Agreement with BCC Engineering, LLC (2) (2024)Docusign Envelope ID:1 B2EC3B8-9CD9-475F-99C9-BAD6360D5E8A
Contract No.24-234-01
20 24-33356
AGREEMENT BETWEEN
CITY OF MIAMI BEACH
AND
B8CC ENGINEERING,LLC
FOR
ENGINEERING SERVICES FOR SEAWALLS AND LIVING SHORELINES
PURSUANT TO REQUEST FOR QUALIFICATIONS (RFQ)
NO.2024-234-ND
RESOLUTION NO.2024-33356
Docusign Envelope ID:1B2EC3B8-9CD9-4 75F-99C9-BAD6360D5E8A
Contract No.24-234-0 I
TABLE OF CONTENTS
DESCRIPTION PAGE
ARTICLE 1.DEFINITIONS 4
ARTICLE 2.BASIC SERVICES 9
ARTICLE 3.THE CITY 'S RESPONSIBILITIES 144
ARTICLE 4.RESPONSIBILITY FOR CONSTRUCTION COST 14
ARTICLE 5.ADDITIONAL SERVICES 187
ARTICLE 6.REIMBURSABLE EXPENSES 19
ARTICLE 7.COMPENSATION FOR SERVICES 20
ARTICLE 8.CONSULTANT'S ACCOUNTING AND OTHER RECORDS 21
ARTICLE 9.OWNERSHIP OF PROJECT DOCUMENTS 21
ARTICLE 10.TERMINATION OF AGREEMENT 22
ARTICLE 11.INSURA NCE 23
ARTICLE 12.INDEMNIFICATION AND HOLD HARMLESS 254
ARTICLE 13.ERRORS AND OMISSIONS 265
ARTICLE 14.LIMITATION OF LIABILITY 265
ARTICLE 15.NOTICE 275
ARTICLE 16.FLORIDA PUBLIC RECORDS LAW 316
ARTICLE 17.INSPECTOR GENERA L AUDIT RIGHTS 28
ARTCILE 18.MISCELLANEUS PROVISIONS 29
SCHEDULES:
SCHEDULE A 36
SCHEDULE 8 38
SCHEDULE C 39
2
Docusign Envelope ID:1B2EC3B8-9CD9-475F-99C9-BAD6360D5E8A
Contract No.24-234-01
ATTACHED SEPARATELY:
ATTACHMENT A:Resolution and Commission Award
ATTACHMENT B:Addenda and Request for Qualifications (RFQ)Solicitation
ATTACHMENT C:Consultant Proposal Response to RFQ and Sunbiz
3
Docusign Envelope ID:1B2EC3B8-9CD9-475F-99C9-BAD6360D5E8A
Contract No.24-234-0I
AGREEMENT
BETWEEN THE CITY OF MIAMI BEACH
AND
BCC ENGINEERING,LLC
FOR
ENGINEERING SERVICES FOR SEAWALL.S
·r 4FEBZn 707
This Agreement made and entered into this (Effective Date")by and between
the C IT Y O F M IA M I BE A C H ,a municipal corporation existing under the laws of the State of
Florida,having its principal offices at 1700 Convention Center Drive,Miami Beach,
Florida,33139,(hereinafter referred to as "City"),and BC C E N G IN E E R IN G ,LLC .,a Florida
Limited Liability Company having its principal office at 6401 Southwest 87 Avenue,Suite 200,
Miami,Florida 33173 (hereinafter referred to as "Consultant").
W IT N E S E T H :
W H E R E A S ,on January 31,2024,the Mayor and City Commission approved the
issuance of Request for Qualifications No.2024-234-ND-Engineering Services for Seawalls and
Living Shorelines (the "RFQ");and
W H E R E A S the RFQ was intended to provide access to architectural and engineering
consulting firms in accordance with the Florida Consultant's Competitive Negotiation Act
(CCNA)for future work as the need may arise,and
W H E R E A S ,on November 20,2024,the City Commission approved Resolution No.
2024-33356,authorizing the City to enter into negotiations with BCC Engineering,LLC as the
primary Consultant for Seawalls and,if successful,execute an agreement with the Consultant
pursuant to the RFQ;and
W H E R E A S ,City and the Consultant have negotiated the following agreement pursuant
to the RFO.
NO W T H E R E FO R E ,City and Consultant,in consideration of the mutual covenants and
agreement herein contained,agree as follows:
A R T IC L E 1.DE F IN ITI O N S
1.1 Defi n itio ns .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
Docusign Envelope ID:182EC3B8-9CD9-475F-99C9-BAD6360D5E8A
Contract No.24-234-01
ADDITIONAL SERVICES:"Additional Services"shall mean those services,other than the
Basic Services and hourly rates in this Agreement,as described in Article 5 and the Consultant
Service Order,which the Consultant shall perform solely,at the City's approval,and which must
be duly authorized,in writing,by the City Manager or City Commission,in accordance with City
policy.
APPLICABLE LAWS:"Applicable Laws"means all laws,statutes,codes (including,but not
limited to,building codes),ordinances,rules,regulations,lawful orders and decrees of
governmental authorities having jurisdiction over the Project,the Project Site or the Parties.
BASE BID:"Base Bid"shall mean the elements contained in the Construction Documents
recommended by the Consultant (and approved by the City)as being within the Construction
Cost Budget."Base Bid"shall not include additive alternates or deductive alternates.
BASIC SERVICES:"Basic Services"shall include those services which Consultant shall
perform in accordance with the terms of the Agreement,as described in Article 2 and the
Consultant Service Order.Any Services not specifically enumerated as Additional Services (as
defined herein)shall also be considered Basic Services.
CITY (OR OWNER):The "City"shall mean the City of Miami Beach,a Florida municipal
corporation having its principal offices at 1700 Convention Center Drive,Miami Beach,Florida,
33139.In all respects hereunder,City's obligations and performance is pursuant to City's
position as the owner of the Project acting in its proprietary capacity.In the event City exercises
its regulatory authority as a governmental body including,but not limited to,its regulatory
authority for code inspections and issuance of Building Department permits,Public Works
Department permits,or other applicable permits within its jurisdiction,the exercise of such
regulatory authority and the enforcement of any Applicable Laws shall be deemed to have
occurred pursuant to City's regulatory authority as a governmental body and shall not be
attributable in any manner to City as a Party to this Agreement.
CITY COMMISSION:"City Commission"shall mean the governing and legislative body of the
City.
CITY MANAGER:The "City Manager"shall mean the chief administrative officer of the City.
The City Manager shall also be construed to include any duly authorized representatives
designated by the City Manager in writing,including the Project Administrator,with respect to
any specific matter(s)concerning the Services and/or this Agreement (exclusive of those
authorizations reserved to the City Commission under this Agreement,or to regulatory or
administrative bodies having jurisdiction over the Project).
CONSTRUCTION COST BUDGET:The "Construction Cost Budget"shall mean the amount
budgeted and established by the City to provide for the cost of construction of the Work for the
Project ("Construction Cost"),as set forth in the Consultant Service Order.
CONSTRUCTION DOCUMENTS:"Construction Documents"shall mean the final (100%
completed)plans,technical specifications,drawings,schematics,documents,and diagrams
prepared by the 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
5
Docusign Envelope ID:1B2EC38-9CD9-475F-99C9-BAD6360D5E8A
Contract No.24-234-01
full all details necessary to com plete 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 subm itted 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 pro cedures as otherw ise provided by the Contract Documents.
CONSUL TANT:The nam ed 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
otherw ise 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 performed
thro ugh subconsultants acceptable to the City)all Services required under this Agreement
and/or Consultant Serv ice Order.When the term "Consultant"is used in this Agreement it shall
also be deem ed 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
Serv ices or similar professional services with respect to a Project ("subconsultants").The
Consultant shall not be replaced by any other entity,except as otherw ise permitted in this
Agreem ent.Further,any subconsultant that may perform Services on behalf of the Consultant
shall be a qualified and pro perly professionally licensed professional in the State of Florida and
as otherw ise required by any entities,agencies,boards,governmental authorities and/or any
other pro fessional 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 sub-consultants in Schedule "D"attached hereto,are hereby
appro ved by the City Manager for the Project.
CONSULTANT SERVICE ORDER:Consultant Service Order (CSO)shall mean the work order
issued,in writing,by the City to Consultant (in substantial form as in Schedule "A"attached
hereto),that specifically describes and delineates the particular Services (Basic Services and/or
Additional Services)which will be required of Consultant for the Project that is the subject of
such CSO ,and which may include studies or study activity,and/or professional services as
defined in Section 287 .055 of the Florida Statutes.CSOs must be approved pursuant to
Contract Approval Authority Procedures 03.02 and 03.03.CSOs for Major Construction Projects
shall be appro ved by City Com m ission.
CONTRACT AMENDMENT:"Contract Amendment"shall mean a written modification to the
Agreem ent appro ved 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
perform ance thereof,or an adjustment in the fee and/or completion dates.Changes to a CSO
shall not be considered a contract amendment.
Contract Am endm ents shall be approved in accordance with Section 2-369 of the City Code and
Contract Appro val Authority Procedure 03.02 Notw ithstanding,the City Manager reserves the
right to seek and obtain the concurrence of the City Commission for approval of any such
Contract Am endment.
CONTRACT DOCUMENTS:"Contra ct Documents"shall mean this Agreement (together with all
exhibits,addenda,Consultant Service Orders,and written amendments issued thereto)and all
Design Docum ents and Construction Documents.The Contract Documents shall also include,
without limitation (together with all exhibits,addenda,and written amendments issued thereto),
6
Docusign Envelope ID:1B82EC3B8-9CD9-475F-99C9-BAD6360D5E8A
Contract No.24-234-01
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 Consultant for performance of the Work covered in the Contract
Documents,including,without limitation,a general Consultant,construction manager,design-
builder or any other duly licensed construction Consultant selected pursuant to any other
procurement methodology available under Florida law.
CONTRACTOR:"Contractor"shall mean the individual or individuals,firm,company,
corporation,joint venture,or other entity contracting with City for performance of the Work
covered in the Contract Documents.
DESIGN CRITERIA PACKAGE or 0CP:"Design Criteria Package"means concise,
performance-oriented drawings or specifications of a design-build Project,prepared for the
purpose of furnishing sufficient information to permit design-build firms to prepare a bid or a
response to a City request for proposal,or to permit the City to enter into a negotiated design-
build contract.The Design Criteria Package must specify performance-based criteria for the
design-build Project,including the legal description of the site,survey information concerning
the site,interior space requirements,material quality standards,schematic layouts and
conceptual design criteria of the project,cost or budget estimates,design and construction
schedules,site development requirements,provisions for utilities,stormwater retention and
disposal,and parking requirements applicable to the project.
DESIGN DOCUMENTS:"Design Documents"means all plans,drawings specifications.
schematics and all other documents which set forth in full the design of the Project and fix and
describe in detail the size,configuration and character of the Project concerning all items of the
Project necessary for the final preparation of the 100%completed,permitted Construction
Documents in accordance with the requirements of the Contract Documents including,without
limitation,all architectural and engineering elements as may be appropriate.Design Documents
shall not be part of the Contract Documents,until (a)the Consultant has submitted completed
Design Documents to the City and (b)they have been reviewed and approved by the City and
agencies having jurisdiction in accordance with the procedures as provided by the Contract
Documents.However,approval by the City shall not in any way be construed,interpreted and/or
deemed to constitute a waiver or excuse Consultant's obligations to ensure the Design
Documents are constructible,in compliance with all Applicable Laws and in accordance with the
Contract Documents.
MAJOR CONSTRUCTION PROJECT:"Major Construction Project"means any building
construction,improvement,or demolition with a value of $5 million or greater,or as amended.
PROJECT:The "Project"shall mean that certain City capital project described in the
Consultant Service Order.
Project Cost:The "Project Cost"shall mean the estimated total cost of the Project,
as described in the Consultant Service Order (CSO)
Project Scope:The "Project Scope"shall mean the description of the Project,as
7
Docusign Envelope ID:1B2EC38-9CD9-475F-99C9-BAD6360D5E8A
Contract No.24-234-01
described in the Consultant Service Order (CSO).
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 all representations made therein.
SCHEDULES:"Schedules"shall mean the various schedules attached to this Agreement and
referred to as follows:
SCHEDULE A--Consultant Service Order
SCHEDULE B-Hourly Rate Billing Schedule
SCHEDULE C-Approved Subconsultants
SCHEDULE D-Anti-Human Trafficking Certification
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.
8
Docusign Envelope ID:1B2EC3B8-9CD9-475F-99C9-BAD6360D5E8A
Contract No.24-234-01
STATEMENT OF PROBABLE CONSTRUCTION COST:The "Statement of Probable
Construction Cost"shall mean the detailed estimate prepared by Consultant in Construction
Standard Index (CSI)format or other format approved by the Project Administrator,which
includes the Consultant's estimated total construction cost to the City of the Work for the Project
(as established in the Contract Documents,as they may be amended from time to time).The
Statement of Probable Construction Cost shall be in sufficient detail to identify the costs of each
element of the Project and include a breakdown of the fees,general conditions and construction
contingency for the Project.Costs shall be adjusted to the projected bid date to take into
account anticipated price escalation.
WORK:"Work"shall mean all labor,materials,equipment,supplies,tools,machinery,utilities,
fabrication,transportation,insurance,bonds,permits and conditions thereof.building code
changes and government approvals,licenses,tests,quality assurance and/or quality control
inspections and related certifications,surveys,studies,and other items,work and services that
are necessary or appropriate for the total construction,installation,and functioning of the
Project,together with all additional,collateral and incidental items,and work and services
required for delivery of a completed,fully functional and functioning Project as set forth in the
Contract Documents.
ARTICLE 2.BASIC SERVICES
2.1 The PRIME CONSULTANT FOR SEAWALLS shall provide Basic Services for the
Project,specifically described in the Consultant Service Order ("CSO")and in accordance with
the billing rate schedule attached hereto as Schedule "B"
2.2 The Services will be commenced by the Consultant upon receipt of a written CSO
signed by the City Manager or the Project Administrator.Consultant shall countersign the CSO
upon receipt and return the signed copy to the City.CSOs shall be executed in accordance with
Contract Approval Authority Procedure 03.02 or as amended.Any CSO not executed in
accordance herewith shall be null and void.
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 tasks,including planning,
design,bidding/award,preparation of a DCP,studies,construction administration,and
Additional Services {as may be approved),all as further described in the Consultant Service
Order;and shall also include any and all of Consultant's responsibilities and obligations with
respect to the Project.as set forth in the General Conditions of the Contract for Construction.
9
Docusign Envelope ID:1B2EC3B8-9CD9-475F-99C9-BAD6360D5E8A
Contract No.24-234-01
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
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.
10
Docusign Envelope ID:1B2EC3B8-9CD9-475F-99C9-BAD6360D05E8A
Contract No.24-234-0I
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.
2.7 .5 For any CSO executed prior to the expiration or termination of the Agreement,
the pricing,terms and conditions established herein shall survive the expiration or
termination of the Agreement until the requirements of the CSO have been completed.
2.8 Consultant shall use its best efforts to maintain a constructive,professional,cooperative
working relationship with the Project Administrator,Consultant,and any and all other individuals
and/or firms that have been contracted,or otherwise retained,to perform work on the Project
2.9 The Consultant shall perform its duties under this Agreement,and under a Consultant
Service Order,in a competent,timely and professional manner,and shall be responsible to the
City for any failure in its performance,except to the extent that acts or omissions by the City
make such performance impossible.
2.10 The Consultant is responsible for the professional quality,technical accuracy,
completeness,performance and coordination of all Services required under the Agreement and
under the Consultant Service Order (including the services performed by subconsultants),within
the specified time period and specified cost.The Consultant shall perform the Services utilizing
the skill,knowledge,and judgment ordinarily possessed and used by a proficient consultant with
respect to the disciplines required for the performance of such Services in the State of Florida.
The Consultant is responsible for and shall represent to City that the Services conform to the
City's requirements,the Contract Documents and all Applicable Laws.The Consultant shall be
and remain liable to the City for all damages to the City caused by the Consultant's negligent
acts or errors or omissions in the performance of the Services.In addition to all other rights and
remedies which the City may have,the Consultant shall,at its expense,re-perform all or any
portion of the Services to correct any deficiencies which result from the Consultant's failure to
perform in accordance with the above standards.The Consultant shall also be liable for the
replacement or repair of any defective materials and equipment and for the cost of the re-
performance of any non-conforming construction work resulting from such deficient Services (i)
for a period from the Effective Date of this Agreement,until twelve (12)months following final
acceptance of the Work.The Project Administrator shall notify the Consultant,in writing,of any
deficiencies and shall approve the method and timing of the corrections.
2.11 The City shall have the right,at any time,in its sole and absolute discretion,to submit for
review to other consultants (engaged by the City at its expense)any or all parts of the Services
and the Consultant shall fully cooperate in such review(s).Whenever others are required to
verify,review,or consider any Services performed by Consultant (including,without limitation,
Consultants.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.
11
Docusign Envelope ID:1 B2EC3B8-9CD9-475F-99C9-BAD6360O5E8A
Contract No.24-234-0 I
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 anticipated in the Consultant Service Order,then Consultant shall
promptly notify the Project Administrator,in writing,and shall obtain the Project Administrator's
written consent before proceeding with such work and/or services.If Consultant proceeds with
any such additional work and/or services without obtaining the prior written consent of the
Project Administrator,said work and/or services shall be deemed to be a Basic Service under
this Agreement and shall also be deemed to be within the scope of services delineated in the
Consultant Service Order (whether or not specifically addressed in the Scope of Services).Mere
12
Docusign Envelope ID:1 B2EC3B8-9CD9-475F-99C9-BAD6360D5E8A
Contract No.24-234-01
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 CONSULT ANT 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 CONSUL TANT OF
ITS OBLIGATIONS UNDER THE CONTRACT DOCUMENTS.THE PARTICIPATION IN THE
PERFORMANCE OF ANY OF CONSULT ANT'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 CONSUL TANT EXPRESSLY
ACKNOWLEDGES AND AGREES NOT TO RAISE OR ASSERT AS DEFENSE TO ANY
CLAIM,ACTION,SUIT ANO/OR OTHER PROCEEDING OF A SIMILAR NATURE,THE
CITY'S PARTICIPATION,ASSISTANCE ANO/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 SUBCONSUL TANTS:All services provided by any subconsultant shall be consistent
with those commitments made by the Consultant in its Proposal and during the competitive
solicitation selection process and interview.Such services shall be undertaken and performed
pursuant to appropriate written agreements between the Consultant and the subconsultants,
which shall contain provisions that preserve and protect the rights of the City under this
Agreement.Nothing contained in this Agreement shall create any contractual relationship
between the City and the subconsultants.
The Consultant shall not replace any subconsultant without the prior written approval of the City
Manager,in response to a written request from the Consultant stating the reasons for any
proposed substitution.The Consultant shall cause the names of subconsultants responsible for
significant portions of the Services to be inserted on the plans and specifications.
The Consultant shall be ultimately responsible for ensuring the Consultant's and all of its
Docusign Envelope ID:1 B2EC3B8-9CD9-475F-99C9-BAD6360D5E8A
Contract No.24-234-0)
subconsultants'com pliance with the requirements of this Section and any other provision of the
Agreem ent and/or Consultant Service Order.W ith respect to the performance of work by
subconsultants,the Consultant shall,in approving and accepting such work,ensure the
pro fessional quality,completeness,and coordination of the subconsultant's work.
For basic services in accordance with the hourly rates established herein,the Consultant shall
not retain,or add any subconsultant without the prior written approval of the City Manager or
City Com m ission,in response to a written request from the Consultant stating the reasons for
any pro posed substitution.The Consultant shall cause the names of subconsultants
responsible for significant portions of the Services to be inserted on the plans and
specifications.For additional or ancillary services in accordance or not with the hourly rates
established herein,the Consultant shall not retain or add any subconsultant without the written
appro val of the City Manager or City Commission,in accordance with City policy.
The Consultant shall.upon the request of the City,submit to the City such documentation and
inform ation as the City reasonably requests to evidence the creation,standing,ownership and
pro fessional licensure of the Consultant (and subconsultants),including organizational
docum ents,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
requirem ents set forth therein including,without limitation,the professional licensure
requirem ents.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 appro val 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
Adm inistrator shall have full authority to require the Consultant to comply with the Contract
Docum ents,pro vided,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
Docum ents.
3.2 The City shall make available to Consultant,for the convenience of the Consultant only,
inform ation that the City has in its possession pertinent to the Project.Consultant hereby
agrees and acknowledges that,in making any such information available to Consultant,the City
makes no express or im plied certification,warranty,and/or representation as to the accuracy or
com pleteness of such information and assumes no responsibility whatsoever with respect to,
the suffi ciency,com pleteness 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 furn ished by the City,and that it is solely responsible for the accuracy
14
Docusign Envelope ID:1B2EC3B8-9CD9-475F-99C9-BAD6360D5E8A
Contract No.24-234-0 l
and applicability of all such information used by Consultant.Such verification shall include,
without limitation,visual examination of existing conditions in all locations encompassed by the
Project,where such examination can be made without using destructive measures (i.e.
excavation or demolition).Survey information shall be spot checked to the extent that
Consultant has satisfied itself as to the reliability of the information.
3.3 At any time,in his/her sole discretion,the City Manager may furnish accounting,and
insurance counseling services for the Project (including,without limitation,auditing services to
verify the Consultant's applications for payment,or to ascertain that Consultant has properly
remitted payment due to its subconsultants or vendors).
3.4 If the City observes or otherwise becomes aware of any fault or defect in the Project,or
non-conformance with the Contract Documents,the City,through the Project Administrator,
shall give prompt written notice thereof to the Consultant.
3.5 The City,acting in its proprietary capacity as Owner and not in its regulatory capacity,
shall render any administrative approvals and decisions required under this Agreement,in
writing,as reasonably expeditious for the orderly progress of the Services and of the Work.
3.6 The City Commission shall be the final authority to do or to approve the following
actions or conduct,by passage of an enabling resolution or amendment to this Agreement:
3.6.1 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.
3.6.2 Contract Amendments shall be approved in accordance with Contract Approval
Authority Procedure 03.02 or 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,
15
Docusign Envelope ID:1 B2EC3B8-9CD9-475F-99C9-BAD6360O5E8A
Contract No.24-234-01
which approval (if granted at all)shall be in its sole and reasonable discretion.
3.7.4 Contract Amendments shall be approved in accordance with Contract Approval
Authority Procedure 03.02 or as amended.
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 1 O hereof).
3.8 The City's review,evaluation,or comment as to any documents prepared by or on behalf
of the Consultant shall be solely for the purpose of the City's determining for its own satisfaction
the suitability of the Project,or portions thereof,detailed in such documents for the purposes
intended therefor by the City,and may not be relied upon in any way by the Consultant or any
other third party as a substantive review thereof.
ARTICLE 4.RESPONSIBILITY FOR CONSTRUCTION COST
4.1 The City shall establish a Construction Cost Budget for the Project,as set forth mn the
Consultant Service Order.Consultant shall design the Project so that the Construction Cost
Budget for the Project is not exceeded.As part of the Basic Services,Consultant shall design
and/or re-design the Project to the Construction Cost Budget in accordance with this Article 4,
making all revisions necessary to maintain the Construction Cost Budget.Consultant shall
attend meetings with the City to review and discuss cost estimates,cost-saving alternatives,
and implementation or revision of the Design Documents and Construction Documents to
address such items,as necessary to meet the established budget parameters set forth in the
City Construction Budget.
4.2.Consultant shall provide and/or update the Statement of Probable Construction Cost at
each stage of completion of the Design Documents and at completion of the Construction
Documents,unless otherwise specified in a written directive of the Project Administrator.
4.2.1.At completion of the conceptual design (at such stage of completion of the
Design Documents as may be specified by the Project Administrator),Consultant shall provide
the City a Statement of Probable Construction Cost,which must include an estimated
Construction Cost for the Project within a range of plus or minus fifteen percent (+/-15%)of the
Construction Cost Budget.If at the foregoing stage of design,the Consultant's Statement of
Probable Construction Cost exceeds the City's Construction Budget by more than fifteen
percent (15%),then the Project Administrator shall provide notice thereof to the Consultant.
Consultant shall then identify the cause(s)for the difference and recommend in writing for the
City's approval any modification in the Design Documents necessary to conform to the
Consultant's estimated total costs in the Statement of Probable Construction Cost to within
fifteen percent (15%)of the City's Construction Budget.Upon obtaining City's approval of any
proposed modifications,Consultant shall incorporate such modifications within the Design
16
Docusign Envelope ID:1B2EC3B8-9CD9-475F-99C9-BAD6360D5E8A
Contract No.24-234-01
Documents as part of the Basic Services and at no additional cost to the City.
4.2.2.A the 30%and 60%completion of the Design Documents,Consultant shall
update its Statement of Probable Construction Cost,which must include an estimated
Construction Cost for the Project within a range of plus or minus ten percent (+/-10%)of the
Construction Cost Budget.If at the foregoing stages of design,the Consultant's Statement of
Probable Construction Cost exceeds the City's Construction Budget by more than ten percent
(10%),the Project Administrator shall provide notice thereof to the Consultant.Consultant shall
then identify the cause(s)for the difference and recommend in writing for the City's approval any
modification in the Design Documents necessary to conform to the Consultant's estimated total
costs in the Statement of Probable Construction Cost to within ten percent (10%)of the City's
Construction Budget.Upon obtaining City's approval of any proposed modifications,Consultant
shall incorporate such modifications within the Design Documents as part of the Basic Services
and at no additional cost to the City.
4.2.3.At the 90%stage completion of the Design Documents and at completion of the
Construction Documents,Consultant shall update its Statement of Probable Construction Cost,
which must include an estimated Construction Cost for the Project within a range of plus or
minus five percent (+/-5%)of the Construction Cost Budget.If at the foregoing stages of design,
the Consultant's Statement of Probable Construction Cost exceeds the City's Construction
Budget by more than five percent (5%),the Project Administrator shall provide notice thereof to
the Consultant.Consultant shall then identify the cause(s)for the difference and recommend in
writing for the City's approval any modification in the Design Documents necessary to conform
to the Consultant's estimated total costs in the Statement of Probable Construction Cost to
within five percent (5%)of the City's Construction Budget.Upon obtaining the City's approval,
Consultant shall promptly modify the Design Documents or Construction Documents within the
time period specified by the Project Administrator (which time period for completion shall not
exceed ninety (90)days from the date Consultant is notified to re-design),as part of the Basic
Services and at no additional cost to the City.
4.2.4.To ensure that the Construction Cost shall not exceed the City's Construction
Budget,each Statement of Probable Construction Cost shall be in sufficient detail to identify the
costs of each element and include a breakdown of the fees,general conditions and a
reasonable and appropriate construction contingency.
4.3.Consultant shall certify and warrant to the City that the Statement of Probable
Construction Cost and any update thereto,represents Consultant's best judgment of the
Construction Cost for the Project as an experienced design professional familiar with the
construction industry,provided,however,that Consultant cannot (and does not)guarantee that
bids or negotiated prices will not vary from any estimates of Construction Cost or other cost
evaluation(s)prepared (or otherwise provided)by Consultant.
4.4 If the lowest and best Base Bid exceeds the Consultant's final updated Statement of
Probable Cost by more than ten percent (10%),the Project Administrator shall provide notice
thereof to the Consultant,and the Consultant shall re-design the Project within the Project
Scope,construction schedule,sequence of Work,or such other action,as deemed necessary,
to reduce the Statement of Probable Construction Cost,and Consultant shall provide any
required revisions to the Contract Documents (including,without limitation,the Construction
Documents)within the time period specified by the Project Administrator (which time period for
completion shall not exceed ninety (90)days from the date Consultant is notified to re-design),
17
Docusign Envelope ID:182EC3B8-9CD9-475F-99C9-BAD6360D5E8A
Contract No.24-234-01
and shall provide re-bidding services,as many times as may be reasonably requested by the
City,as part of the Basic Services and at no additional cost to the City,in order to bring any
resulting,responsive and responsible bids within ten percent (10%)of the Consultant's final
updated Statement of Probable Cost.
4.5.The Construction Cost Budget shall not be exceeded without fully justifiable,
extraordinary,and unforeseen circumstances (such as Force Majeure)which are beyond the
control of the parties.Any expenditure above this amount shall be subject to prior City
Commission approval which,if granted at all,shall be at the sole and reasonable discretion of
the City Commission.The City Commission shall have no obligation to approve an increase in
the Construction Cost Budget and,if such Construction Cost Budget is exceeded,the City
Commission may,at its sole and absolute discretion,terminate this Agreement (and the
remaining Services)without any further liability to the City.
4.6.The City Commission may,at its sole and absolute discretion,and without relieving
Consultant of its obligations under this Agreement to design the Project to the Construction Cost
Budget as set forth in Sections 4.1 through 4.5 above,separately elect any of the foflowing
options.(1)approve an increase to the Construction Cost Budget;(2)reject all bids,and (at its
option)authorize rebidding of the Project;(3)abandon the Project and terminate the remaining
Services without any further liability to the City;(4)select as many deductive alternatives as
may be necessary to bring the lowest and best bid within the Construction Cost Budget.
ARTICLE 5.ADDITIONAL SERVICES
5.1 Additional Services shall only be performed by Consultant following receipt of written
authorization by the Project Administrator (which authorization must be obtained prior to
commencement of any such additional work by Consultant).The written authorization shall
contain a description of the Additional Services required;a lump sum to be negotiated at the
time of the request for additional services or a fee (in accordance with the rates in Schedule "C"
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 Appraisals:Investigation and creation of detailed appraisals and valuations
of existing facilities,and surveys or inventories in connection with construction
performed by City.
5.2.2.Unforeseen Conditions.Providing additional work relative to the Project which
arises from subsequent circumstances and causes which could not reasonably have
been foreseen at the time of execution of this Agreement (excluding conditions
determined by all prior studies available to Consultant and excluding circumstances and
18
Docusign Envelope ID:182EC3B8-9CD9-475F-99C9-BAD6360D5E8A
Contract No.24-234-01
causes resulting from erro r,omission,inadvertence,or negligence of Consultant).
5.2.3.City-Requested Revisions to Construction Documents:Making revisions to
Construction Documents resulting in or from City-requested changes in Scope of Work
involving new program elements,when such revisions are inconsistent with written
appro vals or instructions previously given by City and/or are due lo causes beyond the
control of Consultant.
5.2.4 Expert W itness:Except insofar as the Consultant is required by legal process or
subpoena to appear and give testimony,preparing to serve or serving as an expert
witness in connection with any state or federal court action to which the Consultant is not
a party in its own nam e,that is not instituted by the Consultant or in which the
performance of the Consultant is not in issue.
5.2.5 Procurement:Assistance in connection with bid protests,re-bidding,or re-
negotiating contracts (except for Contract Document revisions and re-bidding services
required under Section 4.4 hereof,which shall be provided at no additional cost to City).
5.2.6.Models:Preparing professional perspectives,models or renderings in addition to
those pro vided for in this Agreement except insofar as these are otherw ise useful or
necessary to the Consultant in the provision of Basic Services.
5.2.7.Threshold Inspection/Material Testing and Inspection:Providing threshold
inspection services and material testing/special inspection services,provided that
Consultant,as part of the Basic Services,shall report on the progress the Work,
including any defects and deficiencies that may be observed in the Work.
5.2.8 Pre-Design Surveys &Testing:Enviro nmental investigations and site
evaluations,provided,however,that surveys of the existing structure required to
com plete as-built docum entation are not additional services.
5.2.9 Geotechnical engineering.Providing geotechnical engineering services or site
surv eys.
5.3 Additional services may be requested by the City using a Consultant Service Order
(CSO ).For each pro posed Consultant Service Order,Consultant shall provide the City with a
cost pro posal on a lump sum or not-to-exceed basis,based on the fee schedule set forth in
Schedule "C"hereto.Consultant Service Order shall be executed in accordance with Contract
Approval Authority Pro cedures 03.02 and 03.03 or as amended.Any CSO not executed in
accordance herewith shall be null and void.
Except as specified herein,services that are required for completion of the Construction
Docum ents shall be part of Consultant's Basic Services.
Reim bursable Expenses and/or Contingency are allowance(s)set aside by the City and shall
include actual expenditures (no markups allowed)made by the Consultant in the interest of the
Project,provided such expenses are authorized in advance by the City.The Reimbursable
Expenses and/or Contingency allowance(s),as specified herein,belongs to,and shall be
controlled by the City (i.e.unused portions will be retained by the City and shall not be paid to
Consultant).
19
Docusign Envelope ID:1B2EC3B8-9CD9-475F-99C9-BAD6360D5E8A
Contract No.24-234-0 I
Notwithstanding the above,any Reimbursable Expenses must be authorized,in advance,in
writing,by the City Manager or corresponding Department's Director.Invoices or vouchers for
Reimbursable Expenses shall be submitted to the corresponding Department's Director (along
with any supporting receipts and other back-up material required to support the amount
invoiced,and as requested by the corresponding Department's Director).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."Only actual amounts incurred and
paid (requiring proof of payment)by the Consultant shall be invoiced,without any markups
and/or additions.
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).
•All travel shall be pre-approved and reimbursed in accordance with City
Administrative Order OD.20.02,current or as amended.
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 attached hereto as
Schedule "A",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.
