and evaluate the subsurface (2005-2007) conditions at the site; provide existing and estimated seasonal high groundwater levels at the boring locations; and provide geotechnical engineering recommendations for site Affiliations preparation procedures for the proposed sewer line and lift station installations. American Society of Civil Engineers City of Ocoee Public Works Complex Stormwater Improvements, Ocoee, Florida, (ASCE) Orange County, Florida - Guy completed geotechnical engineering services on this project. The project involved designing stormwater improvements to the City of Ocoee Florida Engineering Society(FES) Public Works Complex. Universal performed soil borings and Standard Penetration Tests (SPT). The limited geotechnical exploration involved evaluation of wet Years of Experience stormwater detention ponds and included geotechnical opinions for the estimated Since 2000 Universal Engineering Sciences 40 IP V N I V E R S A L Citywide Geotechnical and Laboratory ENGINEERING SCIENCES Testing Services on an as Needed Basis City of Miami Beach I RFQ No. 2018-097-KB seasonal high groundwater table at the test boring locations performed at the subject site, as well as hydrogeologic design parameters for the design and permitting of the ponds. City of Haines City Public Works/Utilities, Fire Station No. 1 Addition, Geotechnical Exploration, Haines City, Polk County, Florida - Guy completed the geotechnical engineering services on this project which involved constructing a second floor on top of the existing, single-story fire station which had been constructed of CMU (concrete unit masonry) in the late 1960's to early 1970's. Universal performed estimates of the seasonal high groundwater level at the boring locations, and geotechnical recommendations for site preparation and new foundation design. Guy also included the existing foundation dimensions and embedment depths to aid with the design of the new addition. City of Ocoee Public Works Department, Tiger Minor Park Tennis Court Settlement Forensic Geotechnical Investigation, Ocoee, Orange County, Florida - Guy completed a forensic geotechnical exploration at the referenced property in Ocoee, Orange County, Florida. The existing tennis courts constructed approximately two to three years prior were experiencing settlement and cracking. Universal evaluated the shallow subsurface conditions within the interior of the tennis courts using hand equipment and the deep subsurface conditions around the exterior perimeter of the tennis courts using a drilling rig. Guy provided recommendations for the remediation of the tennis court surface based upon our forensic investigation. Orlando Utilities Commission (OUC) Skylake Water Treatment Plant (WTP) Valve Replacement, Orlando, Orange County, Florida- Guy served as the senior geotechnical engineer for this project which involved completing a geotechnical exploration at the above referenced site in Orange County, Florida. At the time of drilling, the site was occupied by the OUC WTP and was developed with three commercial structures. Under Guy supervision, Universal evaluated the subsurface conditions at the site with special attention to potential problems that may impact the proposed development; provided estimates of the seasonal high groundwater level at the boring locations and; provided geotechnical engineering recommendations for lateral earth pressures and dewatering and excavation recommendations. Geotechnical Exploration, T-Hanger Development, Peter Prince Airport, Milton, Santa Rosa County, Florida- Universal completed a subsurface exploration at the site of the proposed new hanger area with new aprons and one on-site stormwater retention area at Peter Prince Airport in Milton, Santa Rosa County, Florida. As the Geotechnical Engineer of Record and Project Manager, Guy was responsible for overseeing the field exploration and laboratory program, as well as analyzing field and lab results and making an engineering evaluation with respect to the project characteristics described to us, and recommendations for building foundation design, pavement design, site Muscoggee Road Resurfacing and Widening Improvements, Escambia Couny, Florida — Guy was the geotechnical engineer of record for this project. The project included performing a pavement condition survey on the existing Muscogee Road extending from Highway 29 to the Perdido River in Escambia County, Florida. The length of the project was approximately 5.5 miles and included widening the existing road to 12 ft travel lanes with paved 5 ft shoulders on each side of the existing pavement section along the entire length of this project. Guy oversaw the geotechnical exploration along the roadway alignment to evaluate the shallow soil and groundwater conditions witin the widening areas and provided engineering recommendations on the suitability of the subgrade soils for support of the new pavement., site preparation, new pavement section for the widening areas, and recommendations for milling Universal Engineering Sciences 41 uUNIVERSAL Citywide Geotechnical and Laboratory ENGINEERING SCIENCES Testing Services on an as Needed Basis City of Miami Beach I RFQ No. 2018-097-KB and overlaying of the existing asphaltic concrete pavement section with limited areas of pavement reconstruction along the project alignment. Publications I Presentations Rabens, G. H., (2000) "Quantifying The Relationship Between Cone Penetrometer Soundings Using Digital Signal Processing," University of South Florida Master's Thesis. Rabens, G.H., Madireddy, M., and Ashmawy, A.K., (1999)"Using Geographic Information Systems and Geostatistics for Geotechnical Site Investigation and Characterization."Paper presented to the American Society of Civil Engineers Florida Section Annual Meeting, Orlando, Florida, Sept. 16-18, 1999; Proceedings, Section A3 Short Courses Micro Piles—Developments in Design and Construction, by DFI, January 2004 Enhanced In-Situ Testing for Geotechnical Analyses & Foundation Design, by Georgia Institute of Technology, February 2005 Post Grouted Drilled Shafts, by University of South Florida, November 2005 Design of Low Pressure Septic Systems, by Florida On-site Wastewater Association, February 2006 Methods for Identifying Soils & Determining Seasonal High Ground Water Table Depth, by SWFWMD, USDA, & NRCS, March 2006 Environmental Site Assessments for Commercial Real Estate, by ASTM, April 2006 The Essentials of Risk Management& Profitability for Project Managers, by ASFE, May, 2006 Financial Management for the Professional Engineer, by ASCE, September 2006 Excelling as a First Time Manager or Supervisor, by Skill Path Seminars, September 2006 Deep Foundation Design, Construction, and Quality Control, by ASCE, March 2007 Financial Statement Analysis, by Skill Path Seminars, June 2007 Universal Engineering Sciences 42 UNIVERSALCitywide Geotechnical and Laboratory ENGINEERING SCIENCES Testing Services on an as Needed Basis City of Miami Beach I RFQ No. 2018-097-KB MELISSA DE LA ROSA, El Staff Engineer Education Melissa De La Rosa is a recent graduate who is responsible for coordinating geotechnical field work and preparing geotechnical reports for both public and private BS, Environmental Engineering, sector projects for the Universal Miami branch. She also has experience with University of Central Florida(2016) installation and recording data from instrumentation, including vibration monitors. Expertise Melissa has experience with geotechnical site reconnaissance and site surveys.She has deep foundation system and shallow foundation analysis capabilities, as well as Geotechnical Studies knowledge with FB Deep and LPILE software. She has familiarity with rock coring, SPT boring methodology, and understanding of testing methods such as unconfined Foundation Design compression, sieve analysis, and thermal testing. In-Situ Testing Melissa's Project Experience Includes: Vibration Monitoring Florida Power and Light 69kV Transmission Line: Miami beach-Alton-Venetian Shallow Foundations Corridor, City of Miami Beach, Florida—Melissa is currently serving as staff engineer for the route study for FPL's utility. Options being investigated are open-cut FB Deep and trenchless technology. Melissa is coordinating field exploration programs in both water and land, laboratory testing programs, and geotechnical report preparation. LPILE Indian Creek Roadway Improvements, From 22nd to 39th Streets,City of Miami Licenses Beach, Florida—Melissa is currently serving as staff engineer for the geotechnical exploration program for the reconstruciton of Indian Creek Drive. Improvements Engineer Intern, FL include roadway milling/resurfacing, drainage improvements, lighting, signs, and signalizaiton structures. Melissa is coordinating field exploration programs in both Affiliations water and land, laboratory testing programs, and geotechnical report preparation. American Society of American SR 916/NE 135th Street at Arch Creek,G-58 Gate Replacement and Engineers Refurbishment, Miami-Dade County, Florida—Melissa served as a staff geotechnical engineer during the design and construction phases. Primary duties Years of Experience included test boring layout, utility clearances, drafting, and geotechnical reporting. Since 2016 E-6K77 1-95(SR 9A)Roadway Reconstruction, CCTV Camera Poles and Sign Structures, Miami-Dade County, Florida—Melissa served as a staff geotechnical engineer during the design and construction phases. Primary duties included test boring layout, utility clearances, drafting, and assisting with geotechnical reporting. Universal Engineering Sciences 43 RP UNIVERSAL Citywide Geotechnical and Laboratory ENGINEERING SCIENCES Testing Services on an as Needed Basis City of Miami Beach I RFQ No. 2018-097-KB ALLAN G. ABUBAKAR, PE Project Engineer Education BS, Civil Engineering, Notre Dame Allan Abubakar has 12 years of experience in geotechnical engineering and materials University, Cotabato City, testing. His experiences have included shallow and deep foundation Philippines(1992) recommendations, pavement design, soil improvements, retaining wall recommendations, settlement analysis, and laboratory testing. Geotechnical Expertise exploration projects have ranged from commercial, residential, and governmental building projects to government sector roadways, schools,and airports. Geotechnical Exploration Services and Materials Testing Allan's Project Experience Includes: Licenses SR AIA PD&E Study, Delray Beach, Florida—Allan served as staff engineer for the PD&E study of this planned road widening project in Delray Beach, Florida. The Professional Engineer, FL project was approximately five miles long from north of George Bush Boulevard to Boynton Beach Inlet. The study consisted of soil borings, infiltration tests, and Certifications laboratory tests conducted in accordance with FDOT Standard Design and Testing Guidelines. CPN Training Course on Radiation Safety and Use of Nuclear Gauges Wal-Mart Supercenter Store No.4446,West Palm Beach, Florida—Allan served as staff engineer for the geotechnical exploration for this project. The exploration for this Affiliations project was performed in accordance with generally accepted soil and foundation engineering practices and Wal-Mart's"Geotechnical Investigation Specifications and American Society of Civil Engineers Report Requirements for Florida Projects." Years of Experience Brickell Heights, Fort Lauderdale, Florida—Allan served as staff engineer for the soil exploration and engineering for the building foundation in Fort Lauderdale, Florida. Since 2006 The engineering consisted of deep foundation using 18-inch diameter auger cast piles. Allan also performed lateral load capacity and settlement analysis. Miami Travel Lift, Miami, Florida—Allan served as staff engineer for the geotechnical exploration and engineering for the design and construction of a new travel lift using 14-inch square precast piles.Allan performed an axial load analysis using SPT 97 program. North Broward Medical Center, Deerfield Beach, Florida—Allan served as staff engineer for the geotechnical exploration and engineering report for the proposed construction of the Cyber Knife Facility. Geotechnical exploration included soil classification, determination of soil bearing capacity, and settlement analysis. Kohl's, Lake Park, Florida—Allan served as staff engineer for the geotechnical exploration for this project.This project consists of a 98,165 square feet department Universal Engineering Sciences 44 IP UNIVERSAL Citywide Geotechnical and Laboratory ENGINEERING SCIENCES Testing Services on an as Needed Basis City of Miami Beach I RFQ No. 2018-097-KB store with paved areas. Allan's duties include report writing,AutoCAD drafting, coordinating with drillers, and supervising lab technicians for the necessary laboratory tests. The exploration for this project was performed in accordance with June 2006"Kohl's Site Design Criteria", specifically"Section 7.0—Geotechnical Engineer". Florida Turnpike System, Miami-Dade, Broward, St. Lucie Counties,Florida—Allan served as staff engineer for the geotechnical exploration for this project. This project includes subsurface exploration on the failed cable barriers along Florida Turnpike (Northbound and Southbound)from Miami to Port St. Lucie.Allan's duties include report writing, AutoCAD drafting, and laboratory tests. Courtney Lakes,West Palm Beach, Florida—Allan served as project engineer for the geotechnical engineering report for the building foundation. This project consists of five five-story apartment buildings and paved areas. The engineering consisted of ground improvement by vibro-replacement due to the very loose soil condition. Artesia Towers, Sunrise, Florida—Allan served as project engineer for the geotechnical exploration and engineering report for the proposed two 16-story residential towers and a four-level parking garage. This project also includes two-story triplex residential buildings, gazebos, tennis courts, guardhouses, entrance monuments, and club homes. Palm Beach International Airport Improvements,West Palm Beach, Florida—Allan served as project engineer for the geotechnical exploration and engineering report for this project. The project consists of the design and construction of a four-story building with paved areas, and a new heavy duty flexible pavement for Design Aircraft 727. Villages at Beacon Lakes, Miami, Florida—Allan served as project engineer for the geotechnical exploration and engineering report for the proposed construction of a 48,022 square feet single-story warehouse with paved areas. Geotechnical exploration included a delineation of organic soils underneath the proposed building area. Museum of Discovery and Science Addition, Fort Lauderdale, Florida—Allan served as project engineer for the geotechnical exploration and engineering report for the proposed building addition. The addition included a two-story building recommending soil mixing and vibro-replacement due to very loose soil condition. Universal Engineering Sciences 45 uUNIVERSAL Citywide Geotechnical and Laboratory ENGINEERING SCIENCES Testing Services on an as Needed Basis City of Miami Beach I RFQ No. 2018-097-KB STEVE JAIME, El Department Manager Education Steve Jaime has 6 years of field experience in the geotechnical industry and is responsible for helping project managers and project engineers prepare geotechnical BS, Civil Engineering, Florida reports for both public and private sector projects. He has experience inspecting and International University(2010) overseeing the installation of various foundation systems for bridges, walls, signs, buildings, lighting, and utilities. His foundation systems inspection and testing Licenses experience includes spread footings, driven piles, drilled shafts, auger-cast piles, Engineer Intern, FL helical piles, and other structural components. Steve also has experience with installation and recording data from geotechnical instrumentation, including Expertise piezometers, thermistors, inclinometers and extensometerrb Geotechnical Studies Steve's Project Experience Includes: Foundation Design Miami Beach Convention Center Renovation, City of Miami Beach, Florida— Steve provided oversight for all auger-cast pile foundation installation, including Geotechnical Instrumentation compression,tension and lateral load test programs.Also, Steve provided oversight In-Situ Testing for installation of all drilled shaft foundations for signalization structures. Vibration Monitoring Venetian Causeway Bridge Reconstruction, Miami-Dade County, Florida—The project includes construction of 32 54-inch diameter drilled shaft foundations for the Foundation Inspections new bridge. Steve was responsible for coordinating field drilled shaft inspections, reviewing paperwork for completeness and technical accuracy, tracking and reporting Foundation Testing concrete cylinder breaks and coordinating CSL testing on drilled shafts. Ground Improvement Port of Miami Tunnel and Access Roadways—Overhead and Cantilever Sign Structures; Miami-Dade County, Florida—The project included installing several Certifications sign structures along roadways for the proposed tunnel construction. Steve was a CTQP Drilled Shaft Inspector senior drilled shaft inspector as well as responsible for oversight of all drilled shaft inspection operations, coordinating field drilled shaft inspections, reviewing paperwork CTQP Pile Driving Inspector for completeness and technical accuracy, tracking and reporting concrete cylinder breaks and coordinating CSL testing on drilled shafts. CTQP Auger-Cast Pile Inspector SR 826 Improvements Section 5; Miami-Dade County, Florida—The project Affiliations includes complete reconstruction of the SR 836/SR 826 interchange. Steve provided pile driving inspection services on an as-needed basis for bridge construction. American Society of American Engineers NW 36th Street Bridge Reconstruction over the Miami River, Miami-Dade County, Florida—Steve provided pile driving inspection services on an as-needed basis for Years of Experience bridge construction. Since 2012 Universal Engineering Sciences 46 ptUNIVERSAL Citywide Geotechnical and Laboratory bg•F ENGINEERING SCIENCES Testing Services on an as Needed Basis City of Miami Beach I RFQ No. 2018-097-KB BOBBIE VILLA Engineering Technician Expertise Bobbie Villa has 5 years of field experience in the construction materials testing and inspections industry. Bobbie's primary duties include performing drilled shaft Drilled Shaft Inspections inspections for both bridges and miscellaneous structures.Additionally, Bobbie is tasked to perform earthwork observations and testing, concrete field sampling and Instrumentation testing, obtaining asphalt pavement cores, performing rebar pull testing,demucking Earthwork Operations observations, and proof-rolling observations. Rebar Pull Testing Bobbie's Project Experience Includes: Concrete Field Testing Miami Beach Convention Center Renovation, City of Miami Beach, Florida— Served as Special Inspector for drilled shaft installation for mast arm structures. Certifications Venetian Causeway Bridge Reconstruction, Miami-Dade County, Florida—The CTQP Drilled Shaft Inspector project includes construction of 32 54-inch diameter drilled shaft foundations for the new bridge. Bobbie was the lead drilled shaft inspector responsible for all shaft CTQP Concrete Field Level I inspections, including coordinating with concrete field technician, filling out all FDOT ACI Field Testing Tech. Level I inspection forms,filling out FDOT Excel spreadsheet for drilled shafts, and coordinating concrete breaks. Earthwork Levels I and II Sawgrass Mills Mall Signalized Intersections; Broward County, Florida—The Quality Control Manager project included installation of mast arms for one intersection. Bobbie was the lead drilled shaft inspector and responsible for coordinating with all concrete field Nuclear Gauge Safety personnel. Years of Experience Broward County Mast Arm Conversion (Group 1); Broward County, Florida—The project included installation of mast arms for 20 intersections. Bobbie was the lead Since 2013 drilled shaft inspector and responsible for coordinating with all concrete field personnel. FLL International Airport Sign Structures; Broward County,Florida—Bobbie was the lead drilled shaft inspector and responsible for coordinating with all concrete field personnel. T6220 Krome Avenue Reconstruction, From SW 8th to SW 88th Streets; Miami- Dade County, Florida—Bobbie is involved performing earthwork quality control for the contractor for both embankment and drainage backfill. Included in this work is monitoring of surcharge embankment. Universal Engineering Sciences 47 RP UNIVERSAL Citywide Geotechnical and Laboratory ENGINEERING SCIENCES Testing Services on an as Needed Basis • City of Miami Beach 1 RFQ No. 2018-097-KB ADAM G. KIRK, PE Deep Foundations, Senior Engineer Education Adam Kirk has 11 years experience in geotechnical, deep foundations testing and design, Pile Driving Analysis(PDA)on various sizes and shapes of concrete, steel, BS, Civil Engineering, Georgia and timber piles, Cross-Hole Sonic Logging (CSL), Embedded Data Collector(EDC) Institute of Technology(2005) services, and Ground Penetrating Radar(GPR) services.Adam has managed a wide range of projects throughout Florida including PDA for all types of driven pile BS, Physics, University of West foundations on FDOT projects and other numerous bridges, Pile Integrity Testing (PIT) Georgia(2005) of deep foundations, EDC data collection on concrete driven piles, CSL testing for TIN drilled shaft foundations, vibration monitoring, settlement monitoring, pre- construction/post-construction surveys and geotechnical/deep foundation design for K620007812090 FDOT bridges and roadways. Adam's primary focus is on the deep foundation and geotechnical side of construction. Licenses His responsibilities have included serving as project engineer and project manager. Professional Engineer, FL(2012) Duties have included providing various deep foundation testing services and analysis for both FDOT and private municipal clients throughout the state as well as subsurface Certifications evaluation, preparation of foundation and pavement design, surcharge settlement monitoring, resistivity testing and test pit evaluation. Pile Driving Inspection He has also been responsible for geotechnical projects across the state. Geotechnical Drilled Shaft Inspection design services included deep foundations(driven piles, drilled shafts, auger cast piles, pile and drilled shaft inspection), Pile Integrity Testing (PIT), shallow foundation High Strain Dynamic Pile Testing design, retaining wall design, roadway and pond/drainage design, stormwater (HSDPT)#2010-642 management, settlement monitoring data interpretation/acquisition, soil resistivity data EDC Certification#020FL0013-13 interpretation/acquisition, vibration monitoring data acquisition/interpretation, pre/post construction surveys, laboratory soil testing,test pits and unsuitable material GPR Certification in BridgeScan and estimation, miscellaneous geotechnical designs, and geotechnical construction design StructureScan Optical Systems for various Florida Department of Transportation (FDOT),city, county, and private sector projects. Affiliations Adam's Project Experience Includes: American Society of Civil Engineers (ASCE), Member Overland 1-95(PDA, CSL, Thermal Integrity, Vibration Monitoring, Post Grouting, Osterberg Testing, Mini-SID), Sun Rail (PDA, Vibration Monitoring, Instrumentation Pile Driving Contractors Association Monitoring), CR 210 Alignment over US-1 (PDA, Vibration Monitoring, Pre/post (PDCA), Member Condition Surveys), Collins Road (CSL), San Sebastian (PDA) Years of Experience Overland 1-95,Jacksonville, Florida—Responsible for certifying foundations for driven piles and drilled shafts, performing field service verification testing including Since 2007 Universal Engineering Sciences 48 uV N 1 V E R S A L Citywide Geotechnical and Laboratory ENGINEERING SCIENCES Testing Services on an as Needed Basis City of Miami Beach I RFQ No. 2018-097-KB PDA, CSL, Thermal Integrity, Mini-SID, Vibration Monitoring, Post Grouting Monitoring, Statnamic Testing, and Osterberg Cells. SR 415, Sanford, Florida—Vibration Monitoring for the contractor, pre/post condition surveys of surrounding structures. SR 87, Navarre, Florida—Performed both PDA and EDC services for FDOT to correlate various methods of dynamic testing during pile driving operations. Sunrail Sandlake Station, Orlando, Florida—Helped develop the instrumentation monitoring plan which included ground extensometers and inclinometers as well as both underground and surface vibration monitoring. The instrumentation was to monitor settlement on the existing rail lines during pile installation. In addition, provided dynamic testing and pile installation services. WDW DC-6 Tower Static Load Testing,Orlando, Florida—Static Load Testing on helical pier piles for a cellular tower. EOR responsible for designing the static load test, performing the test, and analyzing the data. Nocatee Parkway, St.Johns County, Florida—Responsible for performing CSL testing and analysis on 15 drilled shafts throughout the