20
Docusign Envelope ID:1B2EC3B8-9CD9-475F-99C9-BAD6360D05E8A
Contract No.24-234-0 I
7.3 Approved Additional Services shall be compensated in accordance with the hourly billing
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 set forth in Schedule A-1 or Consultant
Service Order (as applicable).Any request for payment of Reimbursable Expenses shall also be
included with Consultant's payment request.No mark-up shall be allowed on Reimbursable
Expenses.
7.5 ESCALATION:The initial hourly rates set forth in Schedule B shall remain constant for
the Initial Term of the agreement.Ninety (90)days prior to expiration of the Initial Term,the City
Manager may consider an adjustment to the preceding year's unit costs for the subsequent year.
Cost adjustments should be limited to changes in the applicable Bureau of Labor Statistics
index for the local region or other verifiable evidence of price increases.The Contractor's
adjustment request must substantiate the requested increase.The City of Miami Beach,
through its city manager,reserves the right to approve a requested adjustment or may
terminate the Agreement and readvertise for bids for the goods or services.
7.6 No retainage shall be made from the Consultant's compensation on account of sums
withheld by the City on payments to Consultant.
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,per project.
Invoices shall identify/include 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 sub-consultant 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.
Invoices shall be submitted to the City at the following address:
Accounts Payable:payables@miamibeachfl.gov
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
21
Docusign Envelope ID:1B2EC3B8-9CD9-475F-99C9-BAD636005E8A
Contract No.24-234-01
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 AII notes,correspondence,documents,plans and specifications,designs,drawings,
renderings,calculations,specifications,models,photographs,reports,surveys,investigations,
and any other documents {whether completed or partially completed)and copyrights thereto for
Services performed or produced in the performance of this Agreement,or related to the Project,
whether in its native electronic form,paper or other hard copy medium or in electronic medium,
except with respect to copyrighted standard details and designs owned by the Consultant or
owned by a third party and licensed to the Consultant for use and reproduction,shall become
the property of the City.Consultant shall deliver all such documents to the Project Administrator
in their native electronic form,as required in the Consultant Service Order within thirty (30)days
of completion of the Services (or within thirty (30)days of expiration or earlier termination of this
Agreement as the case may be).However,the City may grant an exclusive license of the
copyright to the Consultant for reusing and reproducing copyrighted materials or portions
thereof as authorized by the City Manager in advance and in writing,In addition,the Consultant
shall not disclose,release,or make available any document to any third party without prior
written approval from the City Manager.The Consultant shall warrant to the City that it has
been granted a license to use and reproduce any standard details and designs owned by a third
party and used or reproduced by the Consultant in the performance of this Agreement.Nothing
contained herein shall be deemed to exclude any document from Chapter 119,Florida Statutes.
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
22
Docusign Envelope ID:1 B2EC3B8-9CD9-475F-99C9-BAD6360D5E8A
Contract No.24-234-01
Agreement for cause,upon written notice to Consultant,in the event that the Consultant (1)
violates any provision of this Agreement or performs same in bad faith;(2)unreasonably delays
the performance of the Services or any portion thereof;or (3)does not perform the Services or
any portion thereof in a timely and satisfactory manner.In the case of termination for cause by
the City,the Consultant shall first be granted a thirty (30)day cure period (commencing upon
receipt of the initial written notice of default from the City).
10.2.1 In the event this Agreement is terminated for cause by the City,the City,at its
sole option and discretion,may take over the remaining Services and complete them by
contracting with another consultant(s),or otherwise.The Consultant shall be liable to the
City for any additional cost(s)incurred by the City due to such termination."Additional
Cost"is defined as the difference between the actual cost of completion of the Services,
and the cost of completion of such Services had the Agreement not been terminated
10.2.2 In the event of termination for cause by the City,the City shall only be obligated
to pay Consultant for those Services satisfactorily performed and accepted prior to the
date of termination (as such date is set forth in,or can be calculated from,the City's
initial written default notice).Upon payment of any amount which may be due to
Consultant pursuant to this subsection 10.2.2,the City shall have no further liability to
Consultant.
10.2.3 As a condition precedent to 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.
23
Docusign Envelope ID:1B2EC3B8-9CD9-475F-99C9-BAD6360D5E8A
Contract No.24-234-01
10 .5 IM PLEMENTATION 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
assem ble all Project documents {for delivery to the Project Administrator).
ARTICLE 11.INSURA NCE
11.1 The maintenance of pro per insurance coverage is a material element of the Agreement
and failure to maintain or renew coverage may be treated as a material breach of the
Agreem ent,which could result in withholding of payments or termination of the Agreement.
11.2.Workers'Compensation Insurance for all employees of the Contractor as required
by Florida Statute Chapter 440 and Employer Liability Insurance with a limit of no
less than $1,000,000 per accident for bodily injury or disease.Should the
Contractor be exempt from this Statute,the Contractor and each employee shall
hold the City harm less from any injury incurred during performance of the
Contract.The exempt contractor shall also submit (i)a written statement detailing
the num ber of em ployees and that they are not required to carry Workers'
Com pensation insurance and do not anticipate hiring any additional employees
during the term of this contract or (ii)a copy of a Certificate of Exemption.
11.3.Com m ercial General Liability Insurance on an occurrence basis,including
products and completed operations,property damage,bodily injury and personal
&advertising injury with limits no less than $1,000,000 per occurrence,and
$2,000,000 general aggregate.
11.4.Autom obile Liability Insura nce covering any automobile,if consultant has no
owned automobiles,then coverage for hired and non-owned automobiles,with
lim it no less than $1,000,000 combined per accident for bodily injury and property
dam age.
115.Professional Liability (Errors &Omissions)Insurance appropriate to the
Consultant's pro fession,with limit no less than $1,000,000.
11.6 Additional Insured -City of Miami Beach must be included by endorsement as an
additional insured with respect to all liability policies (except Professional Liability and Workers'
Com pensation)arising out of work or operations performed on behalf of the Consultant
including materials,parts,or equipment furnished in connection with such work or operations
and autom obiles owned,leased,hired or borrowed in the form of an endorsement to the
Consultant's insurance.
11.7 Notice of Cancellation-Each insurance policy required above shall provide that
coverage shall not be canceled,except with notice to the City of Miami Beach c/o EXIGIS
Insura nce Com pliance Services.
24
Docusign Envelope ID:1 B2EC3B8-9CD9-475F-99C9-BAD6360D5E8A
Contract No.24-234-01
11.8 Waiver of Subrogation -Consultant agrees to obtain any endorsement that may be
necessary to affect the waiver of subrogation on the required coverages.However,this
provision applies regardless of whether the City has received a waiver of subrogation
endorsement from the insurer.
11.9 Acceptability of Insurers -Insurance must be placed with insurers with a current A.M.
Best rating of A:VII or higher.If not rated,exceptions may be made for members of the Florida
Insurance Funds (i.e.FW CIGA,FAJUA).Carriers may also be considered if they are licensed
and authorized to do insurance business in the State of Florida.
11.10 Verification of Coverage -Consultant shall furnish the City with original certificates and
amendatory endorsements or copies of the applicable insurance language,effecting coverage
required by this contract.All certificates and endorsements are to be received and approved by
the City before work commences.However,failure to obtain the required documents prior to the
work beginning shall not waive the Consultant's obligation to provide them.The City reserves
the right to require complete,certified copies of all required insurance policies,including
endorsements,required by these specifications,at any time.
CERTIFICATE HOLDER MUST READ:
CITY OF MIAMI BEACH
c/o EXIGIS Insurance Compliance Services
P.O.Box 947
Murrieta,CA 92564
Kindly submit all certificates of insurance,endorsements,exemption letters to our servicing
agent,EXIGIS,at:
Certificates-miamibeach@riskworks.com
11.11 Special Risks or Circumstances --The City of Miami Beach reserves the right to
modify these requirements,including limits,based on the nature of the risk,prior experience,
insurer,coverage,or other special circumstances.
Compliance with the foregoing requirements shall not relieve the vendor of his liability and
obligation under this section or under any other section of this agreement.
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
25
Docusign Envelope ID:1B2EC38-9CD9-475F-99C9-BAD63605E8A
Contract No.24-234-01
fees which may issue thereon.Consultant expressly understands and agrees that any
insurance protection required by this Agreement or otherw ise provided by Consultant shall in no
way lim it its responsibility to indemnify,keep,and save harmless and defend the City or its
officers,em ployees,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 claim s which may result from any negligent,reckless,or intentionally
wro ngful actions,errors or om issions of the Consultant in which the City participated either
through review or concurrence of the Consultant's actions.In reviewing,approving or rejecting
any subm issions by the Consultant,or other acts of the Consultant,the City in no way assumes
or shares any responsibility or liability of the Consultant (including,without limitation its
subconsultants and/or any registered professionals (architects and/or engineers)under this
Agreem ent).
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
com binations thereof shall be calculated as the total cost of any damages or incremental costs
to the City resulting out of the erro rs or omissions by the Consultant,including,without
lim itation,the direct,indirect and/or consequential damages resulting from the Consultant's
errors and/or omissions or any combination thereof.
Dam ages 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,om issions,or any combination thereof,the Consultant may appeal this determination,in
writing,to the Project Administrator.The Project Administrator's decision on all claims,
questions and disputes shall be final,conclusive,and binding upon the parties hereto unless
such determ ination 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 pro ceed 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
Agreem ent,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
lim ited 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 notw ithstanding any other term or condition of this Agreement,Consultant
26
Docusign Envelope ID:1 B2EC3B8-9CD9-475F-99C9-BAD6360D5E8A
Contract No.24-234-01
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
Until changed by notice in writing,all such notices and communications shall be addressed as
follows:
All written notices given to City by Consultant shall be addressed to:
Public Works Engineering Department
City of Miami Beach
140 MacArthur Cswy,
Miami Beach,Florida 33139
Attn:Bradford Kaine,Interim Public Works Director
Ph:305-673-7616 ext.3541
Email:BradfordKaine@m iamibeachf.gov
With a copy to:
City Manager's Office
City of Miami Beach
1700 Convention Center Drive
Miami Beach,Florida 33139
Attn:Eric Carpenter,City Manager
Email:EricCarpenter@miamibeachfl.gov
All written notices given to the Consultant from the City shall be addressed to:
BBC Engineering,LLC
Attn:Victor H.Herrera,P.E.
6401 SW 87"Avenue,Suite 200
Miami FL,33173
Ph:305-670-2350
Email:Vherrera@bcceng.com
All notices mailed electronically to either party shall be deemed to be sufficiently transmitted.
ARTICLE 16.CONSULTANT'S COMPLIANCE WITH FLORIDA PUBLIC RECORDS LAW
16.1 Consultant shall comply with Florida Public Records law under Chapter 119,Florida
Statutes,as may be amended from time to time.
27
Docusign Envelope ID:1 B2EC3B8-9CD9-475F-99C9-BAD6360D5E8A
Contra ct No.24-234-0 l
16.2 The term "public records"shall have the meaning set forth in Section 119.011(12),which
means all documents,papers,letters,maps,books,tapes,photographs,films,sound
recordings,data processing software,or other material,regardless of the physical form,
characteristics,or means of transmission,made or received pursuant to law or ordinance or in
connection with the transaction of official business of the City.
16.3 Pursuant to Section 119.0701 of the Florida Statutes,if the Consultant meets the
definition
of "Consultant"as defined in Section 119.0701(1)a),the Consultant shall:
(a)Keep and maintain public records required by the City to perform the service;
(b)Upon request from the City's custodian of public records.provide the City with a
copy of the requested records or allow the records to be inspected or copied
within a reasonable time at a cost that does not exceed the cost provided in
Chapter 119,Florida Statutes 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,for the duration of the contract term and following completion of the
Agreement if the Consultant does not transfer the records to the City;
(d)Upon completion of the Agreement,transfer,at no cost to the City,all public
records in possession of the Consultant or keep and maintain public records
required by the City to perform the service.If the Consultant transfers all public
records to the City upon completion of the Agreement.the Consultant shall
destroy any duplicate public records that are exempt or confidential and exempt
from public records disclosure requirements.If the Consultant keeps and
maintains public records upon completion of the Agreement,the Consultant shall
meet all applicable requirements for retaining public records.All records stored
electronically must be provided to the City,upon request from the City's
custodian of public records,in a format that is compatible with the information
technology systems of the City.
16.4 REQUEST FOR RECORDS;NONCOMPLIANCE.
16.4.1 A request to inspect or copy public records relating to the City's contract for
services must be made directly to the City.If the City does not possess the requested
records,the City shall immediately notify the Consultant of the request.and the
Consultant must provide the records to the City or allow the records to be inspected or
copied within a reasonable time.
16.4.2 Consultant's failure to comply with the City's request for records shall constitute
a breach of this Agreement,and the City,at its sole discretion,may:(1)
unilaterally terminate the Agreement;(2)avail itself of the remedies set forth
under the Agreement;and/or (3)avail itself of any available remedies at law or
in equity.
16.4.3 A Consultant who fails to provide the public records to the City within a
reasonable time may be subject to penalties under s.119.10.
16.5 CIVIL ACTION.
16.5.1 If a civil action is filed against a Consultant to compel production of public
records
28
Docusign Envelope ID:1B2EC3B8-9CD9-475F-99C9-BAD6360O5E8A
Contract No.24-234-01
relating to the City's contract for services,the court shall assess and award against the
Consultant the reasonable costs of enforcement,including reasonable attorneys'fees,if:
(a)The court determines that the Consultant unlawfully refused to comply with
the public records request within a reasonable time;and
(b)At least 8 business days before filing the action,the plaintiff provided written
notice of the public records request,including a statement that the
Consultant has not complied with the request,to the City and to the
Consultant.
16.5.2 A notice complies with subparagraph (16.5.1)(b)if it is sent lo the City's
custodian
of public records and to the Consultant at the Consultant's address listed on its contract
with the City or to the Consultant's registered agent.Such notices must be sent by
common carrier delivery service or by registered,Global Express Guaranteed,or
certified
mail,with postage or shipping paid by the sender and with evidence of delivery,which
may be in an electronic format.
16.5.3 A Consultant who complies with a public records request within 8 business days
after the notice is sent is not liable for the reasonable costs of enforcement.
16.6 IF THE CONSUL TANT HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119,FLORIDA STATUTES,TO THE
CONSULT ANT'S DUTY TO PROVIDE PUBLIC RECORDS
RELATING TO THIS AGREEM ENT,CONTACT THE CUSTODIAN
OF PUBLI C RECORDS AT:
CITY OF MIAMI BEACH
ATTENTION:RA FAEL E.GRANADO,CITY CLERK
1700 CONVENTION CENTER DRIVE
MIAMI BEACH,FLORIDA 33139
E-MAIL:RAFAELGRA NADO@ MIAMIBEACHFL.GOV
PHONE:305-673-7411
ARTICLE 17.INSPECTOR GENERAL AUDIT RIGHTS
17.1 Pursuant to Section 2-256 of the Code of the City of Miami Beach,the City has
established the Offi ce of the Inspector General which may,on a random basis,perform reviews.
audits,inspections,and investigations on all City contracts,throughout the duration of said
contracts.This random audit is separate and distinct from any other audit performed by or on
behalf of the City.
17.2 The Office of the Inspector General is authorized to investigate City affairs and
empowered to review past,present and proposed City programs,accounts,records,contracts
and transactions.In addition,the Inspector General has the power to subpoena witnesses,
administer oaths,require the production of witnesses and monitor City projects and programs.
29
Docusign Envelope ID:1 B2EC3B8-9CD9-475F-99C9-BAD6360O5E8A
Contract No.24-234-01
Monitoring of an existing City project or program may include a report concerning whether the
project is on time,within budget and in conformance with the contract documents and applicable
law.The Inspector General shall have the power to audit,investigate,monitor,oversee,inspect
and review operations,activities,performance and procurement process including but not
limited to project design,bid specifications,(bid/proposal)submittals,activities of the
Consultant,its officers,agents and employees,lobbyists,City staff and elected officials to
ensure compliance with the contract documents and to detect fraud and corruption.Pursuant to
Section 2-378 of the City Code,the City is allocating a percentage of its overall annual contract
expenditures to fund the activities and operations of the Office of Inspector General.
17.3 Upon ten (10)days written notice to the Consultant,the Consultant shall make all
requested records and documents available to the Inspector General for inspection and
copying.The Inspector General is empowered to retain the services of independent private
sector auditors to audit,investigate,monitor,oversee,inspect and review operations activities,
performance and procurement process including but not limited to project design,bid
specifications,(bid/proposal)submittals,activities of the Consultant its officers,agents and
employees,lobbyists,City staff and elected officials to ensure compliance with the contract
documents and to detect fraud and corruption.
17.4 The Inspector General shall have the right to inspect and copy all documents and
records
in the Consultant's possession,custody or control which in the Inspector General's sole
judgment,pertain to performance of the contract,including,but not limited to original estimate
files,change order estimate files,worksheets,proposals and agreements from and with
successful subconsultants and suppliers,all project-related correspondence,memoranda,
instructions,financial documents,construction documents,(bid/proposal)and contract
documents,back-change documents,all documents and records which involve cash,trade or
volume discounts,insurance proceeds,rebates,or dividends received,payroll and personnel
records and supporting documentation for the aforesaid documents and records.
17.5 The Consultant shall make available at its office at all reasonable times the records,
materials,and other evidence regarding the acquisition (bid preparation)and performance of
this Agreement,for examination,audit,or reproduction,until three (3)years after final payment
under this Agreement or for any longer period required by statute or by other clauses of this
Agreement.In addition:
(a)If this Agreement is completely or partially terminated,the Consultant shall make
available records relating to the work terminated until three (3)years after any
resulting final termination settlement;and
(b)The Consultant shall make available records relating to appeals or to litigation or the
settlement of claims arising under or relating to this Agreement until such appeals,
litigation,or claims are finally resolved.
17.6 The provisions in this section shall apply to the Consultant,its officers,agents,
employees,subconsultants and suppliers.The Consultant shall incorporate the provisions in
this section in all subcontracts and all other agreements executed by the Consultant in
connection with the performance of this Agreement.
17.7 Nothing in this section shall impair any independent right to the City to conduct audits or
30
Docusign Envelope ID:1B2EC3B8-9CD9-475F-99C9-BAD6360D5E8A
Contract No.24-234-01
investigative activities.The provisions of this section are neither intended nor shall they be
construed to impose any liability on the City by the Consultant or third parties.
ARTICLE 18.MISCELLANEOUS PROVISIONS
18.1 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 ANO 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.
18.2 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.
18.3 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 Consultant,
supplier,subconsultant,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
18.4 NO CONTINGENT FEE:Consultant warrants that it has not employed or retained any
company or person,other than a bona fide employee working solely for Consultant,to solicit or
secure this Agreement,and that it has not paid or agreed to pay any person.company,
corporation,individual or firm,other than a bona fide employee working solely for Consultant,
any fee,commission,percentage,gift,or other consideration contingent upon or resulting from
the award or making of this Agreement.For the breach or violation of this subsection,City shall
have the right to term inate 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.
18.5 LAWS AND REGULATIONS:
185.1 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.
31
Docusign Envelope ID:1B2EC3B8-9CD9-475F-99C9-BAD6360D5E8A
Contract No.24-234-0l
18.5.2 Project Documents.In accordance with Section 119.071 (3)(b)(2),Florida
Statutes,entitled "General exemptions from inspecting or copying public
records,"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 Consultant 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.
18.5.2.1 In addition to the requirements in this subsection 18.5.2,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.
18.5.2.2 The Consultant and its subconsultants agree in writing that the Project
documents are to be kept and maintained in a secure location.
18.5.2.3 Each set of the Project documents are to be numbered and the
whereabouts of the documents shall be tracked at all times.
18.5.2.4 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.
18.5.3 E-Verify
18.5.3.1 Consultant shall comply with Section 448.095,Florida Statutes,
"Employment Eligibility"("E-Verify Statute"),as may be amended from
time to time.Pursuant to the E-Verify Statute,commencing on
January 1,2021,Consultant shall register with and use the E-Verify
system to verify the work authorization status of all newly hired
employees during the Term of the Agreement.Additionally,
Consultant shall expressly require any subconsultant performing work
or providing services pursuant to the Agreement to likewise utilize the
U.S.Department of Homeland Security's E-Verify system to verify the
employment eligibility of all new employees hired by the subconsultant
during the contract Term.If Consultant enters into a contract with an
approved subconsultant,the subconsultant must provide the
Consultant with an affidavit stating that the subconsultant does not
employ,contract with,or subcontract with an unauthorized alien.
Consultant shall maintain a copy of such affidavit for the duration of
32
Docusign Envelope ID:1 B2EC3B8-9CD9-475F-99C9-BAD6360D5E8A
Contract No.24-234-01
the Agreement or such other extended period as may be required
under this Agreement.
18.5.3.2 TERMINATION RIGHTS.
18.5.3.2.1 If the City has a good faith belief that Consultant has
knowingly violated Section 448.09(1 ),Florida Statutes,the City shall
terminate this Agreement with Consultant for cause,and the City shall
thereafter have or owe no further obligation or liability to Consultant.
18.3.5.2.2 If the City has a good faith belief that a subconsultant has
knowingly violated the foregoing Subsection 18.5.3.1 but the
Consultant otherwise complied with such subsection,the City will
promptly notify the Consultant and order the Consultant to
immediately terminate the Agreement with the subconsultant.
Consultant's failure to terminate a subconsultant shall be an event of
default under this Agreement,entitling City to terminate the
Consultant's contract for cause.
18.5.3.2.3 A contract terminated under the foregoing Subsection
18.5.3.2.1 or 18.5.3.2.2 is not in breach of contract and may not be
considered as such.
18.5.3.2.4 The City or Consultant or a subconsultant may file an
action with the Circuit or County Court to challenge a termination
under the foregoing Subsection 18.5.3.2.1 or 18.5.3.2.2 no later than
20 calendar days after the date on which the contract was terminated.
18.5.3.2.5 If the City terminates the Agreement with Consultant under
the foregoing Subsection 18.5.3.2.1 Consultant may not be awarded a
public contract for at least 1 year after the date of termination of this
Agreement.
18.5.3.2.6 Consultant is liable for any additional costs incurred by the
City as a result of the termination of this Agreement under this Section
18.5.3.
18.6 FORCE MAJEURE:
18.6.1 A "Force Majeure"event is an event that (i)in fact causes a delay in the
performance of the Consultant or the City's obligations under the Agreement,and (ii)is
beyond the reasonable control of such party unable to perform the obligation,and (iii)is
not due to an intentional act,error,omission,or negligence of such party,and (iv)could
not have reasonably been foreseen and prepared for by such party at any time prior to
the occurrence of the event.Subject to the foregoing criteria,Force Majeure may include
events such as war,civil insurrection,riot.fires,epidemics,pandemics,terrorism.
sabotage,explosions,embargo restrictions,quarantine restrictions,transportation
accidents,strikes,strong hurricanes or tornadoes,earthquakes,or other acts of God
which prevent performance.Force Majeure shall not include technological impossibility,
inclement weather,or failure to secure any of the required permits pursuant to the
Agreement.
33
D ocusign Envelope ID :1B2EC 3B8-9C D 9-4 75F-99C 9-A D 6360D 5E8A
Contract No.24-234-01
18.6.2 If the City or Consultant's performance of its contractual obligations is prevented
or delayed by an event believed by to be Force Majeure,such party shall immediately
upon learning of the occurrence of the event or of the commencement of any such delay,
but in no case within fifteen (15)business days thereof,provide notice of (i)of the
occurrence of event of Force Majeure,(ii)of the nature of the event and the cause
thereof,(iii)of the anticipated impact on the Agreement,(iv)of the anticipated period of
the delay,and (v)of what course of action such party plans to take in order to mitigate
the detrim ental effects of the event.The timely delivery of the notice of the occurrence of
a Force Majeure event is a condition precedent to allowance of any relief pursuant to this
section;however,receipt of such notice shall not constitute acceptance that the event
claim ed to be a Force Majeure event is in fact Force Majeure,and the burden of proof of
the occurrence of a Force Majeure event shall be on the requesting party.
18.6.3 No party hereto shall be liable for its failure to carry out its obligations under the
Agreem ent during a period when such party is rendered unable,in whole or in part,by
Force Majeure to carry out such obligations.The suspension of any of the obligations
under this Agreement due to a Force Majeure event shall be of no greater scope and no
longer duration than is required.The party shall use its reasonable best efforts to
continue to perform its obligations hereunder to the extent such obligations are not
affected or are only partially affected by the Force Majeure event,and to correct or cure
the event or condition excusing performance and otherw ise to remedy its inability to
perform to the extent its inability to perform is the direct result of the Force Majeure
event with all reasonable dispatch.
18.6.4 Obligations pursuant to the Agreement that arose before the occurrence of a
Force Majeure event causing the suspension of performance shall not be excused as a
result of such occurrence unless such occurrence makes such performance not
reasonably possible.The obligation to pay money in a timely manner for obligations and
liabilities which matured prior to the occurrence of a Force Majeure event shall not be
subject to the Force Majeure provisions.
18.6.5 Notw ithstanding any other provision to the contrary herein,in the event of a
Force Majeure occurrence,the City may,at the sale discretion of the City Manager,
suspend the City's payment obligations under the Agreement,and may take such action
without regard to the notice requirements herein.Additionally,in the event that an event
of Force Majeure delays a party's performance under the Agreement for a time period
greater than thirty (30)days,the City may,at the sole discretion of the City Manager,
term inate the Agreement on a given date,by giving written notice to Consultant of such
term ination.If the Agreem ent is terminated pursuant to this Section,Consultant shall be
paid for any Services satisfactorily performed up to the date of termination;following
which the City shall be discharged from any and all liabilities,duties,and terms arising
out of,or by virtue of,this Agreement.In no event will any condition of Force Majeure
extend this Agreem ent beyond its stated term.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.
34
Docusign Envelope ID:1B2EC3B8-9CD9-475F-99C9-AD6360D5E8A
Contract No.24-234-01
18.7 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.
18.8 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 lo the prior written approval of the City
Manager.
18.9 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 lo 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.
18.9 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.
18.10 INTENT OF AGREEMENT:
18.10.1 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.
18.10.2 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 properly
damage pursuant to the terms or provisions of the Agreement.
18.10.3 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.
18.10.4 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
35
Contract No.24-234-01
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.
CITY:
Attest
Rafael E.Gr~lerk
»?L
CONSULTANT:
Print
Date
37
CITY OF MIAMI BEACH
Eric Carpenter,
APPROVED AS TO
FORM &LANGUAGE
8 FOR EXECUTION
au@tu .0llsJgCityAttorney?Date
Docusign Envelope ID:1 B2EC3B8-9CD9-475F-99C9-BAD6360D5E8A
Contract No.24-234-01
SCHEDULE A
CONSUL TANT SERVICE ORDER (CSO)
CONSUL TANT SERVICE ORDER
/E Se rvices
(contract
Expiation.
Contract ±
Consultant.
Dept.CSO
Project tie:
l hanu~Ordt•r •-
I
The City awarded the continuing contract for AE services for a project whose estimated cost of
construction does not exceed $7 5 million
The Cty awarded the continuing contract tor the study,planning activity.or other serices whose costs
are estimated not to exceed $500.000
City-awarded project-specifc contracts are not subject to CCNA limitations for continuing contracts
Bly aoceptng thea CSO,Consutant agrees to provde ces pursuant to the atached poposs dated ad he terms,coordtns,and rates
e abis hed n the atve-referenced contract betw een h e Ny and the C suta nt Consuluant plithy agrees hut no her terms ard condeoea
h ail apy to the work regardles s of wtether said other terms ad od tnus ae iu ded teren r in any attachment to thus CSO Any devotionomthescopeofworkagreedtohereinstualrequireachangeorderapprovedtytheCy
t,Estimated calendar days to complete the work.
2.Total amount ot onunal CSO
3,Iotal amount of all previous Amendments
4.Iotal amount thus Amendment
6.Iota!Am ount for Enpa e me nt
•Fee tor ancillary items for this Service Order
Account Code
Approval of Mew Subconsultants:
lfaner subconsultant is beg added City Manage approval rs required
Name of New Subconsultant /s
Notes
For City (Name)Signatur e Date
Project Admin
DOept Director
Procurement
ADCM
CM
r mLeadProjectAdmin.
RR-RF-RE-RR-RR-FF-RHEE-REN-NRG5LEIllul
38
Docusign Envelope ID:1 B2EC3B8-9CD9-475F-99C9-BAD6360D5E8A
Contract No.24-234-01
SCHEDULE B
CONSULTANT HOURLY RATE BILLING SCHEDULE
TITLES HOURLY RATES
Administrative Assistant $57.25
Assistant Engineer,Environmental $147.75
Associate Engineer $128.48
CAD Technician $89.96
CADD/Designer $145.18
Clerical $57.25
Coastal Engineer I $161.99
Coastal Engineer II $188.87
Environmental Engineer $165.20
Environmental Permit Specialist $89.96
Environmental Specialist $89.96
Environmental Technician $106.32
Grant Coordinator (Coastal Engineering)$210.71
Project Engineer $165.20
Project Manager $196.28
Project Principal $245.35
Project Scientist $171.74
Senior Engineer $196.28
Sr Coastal Engineer II $244.12
Structural Engineer $165.20
Structural Special Inspector $155.39
39
Docusign Envelope ID:1B2EC3B8-9CD9-475F-99C9-BAD6360D5E8A
SCHEDULE C
APPROVED SUB-CONSULTANTS
1.GCES Engineering Services
2.Miller Leg (MLA)
3.INT
40
Contract No.24-234-0 I
Contract No.24-234-0l
SC H ED U LE D
A N TI-H UM A N TRA FF IC Kl NG CERTIFICA TIO N
Affidavit of Compliance with Anti-Human Trafficking Laws
Contract Number and Title:
RFQ-2024-234-01-ENGINEERING SERVICES FOR SEAWALLS AND LIVING
SHORELINES
Pursuant to section 787.06(13),Florida Statutes,this portion of the form must be
completed by an officer or representative of the nongovernmental entity
executing,renewing,or extending a contract with a governmental entity.
Name of entity does not use coercion for labor or services as defined in section
787.06,Florida Statutes.
Under penalties of perjury,I declare that I have read the foregoing statement and that
the facts stated in it are true.
Entity Name:B3 @+mi"9,-
Representative/Officer's Printed Name:
Representative/Officer's Title'»/o
Signature:}ih lcvu-Date:
41
ATTACHMENT A
RESOLUTION &COMMISSION AWARD MEMO
RESOLUTION NO.2024-33356
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF
MIAMI BEACH,FLORIDA,ACCEPTING THE RECOMMENDATION OF THE
CITY MANAGER TO AUTHORIZE NEGOTIATIONS RELATING TO REQUEST
FOR QUALIFICATIONS NO.2024-234-ND,FOR ENGINEERING SERVICES
FOR SEAWALLS AND LIVING SHORELINES;AUTHORIZING THE
ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH BCC
ENGINEERING,LLC,AS THE PROPOSER DETERMINED TO BE THE BEST
QUALIFIED TO SERVE AS THE PRIME/LEAD CONSULTANT FOR
SEAWALLS;FURTHER,IF THE ADMINISTRATION IS NOT SUCCESSFUL IN
NEGOTIATING AN AGREEMENT WITH BCC ENGINEERING,LLC,
AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS
WITH CUMMINS CEDERBERG,INC.,AS THE PROPOSER DETERMINED TO
BE THE SECOND BEST QUALIFIED CONSULTANT FOR SEAWALLS;
FURTHER,IF THE ADMINISTRATION IS NOT SUCCESSFUL IN
NEGOTIATING AN AGREEMENT WITH CUMMINS CEDERBERG,INC.,
AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS
WITH GHD SERVICES INC.,AS THE PROPOSER DETERMINED TO BE THE
THIRD BEST QUALIFIED CONSULTANT FOR SEAWALLS;AND FURTHER
AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS
WITH CUMMINS CEDERBERG,INC.,AS THE PROPOSER DETERMINED TO
BE THE BEST QUALIFIED TO SERVE AS THE PRIME/LEAD CONSUL TANT
FOR LIVING SHORELINES;FURTHER,IF THE ADMINISTRATION IS NOT
SUCCESSFUL IN NEGOTIATING AN AGREEMENT WITH CUMMINS
CEDERBERG,INC.,AUTHORIZING THE ADMINISTRATION TO ENTER INTO
NEGOTIATIONS WITH MOFFATT &NICHOL,INC.,AS THE PROPOSER
DETERMINED TO BE THE SECOND BEST QUALIFIED CONSULTANT FOR
LIVING SHORELINES;FURTHER,IF THE ADMINISTRATION IS NOT
SUCCESSFUL IN NEGOTIATING AN AGREEMENT WITH MOFFATT &
NICHOL,INC.,AUTHORIZING THE ADMINISTRATION TO ENTER INTO
NEGOTIATIONS WITH GHD SERVICES INC.,AS THE PROPOSER TO BE
THE THIRD BEST QUALIFIED CONSULTANT FOR LIVING SHORELINES;
AND FURTHER AUTHORIZING THE CITY MANAGER AND CITY CLERK TO
EXECUTE AGREEMENT(S)UPON THE CONCLUSION OF SUCCESSFUL
NEGOTIATIONS BY THE ADMINISTRATION.