development. SR 30 over Aucilla River, Perry, Florida—Supervised boring operations and performed drilled shaft inspection, Mini-SID services on a large drilled shaft project for FDOT. Hathway Bridge Repairs, Panama City, Florida—Performed GPR on internal bridge diaphragms prior to coring for post-tension cables. Universal Engineering Sciences 49 uUNIVERSAL Citywide Geotechnical and Laboratory ENGINEERING SCIENCES Testing Services on an as Needed Basis City of Miami Beach I RFQ No. 2018-097-KB SCOTT C. ROWE Geotechnical Manager Education Scott Rowe has 31 years of experience in project management and field experience in the construction industry and is responsible for client development, project proposals BS, Urban Planning, Geography, and geotechnical engineering activities. Scott supervises the geotechnical engineering Economics,Towson University staff to ensure that engineering projects are properly performed in order to meet our (1987) client's needs. Licenses Scott has expertise in the following areas: Geotechnical Engineering and Construction Materials Testing Services; Subsurface Soil Explorations, Foundation Professional Engineer, Maryland Design/Evaluation, and Construction Monitoring; Materials Testing Services Including Laboratory and Field Testing and Both Destructive and Non-Destructive Testing. Affiliations Scott's Project Experience Includes: American Society of Civil Engineers Geotechnical—Provided consulting engineering services and project management for Years of Experience the geotechnical portion of the Basis of Design Report(BODR)for the proposed Lake Okeechobee Forward Pumps. The forward pump system is designed to convey water Since 1987 from the lake to the water supply canal system during times of low surface water levels. My role included assimilation of existing facility and subsurface data, preparation of a preliminary report, and presentation of data and recommendations for additional study to the SFWMD working group. Seminole Hard Rock Casino, Hollywood, Florida—Provided project management for geotechnical study for new structure parking facilities constructed in 2006 for the Seminole Hard Rock Casino in Hollywood, Broward County, Florida. Project included subsurface exploration, laboratory testing and design of the pile foundation system. Parker Avenue Rehabilitation Study,West Palm Beach, Florida—Provided project management and engineering analysis for assessment of existing roadway condition of Parker Avenue in West Palm Beach. Study included field survey, MOT,field and laboratory testing and calculation of existing Structural Number using methodology in FDOT flexible pavement design manual. South Florida National Cemetery—Provided consulting engineering services and project management for construction of the South Florida National Cemetery in Lake Worth. The project required coordination between the earthwork and general contractors,the Veteran's Administration, and the Florida Department of Transportation. Universal Engineering Sciences 50 i P UNIVERSAL Oitywide Geotechnical and Laboratory ENGINEERING SCIENCES Testing Services on an as Needed Basis City of Miami Beach 1 RFQ No. 2018-097-KB Boca Chase Reservoir—Coordinated a detailed post-permitting condition survey of the aboveground impoundment at the Boca Chase community in accordance with the facility permit requirements. Provided recommendations to the Community Association for repair of existing deficiencies and prevention of conditions such as hydrodynamic(wave- induced)erosion. Retention Modeling Analysis—Prepared storm drainage analysis using MODRET for a proposed residential community in the Boynton Beach area. The objective of the study was to confirm that groundwater levels resulting from the design storm would not exceed ground surface levels at the property line. Factors included sizing of stormwater facility elements and tidal influence. Troy Hill Business Park, Howard County, Maryland—Coordinated subsurface exploration and laboratory testing, evaluated subsurface conditions, and prepared Geotechnical Report for tilt-up concrete construction. Report included pavement design for heavily loaded parking lots and recommendations for retaining walls, existing fills, and 10 stormwater management facilities. Interstate 95, Baltimore and Harford Counties, Maryland—Coordinated subsurface exploration and laboratory testing for replacement of New Forge Road and Clayton Road bridges, spanning 1-95 in Baltimore and Harford Counties, Maryland. Scott has completed about 1,000 Geotechnical Explorations including 100 in Palm Beach, Broward, Miami-Dade, Martin, and St. Lucie Counties, Florida. Project sites included shopping centers,communication towers, warehouses, commercial office buildings, hotels, residential neighborhoods, and undeveloped properties. The size of the properties ranged from less than one acre to over 1000 acres of land. Universal Engineering Sciences 51 IP UNIVERSAL Citywide Geotechnical and Laboratory ENGINEERING SCIENCES Testing Services on an as Needed Basis City of Miami Beach I RFQ No. 2018-097-KB MEAGEN GONZALEZ, PG Branch Manager Education Meagen Gonzalez has 18 years of experience in geophysical, sinkhole, and environmental investigations. Meagen has served as project manager on site BS, Geology, University of South assessment projects throughout west-central,central, and south Florida. Prior to Florida, 2000 joining Universal, Meagen served as a project manager for over 30 petroleum contaminated sites for a large retail petroleum client. Her duties included all aspects of Licenses environmental protection and remediation, scheduling, budgeting, reporting, and served as a direct link for interaction between client and county regulators. Meagen's Professional Geologist, FL field experience also includes drilling oversight, soil and groundwater sampling, Years of Experience managing source removal operations during UST removals and upgrades, and work related UST compliance. Since 2000 Meagen's Project Experience Includes: Sinkhole Investigations,Geophysical Exploration,Various Insurance Companies, Several Counties throughout Florida—Meagen serves as geophysicist and geologist for these projects. She co-coordinates and conducts geophysical field exploration, geological and geotechnical analysis for more than 100 distressed properties. Geophysical Exploration, Former Pine Castle Jeep Bombing Range,Orange County, Florida—Meagen was the project manager responsible for conducting geophysical explorations within the former bombing range including a large partially developed apartment complex and several residential parcels. This site was a very complex former bombing range that had been developed but contained unexploded ordinances. Methods employed included GPR and Electromagnetic methods. Meagen managed all field activities including site clearance for continuing development and all data processing to ensure accuracy. Geophysical Exploration, Kennedy Space Center, Cape Canaveral, Florida— Meagen managed and conducted a ground penetrating radar survey around one of NASA's launch pads. The GPR investigation was conducted in order to locate all underground utilities around the launch pad. Pasco Hernando Community College, Gower's Corner Firing Rnage Assessment and Cleanup, Pasco County, Florida—Meagen was the project geologist responsible for supervision of drilling and monitoring well installation, soil and ground- water sample collection, and contaminant distribution resulting from former firing range. Sampling media involved soil, groundwater, pond sediment, and surface water. Meagen prepared and reviewed technical reports for site characterization of extent of Universal Engineering Sciences 52 RP V N I V E R S A L Citywide Geotechnical and Laboratory ENGINEERING SCIENCES Testing Services on an as Needed Basis City of Miami Beach I RFQ No. 2018-097-KB contamination and remedial action involving soil stabilization to reduce hazardous concentrations for disposal resulting in submittal of a No Further Action report to the FDEP. Port of Miami Tunnel Project, Dodge Island, Miami, Florida—Meagen was responsible for utilizing multiple geophysical techniques to confirm the in-place pile depths for underwater tunnel alignment. These methods included pulse echo, parallel seismic, borehole magnetometer, and borehole GPR. Meagen analyzed the raw data overlaying the multiple techniques, compiled the findings, and produced the technical report on pile depth locations. FDOT Level I for Crosstown Connector,Tampa, Hillsborough County, Florida—Meagen was responsible for completing the Level I for this large state project which included site visits, review of historical information, determination of risk level of parcels for roadway and ponds to be constructed, and preparing the report. This report has been used to determine cleanup priorities for over 50 parcels that have been bought for construction of this major roadway. Phase I, Brownsfield Parcels,Clearwater, Pinellas County, Florida—Meagen managed Phase I activities for several parcels located within the Clearwater Brownsfield Area to provide information for large retail petroleum company. Certifications 40-Hour OSHA Hazardous Waste Activities Training OSHA Electrical Safety Course Level I Training 8-Hour Refresher for Hazardous Waste Activities OSHA Blood Borne Pathogen Training (Annual) NFPA Electrical Safety: Overview of Arc Hazards 8-Hour OSHA Supervisor Training Training Ground Penetrating Radar Operator Training Shaw Environmental Competent Person: Drilling: Drilling Oversight Training (CPDO) OSHA Hearing Conservation and Loss Prevention Training Shaw Environmental Defensive Driving Training OSHA Excavation Training Shaw Environmental Health&Safety Plan Development Training OSHA Principals of Job Safety Training CPR/First Aid OSHA Fall Hazard Recognition and Prevention Training Universal Engineering Sciences 53 R; UNIVERSAL Citywide Geotechnical and Laboratory ENGINEERING SCIENCES Testing Services on an as Needed Basis City of Miami Beach I RFQ 2018-097-KB Carlos A. Ortega Construction Services Department Manager Education Carlos Ortega has over 6 years of experience in materials testing, construction projects, drilling coordination, and as a researcher in the field of geological sciences. BS, Geology, University of Florida, His specific experience is in project management,field management of construction 2014 inspection,quality control, contractor coordination,geotechnical fieldwork and supervision of laboratory testing in accordance with ASTM and AASHTO criteria. In Certifications the area of construction materials engineering and testing Mr. Ortega has been responsible for technical quality of materials testing, quality control and assurance for CTQP CERTIFICATIONS numerous projects in Florida and Georgia. FDOT Concrete Field Inspector Earthwork 1 Carlos's Project Experience Includes: Earthwork 2 Auger Cast Pile Inspector Miami Beach Convention Center—City of Miami Beach, Florida MSE Wall Inspector Oversee quality control program for the Miami Beach Convention Center renovation Asphalt Plant Technician 1 and expansion. Project includes 500,000 sq ft of renovated exhibit space, 60,000sq ft Critical Structures grand ballroom and 20,000 sq ft glass rooftop area. He is reviewing all test reports to QC Manager ensure testing is performed in accordance with project specifications. ACI CERTIFICATIONS Palm and Hibiscus Islands Neighborhood Improvement,City of Miami Beach, FL Concrete Field—Grade 1 Oversee quality control and materials testing program for the project(earthwork, concrete,asphalt).Carlos is reviewing all test reports to ensure testing is performed in NICET accordance with project specifications. Asphalt 1 Concrete 1 Venetian Islands Bid Package 13C—City of Miami Beach, Florida Soils 1 Oversee quality control and materials testing program for the project(earthwork, concrete). He is reviewing all test reports to ensure testing is performed in accordance with project specifications. Years of Experience 175 South of SR50 to the Sumter County Line—Brooksville, Florida Since 2012 Serving as Quality Control Manager for the widening of 1-75 from south of SR50 going north to the Hernando/Sumter county line. It also consisted of reconstructing the interchange at US98/SR50 and 1-75. North Terminal Area-Phase 112 for Fulton County Airport—Atlanta, Georgia Served as quality assurance for the expansion of the North Terminal for the Fulton County Airport. The project consisted of demolition,embankment construction, drainage and sanitary structures installation, storm and sanitary sewers installation, waterline improvements installation, erosion control measures installation, and asphalt roadway construction Universal Engineering Sciences 54 RP UNIVERSAL Citywide Geotechnical and Laboratory ENGINEERING SCIENCES Testing Services on an as Needed Basis City of Miami Beach I RFQ 2018-097-KB Veterans Expressway Widening—Gunn to Sugarwood—Tampa, Florida Served as Quality Control Manager for the widening/reconstruction and resurfacing of the Veterans Expressway(SR 589)from south of Gunn Highway to the Sugarwood Plaza. The widening consisted of the reconstruction of a divided four-lane to a divided eight-lane section. Carlos's Previous Employment Includes: Intertek-PSI, Project Manager(1 year)—Supervisedl5 technicans, administrative staff, and laboratory technicians. Ensured profitability of projects, secured change orders, and prepared proposals. Responsible for training and interviewing new technicians. Radiation Safety Officer. Prepare logbooks and QC Plan for FDOT projects. MAC data management. MC Squared Engineering, Staff Geologist/QC Manager(2 years)—Responsibilities included permitting, utilities clearance, scheduling, concrete strength testing, proctors, vibration monitoring, soil classification, and served as QC Manager for FDOT projects, field testing, and sampling of soils/concrete/asphalt. University of Florida, Laboratory Research Assitant(3 years)—Experience with laboratory reporting, mineral separation,geochronology, polarized light microscopy, Laser Ablation ICP-Mass Spectrometer, Scanning Electron Microscope, and geochemistry Publications T. Elliott Arnold, Mark Brenner, Jason H. Curtis,Andrea Dutton, Shirley M. Baker, Jaime H. Escobar, and Carlos A. Ortega. "Application of Stable Isotopes to Determine the Growth Patterns of the Invasive Gastropod Pomacea maculate in Florida lakes."Florida Scientist, Summer 2014 Volume 77 Number 3(pages 126-143) Universal Engineering Sciences 55 RP UNIVERSAL Citywide Geotechnical and Laboratory ENGINEERING SCIENCES Testing Services on an as Needed Basis City of Miami Beach I RFQ No. 2018-097-KB PETER PEREZ Engineering Technician TIN Peter Perez has 3 years of transportation-related experience in the contractor quality control(CQC)field. Peter's duties include performing field sampling and testing of soil P62066489 for roadways and buildings. Field sampling and testing experience includes in-place soil density testing, sampling of aggregates for laboratory testing, and asphalt Certifications pavement coring.Additionally,he has experience performing specialty construction materials testing, such as Swiss hammer testing, Windsor probe testing, vibration Nuclear Safety Certification monitoring recording/reporting, and foundation inspections. Qualified Sampler Technician Peter's Project Experience Includes: 10 Aggregate Base Testing Technician • Miami Beach Convention Center Renovation, Miami Beach, FL Limerock Bearing Ratio Technician • Venetian Islands Bid Package 3C, Miami Beach, FL Expertise • Central Bayshore South Design-Build, Miami Beach, FL Concrete and Earthwork Quality Control and Specialty Testing • Property Management Facility, Miami Beach, FL Years of Experience • Palm and Hibiscus Neighborhood Improvements, Miami Beach, FL Since 2015 • Muss Park and Pavilion, Miami Beach, FL • Bridges of the Isles, Engineering Technician, Broward County, Florida • Sunrise Blvd. Bridge over Middle River, Engineering Technician Broward County, Florida • HEFT Roadway Improvements, From SW 216th Street to Eureka Drive, Engineering Technician Miami-Dade County, Florida • T6620 Krome Avenue Roadway Improvements, Engineering Technician Broward County, Florida • NW 57th Avenue Roadway Improvements, From SW 62nd Street to SW 82nd Street, Engineering Technician Miami-Dade County, Florida • 72" Drainage Structure Along Washington Avenue, Miami Beach, FL Universal Engineering Sciences 56 uUNIVERSAL Citywide Geotechnical and Laboratory ENGINEERING SCIENCES Testing Services on an as Needed Basis City of Miami Beach' RFQ No. 2018-097-KB DAVID FUNDORA Senior Field Inspector David has 13 years of experience. David Fundora's duties include performing quality TIN control(QC),field sampling, and testing of soil and concrete materials for roadways, bridges and buildings. Field sampling and testing experience includes in-place soil F536160844230 density testing, sampling of aggregates for laboratory testing, asphalt pavement coring, and base coring.Additionally, David has experience observing and monitoring Certifications earthwork operations for preparation of road beds, removal of unsuitable soils, Nuclear Safety Certification excavation for installation of spread footings, installation of auger-cast piles, dewatering and more. ACI Concrete Field Testing Technician—Level I David's Project Experience Includes: ACI Concrete Transportation • 249614-3-52-01 T6220 Krome Avenue Reconstruction, From SW 8th Construction Inspector—Level II Street to SW 88th Street CTQP Concrete Field Technician— • 251156-3-52-01 Port of Miami Tunnel and Access Roadways Level I and II • 230724-1-52-01 T4367 Andrews Avenue Extension (Segment 5) CTQP Earthwork—Level I and II CTQP Drilled Shaft Inspector • 422866-1-52-01 Sunrise Bridge CTQP Asphalt Paving Technician— • 433978-1-52-01 TECO Lines at SR A1A Level I and II • 433962-1-52-01 Pond Excavation CTQP QC Manager • 424674-1-52-01 Sheridan Street Road Improvement CTQP Drilled Shaft Inspection • 433964-1-52-01 Drainage Improvement CTQP Pile Driving Inspection • 430196-1-52-01 Sunrise Blvd & NW 24 AVE CTQP Final Estimates—Level I FEMA IS: 100.b, 200.b, 700.a • 433980-1-52-01 Drainage Improvement Critical Structures • 429366-1-52-01 Nova DR. Road Improvement Years of Experience • 433979-1-52-01 Drainage Improvement Since 2005 • 430605-1-52-01 West Drive Road Improvement • 424544-1-52-01 SR 976 (Bird RD) Universal Engineering Sciences 57 uUNIVERSAL Citywide Geotechnical and Laboratory ENGINEERING SCIENCES Testing Services on an as Needed Basis City of Miami Beach I RFQ No. 2018-097-KB FRANK MARTINEZ Engineering Technician TIN Frank has 13 years of experience. Frank'sduties include performing field sampling and testing of soil and concrete materials for roadways, bridges and buildings. Field M63526761 sampling and testing experience includes in-place soil density testing, sampling of aggregates for laboratory testing, asphalt pavement coring, and base coring. Certifications Additionally, Frank has experience observing and monitoring earthwork operations for preparation of road beds, removal of unsuitable soils,excavation for installation of Nuclear Safety Certification spread footings, installation of auger-cast piles,dewatering and more. FDOT Concrete Field Technician— I Frank's Project Experience Includes: Level FDOT Concrete Field Technician— • Port of Miami Access Tunnel, Senior Engineering Technician, Miami-Dade Level II County, Florida FDOT Earthwork Construction • Central Bayshore"C" Roadway Improvements, Senior Engineering Inspection—Level I Technician Miami-Dade County, Florida FDOT Earthwork Construction • 54-inch Sanitary Sewer Force Main Microtunnel: From CDWWTP to Fisher Inspection—Level II Island, Inspector, Miami-Dade County, Florida FDOT Drilled Shaft Inspector • Sunset Harbour Improvements, City of Miami Beach, FL FDOT Asphalt Paving I • Indian Creek Roadway Improvements from 22nd to 39th Street, City of Miami Beach, FL Expertise • Biscayne Point Neighborhood Improvements, Miami Beach, FL Concrete and Earthwork Quality • Sunrise Blvd. Bridge Over Middle River, Senior Engineering Technician Control for Roads& Bridges Sunrise, Florida Years of Experience • Miami Intermodal Center Improvements, Senior Engineering Technician Since 2005 Miami-Dade County, Florida • Miami International Airport Improvements, Senior Engineering Technician Miami-Dade County, Florida • Pump Station#357, Senior Engineering Technician Miami-Dade County, Florida • T6220 Krome Avenue Roadway Improvements, From SW 8th to SW 88th Streets, Miami-Dade County, FL Universal Engineering Sciences 58 uUN ! VERSA!. Citywide Geotechnical and Laboratory ENGINEERING SCIENCES Testing Services on an as Needed Basis City of Miami Beach I RFQ No. 2018-097-KB DONALD G. BELLAMY, JR, PE, SI Senior Structural Engineering Consultant Education Don has 40 years of experience inspecting building structures and designing structural and civil engineering work on commercial, residential, retail, industrial, etc., projects in BS, Civil and Environmental Florida and internationally. Clientele served include architects, private developers, Engineering, University of Central contractors, individual home owners, local and state governments, and industrial and Florida(1973) commercial concerns. He has performed structural building inspections on many projects from complex single family residences to commercial buildings to clubhouses Expertise to high rise hotels with ballrooms, large industrial buildings, and silos over 200 feet high, etc. Structural Engineering Don has extensive experience in the inspection of many threshold and non-threshold- Threshold Special Inspector type building structures involving various types of construction including reinforced Forensic Engineering concrete, pre-and post-tensioned concrete, reinforced masonry, structural steel, wood frame, light-gauge steel frame etc.,from the building foundations throughout the Structural Damage Assessments structure and wind-resisting components. He has performed design-related services on building structures throughout Florida, as well as in the Caribbean. He presently is Civil Engineering in responsible charge of threshold inspection services on projects in South Florida, the Florida East Coast, the Florida Panhandle, as well as in the Tampa and St. Petersburg Licenses area. Threshold projects worked on include concrete frame construction, post- Professional Engineer, FL tensioned concrete slabs and beams, tilt-up concrete walls cast on and off site, light guage steel framing, steel structures, wood structures, and masonry structures. Don Special Inspector, FL also has experience in the construction industry, holding a State of Florida Certified General Contractor's license(inactive). He also performs structural consulting on Certifications forensic engineering projects throughout the state of Florida. Post-Tensioning Installer/Inspector He is an active member of the American Society of Civil Engineers and a past (PTI)—Level I President of the Southwest Florida Branch as well as the South Florida Section. He received the Section Young Engineer of the Year Award in 1980. OSHA 10—Hazard Recognition and Training Don's Project Experience Includes: Affiliations Bayway Legacy Apartments, St. Petersburg, Florida—Don was responsible for all threshold inspection services for four eight story concrete frame apartment buildings American Society of Civil Engineers and an eight story concrete parking garage in St. Petersburg, Florida,from 2012 through 2014. The apartment buildings were concrete tunnel form construction with Years of Experience masonry and exterior light gauge metal framing. The parking garage was cast-in-place Since 1978 post-tensioned concrete construction. USF Student Housing Apartments,Tampa, Florida—Don was responsible for all threshold inspection services on two five-story apartment buildings from 2012 through Universal Engineering Sciences 59 uUNIVERSAL Citywide Geotechnical and Laboratory ENGINEERING SCIENCES Testing Services on an as Needed Basis City of Miami Beach I RFQ No. 2018-097-KB 2013. Construction was podium-type with a concrete cast in place post-tensioned second floor transfer deck supporting four floors of wood frame construction. Sarasota Memorial Hospital Bed Tower and Surgery Epansion, Sarasota, Florida—Don was responsible for all threshold inspection services for a ten story cast in place concrete structure(bed tower)and a three-story steel frame expansion to the surgery center from 2010 through 2012. Gulf Coast Hospital Expansion, Lee County, Florida—Don was responsible for all threshold inspection services for an approximately$100,000,000 expansion program at Gulf Coast Regional Hospital in Fort Myers, Florida,from June, 2006 through February, 2009. P302V Hangar, Naval Air Station,Jacksonville, Florida—Don was responsible for all threshold inspection services above the foundation for the construction of a three-story steel structure office building and hangar building from 2007 through 2008. The hangar and office building totaled more than 280,000 square feet and included 35 feet deep steel trusses spanning approximately 450 feet. Harbour Island Manor Apartments,Tampa, Florida—Don is responsible for all