WHEREAS,on April 3,2024,the Mayor and City Commission approved the issuance of
the Request for Qualifications (RFQ)No.2024-234-ND for Engineering Services for Seawalls
and Living Shorelines;and
WHEREAS,Request for Qualifications No.2024-234-ND (the "RFQ")was released on
April 4,2024;and
WHEREAS,a voluntary pre-proposal meeting was held on April 17,2024;and
WHEREAS,on May 28,2024,the City received proposals from the following firms for
seawalls and living shores:
Seawalls:
•BCC Engineering,LLC
•Cummins Cederberg,Inc.
•GHD Services Inc.
•Stantec Consulting Services Inc.
•R.J.Behar &Company,Inc.
•AECOM Technical Services,Inc.
•Kimley-Hom and Associates,Inc.
Living Shorelines:
•Cummins Cederberg,Inc.
•Moffatt &Nichol,Inc.
•GHD Services Inc.
•AECOM Technical Services,Inc.;and
WHEREAS,on May 29,2024,The City Manager,via Letter to Commission No.209-
2024,appointed an Evaluation Committee consisting of the following individuals:Eugene
Egemba,Principal Engineer,Public Works Engineering Department;Matthew Lepera,
Construction Manager,Public Works Engineering Department;Mariela Paez Castillo,Principal
Engineer,Public Works Engineering Department;Lindsey Precht,Assistant Director,
Environment and Sustainability Department;and Adalberto Viciedo,Chief Structural Engineer,
Building Department;and
WHEREAS,the Evaluation Committee convened on June 17,2024,to review and score
the proposals;and
WHEREAS,the Evaluation Committee received 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 Evaluation Committee was instructed to score and rank each proposal
pursuant to the evaluation criteria established in the RFQ;and
WHEREAS,the Evaluation Committee process resulted in the ranking of proposers as
follows:
Seawalls:
1"ranked (tie)-BCC Engineering,LLC
1°ranked (tie)-Cummins Cederberg,Inc.
3'ranked -GHD Services Inc.
4"ranked -Stantec Consulting Services Inc.
5"ranked -R.J.Behar &Company,Inc.
6 ranked -AECOM Technical Services,Inc.
7th ranked -Kimley-Hom and Associates,Inc.
Living Shorelines:
1°ranked (tie)-Cummins Cederberg,Inc.
1st ranked (tie)-Moffatt &Nichol,Inc.
3'ranked -GHD Services Inc.
4 ranked -AECOM Technical Services,Inc.;and
WHEREAS,after reviewing all of the submissions and the Evaluation Committee's
rankings and commentary,the City Manager,for the reasons set forth in the accompanying
commission memorandum,recommended at the July 24,2024 Commission meeting that the
Mayor and City Commission authorize the Administration to enter into negotiations with BCC
Engineering,LLC,as the proposer determined to be the best qualified to serve as the
prime/lead consultant for seawalls;further,if the Administration is not successful in
negotiating an agreement with BCC Engineering,LLC,authorizing the Administration to
enter into negotiations with Cummins Cederberg,Inc.,as the proposer determined to be
the second best qualified consultant for seawalls;further,if the Administration is not
successful in negotiating an agreement with Cummins Cederberg,Inc.,authorizing the
Administration to enter into negotiations with GHD Services Inc.,as the proposer
determined to be the third best qualified consultant for seawalls;and further authorizing
the Administration to enter into negotiations with Cummins Cederberg,Inc.,as the
proposer determined to be the best qualified to serve as the prime/lead consultant for
living shorelines;further,if the Administration is not successful in negotiating an
agreement with Cummins Cederberg,Inc.,authorizing the Administration to enter into
negotiations with Moffatt &Nichol,Inc.,as the proposer determined to be the second
best qualified consultant for living shorelines;further,if the Administration is not
successful in negotiating an agreement with Moffatt &Nichol,Inc.,authorizing the
Administration to enter into negotiations with GHD Services Inc.,as the proposer to be
the third best qualified consultant for living shorelines;and further authorizing the City
Manager and City Clerk to execute agreement(s)upon the conclusion of successful
negotiations by the Administration;and
WHEREAS,during the July 24,2024,Commission meeting,Commissioner
Fernandez separated item C2 F from the Consent Agenda and referred it to the Finance
and Economic Resiliency Committee (FERG)for further discussion;and
WHEREAS,at the September 20,2024,FERG meeting,Commissioner
Fernandez motioned to defer the item to the October 18,2024,meeting,requesting the
Administration's final recommendation,and it was unanimously approved;and
WHEREAS,as requested by the Committee,the Administration reviewed its
recommendation and,at the October 18,2024,FERG meeting,confirmed that the
recommendation was accurate and would remain unchanged;and
WHEREAS,after discussion,FERG approved a recommendation to the City
Commission to approve the City Manager's recommendation from the July 24,2024,
Commission meeting,pursuant to Request for Qualifications (RFQ)2024-234-ND for
engineering services for seawalls and living shorelines.
NOW,THEREFORE,BE IT DULY RESOLVED BY THE MAYOR AND CITY
COMMISSION OF THE CITY OF MIAMI BEACH,FLORIDA,that the Mayor and City
Commission hereby accept the recommendation of the City Manager,pursuant to Request for
Qualifications (RFQ)No.2024-234-ND for Engineering Services for Seawalls and Living
Shorelines;authorize the Administration to enter into negotiations with BCC Engineering,
LLC,as the proposer determined to be the best qualified to serve as the prime/lead
consultant for seawalls;further,if the Administration is not successful in negotiating an
agreement with sec Engineering,LLC,authorize the Administration to enter into
negotiations with Cummins Cederberg,Inc.,as the proposer determined to be the
second best qualified consultant for seawalls;further,if the Administration is not
successful in negotiating an agreement with Cummins Cederberg,Inc.,authorize the
Administration to enter into negotiations with GHD Services Inc.,as the proposer
determined to be the third best qualified consultant for seawalls;and further authorize
the Administration to enter into negotiations with Cummins Cederberg,Inc.,as the
proposer determined to be the best qualified to serve as the prime/lead consultant for
living shorelines;further,if the Administration is not successful in negotiating an
agreement with Cummins Cederberg,Inc.,authorize the Administration to enter into
negotiations with Moffatt &Nichol,Inc.,as the proposer determined to be the second
best qualified consultant for living shorelines;further,if the Administration is not
successful in negotiating an agreement with Moffatt &Nichol,Inc.,authorize the
Administration to enter into negotiations with GHD Services Inc.,as the proposer to be
the third best qualified consultant for living shorelines;and further authorize the City
Manager and City Clerk to execute agreement(s)upon the conclusion of successful
negotiations by the Administration.
ATTEST:7 N0V 2 2 2024
day or _llove«re 2024.
#.2v
APPROVED AS TO
FORM &LANGUAGE
&FOR EX ECUTION
~I\J,&f 7,0Z,.f-
Ci it#re,oar bate
PASSED AND ADOPTED this 0
Rafael E.Granado,City Clerk
Procurement Requests -C2 B
MIAMI BEACH
COMMISSION MEMORANDUM
TO:Honorable Mayor and Members of the City Commission
FROM:Eric Carpenter,City Manager
DATE:November 20,2024
TITLE: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)2024-234-
ND FOR ENGINEERING SERVICES FOR SEAWALLS AND LIVING SHORELINES.
(PUBLIC WORKS)
RECOMMENDATION
The City Administration ("Administration")recommends that the Mayor and City Commission
("City Commission")approve the Resolution.
The solicitation is currently under the cone of silence
BACKGROUND/HISTORY
The City of Miami Beach is investing in infrastructure to reduce flood risk and adapt to climate
change.As part of its resilience efforts,the City has updated multiple land use codes for new
construction to address stormwater retention and setbacks and to increase base flood and
freeboard requirements.Most recently,the City adopted an Ordinance entitled "Resiliency
Standards for Tidal and Flood Protection",requiring all new seawalls,and those being
reconstructed,to have a minimum elevation of 5.7 ft.North American Vertical Datum of 1988
(NAVO 88).
The City of Miami Beach has approximately 55 miles of seawalls,of which approximately 50 miles
are privately owned,and 5 miles are City-owned.To optimize the benefits of the seawall program,
the Public Works Department developed a methodology to prioritize the reconstruction of
approximately 2.8 miles of City-owned seawalls within the next 10 years.Factors such as
elevation,location,and condition of each seawall were used to develop the initial ranking of each
seawall.
The initial rankings were then adjusted to capture the benefits derived from contiguous private
seawall segments.Essentially,by optimizing the elevation of public seawalls adjacent to extended
private seawall segments,the City can mitigate additional flooding and encourage residents to
reconstruct their seawalls.Thus,the ultimate focus of the seawall prioritization was to establish a
continuous storm surge and overland flooding barrier throughout the City.
The seawall prioritization was approved and adopted in 2021,and since then,the City has been
working on executing the design and construction of prioritized segments.In 2021,the City also
identified the most viable locations for implementing a living shoreline within existing City-owned
shoreline segments.Living shoreline projects may utilize a variety of structural and organic
materials,such as wetland plants,submerged aquatic vegetation,oyster reefs,sand fill,and
stone.
The City is interested in partnering with the most innovative and solutions-oriented engineers in
the field dedicated to resilience and Miami Beach Rising Above,to continue to carry out the
Page 48 of 1993
planned improvements to the prioritized seawall segments.These planned improvements include
a combination of conventional seawalls,hybrid seawalls,and living shorelines.The intent is to
maximize sustainable and resilient solutions for our City.
Accordingly,the Administration developed RFQ 2024-234-ND seeking proposals for the desired
services.
ANALYSIS
On April 3,2024,the Mayor and the City Commission authorized the issuance of RFQ No.2024-
234-ND for engineering services for seawalls and living shorelines.On April 4,2024,the RFQ
was issued.A voluntary pre-proposal conference to provide information to proposers submitting
a response was held on April 17,2024.One addendum was issued,and 101 prospective bidders
accessed the advertised solicitation.RFQ responses were due and received on May 28,2024.
The City received proposals from the following firms for seawalls and living shorelines:
Seawalls:
BCC Engineering,LLC
•Cummins Cederberg,Inc.
GHD Services Inc.
Stantec Consulting Services Inc.
•R.J.Behar &Company,Inc.
AECOM Technical Services,Inc.
•Kimley-Horn and Associates,Inc.
Living Shorelines:
-Cummins Cederberg,Inc.
•Moffatt &Nichol,Inc.
GHD Services Inc.
•AECOM Technical Services,Inc.
On May 29,2024,the City Manager appointed the Evaluation Committee via L TC #209-2024.
The Evaluation Committee convened on June 17,2024,to consider the proposals received.The
Committee was comprised of Eugene Egemba,Principal Engineer,Public Works Engineering
Department;Matthew Lepera,Construction Manager,Public Works Engineering Department;
Mariela Paez Castillo,Principal Engineer,Public Works Engineering Department;Lindsey Precht,
Assistant Director,Environment and Sustainability Department;and Adalberto Viciedo,Chief
Structural Engineer,Building Department.
The Committee was provided an overview of the project,information relative to the City's Cone
of Silence Ordinance,and the Government Sunshine Law.The Committee was also provided with
general information on the scope of services and a copy of each proposal.The Committee was
instructed to score and rank each proposal pursuant to the evaluation criteria established in the
RFQ.The results of the Evaluation Committee process are detailed in Attachment A and resulted
in the following rankings
Seawalls:
1st ranked (tie)-BCC Engineering,LLC
1st ranked (tie)-Cummins Cederberg,Inc.
3rd ranked -GHD Services Inc.
4th ranked -Stantec Consulting Services Inc.
5th ranked -R.J.Behar &Company,Inc.
6th ranked --AECOM Technical Services,Inc.
7th ranked -Kimley-Horn and Associates,Inc.
Living Shorelines:
1st ranked (tie)-Cummins Cederberg,Inc.
1st ranked (tie)-Moffatt &Nichol,Inc.
3rd ranked -GHD Services Inc.
Page 49 of 1993
4th ranked -AECOM Technical Services,Inc.
The Evaluation Committee process resulted in a tie for top rank for seawalls and living shorelines.
BCC Engineering,LLC and Cummins Cederberg,Inc.were tied top-ranked in the seawall
category.Cummins Cederberg,Inc.and Moffatt &Nichol,Inc.were tied top-ranked in the living
shorelines category.After reviewing the submissions,the Evaluation Committee's rankings and
commentary,and the City's experience with the tied firms,the Administration recommends that
the City negotiate with BCC Engineering as the best-qualified firm to serve as the prime/lead
consultant for seawall projects and Cummins Cederberg as the best-qualified firm to serve as the
prime/lead consultant for living shoreline projects.
Awarding the contract to a single consultant for each discipline,such as the seawall and living
shorelines,ensures continuity and cohesion throughout the project.When the City collaborates
with consultants with a proven track record of successful work,it promotes a seamless workflow
and consistency in quality.This approach will minimize potential communication issues and
design misalignments that can arise from involving multiple consultants.In addition,having one
consultant will foster trust and mutual understanding,which are crucial for efficiently addressing
any challenges that may emerge during the project.
While splitting the contract among multiple consultants might introduce diverse perspectives,the
complexities of coordinating and integrating different consultants can lead to delays and
inconsistencies in the final designs.Therefore,the benefits of maintaining continuity and cohesion
with experienced,trusted consultants significantly outweigh the advantages of dividing the
contract among several consultants.BCC Engineering and Cummins Cederberg have both
demonstrated their ability to deliver outstanding results,and their selection as the sole consultants
will be advantageous to the City.
Lastly,the available workload and the volume of projects do not justify the engagement of two
consultants at this time.The prime/lead consultants in each category should be able to complete
all the designs as envisioned in the City's seawall prioritization plan.
SEAWALLS
The Evaluation Committee deemed BCC Engineering,LLC (BCC Engineering)as one of the best-
qualified firms to provide engineering services for seawalls.The Evaluation Committee noted that
BCC Engineering has not only completed similar projects for other municipalities in Florida but
has also successfully completed various seawall projects for the City.This experience
demonstrates a thorough understanding of the City's initiatives.The Evaluation Committee also
highlighted BCC Engineering's familiarity with South Florida's structural landscape,which has
been beneficial for past projects and will continue to be advantageous for future seawall
projects.Finally,the approach and methodology outlined by BCC Engineering's Proposal was
detailed and included a seawall evaluation matrix that is used to determine optimal solutions and
a quality control and quality management plan that can reduce the workload for City staff.
BCC Engineering,founded in Miami in 1994 as a local Florida-based firm,has steadfastly
dedicated itself to fulfilling the demands of both the private and public sector clientele.Its expertise
lies in the realm of structural,planning,design,and construction management,encompassing a
wide spectrum of services,including civil,environmental,site development,traffic engineering,
multi-modal transit,complete streets,.and highway engineering projects.Today,BBC
Engineering is an award-winning firm with 385 employees and has delivered over $6 billion in
100+projects to date.Finally,BCC Engineering has assessed,repaired,and replaced Florida
seawalls in Fort Lauderdale,Sarasota,and Miami-Dade County.All references provided positive
feedback.
The Evaluation committee also deemed Cummins Cederberg,Inc.(Cummins Cederberg),tied
top-ranked proposer,and GHD Services Inc.,third-ranked proposer,well qualified and should be
considered if the negotiations with BCC Engineering are not successful.
Page 50 of 1993
Cummins and Cederberg,founded over 10 years ago,is an engineering firm that has and
continues to exclusively focus on coastal and marine projects.Its professional team is comprised
of coastal engineers,marine structural engineers,marine biologists,regulatory and policy experts,
marine scientists,and surveyors with proven experience in all facets of coastal engineering,
environmental planning,and regulatory framework.Cummins Cederberg has significant
experience within the City of Miami Beach,with more than 40 waterfront projects over the last 10
years,and the City has been satisfied with its work and offered positive feedback.Finally,its
portfolio showcases a range of innovative and resilient seawall projects in Boynton Beach,
Pompano Beach,and Highland Beach,among others.All references provided positive feedback.
GHD Services Inc.,established in 1928,is one of the world's leading professional services
companies.It operates in the global markets of water,energy and resources,environment,
property and buildings,and transportation.It provides engineering,environmental,advisory,
digital,and construction services.It has completed seawall projects for Biscayne Bay,the City of
Miami,and Indian Creek Village,among others.All references provided positive feedback.
LIVING SHORELINES
The Evaluation Committee deemed Cummins Cederberg as one of the best-qualified firms to
provide engineering services for living shorelines.The Evaluation Committee noted that
Cummins Cederberg has extensive local experience,including living shoreline projects for the
City at Beach View Park,Mid Beach Park,and West 40th Street.Additionally,the Committee
recognized that Cummins Cederberg conducted a Cityw ide living shoreline viability assessment,
which was implemented and helped secure a Resilient Florida Grant to fund the design,
permitting,and construction of three living shoreline segments.Consequently,it would benefit
the City to have Cummins Cederberg continue to support future innovative,fundable,and
permittable living shoreline projects.Finally,the Evaluation Committee highlighted Cummins
Cederberg's comprehensive knowledge of the local procedures,regulatory permitting
requirements,and innovative solutions,such as 3D-printed artificial reef models and 3D habitat
units,which contribute to building resilient and sustainable living shorelines.
Cummins and Cederberg,founded over 10 years ago,is an engineering firm that has and
continues to exclusively focus on coastal and marine projects.Its professional team is comprised
of coastal engineers,marine structural engineers,marine biologists,regulatory and policy experts,
marine scientists,and surveyors with proven experience in all facets of coastal engineering,
environmental planning,and regulatory framework.Cummins Cederberg has significant
experience within the City of Miami Beach,with more than 40 waterfront projects over the last 10
years,and the City has been satisfied with its work and offered positive feedback.Finally,it has
a deep understanding of the unique coastal challenges and environmental conditions
characteristic of Miami-Dade County as it has completed living shoreline projects for the City of
Miami,the City of West Palm Beach,and Key Biscayne.All references provided positive
feedback.
The Evaluation committee also deemed Moffatt &Nichol,Inc),tied top-ranked proposer,and
GHD Services Inc.,third-ranked proposer,well qualified and should be considered if the
negotiations with Cummins and Cederberg are not successful.
Moffat &Nichol,Inc.was founded in Long Beach,California,in 1945 to provide design engineering
services to the evolving maritime industry;making it one of the first engineering firms in the world
to embrace the concept of modern coastal engineering.It opened its Miami office in 1994 and
has since opened eight other offices.The firm currently has over 100 personnel,of which over
25 are coastal/maritime engineers and scientists.Its vast local experience includes being a
partner and advisor to Miami-Dade County as the US Army Corps of Engineers (USAGE)moves
forward with the next phase of the Back Bay Coastal Storm Risk Management (CSRM)study,
advising North Bay Village on the planning of their Island Walk project,and developing the draft
tidal barrier ordinance for the Village of Key Biscayne.All references provided positive feedback.
Page 51 of 1993
GHD Services Inc.,established in 1928,is one of the world's leading professional services
companies.It operates in the global markets of water,energy and resources,environment,
property and buildings,and transportation.It provides engineering,environmental,advisory,
digital,and construction services.It has completed living shoreline projects for Biscayne Bay,the
City of Miami,and Ponce Inlet,among others.All references provided positive feedback.
A Resolution to award RFQ 2024-234-ND was presented at the July 24,2024,Commission
meeting.During this meeting,Commissioner Fernandez separated item C2 F (Attachment 8)
from the Consent Agenda and referred it to the Finance and Economic Resiliency Committee
(FERG)for further discussion (Attachment C).At the September 20,2024,FERG meeting,
Commissioner Fernandez motioned to defer the item to the October 18,2024,meeting,
requesting the Administration's final recommendation.Commissioner Magazine seconded the
motion,and it was unanimously approved (Attachment D).As requested by the Committee,the
Administration reviewed its recommendation and,at the October 18,2024,FERG meeting,
confirmed that the recommendation was accurate and would remain unchanged.
FISCAL IMPACT STATEMENT
The Public Works Department has budgeted $1,000,000 for these services.Fees will be
established through the negotiation process.Services pursuant to the award of this RFQ shall be
subject to successful negotiations and the availability of funds approved through the City's
budgeting process.It is not anticipated that grant funding will be utilized for this project.
Does this Ordinance require a Business Impact Estimate?
(FOR ORDINANCES ONLY)
If applicable,the Business Impact Estimate (BIE)was published on:
See BIE at:https://www.miamibeachfl.gov/city-hall/city-clerk/meeting-notices/
FINANCIAL INFORMATION
433-0815-061357-29-418-564-00-00-00-29020 [$1,000,000
CONCLUSION
On October 18,2024,after discussion,FERG approved a recommendation to the City
Commission (Attachment E)to approve the City Manager's recommendation from the July 24,
2024,Commission meeting,pursuant to Request for Qualifications (RFQ)2024-234 -ND for
engineering services for seawalls and living shorelines.
Based on the foregoing,it is recommended that the Mayor and City Commission approve the
Resolution accepting the City Manager's recommendation pursuant to Request for Qualifications
(RFQ)2024-234-ND for engineering services for seawalls and living shorelines,authorizing the
Administration to enter into negotiations with BCC Engineering,LLC,as the proposer determined
to be the best qualified to serve as the prime/lead consultant for seawalls;further,if the
Administration is not successful in negotiating an agreement with BCC Engineering,LLC,
authorizing the Administration to enter into negotiations with Cummins Cederberg,Inc.,as the
proposer determined to be the second best qualified consultant for seawalls;further,if the
Administration is not successful in negotiating an agreement with Cummins Cederberg,Inc.,
authorizing the Administration to enter into negotiations with GHD Services Inc.,as the proposer
determined to be the third best qualified consultant for seawalls;and further authorizing the
Page 52 of 1993
Administration to enter into negotiations with Cummins Cederberg,Inc.,as the proposer
determined to be the best qualified to serve as the prime/lead consultant for living shorelines;
further,if the Administration is not successful in negotiating an agreement with Cummins
Cederberg,Inc.,authorizing the Administration to enter into negotiations with Moffatt &Nichol,
Inc.,as the proposer determined to be the second best qualified consultant for living shorelines;
further,if the Administration is not successful in negotiating an agreement with Moffatt &Nichol,
Inc.,authorizing the Administration to enter into negotiations with GHD Services Inc.,as the
proposer to be the third best qualified consultant for living shorelines.The Resolution also
authorizes the City Manager and City Clerk to execute agreement(s)upon the conclusion of
successful negotiations by the Administration.
Applicable Area
Citywide
Is this a "Residents Right to Know"item,
pursuant to City Code Section 2.-172
No
Is this item related to a G.O.Bond
Project?
No
Was this Agenda Item initially requested by a lobbyist which,as defined in Code Sec._2-481,
includes a principal engaged in lobbying?No
If so,specify the name of lobbyist(s)and principal(s):
Department
Procurement
Sponsor(s)
Co-sponsor(s)
Condensed Title
Award RFQ 2024-234-ND,Engineering Services for Seawalls and Living Shorelines.PW/PR
Page 53 of 1993
age,fl},.]Engineering sendees for sawala]es«o cams []watunrw t«o n [E?]war««Pou cisso []unasevPreen [S]Aesro veto [}]o (
n4ii @s sis.ins [•[a]..l ]...l e ]•)j]]"7"g""[$
Qualitathv Quantitative ubtot»l Qualitativo Quniuth 6ubtotat Qualitati ve OusnptatuNv»Subtotal Qusltuthvo cu snti tathv e Subtota l Qualitathve Quantitttve btotal
EEf..I%tu!i ±±till5l±,iii±tall
Quant'tut)yoPolnts
Prcpsr votsum»o!]Valums st ]Vean'sWorkYarkPoirtsPints
Tot/uu ntitutv
Volume ot Wark +V«torn's)
~,.;_.,__~-·...·--~-••>!!,,!""f-·•-·-·1---0
..--1·---·-----'-c:_=•1""'-.---.--:_·-1.n 1.a..,_u ::·---..-:---------···
f~H~·•••--__-,•-~..-i!~-I •0 I -•
Page 54 of 1993
I,,.
fl watt»w tom uonotwPa csue uds y Pr och []Aasw ro veto [f]
}lJ l l,j ib '}p a [[[ultuttva QuattuatNe Subtotal Qualitathv»Quartutatve Suttotul Qualrtathvo Qusnttutnvo Subtotal Quftutwve Quant'tutvo Bubtotal Qualituthe Quantitutlvo ubtaul
RF0 2024-234-ND0
Enginee ring 8Se rv ices tor Seawalls
and LUvlng Store'ines
Eugene Egemta -.gagroeol?
Totals @
eccEngneof'l!lLLC ••••__3 J::w,•2 98 3 !_w_+J-1s J ••78_:jfb__:y,-~--3 94_•:1~eo J ~93 =~~,a HEE:#±±#±±#±#/±±#l#±#it##fit
I Vllcnn 't I Total QU1ntil.ttivoPolnto{Volumo et York +Vouran's)Pro po eor
±EEEEI EE]El±,±
"muser..]mnow[.++s-===#3 ;±±
Page 55 of 1993
C2F A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF
MIAMI BEACH,FLORIDA,ACCEPTING THE RECOMMENDATION OF THE
INTERIM CITY MANAGER TO AUTHORIZE NEGOTIATIONS RELATING TO
REQUEST FOR QUALIFICATIONS NO.2024-234-ND,FOR ENGINEERING
SERVICES FOR SEAWALLS AND LIVING SHORELINES;AUTHORIZING THE
ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH BCC ENGINEERING,
LLC,AS THE PROPOSER DETERMINED TO BE THE BEST QUALIFIED TO
SERVE AS THE PRIME/LEAD CONSULTANT FOR SEAWALLS;FURTHER,IF THE
ADMINISTRATION IS NOT SUCCESSFUL IN NEGOTIATING AN AGREEMENT
WITH BCC ENGINEERING,LLC,AUTHORIZING THE ADMINISTRATION TO
ENTER INTO NEGOTIATIONS WITH CUMMINS CEDERBERG,INC.,AS THE
PROPOSER DETERMINED TO BE THE SECOND BEST QUALIFIED
CONSULTANT FOR SEAWALLS;FURTHER,IF THE ADMINISTRATION IS NOT
SUCCESSFUL IN NEGOTIATING AN AGREEMENT WITH CUMMINS
CEDERBERG,INC.,AUTHORIZING THE ADMINISTRATION TO ENTER INTO
NEGOTIATIONS WITH GHD SERVICES INC.,AS THE PROPOSER DETERMINED
TO BE THE THIRD BEST QUALIFIED CONSULTANT FOR SEAWALLS;AND
FURTHER AUTHORIZING THE ADMINISTRATION TO ENTER INTO
NEGOTIATIONS WITH CUMMINS CEDERBERG,INC.,AS THE PROPOSER
DETERMINED TO BE THE BEST QUALIFIED TO SERVE AS THE PRIME/LEAD
CONSULTANT FOR LIVING SHORELINES;FURTHER,IF THE ADMINISTRATION
IS NOT SUCCESSFUL IN NEGOTIATING AN AGREEMENT WITH CUMMINS
CEDERBERG,INC.,AUTHORIZING THE ADMINISTRATION TO ENTER INTO
NEGOTIATIONS WITH MOFFATT &NICHOL,INC.,AS THE PROPOSER
DETERMINED TO BE THE SECOND BEST QUALIFIED CONSULTANT FOR
LIVING SHORELINES;FURTHER,IF THE ADMINISTRATION IS NOT
SUCCESSFUL IN NEGOTIATING AN AGREEMENT WITH MOFFATT &NICHOL,
INC.,AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS
WITH GHD SERVICES INC.,AS THE PROPOSER DETERMINED TO BE THE
THIRD BEST QUALIFIED CONSULTANT FOR LIVING SHORELINES;AND
FURTHER AUTHORIZING THE INTERIM CITY MANAGER AND CITY CLERK TO
EXECUTE AGREEMENT(S)UPON THE CONCLUSION OF SUCCESSFUL
NEGOTIATIONS BY THE ADMINISTRATION.(PUBLIC WORKS)
Applicable Area:
Page 56 of 1993
Procurement Requests -C2 F
MIAMI BEACH
COMMISSION MEMORANDUM
TO:Honorable Mayor and Members of the City Commission
FROM:Rickelle Williams,Interim City Manager
DATE:July 24,2024
TITLE:A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF
MIAMI BEACH,FLORIDA,ACCEPTING THE RECOMMENDATION OF THE
INTERIM CITY MANAGER TO AUTHORIZE NEGOTIATIONS RELATING TO
REQUEST FOR QUALIFICATIONS NO.2024-234-ND,FOR ENGINEERING
SERVICES FOR SEAWALLS AND LIVING SHORELINES;AUTHORIZING THE
ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH sec ENGINEERING,
LLC,AS THE PROPOSER DETERMINED TO BE THE BEST QUALIFIED TO
SERVE AS THE PRIME/LEAD CONSULTANT FOR SEAWALLS;FURTHER,IF
THE ADMINISTRATION IS NOT SUCCESSFUL IN NEGOTIATING AN
AGREEMENT WITH BCC ENGINEERING,LLC,AUTHORIZING THE
ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH CUMMINS
CEDERBERG,INC.,AS THE PROPOSER DETERMINED TO BE THE SECOND
BEST QUALIFIED CONSULTANT FOR SEAWALLS;FURTHER,IF THE
ADMINISTRATION IS NOT SUCCESSFUL IN NEGOTIATING AN AGREEMENT
WITH CUMMINS CEDERBERG,INC.,AUTHORIZING THE ADMINISTRATION TO
ENTER INTO NEGOTIATIONS WITH GHD SERVICES INC.,AS THE PROPOSER
DETERMINED TO BE THE THIRD BEST QUALIFIED CONSULTANT FOR
SEAWALLS;AND FURTHER AUTHORIZING THE ADMINISTRATION TO ENTER
INTO NEGOTIATIONS WITH CUMMINS CEDERBERG,INC.,AS THE PROPOSER
DETERMINED TO BE THE BEST QUALIFIED TO SERVE AS THE PRIME/LEAD
CONSULTANT FOR LIVING SHORELINES;FURTHER,IF THE ADMINISTRATION
IS NOT SUCCESSFUL IN NEGOTIATING AN AGREEMENT WITH CUMMINS
CEDERBERG,INC.,AUTHORIZING THE ADMINISTRATION TO ENTER INTO
NEGOTIATIONS WITH.MOFFATT &NICHOL,INC,AS THE PROPOSER
DETERMINED TO BE THE SECOND BEST QUALIFIED CONSULTANT FOR
LIVING SHORELINES;FURTHER,IF THE ADMINISTRATION IS NOT
SUCCESSFUL IN NEGOTIATING AN AGREEMENT WITH MOFFATT &NICHOL,
INC.,AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS
WITH GHD SERVICES INC.,AS THE PROPOSER DETERMINED TO BE THE
THIRD BEST QUALIFIED CONSULTANT FOR LIVING SHORELINES;AND
FURTHER AUTHORIZING THE INTERIM CITY MANAGER AND CITY CLERK TO
EXECUTE AGREEMENT(S)UPON THE CONCLUSION OF SUCCESSFUL
NEGOTIATIONS BY THE ADMINISTRATION.(PUBLIC WORKS)
RECOMMENDATION
It is recommended that the Mayor and City Commission approve the Resolution accepting the
City Manager's recommendation pursuant to Request for Qualifications (RFQ)2024-234-ND for
engineering services for seawalls and living shorelines,authorizing the Administration to enter
into negotiations with BCC Engineering,LLC,as the proposer determined to be the best qualified
to serve as the prime/lead consultant for seawalls;further,if the Administration is not successful
in negotiating an agreement with BCC Engineering,LLC,authorizing the Administration to enter
into negotiations with Cummins Cederberg,Inc.,as the proposer determined to be the second
best qualified consultant for seawalls;further,if the Administration is not successful in negotiating
an agreement with Cummins Cederberg,Inc.,authorizing the Administration to enter into
Page 57 of 1993
negotiations with GHD Services Inc.,as the proposer determined to be the third best qualified
consultant for seawalls;and further authorizing the Administration to enter into negotiations with
Cummins Cederberg,Inc.,as the proposer determined to be the best qualified to serve as the
prime/lead consultant for living shorelines;further,if the Administration is not successful in
negotiating an agreement with Cummins Cederberg,Inc.,authorizing the Administration to enter
into negotiations with Moffatt &Nichol,Inc.,as the proposer determined to be the second best
qualified consultant for living shorelines;further,if the Administration is not successful in
negotiating an agreement with Moffatt &Nichol,Inc.,authorizing the Administration to enter into
negotiations with GHD Services Inc.,as the proposer to be the third best qualified consultant for
living shorelines.The Resolution also authorizes the City Manager and City Clerk to execute
agreement(s)upon the conclusion of successful negotiations by the Administration.
The solicitation is currently under the cone of silence.
BACKGROUND/HISTORY
The City of Miami Beach is investing in infrastructure to reduce flood risk and adapt to climate
change.As part of its resilience efforts,the City has updated multiple land use codes for new
construction to address stormwater retention and setbacks and to increase base flood and
freeboard requirements.Most recently,the City adopted an Ordinance entitled "Resiliency
Standards for Tidal and Flood Protection",requiring all new seawalls,and those being
reconstructed,to have a minimum elevation of 5.7 ft.North American Vertical Datum of 1988
(NAVD 88).
The City of Miami Beach has approximately 55 miles of seawalls,of which approximately 50 miles
are privately owned,and 5 miles are City-owned.To optimize the benefits of the seawall program,
the Public Works Department developed a methodology to prioritize the reconstruction of
approximately 2.8 miles of City-owned seawalls within the next 10 years.Factors such as
elevation,location,and condition of each seawall were used to develop the initial ranking of each
seawall.
The initial rankings were then adjusted to capture the benefits derived from contiguous private
seawall segments.Essentially,by optimizing the elevation of public seawalls adjacent to extended
private seawall segments,the City can mitigate additional flooding and encourage residents to
reconstruct their seawalls.Thus,the ultimate focus of the seawall prioritization was to establish a
continuous storm surge and overland flooding barrier throughout the City.
The seawall prioritization was approved and adopted in 2021,and since then,the City has been
working on executing the design and construction of prioritized segments.In 2021,the City also
identified the most viable locations for implementing a living shoreline within existing City-owned
shoreline segments.Living shoreline projects may utilize a variety of structural and organic
materials,such as wetland plants,submerged aquatic vegetation,oyster reefs,sand fill,and
stone.
The City is interested in partnering with the most innovative and solutions-oriented engineers in
the field dedicated to resilience and Miami Beach Rising Above,to continue to carry out the
planned improvements to the prioritized seawall segments.These planned improvements include
a combination of conventional seawalls,hybrid seawalls,and living shorelines.The intent is to
maximize sustainable and resilient solutions for our City.
Accordingly,the Administration developed RFQ 2024-234-ND seeking proposals for the desired
services.
ANALYSIS
On April 3,2024,the Mayor and the City Commission authorized the issuance of RFQ No.2024-
234-ND for engineering services for seawalls and living shorelines.On April 4,2024,the RFQ
was issued.A voluntary pre-proposal conference to provide information to proposers submitting
Page 58 of 1993
a response was held on April 17,2024.One addendum was issued,and 101 prospective bidders
accessed the advertised solicitation.RFQ responses were due and received on May 28,2024.
The City received proposals from the following firms for seawalls and living shorelines:
Seawalls:
•BCC Engineering,LLC
•Cummins Cederberg,Inc.
•GHD Services Inc.
•Stantec Consulting Services Inc.
•R.J.Behar &Company,Inc.
•AECOM Technical Services,Inc.
•Kimley-Horn and Associates,Inc.
Living Shorelines:
•Cummins Cederberg,Inc.
•Moffatt &Nichol,Inc.
GHD Services Inc.
•AECOM Technical Services,Inc.
On May 29,2024,the City Manager appointed the Evaluation Committee via LTC #209-2024.
The Evaluation Committee convened on June 17,2024,to consider the proposals received.The
Committee was comprised of Eugene Egemba,Principal Engineer,Public Works Engineering
Department;Matthew Lepera,Construction Manager,Public Works Engineering Department;
Mariela Paez Castillo,Principal Engineer,Public Works Engineering Department;Lindsey Precht,
Assistant Director,Environment and Sustainability Department;and Adalberto Viciedo,Chief
Structural Engineer,Building Department.
The Committee was provided an overview of the project,information relative to the City's Cone
of Silence Ordinance,and the Government Sunshine Law.The Committee was also provided with
general information on the scope of services and a copy of each proposal.The Committee was
instructed to score and rank each proposal pursuant to the evaluation criteria established in the
RFQ.The results of the Evaluation Committee process are detailed in Attachment A and resulted
in the following rankings
Seawalls:
1st ranked (tie)-BCC Engineering,LLC
1st ranked (tie)-Cummins Cederberg,Inc.
3rd ranked -GH D Services Inc.
4th ranked -Stantec Consulting Services Inc.
5th ranked -R.J Behar &Company,Inc.
6th ranked -AECOM Technical Services,Inc.
7th ranked -Kimley-Horn and Associates,Inc.
Living Shorelines:
1st ranked (tie)-Cummins Cederberg,Inc.
1st ranked (tie)-Moffatt &Nichol,Inc.
3rd ranked -GHD Services Inc.
4th ranked --AECOM Technical Services,Inc.
The Evaluation Committee process resulted in a tie for top rank for seawalls and living shorelines.
BCC Engineering,LLC and Cummins Cederberg,Inc.were tied top-ranked in the seawall
category.Cummins Cederberg,Inc.and Moffatt &Nichol,Inc.were tied top-ranked in the living
shorelines category.After reviewing the submissions,the Evaluation Committee's rankings and
commentary,and the City's experience with the tied firms,the Administration recommends that
the City negotiate with BCC Engineering as the best-qualified firm to serve as the prime/lead
consultant for seawall projects and Cummins Cederberg as the best-qualified firm to serve as the
prime/lead consultant for living shoreline projects.
Page 59 of 1993
Awarding the contract to a single consultant for each discipline,such as the seawall and living
shorelines,ensures continuity and cohesion throughout the project.When the City collaborates
with consultants with a proven track record of successful work,it promotes a seamless workflow
and consistency in quality.This approach will minimize potential communication issues and
design misalignments that can arise from involving multiple consultants.In addition,having one
consultant will foster trust and mutual understanding,which are crucial for efficiently addressing
any challenges that may emerge during the project.
While splitting the contract among multiple consultants might introduce diverse perspectives,the
complexities of coordinating and integrating different consultants can lead to delays and
inconsistencies in the final designs.Therefore,the benefits of maintaining continuity and cohesion
with experienced,trusted consultants significantly outweigh the advantages of dividing the
contract among several consultants.BCC Engineering and Cummins Cederberg have both
demonstrated their ability to deliver outstanding results,and their selection as the sole consultants
will be advantageous to the City.
Lastly,the available workload and the volume of projects do not justify the engagement of two
consultants at this time.The prime/lead consultants in each ca tegory should be able to complete
all the designs as envisioned in the City's seawall prioritization plan.
SEAWALLS
The Evaluation Committee deemed BCC Engineering,LLC (BCC Engineering)as one of the best-
qualified firms to provide engineering services for seawalls.The Evaluation Committee noted that
BCC Engineering has not only completed similar projects for other municipalities in Florida but
has also successfully completed various seawall projects for the City.This experience
demonstrates a thorough understanding of the City's initiatives.The Evaluation Committee also
highlighted BCC Engineering's familiarity with South Florida's structural landscape,which has
been beneficial for past projects and will continue to be advantageous for future seawall
projects.Finally,the approach and methodology outlined by BCC Engineering's Proposal was
detailed and included a seawall evaluation matrix that is used to determine optimal solutions and
a quality control and quality management plan that can reduce the workload for City staff.
BCC Engineering,founded in Miami in 1994 as a local Florida-based firm,has steadfastly
dedicated itself to fulfilling the demands of both the private and public sector clientele.Its expertise
lies in the realm of structural,planning,design,and construction management,encompassing a
wide spectrum of services,including civil,environmental,site development,traffic engineering,
multi-modal transit,complete streets,and highway engineering projects.Today,BBC
Engineering is an award-winning firm with 385 employees and has delivered over $6 billion in
100+projects to date.Finally,BCC Engineering has assessed,repaired,and replaced Florida
seawalls in Fort Lauderdale,Sarasota,and Miami-Dade County.All references provided positive
feedback.
The Evaluation committee also deemed Cummins Cederberg,Inc.(Cummins Cederberg),tied
top-ranked proposer,and GHD Services Inc.,third-ranked proposer,well qualified and should be
considered if the negotiations with BCC Engineering are not successful.
Cummins and Cederberg,founded over 10 years ago,is an engineering firm that has and
continues to exclusively focus on coastal and marine projects.Its professional team is comprised
of coastal engineers,marine structural engineers,marine biologists,regulatory and policy experts,
marine scientists,and surveyors with proven experience in all facets of coastal engineering,
environmental planning,and regulatory framework.Cummins Cederberg has significant
experience within the City of Miami Beach,with more than 40 waterfront projects over the last 10
years,and the City has been satisfied with its work and offered positive feedback.Finally,its
portfolio showcases a range of innovative and resilient seawall projects in Boynton Beach,
Pompano Beach,and Highland Beach,among others.All references provided positive feedback.
Page 60 of 1993
GHD Services Inc.,established in 1928,is one of the world's leading professional services
companies.It operates in the global markets of water,energy and resources,environment,
property and buildings,and transportation.It provides engineering,environmental,advisory,
digital,and construction services.It has completed seawall projects for Biscayne Bay,the City of
Miami,and Indian Creek Village,among others.All references provided positive feedback.
LIVING SHORELINES
The Evaluation Committee deemed Cummins Cederberg as one of the best-qualified firms to
provide engineering services for living shorelines.The Evaluation Committee noted that
Cummins Cederberg has extensive local experience,including living shoreline projects for the
City at Beach View Park,Mid Beach Park,and West 40th Street.Additionally,the Committee
recognized that Cummins Cederberg conducted a Citywide living shoreline viability assessment,
which was implemented and helped secure a Resilient Florida Grant to fund the design,
permitting,and construction of three living shoreline segments.Consequently,it would benefit
the City to have Cummins Cederberg continue to support future innovative,fundable,and
permittable living shoreline projects.Finally,the Evaluation Committee highlighted Cummins
Cederberg's comprehensive knowledge of the local procedures.regulatory permitting
requirements,and innovative solutions,such as 3D-printed artificial reef models and 3D habitat
units,which contribute to building resilient and sustainable living shorelines.
Cummins and Cederberg,founded over 10 years ago,is an engineering firm that has and
continues to exclusively focus on coastal and marine projects.Its professional team is comprised
of coastal engineers.marine structural engineers,marine biologists,regulatory and policy experts,
marine scientists,and surveyors with proven experience in all facets of coastal engineering,
environmental planning,and regulatory framework.Cummins Cederberg has significant
experience within the City of Miami Beach,with more than 40 waterfront projects over the last 10
years,and the City has been satisfied with its work and offered positive feedback.Finally,it has
a deep understanding of the unique coastal challenges and environmental conditions
characteristic of Miami-Dade County as it has completed living shoreline projects for the City of
Miami,the City of West Palm Beach,and Key Biscayne.All references provided positive
feedback.
The Evaluation committee also deemed Moffatt &Nichol,Inc.,tied top-ranked proposer,and GHD
Services Inc.,third-ranked proposer,well qualified and should be considered if the negotiations
with Cummins and Cederberg are not successful.
Moffat &Nichol,Inc.was founded in Long Beach,California,in 1945 to provide design engineering
services to the evolving maritime industry;making it one of the first engineering firms in the world
to embrace the concept of modern coastal engineering.It opened its Miami office in 1994 and
has since opened eight other offices.The firm currently has over 100 personnel,of which over
25 are coastal/maritime engineers and scientists.Its vast local experience includes being a
partner and advisor to Miami-Dade County as the US Army Corps of Engineers (USAGE)moves
forward with the next phase of the Back Bay Coastal Storm Risk Management (CSRM)study,
advising North Bay Village on the planning of their Island Walk project,and developing the draft
tidal barrier ordinance for the Village of Key Biscayne.All references provided positive feedback.
GHD Services Inc.,established in 1928,is one of the world's leading professional services
companies.It operates in the global markets of water,energy and resources,environment,
property and buildings,and transportation.It provides engineering,environmental,advisory,
digital,and construction services.It has completed living shoreline projects for Biscayne Bay,the
City of Miami,and Ponce Inlet,among others.All references provided positive feedback.
FISCAL IMPACT STATEMENT
The Public Works Department has budgeted $1,000,000 for these services.Fees will be
established through the negotiation process.Services pursuant to the award of this RFQ shall be
Page 61 of 1993
subject to successful negotiations and the availability of funds approved through the City's
budgeting process.It is not anticipated that grant funding will be utilized for this project.
Does this Ordinance require a Business Impact Estimate?
(FOR ORDINANCES ONLY)
The Business Impact Estimate (BIE)was published on.See BIE at
https://www .miamibeachfl.gov/city-hall/city-clerk/meeting-notices/
FINANCIAL INFORMATION
433-0815-061357-29-418-564-00-00-00-
29020
CONCLUSION
$1,000,000
Based on the foregoing,it is recommended that the Mayor and City Commission approve the
Resolution accepting the City Manager's recommendation pursuant to Request for Qualifications
(RFQ)2024-234-ND for engineering services for seawalls and living shorelines,authorizing the
Administration to enter into negotiations with BCC Engineering,LLC,as the proposer determined
to be the best qualified to serve as the prime/lead consultant for seawalls;further,if the
Administration is not successful in negotiating an agreement with BCC Engineering,LLC,
authorizing the Administration to enter into negotiations with Cummins Cederberg,Inc.,as the
proposer determined to be the second best qualified consultant for seawalls;further,if the
Administration is not successful in negotiating an agreement with Cummins Cederberg,Inc.,
authorizing the Administration to enter into negotiations with GHD Services Inc.,as the proposer
determined to be the third best qualified consultant for seawalls;and further authorizing the
Administration to enter into negotiations with Cummins Cederberg,Inc.,as the proposer
determined to be the best qualified to serve as the prime/lead consultant for living shorelines;
further,if the Administration is not successful in negotiating an agreement with Cummins
Cederberg,Inc.,authorizing the Administration to enter into negotiations with Moffatt &Nichol,
Inc.,as the proposer determined to be the second best qualified consultant for living shorelines;
further,if the Administration is not successful in negotiating an agreement with Moffatt &Nichol,
Inc.,authorizing the Administration to enter into negotiations with GHD Services Inc.,as the
proposer to be the third best qualified consultant for living shorelines.The Resolution also
authorizes the City Manager and City Clerk to execute agreement(s)upon the conclusion of
successful negotiations by the Administration.
Applicable Area
Citywide
Is this a "Residents Right to Know"item,
pursuant to City Code Section 2-17?
No
Is this item related to a G.O.Bond
Project?
No
as_this Agenda Item initially requested by a lobbyist which,_as defined_in Code Sec.2-4 1,
includes a principal engaged in lobbying?No
Page 62 of 1993
If so,specify the name of lobbyist(s)and principal(s):
Department
Procurement
Sponsor(s)
Co-sponsor(s)
Condensed Title
Award RFQ 2024-234-ND,Engineering Services for Seawalls and Living Shorelines PW/PR
Page 63 of 1993
ATTACHMENT A -SEAWALL.S
RFQ 202-734-0 +{'a !\'Mariel»Par Cistlllo
..ta !\'gEnglneerlng8oresfarSe2al/g Eugono Egomba c Matthew Lepera C Lindsey Procht 5 Adattorto Vtchedo Low55223clandLuingshone.G 3 3 1 4 3 AlQualltattvoQuantitativeSubtotalQualitatbveQuantitativeI8ubtolalQuafitatlvaQuantltathve8btotu!Qualltathe }auant/tathvo Subtotal Qualitative Q uan titatwvo [8ubtotal=ell!r!!w!!!!ll,LLC 89 3 92 2 a 3 99 1 75 ·-+-78 4 91 1 3 a.A 1 90 3 I 93 3 '10 1odgrtogg.ic g '94 1 09-3 8 .--395 n Oil '3 0 2,so 18L2 10 $G±p0Ssricvs Jng 89 5 8 4 91--5 9 2 10-s _.15 1 ,g7 4/-g t t±!}}192Slat9gnu4taslg¢1;Al ,AO 3 3 286 8 97 3 100 'o 18 4R,0,A0hr.$.am ary.ls,-77 ,2 g3 5 ?6,40 5 45 7 YT 5 e3 -¾L.J..,tL-~-.!i._-~---•··••1 ,SAECOMTonn!calSorvicos.Inc,-+As n RR s'so 0 an 4 7 n y 16 74 i n 74 8?s6 2g $Kmnlr±om and Asoi9toes,l,-I}I 0 78 7 2 0 2 7 97 0 97 1 3 7 I n r 6 1 j sy 17 -%9LI
auntiiivo Politi
Prop9osor Volume of Volumra of Vetarn's Total Quml'tuthvo
Wort Work Palnts Pall (Voivmo ot Work +Veteran's)
AMAIese.A 1m71410#1 0 ··-----&L:tuc 1.11 .1z 3
ereCoote[au.+1m,1.,-·..3
goon $
eerier9eo.me.be 1 4,HM.M 0
Mu.er49me.-ms-..1121 .-9ees.Ceca.1-2%19 .t >
Page 64 of 1993
ATTACHMENT A -LIVING SHORELINES
RFQ 202-2344D g '"g o '1;,Englneorlng Servlcosfor Seawalls Eugena Egomba Matthew Lapora""""c Martola Pear Cistlllo Lindsey Precht 5 Adalborto VIcleda g.L.ow e552aX.J Aggregato RandLyingShargllgg3£3 5 3i 5Totals
Qualitatlvo Quantitativo Subtotal Qualitatlvo Quantitative 8ubtotal Qualitatlvo Quantluthvo 8ubtoctal Qualltut Na {aunt/tattve subtotal Qulltatvo Quantitothvo [8ubtotal e,
Cummins Cedorbera.Im..89 ,%2 9 3 97 1 99 ,02 1 g 3 93 2 93 3 I g6 3/«![Mo!I4t&Nlcht.I I_s 5 t 88 5 2 3 09 .7 a,8 5 0 1 95 •I 100 +
GHD Sorvi3 JG --88 5 an 4 %%}-?95..-5 100 82 ,87 3 92 5 g7 2 -.-13 3
AQMTohnical Salms,Jo,-91-..91 3 ---4 4 74 n ·----74_'4 74 0 7a 4 an n 00 4 ,.4
Quantitatlvo Points
Prop0tar Volume ot Volume of Votoran's Total Quan/tatlvo
Work Work Polnts Polnts [Vokuma at Work +Veteran's)
Aro T $e.ta g 0 -
[Seo Ge#tea.he ,g41pg9,1»9 c 4
ere.'.
r4,ta ........0
Page 65 of 1993
0 M B A vailab le Balances
as of 7/15/2024
RFQ for Engineering Services for Seawalls and Living Shorelines
Procurement Requests -C2 {{item.number}}
MIAMI BEACH
COMMISSION MEMORANDUM
TO:
FROM:
DATE:
TITLE:
Honorable Mayor and Members of the City Commission
Rickelle Williams,Interim City Manager
July 24,2024
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 (RF0)2024-234-
ND FOR ENGINEERING SERVICES FOR SEAWALLS AND LIVING SHORELINES
(PUBLIC WORKS)
FISCAL IMPACT STATE MENT
Th e Public W orks Depa rtme nt has bu dgeted S1,000 ,000 for these se rvi ces .Fees wi ll be
es tablish ed throug h the nego tiatio n process .Se ri ces pu rs ua nt to the award of this RF O sha ll be
su bject to succe ssf ul neg otiatio ns and th e ava ilability of funds appro ved throug h the City's
budgeting pro cess .It is not an ticipa ted th at gra nt fund ing wll be utilized for this proj ect .
Docs th!s_Q rg inancgo rggulrg a u singss lmpact Es tim ate?
(FO R ORDINANCES ONLY)
Th e Busi ness Im pa ct Esti ma te (BIE)wa s pu blished on .See BIE at:
httpsyAyy_miamibeachfgov/city-hall/city -g erky mn g@ting-no tices!
FINANCIAL_INFORMATgN
~33-08 15-06 135 7-29-4 18-564 -00--0 0-0 0-I[290 20 [51,000 ,000,......,
-
Account
4 rear Comparison
A-rwur r+oar rs:
8,-0Mu¢
·CJ
_o.
,-----•DOAcount Net»
+79.10 4 {_'
.195.70 64
00 3
1,615.50942
15.00 7.79
9.s27.s ,
0.397.0
1,101,1¢1.64
318 2
311,000 .00 LI
45240000'3
os's'
163500 00
264.0909,_y
o0 03 !
479 309 04
3721
151,950 00 ta
220,000 00
G
371050 00
co5s00 t
0o,
311.000.00
16.39
00 Is.
06 _M
00e's
s 'G:
».
.00
.0O
00 ta
1972485.8¢'a
00
1,0124$84
·0 1 »75 a
10.57.s
2 .2 7 s0 ._a'
1,101.161 64
44 1'
Page 66 of 1993
RESOLUTION NO._
A RESOLUTION OF THE MAYOR ANO CITY COMMISSION OF THE CITY OF
MIAMI BEACH,FLORIDA,ACCEPTING THE RECOMMENDATION OF THE
INTERIM CITY MANAGER TO AUTHORIZE NEGOTIATIONS RELATING TO
REQUEST FOR QUALIFICATIONS NO.2024-234-ND,FOR ENGINEERING
SERVICES FOR SEAWALLS AND LIVING SHORELINES;AUTHORIZING
THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH BCC
ENGINEERING,LLC,AS THE PROPOSER DETERMINED TO BE THE BEST
QUALIFIED TO SERVE AS THE PRIME/LEAD CONSULTANT FOR
SEAWALLS;FURTHER,IF THE ADMINISTRATION IS NOT SUCCESSFUL IN
NEGOTIATING AN AGREEMENT WITH BCC ENGINEERING,LLC,
AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS
WITH CUMMINS CEDERBERG,INC.,AS THE PROPOSER DETERMINED TO
BE THE SECOND BEST QUALIFIED CONSULTANT FOR SEAWALLS;
FURTHER,IF THE ADMINISTRATION IS NOT SUCCESSFUL IN
NEGOTIATING AN AGREEMENT WITH CUMMINS CEDERBERG,INC.,
AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS
WITH GHD SERVICES INC.,AS THE PROPOSER DETERMINED TO BE THE
THIRD BEST QUALIFIED CONSULTANT FOR SEAWALLS;AND FURTHER
AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS
WITH CUMMINS CEDERBERG,INC.,AS THE PROPOSER DETERMINED TO
BE THE BEST QUALIFIED TO SERVE AS THE PRIME/LEAD CONSULTANT
FOR LIVING SHORELINES;FURTHER,IF THE ADMINISTRATION IS NOT
SUCCESSFUL IN NEGOTIATING AN AGREEMENT WITH CUMMINS
CEDERBERG,INC.,AUTHORIZING THE ADMINISTRATION TO ENTER INTO
NEGOTIATIONS WITH MOFFATT &NICHOL,INC.,AS THE PROPOSER
DETERMINED TO BE THE SECOND BEST QUALIFIED CONSULTANT FOR
LIVING SHORELINES;FURTHER,IF THE ADMINISTRATION IS NOT
SUCCESSFUL IN NEGOTIATING AN AGREEMENT WITH MOFFATT &
NICHOL,INC.,AUTHORIZING THE ADMINISTRATION TO ENTER INTO
NEGOTIATIONS WITH GHD SERVICES INC.,AS THE PROPOSER
DETERMINED TO BE THE THIRD BEST QUALIFIED CONSULTANT FOR
LIVING SHORELINES;AND FURTHER AUTHORIZING THE INTERIM CITY
MANAGER AND CITY CLERK TO EXECUTE AGREEMENT(S)UPON THE
CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE
ADMINISTRATION.
WHEREAS,on April 3,2024,the Mayor and City Commission approved the issuance of
the Request for Qualifications (RFQ)No.2024-234-ND for Engineering Services for Seawalls
and Living Shorelines;and
WHEREAS,Request for Qualifications No.2024-234-ND (the "RFQ")was released on
April 4,2024;and
WHEREAS,a voluntary pre-proposal meeting was held on April 17,2024;and
WHEREAS,on May 28,2024,the City received proposals from the following firms for
seawalls and living shores:
Seawalls:
•BCC Engineering,LLC
•Cummins Cederberg,Inc.
Page 67 of 1993
•GHD Services Inc.
•Stantec Consulting Services Inc.
•R.J.Behar &Company,Inc.
•AECOM Technical Services,Inc.
•Kimley-Horn and Associates,Inc.
Living Shorelines:
•Cummins Cederberg,Inc.
•Moffatt &Nichol,Inc.
•GHD Services Inc.
•AECOM Technical Services,Inc;and
WHEREAS,on May 29,2024,the City Manager,via Letter to Commission No.209-
2024,appointed an Evaluation Committee consisting of the following individuals:Eugene
Egemba,Principal Engineer,Public Works Engineering Department;Matthew Lepera,
Construction Manager,Public Works Engineering Department;Mariela Paez Castillo,Principal
Engineer,Public Works Engineering Department;Lindsey Precht,Assistant Director,
Environment and Sustainability Department:and Adalberto Viciedo,Chief Structural Engineer,
Building Department;and
WHEREAS,the Evaluation Committee convened on June 17,2024,to review and score
the proposals;and
WHEREAS,the Evaluation Committee received 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 Evaluation Committee was instructed to score and rank each proposal
pursuant to the evaluation criteria established in the RFQ;and
WHEREAS,the Evaluation Committee process resulted in the ranking of proposers as
follows:
Seawalls:
1"ranked (tie)-BCC Engineering,LL
1ranked (tie)--Cummins Cederberg,Inc.
3°ranked --GHD Services Inc.
4"ranked -Stantec Consulting Services Inc.
5"ranked -R.J.Behar &Company,Inc.
6"ranked -AECOM Technical Services,Inc.
7th ranked -Kimley-Horn and Associates,Inc.
Living Shorelines:.
15'ranked (tie)-Cummins Cederberg,Inc.
1st ranked (tie)-Moffatt &Nichol,Inc.
3"ranked -GHD Services Inc.
4"ranked -AECOM Technical Services,Inc.;and
WHEREAS,after reviewing all of the submissions and the Evaluation Committee's
rankings and commentary,the City Manager,for the reasons set forth in the accompanying
commission memorandum,recommends that the Mayor and City Commission authorize the
Administration to enter into negotiations with BCC Engineering,LLC,as the proposer
determined to be the best qualified to serve as the prime/lead consultant for seawalls;further,if
the Administration is not successful in negotiating an agreement with BCC Engineering,LLC,
Page 68 of 1993
authorizing the Administration to enter into negotiations with Cummins Cederberg,Inc.,as the
proposer determined to be the second best qualified consultant for seawalls;further,if the
Adm inistration is not successful in negotiating an agreem ent with Cummins Cederberg,Inc.,
authorizing the Adm inistration to enter into negotiations with G HD Services Inc.,as the proposer
determ ined to be the third best qualified consultant fo r seawalls;and further authorizing the
Adm inistration to enter into negotiations with Cumm ins Cederberg,Inc.,as the proposer
determ ined to be the best qualified to serv e as the prim e/lead consultant fo r living shorelines;
further,if the Adm inistration is not successful in negotiating an agreem ent with Cum m ins
Cederberg,Inc.,authorizing the Adm inistration to enter into negotiations with Moffatt &Nichol,
Inc.,as the proposer determined to be the second bes t qualified consultant fo r living shorelines;
further,if the Administration is not successful in negotiating an agreement with Moffatt &Nichol,
Inc.,authorizing the Administration to enter into negotiations with G HD Services Inc.,as the
proposer to be the third best qualified consultant for living shorelines;and further authorizing the
interim City M anager and City Clerk to execute agreement(s)upon the conclusion of successful
negotiations by the Adm inistration.
NOW,THEREFORE,BE IT DULY RESOLVED BY THE MAYOR AND CITY
COMMISSION OF THE CITY OF MIAMI BEA CH,FLORIDA,that the M ayor and City
Com m ission hereby accept the recom m endation of the City M anager,pursuant to Request for
Q ualifica tions (RFQ )No.2024-234-ND for Engineering Serv ices for Seawalls and Living
Shorelines;authorize the Adm inistration to enter into negotiations with BCC Engineering,LLC,
as the proposer determ ined to be the best qualified to serve as the prime/lead consultant for
seawalls;further,if the Adm inistration is not successfu l in negotiating an agreem ent with BCC
Engineering,LLC,authorize the Adm inistration to enter into negotiations with Cum m ins
Cederberg,Inc.,as the proposer determined to be the second best qualified consultant for
seawalls;further,if the Adm inistration is not successful in negotiating an agreement with
Cum m ins Cederberg,Inc.,authorize the Adm inistra tion to enter into negotiations with G HD
Serv ices Inc.,as the proposer determ ined to be the third best qualified consultant fo r seawalls;
and further authorize the Adm inistration to enter into negotiations with Cumm ins Cederberg,
Inc.,as the proposer determined to be the best qualified to serv e as the prime/lead co nsultant
for living shorelines;further,if the Adm inistration is not successful in negotiating an agreement
with Cum m ins Cederberg,Inc.,authorize the Adm inistration to enter into negotiations with
Moffatt &Nichol,Inc.,as the pro poser determ ined to be the second best qualified co nsultant for
living shorelines;further,if the Adm inistration is not successful in negotiating an agreem ent with
M offatt &Nichol,Inc.,authorize the Adm inistration to enter into negotiations with G HD Service s
Inc.,as the proposer to be the third best qualified co nsultant for livi ng shorelines;and further
authorize the interim City Manager and City Clerk to execute agre ement(s)upon the conclusion
of successful negotiations by the Administration.
PASSED AND ADOPTED this day of 2024.
Steven M einer,Mayor
ATTEST:
Rafael E.G ranado,City Clerk APPRO VED AS TO
FO RM &LA NG UAG E
&FO&iECUTIO N
h//zez-
htdeCityAttorney:¥Date
Page 69 of 1993
OFFICE OF THE CITY ATTORNEY
RICARDO J.DOPICO
City Attorney
F L 0 R D A
Telephone:
Facsimile:
(305)673-7470
(305)673-7002
July 23,2024
Via e-Mail:gmoscoso@beckerlawyers.com
David J.Moscoso,Esq.
2525 Ponce De Leon Boulevard,Suite 825
Coral Gables,FL 33134-6051
RE:Response to Bid Protest Relating to Request for Qualifications No.2024-234-
ND,Engineering Services for Seawalls and Living Shorelines (the "RFQ")on
behalf of Moffatt &Nichol,Inc.(the "Client"or "Moffatt"),pursuant to Section 2-
371 (2)of the City of Miami Beach Code.
Dear Mr.Moscoso:
The City has reviewed the bid protest you filed on July 19,2021 on behalf of your Client,
Moffatt &Nichol,Inc.("Moffatt"),with regard to the City Manager's award recommendation
pursuant to the RFQ.After reviewing the particulars upon which Moffatt's protest has been
submitted,the City hereby rejects Moffatt's protest and,in support thereof,finds as follows.
Background
Moffatt's protest claims "[t]he City Manager's decision to recommend an award of the RFQ to
Cummins Cederberg was not exercised upon clearly defined criteria and is arbitrary and
capricious,"and also that the City Manager "failed to provide a clearly defined criteria for
deciding an award recommendation in the event of a tie between two proposers for the RFQ
and made its decision based on criteria which was established outside of the RFQ
specification."Moffatt further argues the City Manager considered factors outside of the RFQ
specifications and in the process gave preference to the recommended bidder.
The City Manager's Authority and the Role of the Evaluation Committee
Moffit's protest mischaracterizes the City Manager's award process and fails to acknowledge
the City Manager's broad discretion in making an award recommendation,as outlined in the
RFQ.To describe the City Manager's award recommendation as a "tie breaker"misconstrues
the roles of the City Manager and the Evaluation Committee.In making an award
recommendation,the City Manager's recommendation need not be consistent with the
1700 Convention Center Drive Fourth Floor -Miami Beach,Florida 33139
Page 70 of 1993
David J.Moscoso,Esq.
July 23,2024
Page2
Evaluation Committee's rankings.Rather,the City Manager's recommendation is intended to
encompass a holistic assessment of each bidder's overall qualifications.
The City Manager's authority and discretion in recommending an award to the Mayor and City
Commission is granted by Section 2-369 of the City of Miami Beach City Code,which is
referenced in Section 0100,12 (Determination of Award)of the RFQ.Section 2-369 of the
code states "[ijn determining the ...best bidder ...[the City Manager shall consider]"the
following:
(1)the ability,capacity and skill of the Bidder to perform the contract;
(2)whether the bidder can perform the contract within the time specified,without
delay or interference;
(3)the character,integrity,reputation,judgment,experience and efficiency of the
Bidder;
(4)the quality of performance of previous contracts;and
(5)the previous and existing compliance by the Bidder with laws and ordinances
relating to the contract.
Furthermore,Section 0100,12,of the RFQ clearly states that the City Manager's
recommendation need not align strictly with the Evaluation Committee's findings and,in
addition to the factors listed in Section 2-369,may consider other information deemed
relevant in making a recommendation to City Commission.Thus,consideration of a bidder's
performance under previous contracts was not arbitrary and capricious,nor should
information included in the RFQ and City Code be described as "an unwritten bias"or as a
consideration that was not identified in the RFQ specifications.
By placing too much emphasis on the results of the Evaluation Committee,Moffatt incorrectly
conflates its favorable Evaluation Committee ranking with a guaranteed outcome.Moffatt
disagrees with the results of the RFQ and finds that its own credentials provide no rational
basis for an award to anyone other than itself.However,Florida courts have repeatedly made
clear that,in reviewing challenges to a public agency's procurement decisions,a "public body
has wide discretion"in the bidding process and "its decision,when based on
an honest exercise"of the discretion,should not be overturned "even if it may appear
erroneous and even if reasonable persons may disagree."Department of Transportation v.
Groves-Watkins Constructors,530 So.2d 912,913 (Fla.1988)(quoting Liberty County v.
Baxter's Asphalt &Concrete,Inc.,421 S0.2d 505 (Fla.1982))(emphasis in original)."[The]
sole responsibility is to ascertain whether the agency acted fraudulently,arbitrarily,illegally,
or dishonestly."Groves-Watkins,530 So.2d at 914.The City Manager made an award
recommendation clearly within her discretion and in accordance with the terms of the RFQ
and City Code.
'Because this solicitation is a request for qualifications,where prices and bids are not collected,
certain references to "price"and the "lowest"bidder have been omitted from the quoted language for
the avoidance of confusion.