threshold inspecion services for an under-construction twenty-one story apartment building in 2016. The building consists of a concrete frame with post- tension concrete slabs and includes masonry, structural steel and other types of construction. Completion of the main building structure is scheduled for early 2017. THRESHOLD PROJECTS Dunes-(2) Bldgs, 18 stories Hard Rock Hotel (14 stories) & Lansdowne Terrace Apartments each, Naples Casino& Parking Garage, (4)stories, Land-O-Lakes SF Res-Barefoot Beach, North Tampa McNulty Lofts Apartments, St. Naples Hard Rock Parking Garage Petersburg SF Res-south of Marco Island, expansion,Tampa Riverside Clubhouse, Collier County College Court(2) Bldgs,4 Hillsborough County Marco Marriott Ballroom, Marco stories Allen AME Church, Ybor City, Is, FL Park Crest at Harbourside(8) Tampa South Seas East-(3) Bldgs, 7 stories,Tampa Lee County Waste to Energy stories each, Marco Is J C Penney Store, Wesley Plant expansion South Seas North-(1) Bldg-7 Chapel Lee Memorial/Gulf Coast stories, Marco Store-Safe(4 stories), Land-O- Hospital expansion Three Oaks Clubhouse-Lee Lakes Bern's Steakhouse Parking County, FL San Marco Church, Marco Island Garage(5)stories,Tampa Esplanade Condominium & Alta Mar-(8 stories) Building and Hidden River Condominiums(2) Parking Garage(4) Bldgs, Marco Parking Garage, Ft. Myers Buildings,Tampa Island Windmill Village Clubhouse, Cypress Creek Hampton Inns& Cross Creek-(2) Bldgs,4 stories, Punta Gorda Suites(5)stories, New Tampa Ft. Myers Hotel @ Shell Point, Ft Myers Crestwood Suites(4)stories, Ocean Pointe Condominium-(2) Gallaria Commercial Bldg, Lakeland Bldgs(5)stories,Tavernier, Key Naples Value Place Hotel (4)stories, Largo Country Inns Hotel (5) stories, Lakeland Tampa Universal Engineering Sciences 60 uUNIVERSAL Citywide Geotechnical and Laboratory ENGINEERING SCIENCES Testing Services on an as Needed Basis City of Miami Beach I RFQ No. 2018-097-KB Value Place Hotel (4)stories, Americlnn Hotel(4)stories, Fort Edge USF Student Housing (five Silver Springs Myers stories),Tampa American Cement Company Hilton Garden Inn Hotel (6) Gulf Coast Medical Center, Plant[(7)silos up to 250'; stories, Fort Myers Panama City buildings up to 350'], Sumterville Hilton Homewood Suites Hotel Spring Hill Suites, Pensacola Seybold Flats(4)stories,Tampa (5)stories, Fort Myers Hampton Inn, Gulf Breeze Majestic Point Condominium, Bay Medical Center Expansion, Epicurean Hotel, Tampa Clearwater Beach Panama City Legacy Bayway Apartments Marriott Townplace Suites(4) Holiday Inn Express, Pensacola (eight stories), St. Petersburg stories, Tampa Kindred Long Term Acute Care Madison Heights(seven stories), Hilton Garden Inn(7)stories, Facility, Melbourne Downtown Tampa Tampa Calvary Chapel Church, Viera Richey Woods(five stories), Hilton Homewood Suites(7) United Stor-All (5)stories, Doral New Port Richey stories,Tampa Watermark Apartments and Bay Pines VA Mental Health Avion Park Parking Garage(4) Parking Garage(6)stories Building(eight levels), St. stories, Tampa Cinebistro @ Olde Hyde Park Petersburg North Tampa Church of Christ Village, Tampa Harris High Technology Center Marion County Judicial Center, ' The Crossing Church Addition, (six stories), Palm Bay Ocala Brandon Gulf Cable Building, Milton Value Place Hotel (4)stories, Ft. TBA Church, Lakeland Northrop Grumman Building Myers Disney Cruise Terminal Addition, 228, Palm Bay Hillsborough County Resource Cape Canaveral Carmike Cinemas Hammock Recovery Facility expansion, Trinity Riverfront Condominiums, Landing, Melbourne Tampa Cocoa Port Canaveral Cruise Terminal Rolex Storage Facility, Tampa Sarasota Police Headquarters,. 1 Parking Garage Hangar Building,Jacksonville Sarasota Northrop Grumman Building Naval Air Station(structural Manatee Players, Bradenton 229, Palm Bay steel) Midway First Baptist Church, Harvester United Methodist Hampton Inns& Suites, Ocala Plant City Church,Tampa Port St. Lucie Civic Center and Sarasota Memorial Hospital FishHawk Apartments Parking Garage expansion(ten story bed tower, Discovery Village Assisted Living Torrey Pines Medical Research Surgical addition), Sarasota Center, Palm Beach Gardens Facility, Port St. Lucie Veteran's Clinic, Cape Coral Westrec Haulover Marina and Comfort Suites Inn, Palm Bay Campus Circle Apartments Boat Storage, Miami Value Place Hotel (4)stories, (multiple buildings), Tallahassee St Stephen Catholic Church East Fort Myers Yuengling Brewery Expansion, St Stephen Family Life Center Value Place Hotel(4)stories, Tampa St Mary Catholic Church Fort Walton Beach Channelside Apartments(four-4 Value Place, Lake Worth Watersong Clubhouse, Viera story apt. bldgs,two pkg. Riverview Assisted Living Abingdon at Tradition Senior garages), Tampa Center, Palm Bay Living Facility, Port St. Lucie Discover Life Church, Melbourne Discovery Village Assisted Living Port St. Lucie Holiday Inn (5) Orbiter Display Facility, Cape Center,Tampa Palms stories Canaveral Institute for Human & Machine Hampton Inn&Suites(4) New Life Tabernacle Church Cognition, Pensacola stories, Okeechobee Addition, Tampa Hampton Inn Busch Blvd., Christian Mission Adonai Legacy Westshore Apartments Tampa Church, Palm Bay (eight stories), Tampa Universal Engineering Sciences 61 IP U N I V E R S AI.. Citywide Geotechnical and Laboratory hbA ENGINEERING SCIENCES Testing Services on an as Needed Basis City of Miami Beach I RFQ No. 2018-097-KB GAETANO DI ZIO, El Senior Field Inspector Education Gaetano Di Zio has 35 years of construction materials testing, inspection,threshold and construction related experience for commercial and residential projects. His BS, Civil Engineering, Venezuela responsibilities include structural steel welding inspections, fire-proofing inspection, (1983) post tension concrete inspection,tilt wall panel inspection, pre-engineered wooden truss inspections, reinforced masonry inspections, moisture emission testing, gloss& Certifications slip of burnish concrete surfaces, coring of asphalt and hardened concrete,testing compressive strength of concrete cylinders, sampling and testing of construction Registered Engineering Intern, FL materials, installing and monitoring of instrumentation. Expertise Gaetano's Project Experience Includes: Structural Inspections Property Management Facility; City of Miami, Florida—Gaetano was the Special Welding Inspections Inspector Agent for the pile foundations, masonry walls, and structural components. Gaetano also supervised the pile load test program, which included compression load Foundation Inspections test,tension load test and lateral load test. Load Testing Replacement of 54-Inch Diameter Sanitary Sewer Force Main Tunnel from Virginia Key to Fisher Island, Florida—Gaetano was involved as field Geotech. Instrumentation instrumentation specialist for the 10-foot diameter bored tunnel. Duties include Specialized Field Testing planning,coordinating,and supervising instrumentation installation for the tunnel project, which include installing and monitoring of vibrating wire strain gauges, Swiss Hammer Rebound Test thermistors, inclinometers, extensometers, surface monitoring points, utility monitoring points, vibration monitoring and tilt sensors. Duties included reviewing instruments and Years of Experience readout units shipped to the office, prepare pre-installation, installation and post- installation worksheets,and prepare post-installation package for each instrument Since 1983 installation. 251156-3-52-01 Port of Miami Tunnel and Access Roadways, Miami, Florida— Gaetano was involved monitoring mass concrete pours for sign structure pile caps and columns. Mass concrete monitoring included installation of IntelliRock thermocouples, monitoring of temperature readings in accordance with monitoring plan, and field reporting. Westrec Haulover Marine Center; Miami, Florida—Gaetano was involved with the installation of ten Geokon vibrating wire strain gauges for the performance of axial compression pile load testing. Gaetano was the field engineer throughout the performance of the standard static load test and recorded all strains with Geokon vibrating wire readout unit. Universal Engineering Sciences 62 RP UNIVERSAL Citywide Geotechnical and Laboratory ENGINEERING SCIENCES Testing Services on an as Needed Basis City of Miami Beach I RFQ No. 2018-097-KB HUMBERTO CARVAJAL, CWI Certified Welding Inspector Certifications Humberto Carvajal has 13 years of construction materials testing, inspection, and construction related experience for commercial and residential projects. His AWS Certified Welding Inspector responsibilities include structural steel welding inspections,fire-proofing inspection, post tension concrete inspection, tilt wall panel inspection, bridge construction, pre- Nuclear Safety Certification engineered wooden truss inspections, reinforced masonry inspections, moisture Certification for Hazmat Training emission testing, gloss&slip of burnish concrete surfaces, coring of asphalt and hardened concrete,testing compressive strength of concrete cylinders,geotechnical RCI Rooftop Quality Assurance exploration and evaluation, and sampling and testing of construction materials. FDEP Stormwater, Erosion and Humberto's Project Experience Includes: Sedimentation Control Inspector Miami Beach Convention Center Renovation, Miami Beach, FL—Currently serving CTQP Concrete Field Level I as Certified Welding Inspector for the renovation to the existing structure. CTQP Concrete Field Level II Wal-Mart Supercenter#3303 North Side, Miami, Florida—Previously served as CTQP Earthwork Level I Special Inspector and CWI-Certified Welding inspector for structural steel for the proposed food store.Also provided oversight of all construction materials testing, such CTQP Earthwork Level II as in-place density testing, floor flatness, concrete pours, CMU grout filling, and site work. ACI Concrete Field Testing Technician Grade I 54-Inch Sanitary Sewer Force Main Microtunnel: From CDWWTP to Fisher Island, Miami Beach, Florida—Served as Senior Field Inspector for various concrete ACI Concrete Transportation trial batches for the proposed tremmie and break-in pours.Also, performed several Construction Inspector welding inspections for the ring beam at the launch shaft. Years of Experience Westrec Haulover Marine Center, Miami Beach, Florida—Served as Threshold Inspector agent for the proposed building construction.To date has provided Since 2005 inspections of all auger-cast pile reinforcement and pile caps for the proposed building. Mater Academy Buildings A and B, 8003 NW 103rd Street; Hialeah Gardens, Florida—Served as Special Inspector responsible for all Structural Steel Welding Inspections for the new buildings. Shoppes of Civica, 1050 NW 14th Street; Miami, Florida—Served as Special Inspector responsible for all Structural Steel Welding Inspections for the three-story commercial building structure. Universal Engineering Sciences 63 uUNIVERSAL Citywide Geotechnical and Laboratory ENGINEERING SCIENCES Testing Services on an as Needed Basis City of Miami Beach I RFQ No.2018-097-KB JASON KRYNICKI, BN, CWI Project Manager III Expertise Jason Krynicki has 28 years of experience in construction, materials testing and inspection, and soils testing. His areas of expertise are structural steel inspection, Threshold Inspection welding inspection,concrete and soils testing, masonry inspection and threshold inspection. Jason's project experience includes commercial construction, residential Structural Steel Inspection construction, and roadway construction. Jason also performs inspection for various Welding Inspection coatings, including paint and fireproofing. Jason's Project Experience Includes: Concrete Testing Soils Testing Orlando International Airport, BP 255/269,Airside II Terminal, Orange County, Florida—Jason provided full time threshold inspection to include reinforcing steel Masonry Inspection inspection, masonry inspection, and weld inspection on bridge and building structures. Roofing Inspection He performed inspections for receiving, layout,fit-up, weld out, non-destructive testing and shipping of structural steel. architectural/exposed steel for this terminal project at Floor Flatness Determination the following steel fabrication facilities: 1) Schuff/Addison Steel, Lockhart, Florida; 2) Foote Steel, Orlando, Florida; and 3) Excelletech, Clermont, Florida. Coating Inspection Volusia County Schools Daytona Transportation Facility, Materials Testing and Licenses Inspection Services, Daytona Beach,Volusia County,Florida—This project consisted of the construction of a transportation facility which included maintenance