1700 Convention Center Drive Fourth Floor Miami Beach,Florida 33139
Page 71 of 1993
David J.Moscoso,Esq.
July 23,2024
Page3
For the reasons set forth above,the City denies Moffatt's protest.Moffatt may appeal this
decision by filing an original action in the Circuit Court of the Eleventh Judicial Circuit in and
for Miami-Dade County,Florida,in accordance with the applicable court rules.Any action
not brought in good faith shall be subject to sanctions including damages suffered by the City
and attorney's fees incurred by the City in defense of such wrongful action.
Sincerely,
Ricardo J.Dopico
City Attorney
cc:Mayor Steven Meiner and Members of the City Commission
Rickelle A.Williams,Interim City Manager
Rafael Granado,City Clerk
Kristy Bada,Interim Procurement Director
1700 Convention Center Drive Fourth Floor Miami Beach,Florida 33139
Page 72 of 1993
David J.Moscoso
Attorney at Law
Phone:305.260.1003 Fax:305.442.2232
dmoscoso@beckerlawyers.com
Becker &Poliakoff
2525 Ponce de Leon Blvd,Suite 825
Coral Gables,FL 33134
July 19,2024
Via electronic mail:Rickelle Williams@miamibeachf]gov
Becker
Re:Bid protest letter to the City Miami Beach (the "City")on behalf of
Moffatt &Nichol,Inc.(the "Client"or "Moffat"),pursuant to
Section 2-371(2)of the City of Miami Beach Code.Providing the
City with notice of deviations from the competitive solicitation
guidelines and violations of established case law precedent in
Florida.
Dear Ms Williams:
The undersigned firm has the privilege of representing Moffatt &Nichol,Inc.("Moffatt"
or "Client").Our Client has asked us to provide you with a letter detailing several instances in
which the City has failed to uphold its duties under the Code and established case law.
Supporting documentation in favor of the claims made on behalf of D.L Porter Constructors,Inc.
is submitted with this response.
I.BACKGROUND
The City of Miami Beach (the "City"or "Miami Beach")issued a Request for
Qualifications ("RFQ),RFQ No.2024-234-ND,titled "Engineering Services for Seawalls and
Living Shorelines"in April of 2024.On July 17,2024 the City issued an Award Notification
pursuant to the RFQ.The Award Notification notified Moffett that the City Manager will be
recommending to the Mayor and City Commission at its July 24,2024 meeting for the
Commission approve a resolution accepting two recommendations,one for engineering services
for seawalls and another for engineering services for living shorelines,and to approve the
administration to enter into negotiations with BCC Engineering,LLC for seawalls and Cummins
&Cederberg,Inc.for living shorelines.
The Evaluation Committee process resulted in a tie for top rank for seawalls and living
shorelines.BCC Engineering,LLC and Cummins Cederberg,Inc.("Cederberg")were tied top-
ranked in the seawall category.Cummins Cederberg,Inc.and Moffatt &Nichol,Inc.were tied
top-ranked in the living shorelines category.After reviewing the submissions,the Evaluation
Committee's rankings and commentary,and the City's experience with the tied firms,the
Administration recommended that the City negotiate Cummins Cederberg as the prime/lead
consultant for living shoreline projects.
www.beckerlawyers.com Florida I New Jersey I New York I Washington.D.C.
Page 73 of 1993
2
The Evaluation Committee deemed Cummins Cederberg as one of the best-qualified
firms to provide engineering services for living shorelines.The Manager's position expressed in
the Award Notification is that it would benefit the City to have Cummins Cederberg as the
awardee based on their past experience in working with the City and their experience in local
projects.However,the Evaluation Committee also deemed Moffatt &Nichol,Inc.,as a tied top-
ranked proposer and noted Moffat &Nichol,Inc.also has several local projects which were
specific to shorelines.
Moffatt &Nichol,Inc.submits this letter on July 19,2024.
II.LEGALSTANDARD
Although public authorities have wide discretion in awarding public contracts
through a competitive procurement process,that discretion,"must be exercised based upon
clearly defined criteria,and mav not be exercised arbitrarilv or capriciouslv."Liberty
County v.Baxter 's Asphalt &Concrete,Inc.,421 So.2d 505 (Fla.1982)(emphasis added);
Emerald Correctional Management v.Bay County Bd.Of County Commissioners,955 So.2d
647 (Fla.1st DCA 2007).Public authorities cannot exercise that discretion in a manner that is
arbitrary,capricious,dishonest,fraudulent,unreasonable,or in any other way that would subvert
or undermine the purpose and object of competitive bidding.D.O.T.v.Groves-Watkins
Constructors,530 So.2d 912,913-14 (Fla.1988);Caber Systems v.Department of General
Services,530 So.2d 325,336 (Fla.1st DCA 1988).A contract let without regard to required
bidding is void and payments may be enjoined.es ter v.Belote,103 Fla.976,138 So.721
(1931).A public entity may not reserve the right to modify the specifications,because to do so
would permit favoritism and prevent an equal comparison of bids.Id.
No fair comparison of bids may be made unless all bidders are responding to the same
specifications.When an invitation to bid lacks definite specifications,a trio of bid violations
occurs:each bidder is free to submit bids on what amounts to the bidder's own scope of the
work;the agency cannot make an adequate evaluation;and the agency must arbitrarily choose
the successful bidder.Any one of the foregoing defects will render a contract void Id.;Glastein
v.City of Miami,399 So.2d 1005 (Fla.3d DCA 1981).
A public entity may not avoid the competitive bidding requirement of its charter by
amending a contract properly let through competitive bidding.Robert G.Lassiter &Co.v.
Taylor,99 Fla.819,128 128 So.14 (1930),69 A.L.R.689.
Material variances are those that give one bidder a substantial advantage over the other
bidders and restrict competition.Nonmaterial variances are those that do not affect price,give
one bidder an advantage or benefit not enjoyed by other bidders,or adversely affect the interests
of the agency.Tropabest Foods,Inc.w.State,Dept.of General Services,493 So.2d 50 (Fla.Ist
DCA 1986).
"A capricious action is one taken without thought or reason or irrationally.An arbitrary
decision is one not supported by facts or logic."Agrico Chem.Co.v.Dep 't of Envr.Reg.,365
Page 74 of 1993
3
0.2d 759.763 (Fla Ist DCA 1978)In_the_contract_procurement_contet._whether an action
as_arbitrary or capricious depends upon_hgther the_ayarding authority_complied_with
it_own_proposal criteria.See_Acad Express_LL_Brauard it53So_3D[I_Fla_4th
D _A20IL_Emphasis added)
If an agency fails to observe pre-established specifications.or its code,"that action
will render meaningless the basis upon which bids were initially sought,and so must be
deemed arbitrary.illegal,fraudulent,or dishonest."MI Telecommunications Corp v Dept
of Corrections,1995 WL 1053092 Fla Di.Admin Hrgs Emphasis added)
Ill.PROTEST
A.The City Manager's decision to recommend an award of the RFO to Cummins
Cederberg was not exercised upon clearly defined criteria and is arbitrary and
capricious.
a.The City Manager failed to provide a clearly defined criteria for deciding
an award recommendation in the event of a tie between two proposers for
the RF)and made its decision based on criteria which was established
outside of the RFQ specifications.
The specifications for the RFQ were provided to all Bidders at the same time on April 0-4.
2024.The specifications for this RF W provided clear proposal evaluation criteria in Section
0400 of the RFQ guidelines,titled "Proposal Evaluation"Section 0400 provided a clearly
defined evaluation criteria in sub-section 7 of the Proposal Evaluatuon Criteria.titled
Determination of Final Ranking"The evaluation criteria for a determination of final ranking
provided to all Bidders was as follows
7 DETERMINATION OF FINAL RANKING Ihe sum of the evaluation cnte na points wll be
vetted to tankungs it accordance wth the example below
oder A Bidder Bidder C
Q ualta r e Pai nts 82 74 80
or mwttee Quattattve Punts 5 5 0
member t Total 37 79 30
Rank t 3 2
3ustati ve Pun ts 32 85 72
Com m ittee Qua nttate Po rt 5 5 0
mntee 2 Tctai 87 90 72
Rana 1 2 3
Quastate Pants 90 74 66
C ommi ttee Quant/tate Pont 5 ±3
Manter 2 Tota 95 79 66
tuna t 2 3
Low Agg#gate Scot J 8
Fnal Ranking''a 1
The determination of final rankings also notes that the results of the proposal evaluation
process in accordance with Section 0400 does not represent an award recommendation and that
the Cit Manager may use any other information he deems appropriate to develop an award
Page 75 of 1993
recommendation to the City ommtss1on,wheh may differ from the results of the proposal
evaluation process and final rankings"No further elaboration,specification,or definition for the
C ity Manager s cri teria for developing the award recommendation was provided to the Bidders
Following the Evaluation Committee's sum of the evaluation criteria points.Moffet and
Cederberg were determined to be in a tie even though Moffet was given more first place votes
by the Committee Members.However.because the RF)specifications provide that the
Evaluation Committee s decision is not an award recommendation.the scores were simply
passed to the City Manager and the Evaluation Committee s participaton in the competitive
process ended
The Cit Manager then proceeded to break the tie and make an award recommendation to
Cederberg based on the fact their "significant experience with the City of Miami Beach and
their "deep understanding of the unique coastal challenges and environmental conditions
characteristic of Miami-Dade County"However,nothing contained in the RFQ specifications
provided a local bidder preference.nor were any requirements set forth indicating that proposers
should tailor their bids toward a focus on local project Moreover.even if the Bidders would
have known that an unwritten bias in favor of experience with local projects existed,multiple
members of the Evaluation Committee.including those who ranked Moffatt &Nichol above
Cederberg noted specifically the breadth of Moffatt's local experience and their familiarity with
local permitting.Moreover.unlike Cederberg.all the projects submitted by Moffet &Nichol
were focused exclusively on shoreline projects As such Moffet &Nichol's projects included m
their proposal were both more narrowly tailored and locally focused specifically for the
engineering services sought by the City There simply is no rational basis by which the City
Manager could have arrived that Cederberg was better suited to be awarded the engineering
services for the living shoreline portion of the RFO
Even if the consideration of Cederberg s history in working with the City of Miami Beach was a
factual basis by which the City could determine that one Bidder displayed a more robust record
of know ledge.performance.and aptitude for the shoreline portion of the RFQ,to make the
decision based on that criteria would be to rely on a series of factors not contemplated by the
RFQ guidelines.it deprives all bidders of a fat opportunity to compete by giving an unwritten
advantage based on a criteria which no bidders could have tailored their bids to reflect
Because the Cit Manager relied on the local history and preference for a bidder with local
experience as criteria in awarding this RF)and because there is no clearly defined standard for
the evaluation of such the Bidders in this RF)were prevented from competing on an even
playing field and the decision to make an award recommendation is based on an arbitrary and
capricious standard The RFQ for the living shoreline portion of the RFQ should be reissued for
Page 76 of 1993
competitive solicitation.with a clear indication of procedure in the event of a tie and a clear
methodology of scoring for Bidders regarding experience with local shoreline projects
B.Conclusion.
The City of Miami Beach issued an RFQ for engineering services for a living shoreline
with a clearly identified RFQ approach and methodology The Evaluation Committee for this
RFO reviewed proposal submitted by Bidders based on a clearly defined criteria and standards
The scoring provided bv the Evaluation Committee resulted in a tie for two bidders in this
process.The Manager proceeded to break the te by making a recommendation to award
Cederberg based on their familiarity and experience in local shoreline projects The Evaluation
Committee provided in their notes an emphasis on Moffett's experience and familiarity with
local shoreline projects as a rationale for their high scores.The City Manager clearly did not rely
on the experience and familiarity with local shoreline projects as the criteria for breaking the tte.
however even if she did,and to the extent she did.doing so would constitute a reliance on an
undefined and unspecified criteria which should be deemed as arbitrary a and capricious based
on Florida case law Because the City Manager s award recommendation is based on an arbitrary
and capricious application of undefined criteria,the RF)recommendation should be denied and
the Commission should either award Moffett &Nichol the living shoreline engineering services
or rebid that portion of the RFO
Respectfully submitted
David J Moscoso
DJM
25 us164:I Page 77 of 1993
ACTION:Resolution 2024-33164 adopted.Bradford Kaine and Kristy Bada to handle.
C2 D A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI
BEACH,FLORIDA,AUTHORIZING THE CITY MANAGER,OR DESIGNEE,TO SELECT,
NEGOTIATE,AWARD,AND REJECT ALL BIDS,CONTRACTS,AGREEMENTS,AND
GRANT APPLICATIONS;RENEW EXISTING CONTRACTS WHICH MAY EXPIRE;ANO
TERMINATE EXISTING CONTRACTS,AS NEEDED,FROM THE LAST COMMISSION
MEETING ON JULY 24,2024,UNTIL THE FIRST REGULARLY SCHEDULED MEETING ON
SEPTEMBER 11,2024,SUBJECT TO RATIFICATION BY THE CITY COMMISSION AT ITS
FIRST REGULARLY SCHEDULED MEETING ON SEPTEMBER 11.2024 JOINT CITY
COMMISSION,RDA,AND NBCRA
Applicable Area:Citywide
Procurement
ACTION:Resolution 2024-33165 adopted.Kristy Bada to handle.
C2 E A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI
BEACH,FLORIDA,ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER
PURSUANT TO INVITATION TO NEGOTIATE NO.2024-289-ND.FOR TRAFFIC SIGNAL
OPTIMIZATION SYSTEM;AUTHORIZING THE ADMINISTRATION TO ENTER INTO
NEGOTIATIONS FOR PHASE I WITH RHYTHM ENGINEERING,LLC,AS THE TOP-
RANKED PROPOSER:FURTHER.IF THE ADMINISTRATION IS NOT SUCCESSFUL IN
NE GO TIA TING AN AGREEMENT WITH RHYTHM ENGINEERING,LLC,AUTHORIZING
THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH 360 NETWORK
SOLUTIONS,LLC,AS THE SECOND-RANKED PROPOSER;FURTHER,IF THE
ADMINISTRATION IS NOT SUCCESSFUL IN NEGOTIATING AN AGREEMENT WITH 360
NETWORK SOLUTIONS,LLC,AUTHORIZING THE ADMINISTRATION TO ENTER INTO
NEGOTIATIONS WITH GRIDMATRIX INC.,AS THE THIRD-RANKED PROPOSER;AND
FURTHER AUTHORIZING THE CITY MANAGER AND CITY CLERK TO EXECUTE AN
AGREEMENT FOR PHASE I UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY
THE ADMINISTRATION.(TRANSPORTATION)
Applicable Area:Citywide
Procurement
Mayor Steven Meiner
Commissioner David Suarez
Vice-Mayor Laura Dominguez
ACTION:Resolution 2024-33166 adopted Jose Gonzalez and Kristy Bada to handle.
C2 F A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI
BEACH,FLORIDA,ACCEPTING THE RECOMMENDATION OF THE INTERIM CITY
MANAGER TO AUTHORIZE NEGOTIATIONS RELATING TO REQUEST FOR
QUALIFICATIONS NO.2024-234-ND,FOR ENGINEERING SERVICES FOR SEAWALLS
AND LIVING SHORELINES;AUTHORIZING THE ADMINISTRATION TO ENTER INTO
NEGOTIATIONS WITH BCC ENGINEERING,LLC,AS THE PROPOSER DETERMINED TO
BE THE BEST QUALIFIED TO SERVE AS THE PRIME/LEAD CONSULT ANT FOR
SEAWALLS,FURTHER,IF THE ADMINISTRATION IS NOT SUCCESSFUL IN
NEGOTIATING AN AGREEMENT WITH sec ENGINEERING,LLC.AUTHORIZING THE
ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH CUMMINS CEDERBERG,
INC..AS THE PROPOSER DETERMINED TO BE THE SECOND BEST QUALIFIED
CONSULTANT FOR SEAWALLS;FURTHER.IF THE ADMINISTRATION IS NOT
SUCCESSFUL IN NEGOTIATING AN AGREEMENT WITH CUMMINS CEDERBERG,INC
AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH GHD
SERVICES INC.,AS THE PROPOSER DETERMINED TO BE THE THIRD BEST QUALIFIED
Page 5 of 126Page78of1993
CONSULTANT FOR SEAWALLS;AND FURTHER AUTHORIZING THE ADMINISTRATION
TO ENTER INTO NEGOTIATIONS WITH CUMMINS CEDERBERG,INC.,AS THE
PROPOSER DETERMINED TO BE THE BEST QUALIFIED TO SERVE AS THE
PRIME/LEAD CONSULTANT FOR LIVING SHORELINES;FURTHER,IF THE
ADMINISTRATION IS NOT SUCCESSFUL IN NEGOTIATING AN AGREEMENT WITH
CUMMINS CEDERBERG,INC.,AUTHORIZING THE ADMINISTRATION TO ENTER INTO
NEGOTIATIONS WITH MOFFA TT&NICHOL,INC.,AS THE PROPOSER DETERMINED TO
BE THE SECOND BEST QUALIFIED CONSULTANT FOR LIVING SHORELINES;
FURTHER,IF THE ADMINISTRATION IS NOT SUCCESSFUL IN NEGOTIATING AN
AGREEMENT WITH MOFFATT &NICHOL,INC.AUTHORIZING THE ADMINISTRATION
TO ENTER INTO NEGOTIATIONS WITH GHD SERVICES INC.,AS THE PROPOSER
DETERMINED TO BE THE THIRD BEST QUALIFIED CONSULT ANT FOR LIVING
SHORELINES;AND FURTHER AUTHORIZING THE INTERIM CITY MANAGER AND CITY
CLERK TO EXECUTE AGREEMENT(S)UPON THE CONCLUSION OF SUCCESSFUL
NEGOTIATIONS BY THE ADMINISTRATION.(PUBLIC WORKS)
Applicable Area:Citywide
Procurement
7:06:22 p.m.
ACTION:The Item was referred to the Finance and Economic Resiliency Committee.
The Item was separated from the Consent Agenda by Commissioner Fernandez.
Commissioner Fernandez motioned to refer the Item to the Finance Committee,seconded by
Mayor Meiner.Vote:7-0.Jason Greene is to place on the Committee Agenda pending
list.Kristy Bada to handle.
Commissioner Fernandez stated that he separated this Item for further discussion but would
like to refer this Item to the Finance and Economic Resiliency Committee
Commissioner Fernandez motioned to refer the Item to the Finance Committee.seconded
by Mayor Meiner Vote:7-0.
Handouts or Reference Materials
1 Letter from Davd J Moscoso,dated July 19,2024,Addressed to Interim City Manager
Rickelle Williams,RE.Bid Protest letter to the City of Miami Bech (the "City")on behalf of
Moffatt &Nichol,Inc.(the "Client"or "Moffat),pursuant to Section 2-371(2)OF THE City
of Miami Beach Code.Providing the City with notice of deviations from the competitive
solicitation guidelines and violations of established case law precedent in Florida
2 Letter from City Attorney Ricardo J.Dopico.dated July 23,2024,Addressed to David J
Moscoso.Esq..RE Response to Bid Protest Relating to Request for Qualifications No
2024-234-ND.Engineering Services for Seawalls and Living Shorelines (the "RFQ')on
behalf of Moffat &Nichols.Inc.(the "Client or "Moffatt),pursuant to Section 2-371(2)of
the City of Miami Beach Code.
c2 G REQUEST FOR APPROVAL OF ROUTINE RENEWAL OPTIONS,TASK ORDERS
CHANGE ORDERS OR CONTRACT AMENDMENTS FOR CITY-AWARDED CONTRACTS
Applicable Area:Citywide
Procurement
ACTION:The request was approved.Kristy Bada to handle.
Page 6 of 126Page79of1993
NEW BUSINESS 18
MIAMIBEACH
COMMITTEE MEMORANDUM
TO:Finance and Economic Resiliency Committee Members
FROM.Enc Carpenter.City Manager
DATE.September 20,2024
TITLE DISCUSS A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE
CITY OF MIAMI BEACH,FLORIDA,ACCEPTING THE RECOMMENDATION OF
THE CITY MANAGER TO AUTHORIZE NEGOTIATIONS RELATING TO REQUEST
FOR QUALIFICATIONS NO 2024-234-ND,FOR ENGINEERING SERVICES FOR
SEAWALLS AND LIVING SHORELINES:AUTHORIZING THE ADMINISTRATION
TO ENTER INTO NEGOTIATIONS WITH sec ENGINEERING.LLC,AS THE
PROPOSER DETERMINED TO BE THE BEST QUALIFIED TO SERVE AS THE
PRIME/LEAD CONSULT ANT FOR SEAWALLS;FURTHER,IF THE
ADMINISTRATION IS NOT SUCCESSFUL IN NEGOTIATING AN AGREEMENT
WITH BCC ENGINEERING,LLC,AUTHORIZING THE ADMINISTRATION TO
ENTER INTO NEGOTIATIONS WITH CUMMINS CEDERBERG,INC ..AS THE
PROPOSER DETERMINED TO BE THE SECOND BEST QUALIFIED
CONSULTANT FOR SEAWALLS;FURTHER,IF THE ADMINISTRATION IS NOT
SUCCESSFUL IN NEGOTIATING AN AGREEMENT WITH CUMMINS
CEDERBERG.INC ,AUTHORIZING THE ADMINISTRATION TO ENTER INTO
NEGOTIATIONS WITH GHD SERVICES INC.,AS THE PROPOSER DETERMINED
TO BE THE THIRD BEST QUALIFIED CONSULTANT FOR SEAWALLS;AND
FURTHER AUTHORIZING THE ADMINISTRATION TO ENTER INTO
NEGOTIATIONS WITH CUMMINS CEDERBERG,INC.,AS THE PROPOSER
DETERMINED TO BE THE BEST QUALIFIED TO SERVE AS THE PRIME/LEAD
CONSULTANT FOR LIVING SHORELINES.FURTHER,IF THE ADMINISTRATION
IS NOT SUCCESSFUL IN NEGOTIATING AN AGREEMENT WITH CUMMINS
CEDERBERG.INC.,AUTHORIZING THE ADMINISTRATION TO ENTER INTO
NEGOTIATIONS WITH MOFFA TT &NICHOL,INC..AS THE PROPOSER
DETERMINED TO BE THE SECOND BEST QUALIFIED CONSULT ANT FOR
LIVING SHORELINES:FURTHER.IF THE ADMINISTRATION IS NOT
SUCCESSFUL IN NEGOTIATING AN AGREEMENT WITH MOFFATT &NICHOL,
INC.,AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS
WITH GHD SERVICES INC.AS THE PROPOSER DETERMINED TO BE THE
THIRD BEST QUALIFIED CONSULTANT FOR LIVING SHORELINES:AND
FURTHER AUTHORIZING THE INTERIM CITY MANAGER AND CITY CLERK TO
EXECUTE AGREEMENT(S)UPON THE CONCLUSION OF SUCCESSFUL
NEGOTIATIONS BY THE ADMINISTRATION (PUBLIC WORKS)
RECOMMENDATION
At the July 24,2024 Commission meeting.Commissioner Fernandez separated Item C2 F
(Attachment A)from the Consent Agenda and referred it to the Finance and Economic Resiliency
Committee for further discussion (Attachment B)
This solicitation is currently under the cone of silence
Page 80 0f 1993
BACKGROUND/HISTORY
Please see the attached July 24,2024 Commission meeting memorandum
ANALYSIS
Please see the attached July 24,2024 Commission meeting memorandum
FISCAL IMPACT STATEMENT
Please see the attached July 24,2024 Commission meeting memorandum
Does this Ordinance require a Business Impact Estimate?
(FOR ORDINANCES ONLY)
The Business Impact Estimate (BIE)was published on .
See BlIE at:https:_//ww _rriamibeachfl_gov/city_hall/city-clerk/meeting-notices]
FINANCIAL INFORMATION
Please see the attached July 24.2024 Commission meeting memorandum
CONCLUSION
Please see the attached July 24.2024 Commission meeting memorandum
Applicable Area
Citywide
Is_this_a"Residents Right to_Knoy"item,
pursuant to City Code Section 2-172
No
Is this item related to a G.O.Bond
Project?
No
W as_this Agenda_Item_initially_requested_bya_lobbyistyhich,as_defined_in_Code_Sec_2481,
includes a principal engaged in lobbying?No
If so,specify the name of lobbyist(s)and principals)
Department
Procurement
Sponsor(s)
Co-sponsor(s)
Page 81 of 1993
Condensed Title
Award RF0 2024-234-ND.Engineering Services for Seawalls and Living Shorelines PW/PR
Page 82 0f 1993
OLD BUSINESS 5
MIAMI BEACH
COMMITTEE MEMORANDUM
TO
FROM
DATE
TITLE
Finance and Economic Resiliency Committee Members
Eric Carpenter.Executive Director
October 18,2024
DISCUSS A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE
CITY OF MIAMI BEACH.FLORIDA.ACCEPTING THE RECOMMENDATION OF
THE CITY MANAGER TO AUTHORIZE NEGOTIATIONS RELATING TO REQUEST
FOR QUALIFICATIONS NO 2024-234-ND.FOR ENGINEERING SERVICES FOR
SEAWALLS AND LIVING SHORELINES:AUTHORIZING THE ADMINISTRATION
TO ENTER INTO NEGOTIATIONS WITH BCC ENGINEERING,LLC,AS THE
PROPOSER DETERMINED TO BE THE BEST QUALIFIED TO SERVE AS THE
PRIME LEAD CONSULTANT FOR SEAWALLS,FURTHER,IF THE
ADMINISTRATION IS NOT SUCCESSFUL IN NEGOTIATING AN AGREEMENT
WITH BCC ENGINEERING,LLC,AUTHORIZING THE ADMINISTRATION TO
ENTER INTO NEGOTIATIONS WITH CUMMINS CEDERBERG,INC.AS THE
PROPOSER DETERMINED TO BE THE SECOND BEST QUALIFIED
CONSUL TANT FOR SEAWALLS·FURTHER.IF THE ADMINISTRATION IS NOT
SUCCESSFUL IN NEGOTIATING AN AGREEMENT WITH CUMMINS
CEDERBERG,INC.AUTHORIZING THE ADMINISTRATION TO ENTER INTO
NEGOTIATIONS WITH GHD SERVICES INC.,AS THE PROPOSER DETERMINED
TO BE THE THIRD BEST QUALIFIED CONSULTANT FOR SEAWALLS;AND
FURTHER AUTHORIZING THE ADMINISTRATION TO ENTER INTO
NEGOTIATIONS WITH CUMMINS CEDERBERG.INC.,AS THE PROPOSER
DETERMINED TO BE THE BEST QUALIFIED TO SERVE AS THE PRIME/LEAD
CONSULTANT FOR LIVING SHORELINES:FURTHER,IF THE ADMINISTRATION
IS NOT SUCCESSFUL IN NEGOTIATING AN AGREEMENT WITH CUMMINS
CEDERBERG,INC .AUTHORIZING THE ADMINISTRATION TO ENTER INTO
NEGOTIATIONS WITH MOFFATT &NICHOL,INC,AS THE PROPOSER
DETERMINED TO BE THE SECOND BEST QUALIFIED CONSULTANT FOR
LIVING SHORELINES:FURTHER,IF THE ADMINISTRATION IS NOT
SUCCESSFUL IN NEGOTIATING AN AGREEMENT WITH MOFFA TT &NICHOL.
INC AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS
WITH GHD SERVICES INC AS THE PROPOSER DETERMINED TO BE THE
THIRD BEST QUALIFIED CONSUL TANT FOR LIVING SHORELINES.AND
FURTHER AUTHORIZING THE CITY MANAGER AND CITY CLERK TO EXECUTE
AGREEMENT(S)UPON THE CONCLUSION OF SUCCESSFUL NEGOTIATIONS
BY THE ADMINISTRATION (PUBLIC WORKS)
RECOMMENDATION
The City Administration "Administration")recommends that the Finance and Economic Resiliency
Committee (FERC or "Committee")approve the City Manager's recommendation from the July
24 2024 Commission meeting.pursuant to Request for Qualifications (RFQ)2024-234-ND tor
engineering serices for seawalls and living shorelines,authorizing the Administration to enter
into negotiations with BCC Engineering.LLC,as the proposer determined to be the best qualified
to serve as the prime/lead consultant for seawalls,further,if the Administration is not successful
in negotiating an agreement with BCC Engineering.LLC,authorizing the Administration to enter
into negotiations with Cummins Cederberg.Inc as the proposer determined to be the second
best qualified consultant for seawalls further if the Administration is not successful in negotiating
Page 85 0f 1993
an agreement with Cummins Cederberg.Inc authorizing the Administration to enter into
negotiations with GHD Serices Inc..as the proposer determined to be the third best qualified
consultant for seawalls,and further authorizing the Administration to enter into negotiations with
Cummins Cederberg.Inc,as the proposer determined to be the best qualified to serve as the
prime/lead consultant for living shorelines,further,If the Administration s not successful in
negotiating an agreement with Cummins Cederberg.Inc.authorizing the Administration to enter
into negotiations with Moffatt &Nichol,Inc.,as the proposer determined to be the second best
qualified consultant for living shorelines;further,if the Administration is not successful mn
negotiating an agreement with Moffatt &Nichol,Inc authorizing the Administration to enter into
negotiations with GHD Services Inc.,as the proposer to be the third best qualified consultant for
living shorelines The item also authorized the City Manager and City Clerk to execute
agreement(s)upon the conclusion of successful negotiations by the Administration.
This solicitation s currently under the cone of silence
BACKGROUNDIHISTORY
At the July 24,2024.City Commission meeting.Commissioner Alex Fernandez separated item
C2 F (Attachment A)from the Consent Agenda and referred it to FERC for further discussion
(Attachment B).At the September 20,2024.FERC meeting.Commissioner Fernandez motioned
to defer the item to the October 18,2024,meeting,requesting the Administration's final
recommendation Commissioner Magazine seconded the motion,and it was unanimously
approved (Attachment C)
ANALYSIS
At the July 24 2024.Commission meeting.the City Manager presented to the City Commission
in item C2 F a recommendation pursuant to Request for Qualifications (RFQ)2024-234-ND for
engineering services for seawalls and living shorelines,which requested to authorize the
Administration to enter into negotiations with BCC Engineering.LLC,as the proposer determined
to be the best qualified to serve as the pnme/lead consultant for seawalls;further,if the
Administration is not successful in negotiating an agreement with BCC Engineering.LLC.
authorizing the Administration to enter into negotiations with Cummins Cederberg.Inc as the
proposer determined to be the second best qualified consultant for seawalls.further,If the
Administration is not successful mn negotiating an agreement with Cummins Cederberg.Inc
authorizing the Administration to enter into negotiations with GHD Serices Inc,as the proposer
determined to be the third best qualified consultant for seawalls,and further authorizing the
Administration to enter into negotiations with Cummins Cederberg.Inc.as the proposer
determined to be the best qualified to serve as the prime/lead consultant for living shorelines.
further.f the Administration is not successful mn negotiating an agreement with Cummins
Cederberg.Inc ,authorizing the Administration to enter into negotiations with Moffatt &Nichol,
Inc.,as the proposer determined to be the second best qualified consultant for living shorelines
further,if the Administration is not successful in negotiating an agreement with Moffatt &Nichol
Inc.authorizing the Administration to enter into negotiations with GHD Serces Inc as the
proposer to be the third best qualified consultant for lung shorelines (Attachment A)
During the FERC Committee meeting.Commissioner Fernandez introduced the item and
mentioned that two (2)consultants were tied as the top-ranked Bidders mn the living shoreline
category Additionally,it was stated that Moffatt &Nichol,Inc was top-ranked by three (3)of the
five (5)Evaluation Committee members,and Cummins Cederberg.Inc was top-ranked by two
(2)of the five (5)Evaluation Committee members
t is important to note that the final ranking of the Evaluation Committee members consisted of
Page 86 0f 1993
qualitative and quantitative criteria The qualitative critera points assigned by the committee
members were based on the experience and qualifications of the proposed firm and team,as well
as its approach and methodology The quantitative criteria points were assigned by the
Procurement Department for Veterans Preference and the Consultant's volume of work awarded
by the City in the last three (3)years The points assigned by the evaluation committee members
for the qualitative criteria are as follows.
RFQ 2024-234-ND Eugene Matthew Mariela Lindsey AdalbertoEngineeringServicesforPaez
Lying Shorelines Egemba LePera Castillo Precht Viciedo
Qualitative Qualitative Qualitative Qualitative Qualitative
Cummins Cederberg.
Inc 89 94 99 90 93
Moffatt &Nichol,Inc 90 88 92 90 95
GHD Services Inc 85 89 95 82 92
AECOM Technical
Serices,Inc 91 84 74 74 90
The points assigned by the Procurement Department for the quantitative cntena are as follows
RFQ 2024-234-ND Eugene Matthew Mariela Paez Lindsey AdalbertoEngineeringServicesEgembaLePeraCastilloPrechtViciedofor[jying Shorelines
Quantitative Quantitative Quantitative Quantitative Quantitative
Cummins
Cederberg.Inc 3 3 3 3 3
Moffatt &Nichol,Inc 5 5 5 5 5
GHD Services Inc 5 5 5 5 s
AECOM Technical
Serces,Inc 0 0 0 0 0
The final ranking of the combination of the qualitative and quantitative criteria points are as
follows:
RFQ 2024-234-ND Low 0
Engineering Services for Lying c
Aggregate 5
Shorelines i:Totals l!Ir
Cummins Cederbera.Inc 9 1
Moffatt&Nichol,Inc 9 1
GHD Serces Inc 13 3
AECOM Technical Services,Inc 19 4
Pursuant Section 2-369 of the City of Miami Beach City Code []n determining the best
bidder [the City Manager shall consider]the following
(1)the ability.capacity and skill of the Bidder to perform the contract,
(2)whether the Bidder can perform the contract within the time specified without delay or
Interference
Page 87 0f 1993
(3)the character,integrity,reputation,judgment.expenence and efficiency of the Bidder.
(4)the quality of performance of previous contracts,and
(5)the previous and existing compliance by the Bidder with laws and ordinances relating to
the contract
Thus,after considering the above,reviewing the submissions,the Evaluation Committee s scoring
and rankings,and commentary,and the City's experience with the tied firms,the City Manager
recommended to the City Commission for the City to negotiate with BCC Engineering as the best-
qualified firm to serve as the pnme/lead consultant for seawall projects and Cummins Cederberg
as the best-qualified firm to serve as the prime/lead consultant for living shoreline projects
As requested by the Committee,the Administration has reviewed the recommendation and
confirmed that it is accurate and will remain unchanged This conclusion was reached after a
thorough reassessment of the evaluation criteria,scoring process,and the City's prior experience
with the firms The Administration reaffirms that BCC Engineering.LLC s the most qualified to
lead seawall projects,and Cummins Cederberg.Inc is the most qualified to lead living shoreline
projects This review considered all factors,including the tied rankings and the qualitative and
quantitative evaluation criteria.Therefore.the Administration stands by its initial recommendation
to proceed with negotiations as outlined in item C2 F (Attachment A)
FISCAL IMPACT STATEMENT
The Public Works Department has budgeted $1.000,000 for these services Fees will be
established through the negotiation process Services pursuant to the award of this RFQ shall be
subject to successful negotiations and the availability of funds approved through the City's
budgeting process
Does this Ordinance require a Business Impact Estimate?No
(FOR ORDINANCES ONLY)
The Business Impact Estimate (BIE)was published on
See BIE at:https://www_miamibeachf]_gov/city.hall/city_clerk/meeting-notices!
FINANCIAL INFORMATION
433-0815-061357-29-418-564-00-00-00-29020
CONCLUSION
$1000.000
It is recommended that the FER approve the City Manager's recommendation from the July 24
2024 Commission meeting,pursuant to Request for Qualifications (RFO)2024-234-ND for
engineering services for seawalls and living shorelines.authorizing the Administration to enter
into negotiations with BCC Engineering.LC,as the proposer determined to be the best qualified
to serve as the prime/lead consultant for seawalls,further,if the Administration is not successful
in negotiating an agreement with BCC Engineering LLC,authorizing the Administration to enter
mnto negotiations wth Cummins Cederberg.Inc,as the proposer determined to be the second
best qualified consultant for seawalls,further,if the Administration is not successful in negotiating
an agreement with Cummins Cederberg Inc,authonzing the Administration to enter into
negotiations with GHD Serces Inc as the proposer determined to be the third best qualified
consultant for seawalls,and further authorizing the Administration to enter into negotiations with
Cummins Cederberg.Inc.,as the proposer determined to be the best qualified to serve as the
prime/lead consultant for living shorelines,further if the Administration is not successful mn
negotiating an agreement with Cummins Cederberg Inc authonzing the Administration to enter
Page 88 0f 1993
into negotiations with Moffatt &Nichol,Inc.,as the proposer determined to be the second best
qualified consultant for Irving shorelines,further if the Administration is not successful in
negotiating an agreement wth Moffatt &Nichol,Inc,authorizing the Administration to enter into
negotiations with GHD Serices Inc.as the proposer to be the third best qualified consultant for
living shorelines The item also authorized the City Manager and City Clerk to execute
agreement(s)upon the conclusion of successful negotiations by the Administration
Applicable_Area
Citywide
Is_this a"Residents Right _to Know"item
pursuant to City Code Section 2-172
No
Is this item related to a G.O.Bond
Project?
No
Was_this_Agenda_Item_initially_requested by a lobbyist which,as defined_in_Code Sec._2.481_
includes a principal engaged in lobbying?No
If so,specify the name of lobbyist(s)and principal(s)
Department
Procurement
SponSOr[S]
Commissioner Alex Fernandez
Co-sponsors]
Condensed Title
Discuss a Resolution of the Mayor and City Commission of the City of Miami Beach,Florida,
accepting the recommendation of the City Manager to authorize negotiations relating to Request
for Qualifications No 2024-234-ND for engineering services for seawalls and living shorelines
Page 89 of 1993
ESTIMATE FOR TRAPPING,AND SPAYING OR NEUTERING ALL COMMUNITY CATS
WITHIN MIAMI BEACH OVER A PERIOD OF SIX MONTHS,WITH THE PLAN TO BE
PRESENTED TO THE FINANCE AND ECONOMIC RESILIENCY COMMITTEE ("FERC")AT ITS
JULY 26,2024 MEETING.
Applicable Area:Citywide
Public Works
Commissioner David Suarez
May 15,2024-C7 AJ
ACTION:
Item was not heard and will be heard at the November 8.2024 FERC meeting
OB 4 DISCUSS NEXT STEPS AND FUNDING FOR THE PINE TREE DRIVE AND 46 STREET
TRAFFIC CIRCLE PROJECT.
Applicable Area:Middle Beach
Capital Improvement Projects
Capital Improvement Projects
June 26.2024-C4 AF
ACTION:
Item was not heard and will be heard at the November 8.2024 FERC meeting
OB 5 DISCUSS A RESOLUTION OF THE MAYOR ANO CITY COMMISSION OF THE CITY OF MIAMI
BEACH,FLORIDA,ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER TO
AUTHORIZE NEGOTIATIONS RELATING TO REQUEST FOR QUALIFICATIONS NO 2024
234-ND,FOR ENGINEERING SERVICES FOR SEAWALLS AND LIVING SHORELINES,
AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH BCC
ENGINEERING,LLC,AS THE PROPOSER DETERMINED TO BE THE BEST QUALIFIED TO
SERVE AS THE PRIME/LEAD CONSULTANT FOR SEAWALLS;FURTHER,IF THE
ADMINISTRATION IS NOT SUCCESSFUL IN NEGOTIATING AN AGREEMENT WITH BCC
ENGINEERING,LLC,AUTHORIZING THE ADMINISTRATION TO ENTER INTO
NEGOTIATIONS WITH CUMMINS CEDERBERG,INC.,AS THE PROPOSER DETERMINED
TO BE THE SECOND BEST QUALIFIED CONSULTANT FOR SEAWALLS:FURTHER,IF THE
ADMINISTRATION tS NOT SUCCESSFUL IN NEGOTIATING AN AGREEMENT WITH
CUMMINS CEDERBERG,INC,AUTHORIZING THE ADMINISTRATION TO ENTER INTO
NEGOTIATIONS WITH GHD SERVICES INC.,AS THE PROPOSER DETERMINED TO BE THE
THIRD BEST QUALIFIED CONSULTANT FOR SEAWALLS;AND FURTHER AUTHORIZING
THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH CUMMINS CEDERBERG,
INC.,AS THE PROPOSER DETERMINED TO BE THE BEST QUALIFIED TO SERVE AS THE
PRIME/LEAD CONSULTANT FOR LIVING SHORELINES:FURTHER,IF THE
ADMINISTRATION IS NOT SUCCESSFUL IN NEGOTIATING AN AGREEMENT WITH
CUMMINS CEDERBERG.INC AUTHORIZING THE ADMINISTRATION TO ENTER INTO
NEGOTIATIONS WITH MOFFATT &NICHOL,INC.,AS THE PROPOSER DETERMINED TO
BE THE SECOND BEST QUALIFIED CONSULTANT FOR LIVING SHORELINES;FURTHER,IF
THE ADMINISTRATION IS NOT SUCCESSFUL IN NEGOTIATING AN AGREEMENT WITH
MOFFATT &NICHOL,INC.,AUTHORIZING THE ADMINISTRATION TO ENTER INTO
NEGOTIATIONS WITH GHD SERVICES INC.,AS THE PROPOSER DETERMINED TO BE THE
THIRD BEST QUALIFIED CONSULT ANT FOR LIVING SHORELINES.AND FURTHER
AUTHORIZING THE CITY MANAGER AND CITY CLERK TO EXECUTE AGREEMENT(S)
UPON THE CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION.
(PUBLIC W O RKS)
Applicable Area Citywide
Procurement
Page 2 of 10
Page 90 of 1993
Vice-Mayor Fernandez
July 24,2024-C2 F
ACTION:
Item to be heard at Commission with a favorable recommendation to accept the City Manager's
recommendation relating to requests for qualifications NO 2024-234-ND for engineering services
for seawalls and living shorelines.
NEW BUSINESS
NB1 DISCUSS THE DESIREABILITY.FEASABILITY,AND COST OF CONSTUCTING A
CHILDREN'S PARK AT THE EUCLID CIRCLE ON LINCOLN ROAD.
Applicable Area.South Beach
Facilities and Fleet Management
Commissioner David Suarez
June 26 2024-C4 M
ACTION.
Item deferred to the November 8.2024 FERC meeting
NB 2 EXPLORE CREATION OF AN EMPTY SPACE RE-UTILIZATION INITIATIVE TO SET UP AS
PHOTO SHOOT STUDIOS FOR ASPIRING ARTISTS/PHOTOGRAPHERS (ON CITY-OWNED
PROPERTY)
Applicable Area:South Beach
Facilities and Fleet Management
Commissioner Joseph Magazine
June 26,2024 -C4 K
ACTION:
Item was not heard and will be heard at the November 8.2024 FERC meeting.
NB 3.RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH,
FLORIDA,DIRECTING THE CITY ADMINISTRATION TO EXPLORE FEASIBLE STRATEGIES
FOR CREATING AND EXPANDING "GREEN ROOFS",AS WELL AS INCORPORATING
GREENERY AND LANDSCAPING ON CITY BUILDINGS,AND PRESENT ITS FINDINGS TO
THE LAND USE AND SUSTAINABILITY COMMITTEE AND THE FINANCE AND ECONOMIC
RESILIENCY COMMITTEE WITHIN 90 DAYS OF THE ADOPTION OF THIS RESOLUTION.
Applicable Area Citywide
Facilities and Fleet Management
Commissioner Joseph Magazine
Commissioner David Suarez
Commissioner Tanya Bhatt
May 15,2024-C7 BH
ACTION:
Item was not heard and will be heard at the November 8.2024 FERC meeting
NB 4 DISCUSS ESTABLISHING A MATCH FUNDING PROGRAM TO INCENTIVIZE BUILDING
OWNER PARTICIPATION IN THE HULANICKI ART DECO PASTEL COLORS INITIATIVE
Applicable Area Citywide
Economic Development
Page 3 of 10Page91of1993
ATTACHMENT B
ADDENDUM AND RFQ SOLICITATION
MIAMI BEACH PROCUREMENT DEPARTMENT
1755 Meridian Avenue,3d Floor
Miami Beach,Florida 33139
www .miamibeachfl.gov
ADDENDUM NO.1
REQUEST FOR QUALIFICATIONS NO.2024-234-ND
FOR ENGINEERING DESIGN SERVICES FOR SEAWALLS AND LIVING SHORELINES
May 13,2024
This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers,or other
clarifications and revisions issued by the City.The RFQ is amended in the following particulars only (deletions are
shown by strikethrough and additions are underlined).
I.REVISION:RFQ DUE DATE AND TIME.The deadline for the electronic receipt of bids through Periscope
S2G is extended until 3:00 pm,on Tuesday,May 28,2024.
All bids received and time stamped through Periscope S2G prior to the bid submittal deadline shall be
accepted as timely submitted.Bids cannot be submitted after the deadline established for receipt of
proposals.Hard copy bids or bids received electronically,either through email or facsimile,submitted prior
to or after the deadline for receipt of bids are not acceptable and will be rejected.Late bids cannot be
submitted,bidders are cautioned to plan sufficiently.The City will in no way be responsible for delays caused
by technical difficulty or caused by any other occurrence.
II.REVISION.DELETE Section 0300,Proposal Submittal Instructions and Format,Subsection 4.Electronic
Proposal Format,Tab 2 Experience &Qualifications of the Firm and Team in its entirety and REPLACE with
Exhibit B:Revised Tab 2 Experience &Qualifications of the Firm and Team.
Ill.ATTACHMENTS.
Exhibit A:Pre-Proposal Sign-in Sheet.
Exhibit B:Revised Tab 2 Experience &Qualifications of the Firm and Team.
IV.RESPONSES TO QUESTIONS RECEIVED:
Q1:In Appendix B of the RFQ,In Section 9.1 of the Sample Agreement,would the City consider adding
"upon payment to Consultant pursuant to the payment terms of this Agreement",to the end of the provision?
A1:Refer to Section 0200 General Conditions,Solicitations Terms &Conditions -Goods and
Services,Subsection 13 Exceptions to Solicitation.However,the purpose of this RFQ is to
select the best qualified (as determined by the City)firm for the project.Responses pursuant
to the RFQ are not to include scope or cost.Rather,as required per the RFQ,proposers are to
submit their qualifications and approach as indicated in Section 0300.After selection,the City
and the selected firm will negotiate scope,terms,and cost.
1 ADDENDUM NO.1
REQUEST FOR QUALIFICATIONS NO.2024-234-ND
FOR ENGINEERING DESIGN SERVICES FOR SEAWALLS AND LIVING SHORELINES
PROCUREMENT DEPARTMENT
1755 Meridian Avenue,3@ Floor
Miami Beach,Florida 33139
www .miamibeachf\.gov
02:As written in Appendix B of the RFQ,the second paragraph in Section 12.1 of the Sample Agreement is
not in compliance with F .S.725.08.Would the City please delete the second paragraph of Section 12.1?
A2:Refer to Section 0200 General Conditions,Solicitations Terms &Conditions •Goods and
Services,Subsection 13 Exceptions to Solicitation.However,the purpose of this RFQ is to
select the best qualified (as determined by the City)firm for the project.Responses pursuant
to the RFQ are not to include scope or cost.Rather,as required per the RFQ,proposers are to
submit their qualifications and approach as indicated in Section 0300.After selection,the City
and the selected firm will negotiate scope,terms,and cost.
Q3:Under tab 2.1 it says that seawalls or living shorelines need to be at least 400 continuous linear feet.Could
we present projects featuring shorelines of less than 400 LF,or are they required to have a continuous length
of at least 400 LF?
A3:Please refer to Section II.Revision.
04:If we are submitting 2 different proposals,please can you clarify the instructions on how we will need to
submit the proposals.Do we attach them as 2 separate PDF files or should they be in the same document?
Or do we submit twice?
A4:Attach 2 separate PDF files.
Q5:Section 2.1 and 2.2.1 are asking for the same information.Should we list the requested experience twice
or is that an error?
AS:The experience that is to be submitted for Tab 2,Section 2.1 is that of the proposing firm.
The experience that is to be submitted for Tab 2,Section 2.2.1 is that of the proposing firm's
team (personnel and subconsultants).If the experience is overlapping,please submit it under
both sections.
Q6:Under tab 2.1 it says to submit at least 3 projects performed within the last 10 years.Is there a limit as to
how many projects we can include?
A6:No.
Q7:Under tab 2.2.1 it says to submit at least 2 projects performed with the last 10 years.Is there a limit as to
how many projects we can include?
A7:No.
Q8:Which tab should we include license/certifications?
AS:Bidder (defined as the Firm)does not need to submit copies of licenses/certifications for
the Bidder.However,licenses/certifications of the prime Bidder's personnel and
subconsultants shall be included in Tab 2,Section 2.2.
2 ADDENDUM NO.1
REQUEST FOR QUALIFICATIONS NO.2024-234-ND
FOR ENGINEERING DESIGN SERVICES FOR SEAWALLS AND LIVING SHORELINES
MIAMI BEACH
PROCUREMENT DEPARTMENT
1755 Meridian Avenue,3d Floor
Miami Beach,Florida 33139
www.miamibeachfl.gov
Q9:To adequately address the City's answers to bidder questions,particularly to allow time to respond to the
question regarding the number of packages required to be submitted,we respectfully request the due date be
extended by a minimum of two weeks.
A9:Please refer to Section I.Revision.
010:Can the City please confirm bidders do not need to provide copies of professional licenses in their
proposals per item 6 on page 14?
A10:See response to QB above.
Q11:Can the City please confirm that bidders are not required to submit proposals for both the seawalls and
living shorelines contracts but can submit a proposal for one service (for example,living shorelines only)and
still be considered for selection?Can the City please confirm that if only one package is submitted,the firm will
not be precluded from consideration?
A11:Bidders may submit proposals for seawalls,living shorelines,or both.Bidders are not
required to submit proposals for both categories of work.
012:As currently worded,we believe that the indemnity provisions within Section 17 (PDF page 6 of the RFQ),
Article 12 (PDF page 39 of RFQ),and section T of Exhibit A (PDF page 77 of RFQ)are not in compliance with
FL Statute 725.08 and are unenforceable;in addition,the City is requiring indemnification of entities that are
not being contracted with.Would the City reword these sections to conform with the statute?Suggested
language per FL Statutes 725.08:"The design professional shall indemnify and hold harmless the City,and its
officers and employees,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
design professional and other persons employed or utilized by the design professional in the performance of
the contract."
A12:Refer to Section 0200 General Conditions,Solicitations Terms &Conditions -Goods and
Services,Subsection 13 Exceptions to Solicitation.However,the purpose of this RFQ is to
select the best qualified (as determined by the City)firm for the project.Responses pursuant
to the RFQ are not to include scope or cost.Rather,as required per the RFQ,proposers are to
submit their qualifications and approach as indicated in Section 0300.After selection,the City
and the selected firm will negotiate scope,terms,and cost.
013:Should project experience be listed in section 2.1 or 2.2.1 within the proposal?The request is duplicated
in these two sections within the RFQ.
A13:See response to Q5 above.
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
MIAMI BEACH
Contact:
Natalia Del ado
Telephone:
305-673-7000 ext.26263 miamibeachfl.ov
3 ADDENDUM NO.1
REQUEST FOR QUALIFICATIONS NO.2024-234-N
FOR ENGINEERING DESIGN SERVICES FOR SEAWALLS AND LIVING SHORELINES
MIAMI BEACH PROCUREMENT DEPARTMENT
1755 Meridian Avenue,36 Floor
Miami Beach,Florida 33139
www .miamibeachfl.gov
Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission.
Sincerely,
Kristy
l:im Chief Procurement Officer
4 ADDENDUM NO.1
REQ UEST FO R QUALI FICATIO NS NO .2024-234-ND
FO R ENG INEERING DESIG N SER VIC ES FO R SEAW ALLS AND LIVING SHO RELI N ES
MIAMI BEACH
EXHIBIT A
PROCUREMENT DEPARTMENT
1755 Meridian Avenue,34 Floor
Miami Beach,Florida 33139
www.miamibeachfl.gov
Pre-Proposal Sign-In Sheet
5 ADDENDUM NO.1
REQUEST FOR QUALIFICATIONS NO.2024-234-ND
FOR ENGINEERING DESIGN SERVICES FOR SEAWALLS AND LIVING SHORELINES
N A NA IB EA C H
CITY OF MIAMI BEACH
PRE-BID MEETING
SIGN-IN SHEET
DATE:Wednesday,April 17,2024
TIME:3:00PM
BID NO.AND TITLE:RFQ 2024-234-ND,ENGINEERING SERVICES FOR SEAWALLS AND LIVING SHORELINES
NAME TITLE COMPANY Email PHONE
NATALIA DELGADO CONTRACTING OFFICER CMB NATALIADELGADO@MIAMIBEACHEL.GOV 305-673-7000 X26263
GIANCARLO PENA ASSISTANT CITY ENGINEER CMB GiancarloPena@miamibeachf\.gov 305-673-7000 X26343
Kaimrajh,Teresa PLANNING AND DESIGN MANAGER CMB TeresaKaimrajh@miamibeachfl.gov 305-673-7000 X26193
Enrique M Zuniga 305 CONSULTING ENGINEERS LLC ezuniga@305consult.com (786)409-5548,Ext 102
SALLY PEREZ PURSUIT MANAGER BCC ENGINEERING sallyperez@bcceng.com 305.670.2350
Christian Aquino BCC ENGINEERING caquino@bcceng.com
Bob Forand BCC ENGINEERING bforand@bcceng.com
Kyle Bechtelheimer CLIENT SERVICES MANAGER CPH kbechtelheimer@cphcor.com 305.274.4805 (Ext.3610)
Cherie Fromson MARKETING COORDINATOR CUMMINS CEDERBERG cfromson@CumminsCederberg.com 1 561-767-4946
DIRECTOR,SUSTAINABILITY AND
Carmen Olazabal RESILIENCE EXP carmen.olazabal@exp.com 1.786.774.5388
JESSE DAVIS GHD Jesse.Davis@ghd.com
MELISSA BURNS GHD Melissa.Burns@ghd.com
JULIANNA CAMPBELL SENIOR PROPOSAL MANAGER GHD Julianna.Campbell@ghd.com 1317 291 6643
JOSE MORALES GHD Jose.Morales@ghd.com
Morteza Khatib PRINCIPAL GREEN COAST ENGINEERS morteza@greencoastengineers.com 305-213-5951
CARA PASQUALE DIRECTOR OF BUSINESS DEVELOPMENT MILLER LEGG cpasQuale@millerlegg.com,(9541 628-3609
Tim Blankenship MOFFATT &NICHOL tblankenship@moffattnichol.com
Amanda Caparro MOFFATT &NICHOL acaparro@moffattnichol.com
Vanessa Benzecry MOFFATT &NICHOL vbenzecry@moffattnichol.com
Lynne Boucher PROPOSAL MANAGER MOFFATT &NICHOL lboucher@moffattnichol.com 757.217.0887
Kimberly Schmidt SENIOR MARKETING MANAGER NOVA CONSULTING kschmidt@nova-consulting.com 305.436.9200
COLIN HENDERSON NOVA CONSULTING chenderson@nova-consulting.com
Erin A.Hague NATIONAL PRACTICE LEAD TETRA TECH erin.hague@tetratech.com 1 (561)536-0011
Justin Almojuela BUILDINGS MARKETING COORDINATOR WGI Justin.Almojuela@wginc.com 407.581.1221
JEFFREY BERGMANN WGI Jeffrey.Bergmann@wginc.com
BRITNEY COOPER WGI Britney.Cooper@wginc.com
Amanda Montgomery WGI Amanda.Montgomery@wginc.com
Kristen Nowicki WGI Kristen.Nowicki@wginc.com
Francis Nunez JUNIOR MARINE ENGINEER Bermello Aja mil &Partners francis_nunez@woolpert.com +1 212.334.2050
Lori Cox HBC LCox@HBCEngineeringCo.com
Miguel Villegas HBC MVillegas@HBCEngineeringCo.com
CARL REYES KIM LEY HORN Carl.Reyes@kimley horn.com
Kierra Bryant SRS ENGINEERING Kierra@srs-corp.com
TYLER HACKETT DEWBERRY thackett@Dewberry.com
Derry Behar R.J.BEHAR dbehar@rjbehar.com
JESSICA PEREZ STANTEC jessica.perez@stantec.com
LESLIE ALVAREZ STANTEC leslie.alvarez@stantec.com
MIAMI BEACH
EXHIBIT B
PROCUREMENT DEPARTMENT
1755 Meridian Avenue,3d Floor
Miami Beach,Florida 33139
www.miamibeachfl.gov
Revised Tab 2 Experience and Qualifications
of the Firm and Team
6 ADDENDUM NO.1
REQUEST FOR QUALIFICATIONS NO.2024-234-ND
FOR ENGINEERING DESIGN SERVICES FOR SEAWALLS AND LIVING SHORELINES
MIAMI BEACH PROCUREMENT DEPARTMENT
1755 Meridian Avenue,3d Floor
Miami Beach,Florida 33139
www.miamibeachfl.gov
TAB 2 •erience &Qualifications of the Firm and Team
2.1 Qualifications of Proposing Firm.Submit detailed information regarding the relevant experience and proven
track record of the firm or its principals in providing the scope of services similar as identified in this solicitation,
including experience in providing similar scope of services to public sector agencies.Submit at least three (3)
projects performed within the last ten (10)years as evidence of the requested experience.
Bidders shall include prior experience which exemplifies experience with the following.
a.Seawalls or Living Shorelines.Experience must include assessment,design,permitting,bidding services,and
construction services.
b.Public Outreach.
c.Projects involving state and federal grant funds.
d.Projects involving challenging environmental conditions or unique design requirements.
e.Innovative solutions or approaches to enhance a project's sustainability or efficiency.
f.Use (design,permitting,and implementation)of cutting-edge technology
g.Local (defined as Miami Dade County)environmental conditions,regulatory constraints,and community
expectations.
2.2 Qualifications of Bidder Team.Provide an organizational chart of all the prime Bidder's personnel and
subconsultants,if applicable,each team members'qualifications and the role that each team member will play in
providing the services detailed herein.A resume of each individual,including education,licensure,relevant
experience,and any other pertinent information,shall be included for each respondent team member to be assigned
to this contract.
2.2.1 Project Experience.Submit detailed information regarding the relevant experience and proven track
record of each team member in providing the scope of services similar as identified in this solicitation,
including experience in providing similar scope of services to public sector agencies.Submit at least three
(3)projects performed within the last ten (10)years as evidence of the requested experience.
Bidders shall include prior experience which exemplifies experience with the following.
a.Seawalls or Living Shorelines.Experience must include assessment,design,permitting,bidding services,and
construction services.
b.Public Outreach.
c.Projects involving state and federal grant funds.
d.Projects involving challenging environmental conditions or unique design requirements.
e.Innovative solutions or approaches to enhance a project's sustainability or efficiency.
f.Use (design,permitting,and implementation)of cutting-edge technology
g.Local (defined as Miami Dade County)environmental conditions,regulatory constraints,and community
expectations.
2.3 Evidence of Prior Working Experience:lf sub-consultant(s)/sub-contractor(s)are included in the proposal,
submit evidence that the proposed team has successfully collaborated on prior projects.For each project,submit
the roiect descri tion,a enc name,a enc contract,contact tele hone &email,ear s ,and term of en a ement.
7 ADDENDUM NO.1
REQUEST FOR QUALIFICATIONS NO.2024-234-ND
FOR ENGINEERING DESIGN SERVICES FOR SEAWALLS AND LIVING SHORELINES
MIAMI BEACH
Request for Qualifications (RFQ)
2024-234-N D
Engineering Services for Seawalls and Living Shorelines
TABLE OF CONTENTS
SOLICITATION SECTIONS:
0100 INSTRUCTIONS TO RESPONDENTS
0200 GENERAL CONDITIONS
0300 PROPOSAL SUBMITTAL INSTRUCTIONS &FORMAT
0400 PROPOSAL EVALUATION
APPENDICES:
APPENDIX A SPECIAL CONDITIONS
APPENDIX B SAMPLE CONTRACT
APPENDIX C INSURANCE REQUIREMENTS
APPENDIX D SEAWALL AND SHORELINE PRIORITIZATION LIST
APPENDIX E CITYWIDE PROCEDURE NO.16.06 PROCUREMENT REQUIREMENTS FOR
FEDERALLY FUNDED GRA NTS AND PROJECTS
APPENDIX F 2CFR APPENDIX II TO PART 200
SECTION 0100
MIAMI BEACH
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 Bidders to submit proposals for the City's consideration in evaluating qualifications to select a
firm with whom it may negotiate an agreement for the purpose noted herein.
The City utilizes Periscope S2G (formerly known as BidSync)(www.periscopeholdinqs.com or www.bidsync.com)for
automatic notification of competitive solicitation opportunities and document fulfillment,including the issuance of any
addendum to this RFQ.Any prospective Bidder who has received this RFQ by any means other than through
Periscope S2G must register immediately with Periscope S2G to assure it receives any addendum issued to this
RFQ.Failure to receive an addendum may result in disqualification of proposal submitted.
2.BACKGROUND.
The City of Miami Beach is investing in infrastructure improvements to reduce flood risk and adapt to climate
change.As part of its resilience efforts,the City has updated multiple land use codes for new construction to address
stormwater retention and setbacks and to increase base flood elevation and freeboard requirements.Most recently,
the City adopted an ordinance entitled "Resiliency Standards for Tidal and Flood Protection",requiring all new
seawalls to have a minimum elevation of 5.7 ft.North American Vertical Datum (NAVD).
The City of Miami Beach has approximately 55 miles of seawalls of which approximately 50 miles are privately
owned,and 5 miles are City-owned.
To optimize the benefits of the seawall program,the Public Works Department developed a methodology to prioritize
the reconstruction of approximately 2.8 miles of City-owned seawalls within the next 10 years.Factors such as
elevation,location,and condition of each seawall were used to develop the initial ranking of each seawall.
The initial rankings were then adjusted to capture the benefits derived from contiguous private seawall segments.
Essentially,by optimizing the elevation of public seawalls adjacent to extended private seawall segments,the City
can mitigate additional flooding and encourage residents to reconstruct their seawalls.Thus,the ultimate focus of the
seawall prioritization was to establish a continuous storm surge and overland flooding barrier throughout the City.
The seawall prioritization was approved and adopted in 2021 (See Appendix D),and since then,the City has been
working on executing the design and construction of prioritized segments.
In 2021,the City also identified the most viable locations for implementing a living shoreline within existing City-
owned shoreline segments (See Appendix D).A "Living Shoreline"is a technique that uses a suite of bank
stabilization and habitat restoration techniques to reinforce the shoreline,minimize coastal erosion,and maintain
coastal processes while protecting,restoring,enhancing,and creating natural habitat for fish and aquatic plants and
wildlife.Living shoreline projects may utilize a variety of structural and organic materials,such as wetland plants,
submerged aquatic vegetation,oyster reefs,sand fill,and stone.The use of innovative hybrid seawall systems is
also currently being evaluated by the City.
The City is interested in partnering with the most innovative and solutions-oriented engineers in the field dedicated to
resilience to continue to carry out the planned improvements to the prioritized seawall segments.These planned
improvements include a combination of conventional seawalls,hybrid seawalls,and living shorelines.The intent is to
maximize sustainable and resilient solutions for our City.
3.PURPOSE.
The purpose of this RFQ is to select a prime consultant(s)for seawalls and living shorelines.Bidders may submit a
proposal for seawalls or living shorelines,or both.A firm interested in being considered for seawalls and
living shorelines must submit two separate proposals -one proposal for seawalls and a separate proposal for
shorelines.
MIAMI BEACH
The City may make an award to a qualified consultant(s)that can act in the capacity of the City's prime consultant(s)
for both seawall and living shoreline projects to perform the scope of work outlined below or any required services to
facilitate the seawall and living shoreline program.The City may also award seawalls to one consultant(s)and living
shorelines to another consultant(s).
The selected consultant must have a team of qualified individuals who can guide the City through the decision-
making process of making its seawall and living shoreline systems resilient,environmentally responsible,
dependable,and future-proof while ensuring any requirements stemming from state and/or federal grant funding are
met.While the City intends to make an award to a single consultant for conventional seawalls and living shorelines,it
reserves its right to award to multiple consultants if it deems it is in its best interest.Additionally,the City reserves
the right to engage other consultants,through other means,to assist the City in its city's infrastructure improvement
endeavors.
Consultant(s)shall be selected in accordance with the Consultant's Competitive Negotiation Act for related projects
as defined in Section 287.055(2)(0(2),Florida Statutes (i.e.,a grouping of substantially similar construction,
rehabilitation,or renovation activities).As the selection shall be specific to the work detailed herein,the value of the
work awarded shall not be limited to the limits established pursuant to Section 287.055(2)(9),Florida Statutes.
3.1 Interested Parties.The_City desires to receive proposals from qualified firms that can provide
professional services,in accordance with Section 287.055,Florida Statutes,commonly referred to as the
Consultant's Competitive Negotiation Act (CCNA).Interested parties are invited to submit proposals in
accordance with Section 0300.A pre-proposal conference will be held in accordance with Section 0100,
Sub-sections 5 and 7.All proposals will be evaluated in accordance with the criteria found in Section 0400.
Proposals will be evaluated against other "like"proposals.For example,proposals submitted for seawalls
will be evaluated against other proposals for seawalls,and proposals submitted for shorelines will be
evaluated against other proposals for shorelines.The option to award one or multiple prime consultants by
option or for both options shall be at the City Commission's sole discretion.
THIS RFQ,AND ANY RESULTING CONTRACT,IS ISSUED AND GOVERNED BY SECTION 287.055,FLORIDA
STATUTES.
4.STATEMENT OF WORK REQUIRED.
The consultant will provide subject matter expertise to the City on its seawall and living shoreline prioritization work.
The consultant must have a team of qualified individuals who can guide the City through the decision-making
process of making its seawall and living shoreline systems resilient,environmentally responsible,dependable,and
future proof.The City is interested in partnering with the most innovative and solutions-oriented engineers in the field
dedicated to resilience and Miami Beach Rising Above.The services described in subsequent items may be
awarded in the future to the seawall and shoreline locations in the prioritization list,Appendix D.The City may add
or remove seawalls or shorelines to the prioritization lists as deemed necessary upon approval of the City Manager.
I.Assessment,Design,Permitting,Bidding Services,and Services during Construction for:
II.Updating of the Seawall and living shorelines prioritization Plan.