Standard Building Inspector bays, parking areas, roadways, and an office building.Jason provided certified weld inspection services for the project. Years of Experience Daytona Housing Rehabilitation Inspection Services,City of Daytona,Volusia Since 1990 County, Florida—This project involved building code inspection services for the City of Daytona Community Development Department for its on-going housing rehabilitation projects. Since October 2009 when the contract began, Jason provided over 100 hours of building inspection services for the City of Daytona. New Smyrna Beach Police&Fire Station Renovations,Construction Materials Testing and Inspection, Orange County, Florida—This project consisted of the construction of a unique seven-story condominium structure. Jason provided certified weld inspection services for the project. West Volusia County Justice Center Parking Garage, Daytona Beach, Florida— Jason provided precast joist placement, slab inspection (as Threshold Agent), concrete monitoring, steel inspection, and inspection of precast panel weldment. Universal Engineering Sciences 64 uUNIVERSAL Citywide Geotechnical and Laboratory ENGINEERING SCIENCES Testing Services on an as Needed Basis City of Miami Beach l RFQ No. 2018-097-KB Threshold Inspection Services, Buildings 200 and 600, Colonial Town Park, Seminole County, Florida— Services provided by Jason include threshold and steel inspection, in-place density testing, sampling and testing of cast in-place concrete, masonry wall grout prisms, compaction verification on underground utilities pipe trench backfill, parking lot stabilization, limerock base course, and asphalt sampling and testing for depth density. Threshold Inspection Services, Coquina Office Building, Daytona Beach,Volusia County, Florida—This project consisted of the construction of a large commercial office structure. Jason provided threshold inspection services for the project. Threshold Inspection Services,The Wave,2801 Hill Street, New Smyrna Beach,Volusia County, Florida— This project consisted of the construction of a unique seven-story condominium structure. Jason provided threshold inspection services for the project. Jackie Robinson Ball Park, Daytona Beach, Florida—Jason was involved in the structural steel inspections, soil sampling, in-place density testing, and concreting testing of this Daytona Beach landmark. 1-4 Bridges,Orange County, Florida—Jason provided 'H" pile weld inspection including visual weld inspection, bolt torque/tension determination, plan review, and on-site fabrication procedures. Universal Island of Adventure,Annual Ride Inspections, Orlando, Florida—Jason was responsible for annual ride inspections to include visual weld inspection (VT), magnetic particle testing (MT), and bolt torque activities on 10 major attraction rides. Adventure Landing Water Park, Daytona Beach, Florida—In this project, Jason provided inspection services for total infrastructure,to include in-place density testing on utilities, embankments, stabilization, base course, asphalt inspection, sampling and testing of cast in-place concrete and Shotcrete, re-steel inspection and general material and soil sampling duties. Certifications SBCCI Building Inspector Asbestos Abatement AWS Certified Weld Inspector ECI Level I NAARSO Level I Prestress Plant Inspector ASNT Level II, UT, MT, PT Driven Pile OSHA 40 Hour Hazmat Certified Drilled Shaft ACI Concrete Field Testing Technician-Level I Nuclear Density Technician CMEC Certified Concrete Lab Technician Universal Engineering Sciences 66 City of Miami RFQ No. 2018-097-KB Geotechnical and Laboratory Testing Services Team Members Qualifications State of Florida Board of Professional Engineers Attests that Reinaldo Jesus Villa ,P.E. Is licensed as a Professional Engineer under Chapter 471,Florida Statutes Espitation:2/28/2019 P.E.Ila No: Audit No: 228201912203 R 72242 INTERNATIONAL CODE COUNCIL PETER READ > The International Code Council attesb shat the individual named on this certificate has satisfactorily f 4- demonstrated knowledge as rsquird by the International Code Cowcil by successfully completing theprocribed .-_. written examination based on codes and standards then in Via.and is hereby mwd ehu uNsfsration as: Soils Special Inspector Given this day of April 11,2013 Certificate\o.8192ti97 r Ronald E.Piester,AIA /se cnor ro Dominic Slots President,Board of Directors v \ S Actint Chief Executive Off er i ° INTERNATIONAL jilt CODE COUNCIL State of Florida Board of Professional Engineers Attests that Peter G. Read , P.E. r 'IPE �e ip4i-N,g*br,r Is licensed as a Professional Engineer under Chapter 471, Florida Statutes Expiration: 2/28/2019 P.E.Lic.No: Audit No: 228201913161 R 3560.4 67 Universal Engineering Sciences City of Miami RFQ No. 2018-097-KB Geotechnical and Laboratory Testing Services FloridaState of 0 Board of Professional Engineers Attests that Donald Gene Bellamy Jr., P.E. Is licensed as a Professional Engineer under Chapter 471, Florida Statutes Expiration:2/28/2019 P.E./SI Lie.No: Audit No: 228201927622 SI 13G85 P) SPECIAL INSPECTOR State oFlorida f Board of Professional Engineers Attests that Guy Henry Rabens , P.E. Is licensed as a Professional Engineer under Chapter 471, Florida Statutes Expiration: 2/28/2019 P.E.Lic.No: Audit No: 228201901443 R 60917 Licensee Details Licensee Information Name: DE LA ROSA, MELISSA F. (Primary Name) Main Address: 1920 SECRETARIAT COURT GOTHA Florida 34734 County: ORANGE License Mailing: LicenseLocation: License Information License Type: Engineering Intern Rank: Eng Intern License Number: 1100020825 Status: Current Licensure Date: 08/09/2017 Expires: Special Qualifications Qualification Effective 68 Universal Engineering Sciences City of Miami RFQ No. 2018-097-KB Geotechnical and Laboratory Testing Services State of Florida Board of Professional Engineers Attests that Allan Galas Abubakar , P.E. Is licensed as a Professional Engineer under Chapter 471,Florida Statutes Expiration:2/28/2019 P.E.Lic.No: Audit No: 228201920925 R 69952 Licensee Details Licensee Information Name: JAIME, STEVE (Primary Name) Main Address: 2540 SW 131ST COURT MIAMI Florida 33175 County: DADE License Mailing: LicenseLocation: License Information License Type: Engineering Intern Rank: Eng Intern License Number: 1100017003 Status: Current Licensure Date: 01/12/2013 Expires: RICK SCOTT,GOVERNOR KEN LAWSON,SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL GEOLOGISTS ,��� UCEN9!NUMBER ( l. PG2558 The PROFESSIONAL GEOLOGIST Named below IS LICENSED Under the provisions of Chapter 492 FS. ��A.• a°+ f Expiration date JUL 31,2018 GONZALEZ MEAGEN DAVIS - `"� , .F_t' 12623 NICOLE LANE k �' !=i TAMPA FL 33625 , :4? ISSILED 06'022016 DISPLAY AS REQUIRED BY LAW SEQ* L1600020001635 69 Universal Engineering Sciences City of Miami RFQ No. 2018-097-KB Geotechnical and Laboratory Testing Services 5/92018 DBPR-KIRK,ADAM G.,Professional Engineer 3:57:07 PM 59/2018 Licensee Details Licensee Information Name: KIRK,ADAM G.(Primary Name) Main Address: 1747 SEMINOLE ROAD ATLANTIC BEACH Florida 32233 County: DUVAL License Mailing: 1747 SEMINOLE ROAD ATLANTIC BEACH ATLANTIC BEACH FL 32233 County: DUVAL LicenseLocation: License Information License Type: Professional Engineer Rank: Prof Engineer License Number: 74552 Status: Current,Active Licensure Date: 06/08/2012 Expires: 02/28/2019 Special Qualifications Qualification Effective Civil 01/10/2011 AWS's Free Online Certification ,Avis Verification Service • CERTIFICATION QUIKCHECKA Please enter a Certification number below,along with the last name of the individual to be verified. The certification number can be found on a wallet card wall certificate provided by the individual. The search will return the certification number, nam. and expiration date for each certification held by that individual. Humberto Carvajal Eye Valid Visual For Cert. No. from Expiration Status Cert. Description Acuity° Date 14060641 Jun Jun 2020 Active Certified Welding Inspector(CW1) Without Ap, 2014 with D1 1 Structural Steel Correction/Color 201 Codebook Vision 70 Universal Engineering Sciences City of Miami RFQ No. 2018-097-KB Geotechnical and Laboratory Testing Services state of Sivrib IN cart( of Professional n ineers Lerttfteate irrrw �iirrnf . Gaetano Dizio lltrJ Jrrr rl rr r irirrer frrr/srrr rrir�rrir rir� rir rrr�iirePrrirr� iriee irreir/lrl, f e ereer/ dr716cr11, mord;',/,,,fie";;-,s (roe reaue;- Jririrr-J rerir <.i ..4 rreererier'r<r torr. Zugtueer Rluferu . /e 1100012929 In TESEMAIng (ut erea6, 44 10 4,lex OCT >r OS Audit No.22820091786-1 cMwp .ok�+.,G � tldtug C!ne tl`*°F Jutrruttttnuttt , Jur. es jet5on laxpuicki /ravines giver/Jalr'a/aclazr evidence ai the,necedda/ty r/rra/Vietalion:, zerlru'tecl kr the/ , orel/tern' Att./ditty, rode rOnrf <gizleznaliona/, ane. ie-/tete%- warred L/tr'o reettrArule-o/'-PRefia1zcalr'oaatrf• 3uitbiuq 31u5pector c n ilad o� ert aa�a, 19th Bap , 2001 hf 8209 CR s -4 :ReblartaltOly J�Hm�ev i W�V'..tCK iA"i♦ SBCCI S v Universal Engineering Sciences City of Miami RFQ No. 2018-097-KB Geotechnical and Laboratory Testing Services Universal Engineering Sciences City of Miami REQ No. 2018-097-KB Geotechnical and Laboratory Testing Services 3.1 Detailed Information on Approach and Methodology General Universal has reviewed and fully understands the scope Based on our review of the scope of services provided in of services associated with this contract. We the RFQ, we have provided our approach and methodolo- understand that City has several needs in order to gy to services that may be requested by the City. manage its growing city. We are submitting qualifications a)Previous Construction Activity and Existing Fill• for geotechnical engineering and materials testing Existing fill materials are an important factor when services. Based on our review of the request for qualifica- providing geotechnical recommendations for either civil tion documents, in general,the following scope of or structures improvements. Existing fill materials can services will be required: often times be re-used as back fill(i.e., limerock fill or sand fill) or be detrimental to improvement areas(e.g., organic peat soils found west of Alton Road in South 3.1.1 Geotechnical Services Beach or the dredged infill materials used to create is- lands such the Venetian Islands).Thorough knowledge of Geotechnical services include execution of subsurface the local geology, proper geotechnical subsurface explo- exploration and laboratory testing programs, develop- ration and sampling techniques, and laboratory testing ment of recommendations for foundation design and site can help identify reusable or deleterious existing fill preparation, and report preparation. Prior to start of the materials. field exploration program,we will research our files for available data and review available literature (i.e., USDA b)Subsurface Conditions: Exploration of subsurface soils survey maps and USGS quadrangle maps)for any conditions is required to develop geotechnical founda- relevant information. Once we have a thorough under- tion and site preparation requirements. Our approach standing of the City's scope of work and have reviewed is to use conventional geotechnical subsurface explora- available geotechnical data,we will prepare a proposal tion techniques(i.e., truck-mounted drilling equipment, to provide geotechnical services in accordance with the geophysical scanning, etc.)to gain enough data to pro- City's, or their consultant's, scope of work. Once contract vide understanding of the ground conditions and how is executed, we will perform site reconnaissance and mark it presents risks to the City. Our data will be presented all test locations with white paint in the field.We will then in the form of test boring logs and subsurface profiles prepare right-of-way(ROW) permit packages for the City's with pertinent test data and soil/rock descriptions. We approval if working within the public ROW(special event will also include a discussion and derivation of soil/rock permits will be obtained as needed). Next,we will call parameters to be used for foundation design. Sunshine State One Call of Florida to have public under- ground utilities either marked or cleared. Once utilities c)Site Preparation Recommendations: Development of have been cleared or marked,we will proceed with the site preparation recommendations is contingent upon performance of the geotechnical field exploration pro- sound understanding of the ground conditions, project gram,which will typically consist of Standard Penetration requirements, economic constraints, and proven methods Test(SPT) borings (with rock coring if needed)to explore that work with City of Miami Beach's construction prac- the subsurface conditions. Once the test borings are tices.We will provide discussions of grading as needed completed, all boreholes are backfilled with grout to the based on the project scope of work. ground surface, and the soil/rock samples will be deliv- ered to our Miami laboratory for review by a geotechnical d)Compaction Requirements:Geotechnical reports will engineer. We will then proceed to develop a generalized include a discussion of fill placement, degree of compac- subsurface profile based on the data collected. Laborato- tion, material backfill requirements, moisture control, and ry testing will be performed as needed in order to classify proof-roll requirements. For building foundations stan- the soil/rocks and determine pertinent index or strength dard practice is to recommend a degree of compaction properties as needed. Once the laboratory testing has of 95% of the modified Proctor test. For roadway projects, been completed, a geotechnical report will be prepared. a degree of compaction of 98% is typically required for The geotechnical report will include an executive sum- base and stabilized subgrade materials. mary, introduction, scope of services, discussion of field exploration and laboratory testing programs, discussion e)Foundation Reporting:Geotechnical engineering anal- of regional and site geologies, discussion of groundwater yses and recommendations will be required for various levels and seasonal highs, design recommendations, con- municipal improvements, including, but not limited to, struction considerations, and limitations. roadway improvements, lighting,signalization, drainage, 73 Universal Engineering Sciences City of Miami RFQ No. 2018-097-KB Geotechnical and Laboratory Testing Services flatwork, and buildings. Recommendations may include g) Excavation Requirements:An example of when excava- evaluation of shallow and deep foundations, soil tion is required is when unsuitable (i.e., organic/silt) soils stabilization and ground improvement,foundation are encountered beneath buildings or road bed where it analysis and construction considerations, and soil/rock is practical and more economical to remove instead of parameter recommendations. For structure foundations, providing deep foundation or other ground improvement Universal always looks to use shallow foundations as a alternative. first option. Careful consideration to groundwater levels, magnitude of loads,vibration sensitivity, bearing soils, h)Dewatering: Dewatering is required when concrete is and storm-surge potential when considering shallow required to be poured for a structure such as building foundations. pile caps, elevator pads, or footings. Dewatering can be accomplished with the use of sump pumps or a well-point system in order to provide a dry excavation" Dewatering " 1 x impacts to adjacent structures will be evaluated to avoid � ," damage due to lowering the groundwater table and add- ing more stress to the subsurface soils" Pt ,i_1" a , Ai, t ;,,, i)Corrosion Potential and Chemical Attach to Concrete: No 4°'r. '„ `- Our firm routinely performs corrosion series testing(i.e., pH, chlorides, sulfates, and resistivity) on soil and water samples to determine the corrosion potential to either steel or concrete.This test is used in order to identify the material type of pipes used underground as well as the concrete cover or sacrificial steel required for sheet pile ' walls. j)Pavements and Roadway: For roadway improvements, °-, borings to depths of 10 below existing grades will be performed in order to develop recommendations for site If shallow foundations are used for design,we will provide preparation of subgrade, stabilized subgrade and base recommended allowable bearing capacity, settlement materials to support asphalt or concrete pavements. For estimates, minimum footing sizes, and slab-on-grade site that require milling and resurfacing, asphalt pave- recommendations.Where deep foundations are required ment cores are obtained in areas of cracking or rutting due to poor subsurface conditions(e.g.,very soft and along with a two-foot deep test boring(in order to assess highly compressible soils near Euclid Avenue and 8th condition of base/subgrade materials to estimate the Street), allowable pile capacities(i.e., compression,ten- in-place limerock bearing ratio).Asphalt pavement cores sion and lateral), settlement estimates, and installation are visually examined in the laboratory(along with the criteria will be provided" results of the test borings) in order to develop milling and resurfacing depths. Design pavement thickness will be f)Slope Stability and Excavations:Slope stability analy- provided based on the results of the geotechnical ses are common and critical Miami Beach when trenches exploration and laboratory testing programs. are open for installation of pipelines. Clean sands, peat/ organic sands and silt soils encountered in many parts k)Other Services: Protection of nearby structures is of the City are not able to be cut vertically, and require becoming a critical component of the geotechnical evaluation of trench safe slopes. Universal has the expe- service line. Damage to adjacent structures has cost rience and knowledge of the local geology to recommend governments millions of dollars in repair costs due to safe slopes or trench shoring to ensure excavations are vibration-induced damage.We will evaluate the need stabile during construction.We understand recommenda- for monitoring of vibrations on nearby structures during tions may be required for either temporary or permanent design services in order to limit the City's risk during slopes" construction. Construction activities which induce vibra- tions include roadway and asphalt compaction, sheet pile r. _. installation, pile driving, sheet pile driving, and augering" Seismographs are a cost-effective method to measure vi- brations to ensure they are within tolerable limits to limit -; =� or avoid damage to existing structures. 74 Universal Engineering Sciences City of Miami RFQ No. 2018-097-KB Geotechnical and Laboratory Testing Services 3.1.2 Roadway Reports Geotechnical roadway reports are required for new c)Base,Sub-grade and Embankment Materials:These road construction,widening, or milling and resurfacing types of materials are sampled on every project in order improvements. SPT borings are performed to at least to perform index tests which include soil classification, depths of 10 feet below existing grades in order to ex- grain-size distribution, organic content, percent pass- plore subsurface conditions in order to develop site ing the no. 200 sieve, and Atterberg limits.Also, Proctor preparation recommendations. Soil samples are classi- testing is performed in order to determine the theoretical fled in accordance with the American Association of State maximum dry density of the material under Transportation Official(AASHTO)soil classification system. laboratory-controlled conditions.Also, for base and Exfiltration testing is typically performed during this stage stabilized subgrade materials, limerock bearing ratio and in order to estimate hydraulic conductivity(k)values of carbonates testing is typically performed to ensure de- subsurface soils for use in French drain design.We will sign values are met. Our firm will provide CTQP-certified provide subsurface profiles along the roadway corridor in Earthwork Levels I and II technicians for testing of base, our report and provide data for Designers to plot boring subgrade and embankment materials. data on cross-section sheets. d)Pavement Marking Materials: Inspection of thermoplas- Accurate groundwater levels are also important to ensure tic materials, reflective pavement markers, and paint is proper base clearances are met to avoid pavement dis- generally required of paved surfaces. tress. Roadway reports will include discussions on exist- ing as well as seasonal high groundwater level readings. e)Portland Cement Concrete:Universal has CTQP-certified Recommendations contained in our report will include a concrete level I and II as well as ACI-certified technicians discussion on re-use of materials, and special consider- that have experience performing plastic property testing ations based on the findings of the test borings. of concrete (i.e.,slump, air content,water-cement ratio, and temperature checks), and casting specimens for labo- ials Testing ratory compressive strength testing. Our firm also has the 3.1.3 Mater capabilities to extract concrete cores for performance of Inspection, and Reporting laboratory compressive strength testing. a)Bituminous Construction Materials:Universal has f)Precast Concrete Products:Our firm will provide in- CTQP-certified Asphalt Paving Level II technicians that spectors to verify materials used to manufacture pre- have experience providing quality control services during cast products are in compliance with applicable project asphalt placement.Technicians generally check tempera- specifications and shop drawings. CTQP Concrete Level I ture, spread rates, check competed surfaces with straight inspectors will be supplied by our firm as needed to sam- edge, collect truck tickets, and track locations during ple materials during concrete placement. asphalt placement.Asphalt cores are collected the day after placement, and transported to a certified laboratory g)Pre-Stressed Concrete Products: Our firm will provide for thickness measurement and unit weight determination. inspectors to verify materials used to manufacture pre- Universal recently collected asphalt pavement cores for stressed concrete structures are in compliance with ap- the Palm and Hibiscus neighborhood improvement plicable project specifications and shop drawings. Inspec- Projects in order to compare placed thickness and density tions are performed at the pre-stressed plant. Our firm versus design requirements. will provide CTQP Concrete Level I, CTQP Grouting Level I and CTQP Post-Tension Technicians as required. b)Sand,Coarse Aggregate,Limerock and Cemented Co- quina Mine Inspection: Mine inspections are typically not h)Drilled Shaft Inspection: Universal staff has performed required for City of Miami Beach projects.When they are hundreds of drilled shaft inspections within Miami-Dade required, CTQP-certified quality control(QC) managers County.We employ experienced, CTQP-certified drilled visit plants to review QC procedures, and sample materials shaft inspectors that perform inspections in accordance as needed to ensure they meet project specifications.We with FDOT specifications section 455 titled "Structures provide sampling and testing of mines in accordance with Foundations." Our staff uses the latest forms required Florida Method (FM) 1-T-002, and inspections are per- from FDOT to ensure consistency and quality of all inspec- formed in accordance with the most current FDOT Standard tions. Operating Procedures. 75 Universal Engineering Sciences City of Miami RFQ No. 2018-097-KB Geotechnical and Laboratory Testing Services i)Laboratory Information Management System(LIMS) The following figures 1 and 2 are examples of Spider Data Entry: Universal has experience with FDOT's LIMS Magnet Extensometer Installation for Board Tunnels. data entry system. However,for the last two years, FDOT has transitioned into the MAC system,which has replaced the LIMS software tracking system. MAC is a web-based application that tracks results of soil, concrete and asphalt materials used on FDOT projects or FDOT funded projects. tw..: o i :4 P j)Pavement Coring Reporting(PCR)Data Entry:Our firm • has performed pavement coring on many municipal and -� '''. ....-71 s. State roadways for milling and resurfacing contract. Our - experience with our current Turnpike material testing -- --• N contract will allow our firm to have a zero learning curve ' / ...-, `! if this assignment is required. We have coring capabilities 1 with our truck-mounted drilling equipment, and portable coring equipment that can be transported on an F-150 Figure 1 truck. k)Consultant Contract Project Management If requiredg ■•i \\\\\\\\\ by the City, Universal can provide project management "�� for City's consultants. Universal is currently managing a ''j k sub-consultant contract at the City of Miami Beach , fl' �-tR ‘ ' Convention Center Renovation project through our exist- r . ing citywide geotechnical testing contract. �'• ' ' ' ' l)Construction Materials Investigation,Special Studies _____ — — & Projects:The Universal team has the ability to provide , . specialty testing services that may be unique to City.All .