Ill.Site Investigation and Feasibility Studies.
IV.Geotechnical,Coastal,and Environmental Engineering Services
V.Risk Assessment and Mitigation
VI.Project Documentation and Reporting
VII.Maintenance and Rehabilitation
MIAMI BEACH
5.ANTICIPATED RFQ TIMETABLE.The tentative schedule for this solicitation is as follows·
RFQ Issued April 4,2024
Pre-Proposal Meeting April 17,2024 @3:00 p.m.ET
Join on your computer or mobile app
Join the meeting now
Or call in (audio only)
+1 786-636-1480 United States,Miami
Phone Conference ID:598 220 692#
Deadline for Receipt of Questions May 3,2024 @ 5:00 p.m.ET
Responses Due May 20,2024 @ 3:00 p.m.ET
Join on your computer or mobile app
Join the meeting now
Or call in (audio only)
+1 786-636-1480 United States,Miami
Phone Conference ID:163 733 815#
Evaluation Committee Review TBD
Tentative Commission Approval TBD
Contract Negotiations Following Commission Approval
6.PROCUREMENT CONTACT.Any questions or clarifications concerning this solicitation shall be submitted to the
Procurement Contact noted below:
-t,%+
GI r;/]1@k@@ []0 []]]WO !ii
dditionally,the City Clerk is to be co ied on all communications via e-mail at:RafaelGranado miamibeachfl.ov;
or via facsimile:786-394-4188.
The Proposal title/number shall be referenced on all correspondence.All questions or requests for clarification must
be received no later than fifteen (15)calendar days prior to the date proposals are due as scheduled in Section
0100-5.All responses to questions/clarifications will be sent to all prospective Bidders in the form of an addendum.
7.PRE-PROPOSAL MEETING OR SITE VISIT(S}.A pre-proposal meeting or site visit(s)may be scheduled.
Attendance for the pre-proposal meeting shall be via web conference and recommended as a source of information
but is not mandatory.Bidders interested in participating in the Pre-Proposal Meeting must follow these steps:
Join on your computer or mobile app
Join the meeting now
Or call in (audio only)
+1 786-636-1480 United States,Miami
Phone Conference ID:598 220 692#
Bidders who are participating should send an e-mail to the contact person listed in this RFQ expressing their intent to
participate.
8.PRE-PROPOSAL INTERPRETATIONS.Oral information or responses to questions received by prospective
Bidders are not binding on the City and will be without legal effect,including any information received at pre-
MIAMI BEACH
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
Periscope S2G.Any prospective Bidder who has received this RFQ by any means other than through Periscope
S2G must register immediately with Periscope S2G 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.
9.CONE OF SILENCE.This RFQ is subject to,and all bidders 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.Bidders 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@miamibeachft.gov
10.ADDITIONAL INFORMATION OR CLARIFICATION.After proposal submittal,the City reserves the right to
require additional information from Bidders (or Bidder 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).
11.BIDDER'S RESPONSIBILITY.Before submitting a response,each Bidder 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 Bidder 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 Bidder.
12.DETERMINATION OF AWARD.The City Manager may appoint an evaluation committee to assist in the
evaluation of proposals received.The evaluation committee is advisory only to the city manager.The city manager
may consider the information provided by the evaluation committee process and/or may utilize other information
deemed relevant.The City Manager's recommendation need not be consistent with the information provided by the
evaluation committee process and takes into consideration Miami Beach City Code Section 2-369,including the
following considerations:
(1)The ability,capacity and skill of the Bidder to perform the contract.
(2)Whether the Bidder can perform the contract within the time specified,without delay or
interference.
(3)The character,integrity,reputation,judgment,experience and efficiency of the Bidder.
(4)The quality of performance of previous contracts.
(5)The previous and existing compliance by the Bidder with laws and ordinances relating to the
contract.
The City Manager may recommend to the City Commission the Bidder(s)s/he deems to be in the best interest of the
City or may recommend rejection of all proposals.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.
13.NEGOTIATIONS.Following selection,the City reserves the right to enter into further negotiations with the
selected Bidder.Notwithstanding the preceding,the City is in no way obligated to enter into a contract with the
selected Bidder in the event the parties are unable to negotiate a contract.It is also understood and acknowledged
by Bidders 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.
M IAM I BEACH
14.E-VERIFY.As a contractor you are obligated to comply with the provisions of Section 448.095,Fla.Stat.,
"Employment Eligibility."Therefore,you shall utilize the U.S.Department of Homeland Security's E-Verify system to
verify the employment eligibility of all new employees hired by the Contractor during the term of the Contract and
shall expressly require any subcontractors performing work or providing services pursuant to the Contract to likewise
utilize the U.S.Department of Homeland Security's E-Verify system to verify the employment eligibility of all new
employees hired by the subcontractor during the Contract term.
15.PERISCOPE S2G (FORMERLY BIDSYNC).The Procurement Department utilizes Periscope S2G,Supplier-to-
Government electronic bidding (e-Bid)platform.If you would like to be notified of available competitive solicitations
released by the City you must register and complete your vendor qualifications through Periscope S2G,Supplier-to-
Government www.bidsync.com/Miami-Beach.Registration is easy and will only take a few minutes.For detailed
instructions on how to register,complete vendor qualifications and submit electronic bids visit
https://yyw .miamibeachf_gov/city-hall/procurement/for-approval-hoy-to-become-a-yendor/.
Should you have any questions regarding this system or registration,please visit the above link or contact Periscope
S2G,Supplier-to-Government at support@bidsync.com or 800.990.9339,option 1,option 1.
16.HOW TO MANAGE OR CREATE A VENDOR PROFILE ON VENDOR SELF SERVICE (VSS).In addition to
registering with Periscope S2G,the City encourages vendors to register with our online Vendor Self-Service web
page,allowing City vendors to easily update contacts,attachments (W-9),and commodity information.The Vendor
Self-Service (VSS)webpage (https://selfservice.miamibeachfl.qov/vssNendors/default.aspx)will also provide you
with purchase orders and payment information.
Should you have any questions and/or comments,do not hesitate to submit them to
vendorsupport@miamibeachfl.gov .
17.SUPPLIER DIVERSITY.The City has established a registry of LGBT-owned businesses,as certified by the
National LGBT Chamber of Commerce (NGLCC)and small and disadvantaged businesses,as certified by Miami-
Dade County.See authorizing resolutions here.
If your company is certified as an LGBT-owned business by NGLCC,or as a small or disadvantaged business by
Miami-Dade County,click on the link below to be added to the City's supplier registry (Vendor Self-Service)and bid
system (Periscope S2G,Supplier-to-Government).These are two different systems and it is important that you
register for both.
Click to see acceptable certification and to register:https://www.miamibeachfl.gov/city-hall/procuremenUhow-to-
become-a-vendor/.
17.INDEMNIFICATION
Contractor agrees that it will indemnify and hold the Federal Government,its employees and/or their contractors,the
State of Florida,its employees and/or their contractors,the County,its employees and/or their contractors,and the
Municipality and its employees and/or their contractors harmless from liability to third parties for claims asserted
under such contract for any work performed.
Balance of Page Intentionally Left Blank
SECTION 0200
MIAMI BEACH
GENERAL CONDITIONS
FORMAL SOLICITATIONS TERMS &CONDITIONS-GOODS AND SERVICES.By virtue of submitting a proposal
in response to this solicitation,Bidder agrees to be bound by and in compliance with the Terms and Conditions for
Services (dated 10.27.22),incorporated herein,which may be found at the following link:
https://www.miamibeachfl.gov/city-hall/procurement/standard-terms-and-conditions/
SOLICITATION TERMS &CONDITIONS -GRANTS AND FEDERAL REQUIREMENTS.By virtue of submitting a
bid in response to this 1TB,Bidder agrees to be bound by and in compliance with the Contract Provisions for Federal
Awards (dated 8/20/20),incorporated herein,located at:
https://www.miamibeachfl.gov/city-hall/procurement/standard-terms-and-conditions/
Balance of Page Intentionally Left Blank
SECTION 0300
MIAMI BEACH
PROPOSAL SUBMITTAL INSTRUCTIONS AND FORMAT
1.ELECTRONIC RESPONSES (ONLY}.Proposals must be submitted electronically through Periscope S2G
(formerly BidSync)on or before the date and time indicated.Hard copy proposals or proposals received through
email or facsimile are not acceptable and will be rejected.
A Bidder may submit a modified proposal to replace all or any portion of a previously submitted proposal until the
deadline for proposal submittals.The City will only consider the latest version of the bid.
Electronic proposal submissions may require the uploading of attachments.All documents should be attached as
separate files in accordance with the instructions included in Section 4,below.Attachments containing embedded
documents or proprietary file extensions are prohibited.It is the Bidder's responsibility to assure that its bid,including
all attachments,is uploaded successfully.
Only proposal submittals received,and time stamped by Periscope S2G (formerly BidSync)prior to the proposal
submittal deadline shall be accepted as timely submitted.Late bids cannot be submitted and will not be accepted.
Bidders are cautioned to allow sufficient time for the submittal of bids and uploading of attachments.Any technical
issues must be submitted to Periscope S2G (formerly BidSync)by contacting (800)990-9339 (toll free)or
S2G@periscopeholdings.com.The City cannot assist with technical issues regarding submittals and will in no way
be responsible for delays caused by any technical or other issue.
It is the sole responsibility of each Bidder to ensure its proposal is successfully submitted in Periscope S2G
prior to the deadline for proposal submittals.
2.NON-RESPONSIVENESS.Failure to submit the following requirements shall result in a determination of non-
responsiveness.Non-responsive proposals will not be considered.
1.Bid Submittal Questionnaire (submitted electronically).
3.OMITTED OR ADDITIONAL INFORMATION.Failure to complete and submit the Bid Submittal
Questionnaire (submitted electronically)with the bid and by the deadline for submittals shall render a
proposal non-responsive.With the exception of the Bid Submittal Questionnaire (completed and submitted
electronically),the City reserves the right to seek any omitted information/documentation or any additional
information from Bidder 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 Bidder to perform in accordance with contract requirements.Failure to
submit any omitted or additional information in accordance with the City's request shall result in proposal being
deemed non-responsive.
4.ELECTRONIC PROPOSAL FORMAT.In order to maintain comparability,facilitate the review process and assist
the Evaluation Committee in review of proposals,it is strongly recommended that proposals be organized and
tabbed in accordance with the tabs,and sections as specified below.The electronic submittal should be tabbed as
enumerated below and contain a table of contents with page references.The electronic proposal shall be submitted
through the "Line Items"attachment tab in Periscope S2G.
TAB 1 Cover Letter &Table of Contents
Cover Letter and Table of Contents.The table of contents should indicate the tabs,sections with tabs and page
numbers to facilitate the evaluation committee's review.The cover letter must be signed by a principal or agent
able to bid the firm and contain the following:
(a)Prime Bidder.Include the name and location of the Prime Bidder,Primary Bidder's Representative for the
RFQ,and Re resentatives Contact information.
MIAMI BEACH
(b)Select Seawalls or Shorelines.Bidder must indicate in the Bid Notes Section in PeriscopeS2G whether the
proposal is being submitted for seawalls or for shorelines.
Bidders may submit a proposal for seawalls or living shorelines.However,a firm interested in being
considered for seawalls and living shorelines must submit two separate proposals -one proposal for
seawalls and a separate proposal for shorelines.
TAB 2 •erience &Qualifications of the Firm and Team
2.1 Qualifications of Proposing Firm.Submit detailed information regarding the relevant experience and proven
track record of the firm or its principals in providing the scope of services similar as identified in this solicitation,
including experience in providing similar scope of services to public sector agencies.Submit at least three (3)
projects performed within the last ten (10)years as evidence of the requested experience.
Bidders shall include prior experience which exemplifies experience with the following.
a.Seawalls or Living Shorelines.Experience must include assessment,design,permitting,bidding services,
and construction services of at least 400 continuous linear feet in length.
b.Public Outreach.
c.Projects involving state and federal grant funds.
d.Projects involving challenging environmental conditions or unique design requirements.
e.Innovative solutions or approaches to enhance a project's sustainability or efficiency.
f.Use (design,permitting and implementation)of cutting-edge technology
g.Local (defined as Miami Dade County)environmental conditions,regulatory constraints,and community
expectations.
2.2 Qualifications of Bidder Team.Provide an organizational chart of all the prime Bidder's personnel and
subconsultants,if applicable,each team members'qualifications and the role that each team member will play in
providing the services detailed herein.A resume of each individual,including education,licensure,relevant
experience,and any other pertinent information,shall be included for each respondent team member to be
assigned to this contract.
2.2.1 Project Experience.Submit detailed information regarding the relevant experience and proven
track record of each team member in providing the scope of services similar as identified in this
solicitation,including experience in providing similar scope of services to public sector agencies.Submit
at least three (3)projects performed within the last ten (10)years as evidence of the requested
experience.
Bidders shall include prior experience which exemplifies experience with the following.
a.Seawalls or Living Shorelines.Experience must include assessment,design,permitting,bidding services,
and construction services of at least 400 continuous linear feet in length.
b.Public Outreach.
c.Projects involving state and federal grant funds.
d.Projects involving challenging environmental conditions or unique design requirements.
e.Innovative solutions or approaches to enhance a project's sustainability or efficiency.
f.Use (design,permitting and implementation)of cutting-edge technology
g.Local (defined as Miami Dade County)environmental conditions,regulatory constraints,and community
expectations.
2.3 Evidence of Prior Working Experience:If sub-consultant(s)/sub-contractor(s)are included in the proposal,
submit evidence that the proposed team has successfully collaborated on prior projects.For each project,submit
the project description,agency name,agency contract,contact telephone &email,year(s),and term of
en a ement.
TAB 3 ••
M IAM I BEACH
roach and Methodolo
3.1 Submit detailed information on the proposed approach and methodology that the Bidder and its team have
successfully utilized on previous engagements to accomplish a similar scope of work.The information to be
provided within this tab should address,but need to be limited to the following:
1.Site Investigation and Feasibility Studies:
•Conducting site surveys and investigations to assess the geological and environmental conditions.
•Performing feasibility studies to determine the viability of a project.
2.Project Planning and Design:
•Developing project plans,specifications,and design drawings.
•Creating structural designs for infrastructure.
3.Bidding and Construction Management:
•Assisting with the bidding phase of the project,including assisting with responding to request for
information or clarifications from bidders.
•Overseeing the construction process to ensure compliance with design plans and specifications.
•Managing construction schedules,budgets,and resources.
4.Geotechnical Engineering:
•Analyzing soil and rock conditions to determine their impact on construction projects.
•Recommending appropriate foundations and earthworks.
5.Coastal Engineering:
•Designing structures such as seawalls or living shorelines to ensure they are safe and stable.
•Analyzing the structural integrity of existing structures and recommending repairs or modifications.
6.Environmental Engineering:
•Addressing environmental concerns related to construction projects.
7.Risk Assessment and Mitigation:
•Identifying potential risks associated with projects and developing strategies to mitigate them.
•Ensuring compliance with safety regulations and standards.
8.Project Documentation and Reporting:
•Generating reports,drawings,and documentation for clients,regulatory authorities,and other
stakeholders.
•Keeping detailed records of project progress and changes.
9.Maintenance and Rehabilitation:
•Developing plans for the maintenance and rehabilitation of existing infrastructure.
•Assessing the condition of structures and recommending repairs or upgrades.
10.Other Value-Added Services:
•Describe any other value-added service that the Bidder can provide that will increase the success of the
project.
3.2 Supplier Diversity.Submit details on plans to contract with small and minority businesses,women's
business enter rises,and labor sur lus area firms.
SECTION 0400
MIAMI BEACH
PROPOSAL EVALUATION
1.EVALUATION COMMITTEE.An Evaluation Committee,appointed by the City Manager,may
meet to evaluate each Proposal in accordance with the qualitative criteria set forth below.In doing
so,the Evaluation Committee may review and score all proposals received,with or without
requiring presentations.It is important to note that the Evaluation Committee is advisory only and
does not make an award recommendation to the City Manager or the City Commission.The City
Manager will utilize the results to take one of the following actions:
a.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 RFQ,may,without an evaluation committee,recommend to the City Commission
that the Administration enter into negotiations;or
b.The City Manager may recommend that the City Commission authorize negotiations or
award a contract to one or more firms in accordance with Section 0100,Sub-section
12;or
c.The City Manager may Recommend that the City Commission short-list one or more
firms for further consideration by the Evaluation Committee;or
d.The City Manager may recommend to the City Commission that all firms,if more than
one (1)responsive submittal is received,be rejected.
2.PRESENTATIONS BY SHORT-LISTED FIRMS.If a short-listing of firms responding to this RFQ
is approved,the short-listed firms may be required to make presentations to and be interviewed by
the Evaluation Committee.In further considering the short-listed firms,the Evaluation Committee
will utilize the criteria set forth in Sub-section 4 below.
3.TECHNICAL ADVISORS.The City,at its discretion,may utilize technical or other advisers to
assist the evaluation committee or the City Manager in evaluating proposals.
4.EVALUATION CRITERIA.Responsive,responsible proposals will be evaluated in accordance
with the following criteria:
Qualitative Criteria M ·p ·t
(p •t A •d b E I t·C ·tt )ax1mum om soIntsssIgney·valuation ommttee
Experience and Qualifications of Proposing Firm
Experience and Qualifications of the Team
Approach and Methodology
40
30
30
TOTAL AVAILABLE POINTS for Qualitative Criteria 100
Quantitative Criteria M ·p ·t··axmmum 'on:s(Points Assigned by Procurement Department)
Veterans Preference
Prime Bidder Volume of Work (0-5 Points).Points awarded to
the Bidder for volume of work awarded by the City in the last
three (3)years in accordance with the following table:
I Less than $250,000 I 5 I
5
5
M IAM I BEACH
$250,000.01 -$2,000,000
Greater than $2,000,000
5.QUALITATIVE CRITERIA.The Evaluation Committee shall review responsive,responsible
proposals and assign points for the qualitative factors only.The Evaluation Committee shall not
consider quantitative factors (e.g.veteran's preference)in its review of proposals.The Evaluation
Committee shall act solely in an advisory capacity to the City Manager.The results of the
Evaluation Committee process do not constitute an award recommendation.The City Manager
may utilize,but is not bound by,the results of the Evaluation Committee process,as well as
consider any feedback or information provided by staff,consultants or any other third-party in
developing an award recommendation in accordance with Section 0100,Sub-section 10.In its
review of proposals received,the Evaluation Committee may review and score all proposals,with
or without conducting interview sessions,in accordance with the evaluation criteria.
6.QUANTITATIVE CRITERIA.Following the results of the evaluation of the qualitative criteria by
the Evaluation Committee,the Bidders may receive additional points,to be added by City staff.
Veterans'Preference points will be assigned in accordance with Section 2-37 4 of the City Code.
7.DETERMINATION OF FINAL RANKING.The sum of the evaluation criteria points will be
converted to rankings in accordance with the example below:
Bidder A Bidder B Bidder C
Qualitative Points 82 74 80
Committee Quantitative Points 5 5 0
M e m b e r 1 Total 87 79 80
Rank 4 3 2
Qualitative Points 82 85 72
C o m m itt ee Quantitative Points 5 5 0
Member2 Total 87 90 72
Rank 4 2 3
Qualitative Points 90 74 66
Committee Quantitative Points 5 5 0
M e m be r 2 To tal 95 79 66
Rank 1 2 3
Low Aggregate Score 3 7 8
Final Ranking*1 2 3
It is important to note that the results of the proposal evaluation process in accordance with Section
0400 does not represent an award recommendation.The City Manager will utilize the results of the
proposal evaluation process,and any other information he deems appropriate,to develop an
award recommendation to the City Commission,which may differ from the results of the proposal
evaluation process and final rankings.
Balance of Page Intentionally Left Blank
MIAMI BEACH
APPENDIX A
MIAM BEACH
Special Conditions
2024-234-ND
EN GINEERING SERVIC ES FOR SEWALLS
AND LIVING SHO RELINES
PROCUREMENT DEPARTMENT
1755 Meridian Avenue,3d Floor
Miam i Beach,Florida 33139
MIAMI BEACH
1.TERM OF CONTRACT.The term of the Agreement resulting from this RFQ shall be for an
initial term of three (3)years.
2.OPTION TO RENEW.The City,through its City Manager,will have the option to extend for
one (1)two-year renewal term or two (2)one-year renewal terms at the City Manager's sole
discretion.The successful contractor shall maintain,for the entirety of any renewal period,the
same cost,terms,and conditions included within the originally awarded contract.Continuation
of the contract beyond the initial period,and any option subsequently exercised,is a City
prerogative,and not a right of the successful contractor.
3.ADDITIONAL TERMS OR CONDITIONS.This RFQ,including the attached 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.
4.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).
5.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 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.
6.LICENSURE.consultant shall hold a "Certificate of Authorization"by the State of Florida,
Division of Business and Professional Regulations,as applicable,at the time of bid.
6.1 Throughout the term of any resulting agreement,the consultant shall assure that all work
on any City project is performed by licensed individuals,in accordance with the requirements
of the State of Florida at the time of bid.
MIAMI BEACH
APPENDIX B
MIAMI BEACH
Sample Contract
2024-234-ND
ENGINEERING SERVICES FOR SEWALLS
AND LIVING SHORELINES
BY VIRTUE OF SUBMITTING A PROPOSAL THE FIRM HEREBY TAKES NO EXCEPTIONS TO
THE TERM AND CONDITIONS NOTED IN THIS SAMPLE CONTRACT
PROCUREMENT DEPARTMENT
1755 Meridian Avenue,3rd Floor
Miami Beach,Florida 33139
AGREEMENT BETWEEN
CITY OF MIAMI BEACH
AND
FOR
RESOLUTION NO.xxxxxxx
1
DESCRIPTION
TABLE OF CONTENTS
PAGE
ARTICLE 1.DEFINITIONS .4
ARTICLE 2.BASIC SERVICES 9
ARTICLE 3.THE CITY 'S RESPONSIBILITIES 144
ARTICLE 4.RESPONSIBILITY FOR CONSTRUCTON
COST 154
ARTICLE 5.ADDITIONAL SERVICES 177
ARTICLE 6.REIMBURSABLE EXPENSES 19
ARTICLE 7.COMPENSATION FOR SERVICES 20
ARTICLE 8.CONSULTANT'S ACCOUNTING AND OTHER RECORDS 21
ARTICLE 9.OWNERSHIP OF PROJECT DOCUMENTS 21
ARTICLE 10.TERMINATION OF AGREEMENT 22
ARTICLE 11.INSURA NCE 23
ARTICLE 12.INDEMNIFICATION AND HOLD HARMLESS 244
ARTICLE 13.ERRORS AND OMISSIONS 255
ARTICLE 14.LIMITATION OF LIABILITY 255
ARTICLE 15.NOTICE 265
ARTICLE 16.FLORIDA PUBLIC RECORDS LAW 306
ARTICLE 17.INSPECTOR GENERA L AUDIT RIGHTS 28
ARTCILE 18.MISCELLANEUS PROVISIONS 29
SCHEDULES:
SCHEDULE A 36
SCHEDULE B 38
SCHEDULE C 39
2
ATTACHED SEPARATELY:
ATTACHMENT A:Resolution and Commission Award
ATTACHMENT B:Addenda and Request for Qualifications (RFQ)Solicitation
ATTACHMENT C:Consultant Proposal Response to RFQ and Sunbiz
3
AGREEMENT
BETWEEN THE CITY OF MIAMI BEACH
AND
300 ENGINEERING GROUP,P.A.
FOR
PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED
CATEGORIES "AS-NEEDED"BASIS
This Agreement made and entered into this (Effective Date),by and
between the CITY OF MIAMI BEACH,a municipal corporation existing under the laws of the
State of Florida,having its principal offices at 1700 Convention Center Drive,Miami Beach,
Florida,33139,(hereinafter referred to as City),and XXXXXXXXXXXXXXXXXXX.,a Florida
corporation having its principal office at AM'MM'M AX(hereinafter referred to as
Consultant).
W I T N E S S E T H:
WHEREAS,on [DATE],the City Commission approved the issuance of Request for
Qualifications No.XXXX-XXX-XX xxxxxxxxxxxx"(the RFQ);and
WHEREAS the RFQ was intended to provide access to architectural and engineering
consulting firms in accordance with the Florida Consultant's Competitive Negotiation Act for
future work as the need may arise;and
WHEREAS,on [DATE],the City Commission approved Resolution No.xxxx-xxxx,
authorizing the City to enter into negotiations with [COMPANY NAME]and,if successful,
execute an agreement with the Consultant pursuant to the RFQ;and
WHEREAS,City and the Consultant have negotiated the following agreement pursuant
to the RFQ;and
NOW THEREFORE,City and Consultant,in consideration of the mutual covenants and
agreement herein contained,agree as follows:
ARTICLE 1.DEFINITIONS
1.1 Definitions.The definitions included in this Section are not exhaustive of all definitions
used in this Agreement.Additional terms may be defined in other Contract Documents.The
following terms shall have the meanings specified herein unless otherwise stated herein:
ADDITIONAL SERVICES:"Additional Services"shall mean those services,in addition to the
Basic Services in this Agreement,as described in Article 5 and the Consultant Service Order,
which the Consultant shall perform,at the City's option,and which must be duly authorized,in
4
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.
BASE BID:"Base Bid"shall mean the elements contained in the Construction Documents
recommended by the Consultant (and approved by the City)as being within the Construction
Cost Budget."Base Bid"shall not include additive alternates or deductive alternates.
BASIC SERVICES:"Basic Services"shall include those services which Consultant shall
perform in accordance with the terms of the Agreement,as described in Article 2 and the
Consultant Service Order.Any Services not specifically enumerated as Additional Services (as
defined herein)shall also be considered Basic Services.
CITY {OR OWNER):The "City"shall mean the City of Miami Beach,a Florida municipal
corporation having its principal offices at 1700 Convention Center Drive,Miami Beach,Florida,
33139.In all respects hereunder,City's obligations and performance is pursuant to City's
position as the owner of the Project acting in its proprietary capacity.In the event City exercises
its regulatory authority as a governmental body including,but not limited to,its regulatory
authority for code inspections and issuance of Building Department permits,Public Works
Department permits,or other applicable permits within its jurisdiction,the exercise of such
regulatory authority and the enforcement of any Applicable Laws shall be deemed to have
occurred pursuant to City's regulatory authority as a governmental body and shall not be
attributable in any manner to City as a Party to this Agreement.
CITY COMMISSION:"City Commission"shall mean the governing and legislative body of the
City.
CITY MANAGER:The "City Manager''shall mean the chief administrative officer of the City.
The City Manager shall also be construed to include any duly authorized representatives
designated by the City Manager in writing,including the Project Administrator,with respect to
any specific matter(s)concerning the Services and/or this Agreement (exclusive of those
authorizations reserved to the City Commission under this Agreement,or to regulatory or
administrative bodies having jurisdiction over the Project).
CONSTRUCTION COST BUDGET:The "Construction Cost Budget"shall mean the amount
budgeted and established by the City to provide for the cost of construction of the Work for the
Project ("Construction Cost"),as set forth in the Consultant Service Order.
CONSTRUCTION DOCUMENTS:"Construction Documents"shall mean the final (100%
completed)plans,technical specifications,drawings,schematics,documents,and diagrams
prepared by the 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 otherw ise provided by the Contract Documents.
5
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 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 "D",attached hereto,are hereby
approved by the City Manager for the Project.
CONSULTANT SERVICE ORDER:Consultant Service Order (CSO)shall mean the work order
issued by the City to Consultant (in substantial form as in Schedule A attached hereto),that
specifically describes and delineates the particular Services (Basic Services and/or Additional
Services)which will be required of Consultant for the Project that is the subject of such
Consultant Service Order,and which may include studies or study activity,and/or professional
services as defined in Section 287.055 of the Florida Statutes.
CONTRA CT 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 in accordance with Contract Approval Authority
Procedure 03.02.The City Manager reserves the right to seek and obtain concurrence of the
City Commission for approval of any such Contract Amendment.
CONTRA CT 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 Consultant for performance of the Work covered in the Contract
Documents,including,without limitation,a general Consultant,construction manager,design-
6
builder or any other duly licensed construction Consultant selected pursuant to any other
procurement methodology available under Florida law.
CONTRACTOR:"Contractor"shall mean the individual or individuals,firm,company,
corporation,joint venture,or other entity contracting with City for performance of the Work
covered in the Contract Documents.
DESIGN CRITERIA PACKAGE or DCP:"Design Criteria Package"means concise,
performance-oriented drawings or specifications of a design-build Project,prepared for the
purpose of furnishing sufficient information to permit design-build firms to prepare a bid or a
response to a City request for proposal,or to permit the City to enter into a negotiated design-
build contract.The Design Criteria Package must specify performance-based criteria for the
design-build Project,including the legal description of the site,survey information concerning
the site,interior space requirements,material quality standards,schematic layouts and
conceptual design criteria of the project,cost or budget estimates,design and construction
schedules,site development requirements,provisions for utilities,stormwater retention and
disposal,and parking requirements applicable to the project.
DESIGN DOCUMENTS:"Design Documents"means all plans,drawings specifications,
schematics and all other documents which set forth in full the design of the Project and fix and
describe in detail the size,configuration and character of the Project concerning all items of the
Project necessary for the final preparation of the 100%completed,permitted Construction
Documents in accordance with the requirements of the Contract Documents including,without
limitation,all architectural and engineering elements as may be appropriate.Design Documents
shall not be part of the Contract Documents,until (a)the Consultant has submitted completed
Design Documents to the City and {b)they have been reviewed and approved by the City and
agencies having jurisdiction in accordance with the procedures as provided by the Contract
Documents.However,approval by the City shall not in any way be construed,interpreted and/or
deemed to constitute a waiver or excuse Consultant's obligations to ensure the Design
Documents are constructible,in compliance with all Applicable Laws and in accordance with the
Contract Documents.
PROJECT:The "Project"shall mean that certain City capital project described in the
Consultant Service Order.
Project Cost:The "Project Cost"shall mean the estimated total cost of the
Project,as described in the Consultant Service Order (CSO)
Project Scope:The "Project Scope"shall mean the description of the Project,as
described in the Consultant Service Order (CSO).
PROJECT ADMINISTRA TOR: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
7
and made a part hereof;provided,however,that in the event of an express conflict between the
Proposal Documents and this Agreement,the Agreement shall prevail.Consultant's proposal in
response to the RFQ is included for reference purposes only and shall not be incorporated as
part of this Agreement,except with respect to Consultant's representations regarding the
qualifications and experience of Consultant and its key personnel,its commitment to provide the
key personnel listed therein,and its capability to perform and deliver the Services in accordance
with this Agreement and consistent with the all representations made therein.
SCHEDULES:"Schedules"shall mean the various schedules attached to this Agreement and
referred to as follows:
Schedule A-Consultant Service Order
Schedule A-1 -Consultant Compensation
Schedule B Hourly Rate Schedule
Schedule -Approved Subconsultants
SCOPE OF SERVICES:"Scope of Services"shall include the Project Scope,Basic Services,
and any Additional Services (as approved by the City),all as described in Schedule "A"hereto.
SERVICES:"Services"shall mean all services,work,and actions by the Consultant performed
pursuant to or undertaken under this Agreement,including services delineated as part of the
Scope of Services.
SOFT COSTS:"Soft Costs"shall mean costs related to the Project other than Construction
Cost including,without limitation,Consultant's Basic Services,Additional Services,surveys,
testing,general consultant,financing,permitting fees and other similar costs,as determined by
the City,that are not considered as direct costs for the construction of the Project.
WORK:"Work"shall mean all labor,materials,equipment,supplies,tools,machinery,utilities,
fabrication,transportation,insurance,bonds,permits and conditions thereof,building code
changes and government approvals,licenses,tests,quality assurance and/or quality control
inspections and related certifications,surveys,studies,and other items,work and services that
are necessary or appropriate for the total construction,installation,and functioning of the
Project,together with all additional,collateral and incidental items,and work and services
required for delivery of a completed,fully functional and functioning Project as set forth in the
Contract Documents.
STATEMENT OF PROBABLE CONSTRUCTION COST:The "Statement of Probable
Construction Cost"shall mean the detailed estimate prepared by Consultant in Construction
Standard Index (CSI)format or other format approved by the Project Administrator,which
includes the Consultant's estimated total construction cost to the City of the Work for the Project
(as established in the Contract Documents,as they may be amended from time to time).The
Statement of Probable Construction Cost shall be in sufficient detail to identify the costs of each
element of the Project and include a breakdown of the fees,general conditions and construction
contingency for the Project.Costs shall be adjusted to the projected bid date to take into
account anticipated price escalation.
WORK:"Work"shall mean all labor,materials,equipment,supplies,tools,machinery,utilities,
fabrication,transportation,insurance,bonds,permits and conditions thereof,building code
changes and government approvals,licenses,tests,quality assurance and/or quality control
8
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.
Consultant Service Orders shall be executed in accordance with Contract Approval Authority
Procedure 03.02 or as amended.Any CSO not executed in accordance herewith shall be null
and void.
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 tasks,including planning,
design,bidding/award,preparation of a DCP,studies,construction administration,and
Additional Services (as may be approved),all as further described in the Consultant Service
Order;and shall also include any and all of Consultant's responsibilities and obligations with
respect to the Project,as set forth in the General Conditions of the Contract for Construction.