^.--r..--0=y,. specialty studies and projects will be performed under the supervision of a Professional Engineer registered under the State of Florida. Below is an example of the specialty Figure 2 engineering and testing that was provided by Universal. m)Miscellaneous Construction Related Activities: • Instrumentation Services for Utility Tunnel:Universal Universal owns several Cross-Hole Sonic Logging(CSL) has gained a tot of experience with instrumentation and Pile Integrity Test(PIT)systems which are operated in recent years due to heavy involvement in tunneling by our experienced engineers.We take pride in our ability projects. Universal was the Instrumentation Engineer to understand the complex mechanics of non-destructive for the Miami-Dade Water and Sewer Department testing, an area which requires a lot of experience and (MDWASD) Replacement of 54-Inch Diameter Sanitary knowledge to properly analyze data and correctly inter- Sewer Force Main from Virginia key to Fisher Island in pret the results. Universal's engineers have written many Miami, Florida. Universal previously installed, record- technical papers on non-destructive testing of drilled ed and analyzed data recovered from inclinometers, shaft foundations, and have the largest deep foundation extensometers,strain gauges,vibrating wire piezom- testing group in the State of Florida. Universal also eters,ground freezing thermistors, utility monitoring provides Dynamic Load Testing(PDA)as a fast and reliable points and surface monitoring points during tunneling method for evaluating,testing,and analyzing piling work. activities. Instrumentation is slowly becoming ever Universal is well equipped to handle a wide spectrum of important as a result of the construction in urban specialty testing such as Pull testing, Floor Flatness and areas. Universal provided similar instrumentation Levelness testing,Slip and Gloss measurements, and services for the$1 billion Port of Miami Tunnel project fireproofing inspections. that was recently completed in Miami, Florida. 76 Universal Engineering Sciences City of Miami RFQ No. 2018-097-KB Geotechnical and Laboratory Testing Services n)Materials Inspection and Testing Related Maintenance • In-Placed Testing to Determine Concrete Compres- Activities: Depending on the City's needs, Universal can sive Strength: Universal regularly performs testing to provide support services to document conditions during determine in-place concrete compressive strength construction such as inspection of maintenance of traffic for existing structures or new structures which have (MOT),final measurement of completed work, daily failing strength values. Universal is currently provid- reporting of construction activities, pick-up and delivery ing contractor quality control(CQC) services for the of samples to laboratory, and observation of storm water All Aboard Florida (AAF) project Miami-Dade, Broward pollution prevention plans (SWPPP). and West Palm Beach Counties, Florida. Pier 5 of the AAF rail bridge over the South Fork of the New River , bridge had failing compressive strength test results. In order to avoid demolishing and re-constructing the pier, Universal proposed to perform evaluation _-. `kms• * of in-place concrete compressive strength by means i of Schmidt Hammer Testing, Swiss Hammer Test- ►"' ' t., 7 x ing, and Ultrasonic Pulse Velocity testing.All three ,- , testing methods provided Universal with enough data to allow the Contractor to use the pile caps which ago resulted in cost savings and avoided impacts to the construction schedule. w.F r i.r o)Asphalt Concrete Inspection/Evaluation:Our firm Lli0O0 p ',,, performed evaluations of concrete structures on many occasions. One request frequently asked of our firm is to estimate compressive strength of existing structures. The example below provides an instance where Universal used various techniques to salvage a bridge pier cap. Will '�. , _ fes+ 11. } Figure 5, Schmidt Hammer Devices r ` tiJ p)Seismic/Vibration Monitoring Reporting: Universal N'`..''' °,-:,_- contains both portable and remote seismograph systems. „_ `- Universal is currently monitoring vibrations at the Vene- ,s ,w ' r { n tian Islands Bid Package 3C project to monitor existing +' �, ' homes during installation of a pump station. Portable a - units require a technician to be present and observe for it G- 1 peak particle velocities that exceed 0.5 inches per second �.' .. ��`" (the FDOT threshold limit during construction). Our firm also has remote seismographs that are equipped with solar panels, modems, and batteries with provide alerts _ via e-mail or text message once threshold limits are Figure 4, Ultra Sonic Pulse Velocity exceeded.The remote system is appropriate for long-pe- riod monitoring events, and is a more economical option. 77 Universal Engineering Sciences City of Miami RFQ No. 2018-097-KB Geotechnical and Laboratory Testing Services q) Special Inspector Services:Our firm has the capacity Universal understands that a key to project success is to provide special inspection services to the City building in the attention to the details associated with: planning, department, which typically includes soil compaction, coordination, and implementation. Each small step in the piling, masonry, structural steel, and light weight concrete. process toward the overall project completion must be We served as special inspector for the Muss Park pavilion, carefully completed, with oversight from hands-on key playground, and seawall construction projects for the City senior professional staff and input through review with Capital Improvement Projects office. the City staff. In this manner we can assure City that our deliverables(engineering and materials testing results) are 3.1.4 Laboratory Services technically accurate, on-time, and within budget. a) Materials: Universal has a CMEC-certified laboratory We feel that constant communication between the Univer- in Medley, Florida, which is qualified to perform all soils, sal Project Manager and the City Project Manager is one concrete and asphalt laboratory testing required of this of the most crucial aspects(and one of our strengths)for contract. Typical services that are frequently requested successful completion of an assigned task.We feel that on City projects include compressive strength of concrete the City project manager should always be kept informed cylinders, concrete cores, masonry and mortar specimens, of on-going progress, as well as be informed about recom- organic content, grain-size distribution, moisture content, mendations before they are finalized and submitted. soil classification, modified and standard Proctor testing, limerock bearing ratio (LBR)testing, carbonates testing, Atterberg limits testing, absorption, unconfined compres- Schedule sion and splitting tensile strength of rock core specimens, and flexural strength of beams. Scheduling of any activity is very important as it directly impacts client satisfaction, costs, and employee b) Quality Control Program:Universal has an in-house frustration. During proposal preparation phase, a detailed quality control procedure to ensure that all personnel are schedule will be implemented so that both City project qualified and trained to perform laboratory testing and manager and Universal adhere to established time lines that equipment is calibrated at intervals required by the and personnel requests. American Society of Testing and Materials (ASTM)test stan- dards for each procedure. Copies of calibrations as well For construction materials testing projects, close coordi- as personnel training and certifications are in our"Quality nation with the general contractor is required in order to Systems Manual" binder stored in our laboratory. ensure testing is performed in a timely manner to avoid delays in construction progress. Approach to Contract Services Invoicing Our approach to each task assigned to the Universal team will first be to discuss the goals of the project with the City We understand that invoicing is a critical part of the project manager. Once we understand the goats, we will project process. Universal takes pride in understanding identify the most qualified staff on our team to handle that submitting invoices in a timely manner with the assignment,with consideration being given to closest details as tasks are completed or monthly is paramount office location to the project site or expertise required. to adhere to City of Miami Beach expectations. Our aim is Typical steps after the task is awarded will include: to reduce time and effort required to interpret invoices by submitting as much details and back-up information as • discussing project objectives with City of Miami Beach needed to facilitate City of Miami Beach's review. For lead staff; materials testing projects, Universal will submit signed and • identifying successful outcomes of the project with City sealed reports as well as signed daily reports for each test of Miami Beach staff and key players; performed and visit to the site. • developing detailed scope of work; • identifying appropriate staff based on qualifications, experience, and availability; • developing detailed schedule; • identifying staff for Quality Assurance/Quality Control for any testing/inspections performed; • identifying parties that need test results and reports; and • establishing weekly progress communication with City of Miami Beach lead staff. 78 Universal Engineering Sciences City of Miami RFQ No. 2018-097-KB Geotechnical and Laboratory Testing Services Solutions to Critical Issues One of the keys to successful projects is performing risk management during the planning stages,while the services are being rendered. Properly identifying potential problems will help reduce costly mistakes or delays that may impact the schedule. Below is a list of some common issues that can occur on typical projects. Geotechnical Services Foundation Inspections • Underground Utility Clearance - Prior to mobilizing • Reporting of Noncompliance- Items that do not to the job site, all locations should be submitted to follow the specifications or geotechnical report Sunshine State One-Call of Florida for proper identi- need to be promptly brought to the attention of the fication by public utilities. Also, City of Miami Beach Contractor City of Miami Beach Project Manager or the personnel should also be contacted to help identify City's construction inspector. any utilities not marked by Sunshine State One Call of FL. Construction Materials Laboratory Testing • Sites with Difficult Access- Due to nature of locations • Reporting Results-All results should be sent to the of City of Miami Beach facilities, a lot of sites will re- City and appointed designees within 24 hours of quire special access due to soft ground,tight areas or testing. MOT. Prior to preparing fee proposal or commencing any work, a site reconnaissance will be performed to • Reporting of Failed Lab.Tests-All failed tests should select an economical and suitable means for access- be reported within 24 hours to the PM to avoid costly ing required test locations.Special attention will be delays during construction. paid to environmentally sensitive areas. • Curing of Concrete Cylinders - Concrete cylinders • Engineering- All recommendations should be dis- should be properly stored in a curing box and trans- cussed with City of Miami Beach Project Manager ported to the laboratory within a minimum of 48 before issuing a report, particularly if difficult ground hours and placed directly into a moisture controlled conditions are encountered to ensure use of cost-ef- room.This will prevent erroneous data once cylinders fective foundation types. Construction considerations are broken. and methodology would also be considered as recom- mendations are developed. • Unsuitable Soils -Very soft soils are present in certain areas of the City(e.g.,west of Alton Road). Therefore, prior knowledge of ground conditions to expect will help prepare proper subsurface explora- tion program to sample and test unsuitable soils. • Permitting- Certain sites will require special permit- ting prior to mobilization of field equipment. Close coordination will take place between Universal and City of Miami Beach PM to check for permit require- ments from agencies such United States Army Corps of Engineers, Florida Department of Environmental Protection, Miami-Dade County Department of Envi- ronmental Resources Management, etc. 79 Universal Engineering Sciences 4 , UNIVERSAL *16411. ENGINEERING SCIENCES 9960 NW 116th Way Suite 8 Medley, FL 33178 universalengineeringsciences.com