2.6 RESPONSIBILITY FOR CLAIMS AND LIABILITIES:No action or omission by City
shall waive or excuse Consultant's obligations under the Agreement and/or other Contract
Documents and that Consultant shall remain fully liable for all work performed by Consultant
including,without limitation,any design errors or omissions (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
9
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
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,Consultant,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
10
make such performance impossible.
2.10 The Consultant is responsible for the professional quality,technical accuracy,
completeness,performance and coordination of all Services required under the Agreement and
under the Consultant Service Order (including the services performed by subconsultants),within
the specified time period and specified cost.The Consultant shall perform the Services utilizing
the skill,knowledge,and judgment ordinarily possessed and used by a proficient consultant with
respect to the disciplines required for the performance of such Services in the State of Florida.
The Consultant is responsible for and shall represent to City that the Services conform to the
City's requirements,the Contract Documents and all Applicable Laws.The Consultant shall be
and remain liable to the City for all damages to the City caused by the Consultant's negligent
acts or errors or omissions in the performance of the Services.In addition to all other rights and
remedies which the City may have,the Consultant shall,at its expense,re-perform all or any
portion of the Services to correct any deficiencies which result from the Consultant's failure to
perform in accordance with the above standards.The Consultant shall also be liable for the
replacement or repair of any defective materials and equipment and for the cost of the re-
performance of any non-conforming construction work resulting from such deficient Services (i)
for a period from the Effective Date of this Agreement,until twelve (12)months following final
acceptance of the Work.The Project Administrator shall notify the Consultant,in writing,of any
deficiencies and shall approve the method and timing of the corrections.
2.11 The City shall have the right,at any time,in its sole and absolute discretion,to submit for
review to other consultants (engaged by the City at its expense)any or all parts of the Services
and the Consultant shall fully cooperate in such review(s).Whenever others are required to
verify,review,or consider any Services performed by Consultant (including,without limitation,
Consultants,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.
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
11
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 anticipated in the Consultant Service Order,then Consultant shall
promptly notify the Project Administrator,in writing,and shall obtain the Project Administrator's
written consent before proceeding with such work and/or services.If Consultant proceeds with
any such additional work and/or services without obtaining the prior written consent of the
Project Administrator,said work and/or services shall be deemed to be a Basic Service under
this Agreement and shall also be deemed to be within the scope of services delineated in the
Consultant Service Order (whether or not specifically addressed in the Scope of Services).Mere
notice by Consultant to the Project Administrator shall not constitute authorization or approval
by the City to perform such work.Performance of any such work and/or services by Consultant
without the prior written consent of the Project Administrator shall be undertaken at Consultant's
sole risk and liability.
2.16 Consultant shall establish,maintain,and categorize any and all Project documents and
records pertinent to the Services and shall provide the City,upon request,with copies of any
and all such documents and/or records.In addition,Consultant shall provide electronic
document files to the City upon completion of the Project.
2.17 THE CITY HAS NO OBLIGATION TO ASSIST,FACILITATE AND/OR PERFORM IN
ANY WAY THE CONSULTANT'S OBLIGATIONS UNDER THE AGREEMENT OR OTHER
CONTRACT DOCUMENTS.THE CITY'S PARTICIPATION,FACILITATION AND/OR
ASSISTANCE TO THE CONSUL TANT 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
12
ITS OBLIGATIONS UNDER THE CONTRACT DOCUMENTS.THE PARTICIPATION IN THE
PERFORMANCE OF ANY OF CONSULTANT'S OBLIGATIONS SHALL NOT PRECLUDE
THE CITY FROM DECLARING CONSULTANT IN DEFAULT FOR CONSULTANT'S FAILURE
TO PERFORM SUCH OBLIGATION,NOR SHALL IT LIMIT,IN ANY WAY,THE CITY'S
RIGHTS AND REMEDIES IN CONNECTION THEREWITH.THE CONSULTANT EXPRESSLY
ACKNOWLEDGES AND AGREES NOT TO RAISE OR ASSERT AS DEFENSE TO ANY
CLAIM,ACTION,SUIT AND/OR OTHER PROCEEDING OF A SIMILAR NATURE,THE
CITY'S PARTICIPATION,ASSISTANCE AND/OR FACILITATION IN THE PERFORMANCE
OF CONSULTANT'S OBLIGATIONS.INCLUDING,WITHOUT LIMITATION,ASSISTING
WITH OBTAINING PERMITS OR WITH COORDINATION WITH UTILITIES,OR OTHER
MATTERS RELATED TO THE PROJECT.IN THE EVENT OF ANY CONFLICT BETWEEN
THIS SECTION AND/OR ANY OTHER PROVISION OF THIS AGREEMENT OR OTHER
CONTRACT DOCUMENTS,THIS SECTION SHALL GOVERN.
2.18 GREEN BUILDING STANDARDS:If applicable,the Consultant shall comply with the
requirements of Section 255.2575,Florida Statutes,and Chapter 100 of the City Code,as both
may be amended from time to time,addressing applicable Leadership in Energy and
Environmental Design (LEED)compliance requirements.
2.19 SUBCONSULTANTS:All services provided by subconsultants shall be consistent with
those commitments made by the Consultant in its Proposal and during the competitive
solicitation selection process and interview.Such services shall be undertaken and performed
pursuant to appropriate written agreements between the Consultant and the subconsultants,
which shall contain provisions that preserve and protect the rights of the City under this
Agreement.Nothing contained in this Agreement shall create any contractual relationship
between the City and the subconsultants.
The Consultant shall not retain,add,or replace any subconsultant without the prior written
approval of the City Manager,in response to a written request from the Consultant stating the
reasons for any proposed substitution.The Consultant shall cause the names of
subconsultants responsible for significant portions of the Services to be inserted on the plans
and specifications.
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
13
the subconsultant.Payment of subconsultants shall be the sole responsibility of the Consultant
and shall not be cause for any increase in compensation to the Consultant for payment of the
Services.
ARTICLE 3.THE CITY'S RESPONSIBILITIES
3.1 The City Manager shall designate a Project Administrator,who shall be the City's
authorized representative to act on City's behalf with respect to the City's responsibilities or
matters requiring City's approval under the Contract Documents.The Project Administrator
shall be authorized (without limitation)to transmit instructions,receive information,and interpret
and define City policies and decisions with respect to the Services and the Project.The Project
Administrator shall have full authority to require the Consultant to comply with the Contract
Documents,provided,however,that any failure of the Project Administrator to identify any
noncompliance,or to specifically direct or require compliance,shall in no way constitute a
waiver of,or excuse,the Consultant's obligation to comply with the requirements of the Contract
Documents.
3.2 The City shall make available to Consultant,for the convenience of the Consultant only,
information that the City has in its possession pertinent to the Project.Consultant hereby
agrees and acknowledges that,in making any such information available to Consultant,the City
makes no express or implied certification,warranty,and/or representation as to the accuracy or
completeness of such information and assumes no responsibility whatsoever with respect to,
the sufficiency,completeness or accuracy of such information.The Consultant understands,
and hereby agrees and acknowledges,that it is obligated to verify to the extent it deems
necessary all information furnished by the City,and that it is solely responsible for the accuracy
and applicability of all such information used by Consultant.Such verification shall include,
without limitation,visual examination of existing conditions in all locations encompassed by the
Project,where such examination can be made without using destructive measures (i.e.
excavation or demolition).Survey information shall be spot checked to the extent that
Consultant has satisfied itself as to the reliability of the information.
3.3 At any time,in his/her sole discretion,the City Manager may furnish accounting,and
insurance counseling services for the Project (including,without limitation,auditing services to
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 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
14
consultant.
3.6.2 Contract Amendments shall be approved in accordance with Contract Approval
Authority Procedure 03.02 or 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 Contract Amendments shall be approved in accordance with Contract Approval
Authority Procedure 03.02 or as amended.
3.7.5 The City Manager may,in his/her sole discretion,form a committee or
committees,or inquire of,or consult with,persons for the purpose of receiving advice
and recommendations relating to the exercise of the City's powers,duties,and
responsibilities under this Agreement or the Contract Documents.
3.7.6 The City Manager shall be the City Commission's authorized representative with
regard to acting on behalf of the City in the event of issuing any default notice(s)under
this Agreement,and,should such default remain uncured,in terminating the Agreement
(pursuant to and in accordance with Article 10 hereof).
3.8 The City's review,evaluation,or comment as to any documents prepared by or on behalf
of the Consultant shall be solely for the purpose of the City's determining for its own satisfaction
the suitability of the Project,or portions thereof,detailed in such documents for the purposes
intended therefor by the City,and may not be relied upon in any way by the Consultant or any
other third party as a substantive review thereof.
ARTICLE 4.RESPONSIBILITY FOR CONSTRUCTION COST
4.1 The City shall establish a Construction Cost Budget for the Project,as set forth in the
15
Consultant Service Order.Consultant shall design the Project so that the Construction Cost
Budget for the Project is not exceeded.As part of the Basic Services,Consultant shall design
and/or re-design the Project to the Construction Cost Budget in accordance with this Article 4,
making all revisions necessary to maintain the Construction Cost Budget.Consultant shall
attend meetings with the City to review and discuss cost estimates,cost-saving alternatives,
and implementation or revision of the Design Documents and Construction Documents to
address such items,as necessary to meet the established budget parameters set forth in the
City Construction Budget.
4.2.Consultant shall provide and/or update the Statement of Probable Construction Cost at
each stage of completion of the Design Documents and at completion of the Construction
Documents,unless otherwise specified in a written directive of the Project Administrator.
4.2.1.At completion of the conceptual design (at such stage of completion of the
Design Documents as may be specified by the Project Administrator),Consultant shall provide
the City a Statement of Probable Construction Cost,which must include an estimated
Construction Cost for the Project within a range of plus or minus fifteen percent (+/-15%)of the
Construction Cost Budget.If at the foregoing stage of design,the Consultant's Statement of
Probable Construction Cost exceeds the City's Construction Budget by more than fifteen
percent (15%),then the Project Administrator shall provide notice thereof to the Consultant.
Consultant shall then identify the cause(s)for the difference and recommend in writing for the
City's approval any modification in the Design Documents necessary to conform to the
Consultant's estimated total costs in the Statement of Probable Construction Cost to within
fifteen percent (15%)of the City's Construction Budget.Upon obtaining City's approval of any
proposed modifications,Consultant shall incorporate such modifications within the Design
Documents as part of the Basic Services and at no additional cost to the City.
4.2.2.At the 30%and 60%completion of the Design Documents,Consultant shall
update its Statement of Probable Construction Cost,which must include an estimated
Construction Cost for the Project within a range of plus or minus ten percent (+/-10%)of the
Construction Cost Budget.If at the foregoing stages of design,the Consultant's Statement of
Probable Construction Cost exceeds the City's Construction Budget by more than ten percent
(10%),the Project Administrator shall provide notice thereof to the Consultant.Consultant shall
then identify the cause(s)for the difference and recommend in writing for the City's approval any
modification in the Design Documents necessary to conform to the Consultant's estimated total
costs in the Statement of Probable Construction Cost to within ten percent (10%)of the City's
Construction Budget.Upon obtaining City's approval of any proposed modifications,Consultant
shall incorporate such modifications within the Design Documents as part of the Basic Services
and at no additional cost to the City.
4.2.3.At the 90%stage completion of the Design Documents and at completion of the
Construction Documents,Consultant shall update its Statement of Probable Construction Cost,
which must include an estimated Construction Cost for the Project within a range of plus or
minus five percent (+/-5%)of the Construction Cost Budget.If at the foregoing stages of design,
the Consultant's Statement of Probable Construction Cost exceeds the City's Construction
Budget by more than five percent (5%),the Project Administrator shall provide notice thereof to
the Consultant.Consultant shall then identify the cause(s)for the difference and recommend in
writing for the City's approval any modification in the Design Documents necessary to conform
to the Consultant's estimated total costs in the Statement of Probable Construction Cost to
within five percent (5%)of the City's Construction Budget.Upon obtaining the City's approval,
16
Consultant shall promptly modify the Design Documents or Construction Documents within the
time period specified by the Project Administrator (which time period for completion shall not
exceed ninety (90)days from the date Consultant is notified to re-design),as part of the Basic
Services and at no additional cost to the City.
4.2.4.To ensure that the Construction Cost shall not exceed the City's Construction
Budget,each Statement of Probable Construction Cost shall be in sufficient detail to identify the
costs of each element and include a breakdown of the fees,general conditions and a
reasonable and appropriate construction contingency.
4.3.Consultant shall certify and warrant to the City that the Statement of Probable
Construction Cost and any update thereto,represents Consultant's best judgment of the
Construction Cost for the Project as an experienced design professional familiar with the
construction industry,provided,however,that Consultant cannot (and does not)guarantee that
bids or negotiated prices will not vary from any estimates of Construction Cost or other cost
evaluation(s)prepared (or otherwise provided)by Consultant.
4.4 If the lowest and best Base Bid exceeds the Consultant's final updated Statement of
Probable Cost by more than ten percent (10%),the Project Administrator shall provide notice
thereof to the Consultant,and the Consultant shall re-design the Project within the Project
Scope,construction schedule,sequence of Work,or such other action,as deemed necessary,
to reduce the Statement of Probable Construction Cost,and Consultant shall provide any
required revisions to the Contract Documents (including,without limitation,the Construction
Documents)within the time period specified by the Project Administrator (which time period for
completion shall not exceed ninety (90)days from the date Consultant is notified to re-design),
and shall provide re-bidding services,as many times as may be reasonably requested by the
City,as part of the Basic Services and at no additional cost to the City,in order to bring any
resulting,responsive and responsible bids within ten percent (10%)of the Consultant's final
updated Statement of Probable Cost.
4.5.The Construction Cost Budget shall not be exceeded without fully justifiable,
extraordinary,and unforeseen circumstances (such as Force Majeure)which are beyond the
control of the parties.Any expenditure above this amount shall be subject to prior City
Commission approval which,if granted at all,shall be at the sole and reasonable discretion of
the City Commission.The City Commission shall have no obligation to approve an increase in
the Construction Cost Budget and,if such Construction Cost Budget is exceeded,the City
Commission may,at its sole and absolute discretion,terminate this Agreement (and the
remaining Services)without any further liability to the City.
4.6.The City Commission may,at its sole and absolute discretion,and without relieving
Consultant of its obligations under this Agreement to design the Project to the Construction Cost
Budget as set forth in Sections 4.1 through 4.5 above,separately elect any of the following
options:(1)approve an increase to the Construction Cost Budget;(2)reject all bids,and (at its
option)authorize rebidding of the Project;(3)abandon the Project and terminate the remaining
Services without any further liability to the City;(4)select as many deductive alternatives as
may be necessary to bring the lowest and best bid within the Construction Cost Budget.
ARTICLE 5.ADDITIONAL SERVICES
17
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 "C"
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 Appraisals:Investigation and creation of detailed appraisals and valuations
of existing facilities,and surveys or inventories in connection with construction
performed by City.
5.2.2.Unforeseen Conditions.Providing additional work relative to the Project which
arises from subsequent circumstances and causes which could not reasonably have
been foreseen at the time of execution of this Agreement (excluding conditions
determined by all prior studies available to Consultant and excluding circumstances and
causes resulting from error,omission,inadvertence,or negligence of Consultant).
5.2.3.City-Requested Revisions to Construction Documents:Making revisions to
Construction Documents resulting in or from City-requested changes in Scope of Work
involving new program elements,when such revisions are inconsistent with written
approvals or instructions previously given by City and/or are due to causes beyond the
control of Consultant.
5.2.4 Expert Witness:Except insofar as the Consultant is required by legal process or
subpoena to appear and give testimony,preparing to serve or serving as an expert
witness in connection with any state or federal court action to which the Consultant is not
a party in its own name,that is not instituted by the Consultant or in which the
performance of the Consultant is not in issue.
5.2.5 Procurement:Assistance in connection with bid protests,re-bidding,or re-
negotiating contracts (except for Contract Document revisions and re-bidding services
required under Section 4.4 hereof,which shall be provided at no additional cost to City).
5.2.6.Models:Preparing professional perspectives,models or renderings in addition to
those provided for in this Agreement except insofar as these are otherwise useful or
necessary to the Consultant in the provision of Basic Services.
5.2.7.Threshold Inspection/Material Testing and Inspection:Providing threshold
inspection services and material testing/special inspection services,provided that
18
Consultant,as part of the Basic Services,shall report on the progress the Work,
including any defects and deficiencies that may be observed in the Work.
5.2.8 Pre-Design Surveys &Testing:Environmental investigations and site
evaluations,provided,however,that surveys of the existing structure required to
complete as-built documentation are not additional services.
5.2.9 Geotechnical engineering.Providing geotechnical engineering services or site
surveys.
5.3 Additional services may be requested by the City using a Consultant Service Order
(CSO).For each proposed Consultant Service Order,Consultant shall provide the City with a
cost proposal on a lump sum or not-to-exceed basis,based on the fee schedule set forth in
Schedule "C"hereto.Consultant Service Order shall be executed in accordance with Contract
Approval Authority Procedure 03.02 or as amended.Any CSO not executed in accordance
herewith shall be null and void.
Except as specified herein,services that are required for completion of the Construction
Documents shall be part of Consultant's Basic Services.
Reimbursable Expenses and/or Contingency are allowance(s)set aside by the City and shall
include actual expenditures (no markups allowed)made by the Consultant in the interest of the
Project,provided such expenses are authorized in advance by the City.The Reimbursable
Expenses and/or Contingency allowance(s),as specified herein,belongs to,and shall be
controlled by the City (i.e.unused portions will be retained by the City and shall not be paid to
Consultant).
Notwithstanding the above,any Reimbursable Expenses must be authorized,in advance,in
writing,by the City Manager or corresponding Department's Director.Invoices or vouchers for
Reimbursable Expenses shall be submitted to the corresponding Department's Director (along
with any supporting receipts and other back-up material required to support the amount
invoiced,and as requested by the corresponding Department's Director).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."Only actual amounts incurred and
paid (requiring proof of payment)by the Consultant shall be invoiced,without any markups
and/or additions.
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).
19
•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 attached hereto as
Schedule "A",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 billing
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 set forth in Schedule A-1 or Consultant
Service Order (as applicable).Any request for payment of Reimbursable Expenses shall also be
included with Consultant's payment request.No mark-up shall be allowed on Reimbursable
Expenses.
7.5 ESCALATION:The initial hourly rates set forth in Schedule B shall remain constant for
the Initial Term of the agreement.Ninety (90)days prior to expiration of the Initial Term,the City
Manager may consider an adjustment to the preceding year's unit costs for the subsequent
year.Any such adjustments,if any,shall be 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,provided,however,that in no event shall any annual increase exceed three percent
(3%).In the event that the City Manager 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 Consultant.
7.7 METHOD OF BILLING AND PAYMENT.Consultant shall invoice the Project
20
Administrator in a timely manner,but no more than once on a monthly basis,per project.
Invoices shall identify/include 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 sub-consultant 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.
Invoices shall be submitted to the City at the following address:
Accounts Payable:payables@miamibeachfl.gov
7.7.1 If requested,Consultant shall provide back-up for past and current invoices that
records hours for all work (by employee category),and cost itemizations for
Reimbursable Expenses (by category).
ARTICLE 8.CONSULTANT'S ACCOUNTING AND OTHER RECORDS
8.1 All books,records (whether financial or otherwise),correspondence,technical
documents,and any other records or documents related to the Services and/or Project will be
available for examination and audit by the City Manager,or his/her authorized representatives,
at Consultant's office (at the address designated in Article 15 ["Notices"]),during customary
business hours.All such records shall be kept at least for a period of three (3)years after
Consultant's completion of the Services.Incomplete or incorrect entries in such records and
accounts relating personnel services and expenses may be grounds for City's disallowance of
any fees or expenses based upon such entries.Consultant shall also bind its subconsultants to
the requirements of this Article and ensure compliance therewith
ARTICLE 9.OWNERSHIP OF PROJECT DOCUMENTS
9.1 All notes,correspondence,documents,plans and specifications,designs,drawings,
renderings,calculations,specifications,models,photographs,reports,surveys,investigations,
and any other documents (whether completed or partially completed)and copyrights thereto for
Services performed or produced in the performance of this Agreement,or related to the Project,
whether in its native electronic form,paper or other hard copy medium or in electronic medium,
except with respect to copyrighted standard details and designs owned by the Consultant or
owned by a third party and licensed to the Consultant for use and reproduction,shall become
the property of the City.Consultant shall deliver all such documents to the Project Administrator
in their native electronic form,as required in the Consultant Service Order within thirty (30)days
of completion of the Services (or within thirty (30)days of expiration or earlier termination of this
Agreement as the case may be).However,the City may grant an exclusive license of the
copyright to the Consultant for reusing and reproducing copyrighted materials or portions
thereof as authorized by the City Manager in advance and in writing,In addition,the Consultant
shall not disclose,release,or make available any document to any third party without prior
written approval from the City Manager.The Consultant shall warrant to the City that it has
been granted a license to use and reproduce any standard details and designs owned by a third
party and used or reproduced by the Consultant in the performance of this Agreement.Nothing
contained herein shall be deemed to exclude any document from Chapter 119,Florida Statutes.
21
9.2 The Consultant is permitted to reproduce copyrighted material described above subject
to prior written approval of the City Manager.
9.3 At the City's option,the Consultant may be authorized,as an Additional Service,to
adapt copyrighted material for additional or other work for the City;however,payment to the
Consultant for such adaptations will be limited to an amount not greater than 50%of the original
fee earned to adapt the original copyrighted material to a new site.
9.4 The City shall have the right to modify the Project or any components thereof without
permission from the Consultant or without any additional compensation to the Consultant.The
Consultant shall be released from any liability resulting from such modification.
9.5 The Consultant shall bind all subconsultants to the Agreement requirements for re-use of
plans and specifications.
ARTICLE 10.TERMINATION OF AGREEMENT
10.1 TERMINATION FOR LACK OF FUNDS:The City is a governmental entity and is
subject to the appropriation of funds by its legislative body in an amount sufficient to allow
continuation of its performance in accordance with the terms and conditions of this Agreement.
In the event there is a lack of adequate funding either for the Services or the Project (or both),
the City may terminate this Agreement without further liability to the City.
10.2 TERMINATION FOR CAUSE:The City,through the City Manager,may terminate this
Agreement for cause,upon written notice to Consultant,in the event that the Consultant (1)
violates any provision of this Agreement or performs same in bad faith;(2)unreasonably delays
the performance of the Services or any portion thereof;or (3)does not perform the Services or
any portion thereof in a timely and satisfactory manner.In the case of termination for cause by
the City,the Consultant shall first be granted a thirty (30)day cure period (commencing upon
receipt of the initial written notice of default from the City).
10.2.1 In the event this Agreement is terminated for cause by the City,the City,at its
sole option and discretion,may take over the remaining Services and complete them by
contracting with another consultant(s),or otherwise.The Consultant shall be liable to the
City for any additional cost(s)incurred by the City due to such termination."Additional
Cost"is defined as the difference between the actual cost of completion of the Services,
and the cost of completion of such Services had the Agreement not been terminated.
10.2.2 In the event of termination for cause by the City,the City shall only be obligated
to pay Consultant for those Services satisfactorily performed and accepted prior to the
date of termination (as such date is set forth in,or can be calculated from,the City's
initial written default notice).Upon payment of any amount which may be due to
Consultant pursuant to this subsection 10.2.2,the City shall have no further liability to
Consultant.
10.2.3 As a condition precedent to release of any payment which may be due to
Consultant under subsection 10.2.2,the Consultant shall promptly assemble and deliver
to the Project Administrator any and all Project documents prepared (or caused to be
prepared)by Consultant (including,without limitation,those referenced in subsection 9.1
22
hereof).The City shall not be responsible for any cost incurred by Consultant for
assembly,copy,and/or delivery of Project documents pursuant to this subsection.
10.3 TERMINATION FOR CONVENIENCE:In addition to the City's right to terminate for
cause,the City through the City Manager,may also terminate this Agreement,upon fourteen
(14)days prior written notice to Consultant,for convenience,without cause,and without penalty,
when (in its sole discretion)it deems such termination to be in the best interest of the City.In
the event the City terminates the Agreement for convenience,Consultant shall be compensated
for all Services satisfactorily performed and accepted up to the termination date (as set forth in
the City's written notice),and for Consultant's costs in assembly and delivery to the Project
Administrator of the Project documents (referenced in subsection 10.2.3 above).Upon payment
of any amount which may be due to Consultant pursuant this subsection 10.3,the City shall
have no further liability to Consultant.
10.4 TERMINATION BY CONSUL TANT: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.INSURA NCE
Insurance requirements will be determined on a project by project basis at the time of
Consultant Service Order {CSO).
11.1 The maintenance of proper insurance coverage is a material element of the Agreement
and failure to maintain or renew coverage may be treated as a material breach of the
Agreement,which could result in withholding of payments or termination of the Agreement.
11.2 Additional Insured -City of Miami Beach must be included by endorsement as an
additional insured with respect to all liability policies (except Professional Liability and Workers'
Compensation)arising out of work or operations performed on behalf of the Consultant
including materials,parts,or equipment furnished in connection with such work or operations
and automobiles owned,leased,hired or borrowed in the form of an endorsement to the
Consultant's insurance.
11.3 Notice of Cancellation -Each insurance policy required above shall provide that
coverage shall not be cancelled,except with notice to the City of Miami Beach clo EXIGIS
Insurance Compliance Services.
23
11.4 Waiver of Subrogation -Consultant agrees to obtain any endorsement that may be
necessary to affect the waiver of subrogation on the coverages required.However,this
provision applies regardless of whether the City has received a waiver of subrogation
endorsement from the insurer.
11.5 Acceptability of Insurers -Insurance must be placed with insurers with a current A.M.
Best rating of A:VII or higher.If not rated,exceptions may be made for members of the Florida
Insurance Funds (i.e.FWCIGA,FAJUA).Carriers may also be considered if they are licensed
and authorized to do insurance business in the State of Florida.
11.6 Verification of Coverage -Consultant shall furnish the City with original certificates
and amendatory endorsements,or copies of the applicable insurance language,effecting
coverage required by this contract.All certificates and endorsements are to be received and
approved by the City before work commences.However,failure to obtain the required
documents prior to the work beginning shall not waive the Consultant's obligation to provide
them.The City reserves the right to require complete,certified copies of all required insurance
policies,including endorsements,required by these specifications,at any time.
CERTIFICATE HOLDER MUST REA D:
CITY OF MIAMI BEACH
c/o EXIGIS Insurance Compliance Services
P.O.Box 4668-ECM #35050
New York,NY 10163-4668
Kindly submit all certificates of insurance,endorsements,exemption letters to our servicing
agent,EXIGIS,at:
Certificates-miamibeach@riskwyorks_com
11.7 Special Risks or Circumstances -The City of Miami Beach reserves the right to
modify these requirements,including limits,based on the nature of the risk,prior experience,
insurer,coverage,or other special circumstances.
Compliance with the foregoing requirements shall not relieve the vendor of his liability and
obligation under this section or under any other section of this agreement.
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
24
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 Consultant,or other acts of the Consultant,the City in no way assumes
or shares any responsibility or liability of the Consultant (including,without limitation its
subconsultants and/or any registered professionals (architects and/or engineers)under this
Agreement).
ARTICLE 13.ERRORS AND OMISSIONS
13.1 ERRORS AND OMISSIONS:It is specifically agreed that any construction changes
categorized by the City as caused by an error,an omission,or any combination thereof in the
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 Project Administrator.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
25
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
Until changed by notice in writing,all such notices and communications shall be addressed as
follows:
All written notices given to City by Consultant shall be addressed to:
City Manager's Office
City of Miami Beach
1700 Convention Center Drive
Miami Beach,Florida 33139
Attn:Alina Hudak,City Manager
Email:alinahudak@miamibeachfl.gov
With a copy to:
City Manager's Office
City of Miami Beach
1700 Convention Center Drive
Miami Beach,Florida 33139
Attn:Eric Carpenter,Assistant City Manager
Email:ericcarpenter@miamibeachfl.gov
All written notices given to the Consultant from the City shall be addressed to:
All notices mailed electronically to either party shall be deemed to be sufficiently transmitted.
ARTICLE 16.CONSULTANT'S COMPLIANCE WITH FLORIDA PUBLIC RECORDS LAW
16.1 Consultant shall comply with Florida Public Records law under Chapter 119,Florida
Statutes,as may be amended from time to time.
16.2 The term "public records"shall have the meaning set forth in Section 119.011(12),which
26
means all documents,papers,letters,maps,books,tapes,photographs,films,sound
recordings,data processing software,or other material,regardless of the physical form,
characteristics,or means of transmission,made or received pursuant to law or ordinance or in
connection with the transaction of official business of the City.
16.3 Pursuant to Section 119.0701 of the Florida Statutes,if the Consultant meets the
definition
of "Consultant"as defined in Section 119.0701(1 )(a),the Consultant shall:
(a)Keep and maintain public records required by the City to perform the service;
(b)Upon request from the City's custodian of public records,provide the City with a
copy of the requested records or allow the records to be inspected or copied
within a reasonable time at a cost that does not exceed the cost provided in
Chapter 119,Florida Statutes 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,for the duration of the contract term and following completion of the
Agreement if the Consultant does not transfer the records to the City;
(d)Upon completion of the Agreement,transfer,at no cost to the City,all public
records in possession of the Consultant or keep and maintain public records
required by the City to perform the service.If the Consultant transfers all public
records to the City upon completion of the Agreement,the Consultant shall
destroy any duplicate public records that are exempt or confidential and exempt
from public records disclosure requirements.If the Consultant keeps and
maintains public records upon completion of the Agreement,the Consultant shall
meet all applicable requirements for retaining public records.All records stored
electronically must be provided to the City,upon request from the City's
custodian of public records,in a format that is compatible with the information
technology systems of the City.
16.4 REQUEST FOR RECORDS;NONCOMPLIANCE.
16.4.1 A request to inspect or copy public records relating to the City's contract for
services must be made directly to the City.If the City does not possess the requested
records,the City shall immediately notify the Consultant of the request,and the
Consultant must provide the records to the City or allow the records to be inspected or
copied within a reasonable time.
16.4.2 Consultant's failure to comply with the City's request for records shall constitute
a breach of this Agreement,and the City,at its sole discretion,may:(1)
unilaterally terminate the Agreement;(2)avail itself of the remedies set forth
under the Agreement;and/or (3)avail itself of any available remedies at law or
in equity.
16.4.3 A Consultant who fails to provide the public records to the City within a
reasonable time may be subject to penalties under s.119.10.
16.5 CIVIL ACTION.
16.5.1 If a civil action is filed against a Consultant to compel production of public
records
relating to the City's contract for services,the court shall assess and award against the
Consultant the reasonable costs of enforcement,including reasonable attorneys'fees,if:
27
(a)The court determines that the Consultant unlawfully refused to comply with
the public records request within a reasonable time;and
(b)At least 8 business days before filing the action,the plaintiff provided written
notice of the public records request,including a statement that the
Consultant has not complied with the request,to the City and to the
Consultant.
16.5.2 A notice complies with subparagraph (16.5.1)(b)if it is sent to the City's
custodian
of public records and to the Consultant at the Consultant's address listed on its contract
with the City or to the Consultant's registered agent.Such notices must be sent by
common carrier delivery service or by registered,Global Express Guaranteed,or
certified
mail,with postage or shipping paid by the sender and with evidence of delivery,which
may be in an electronic format.
16.5.3 A Consultant who complies with a public records request within 8 business days
after the notice is sent is not liable for the reasonable costs of enforcement.
16.6 IF THE CONSUL TANT HAS QUESTIONS REGARDING THE
APPLICATION OF CHAPTER 119,FLORIDA STATUTES,TO THE
CONSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS
RELATING TO THIS AGREEMENT,CONTACT THE CUSTODIAN
OF PUBLIC RECORDS AT:
CITY OF MIAMI BEACH
ATTENTION:RAFAEL E.GRANADO,CITY CLERK
1700 CONVENTION CENTER DRIVE
MIAMI BEACH,FLORIDA 33139
E-MAIL:RAFAELGRANADO@MIAMIBEACHFL.GOV
PHONE:305-673-7411
ARTICLE 17.INSPECTOR GENERAL AUDIT RIGHTS
17 .1 Pursuant to Section 2-256 of the Code of the City of Miami Beach,the City has
established the Office of the Inspector General which may,on a random basis,perform reviews,
audits,inspections,and investigations on all City contracts,throughout the duration of said
contracts.This random audit is separate and distinct from any other audit performed by or on
behalf of the City.
17.2 The Office of the Inspector General is authorized to investigate City affairs and
empowered to review past,present and proposed City programs,accounts,records,contracts
and transactions.In addition,the Inspector General has the power to subpoena witnesses,
administer oaths,require the production of witnesses and monitor City projects and programs.
Monitoring of an existing City project or program may include a report concerning whether the
project is on time,within budget and in conformance with the contract documents and applicable
28
law.The Inspector General shall have the power to audit,investigate,monitor,oversee,inspect
and review operations,activities,performance and procurement process including but not
limited to project design,bid specifications,(bid/proposal)submittals,activities of the
Consultant,its officers,agents and employees,lobbyists,City staff and elected officials to
ensure compliance with the contract documents and to detect fraud and corruption.Pursuant to
Section 2-378 of the City Code,the City is allocating a percentage of its overall annual contract
expenditures to fund the activities and operations of the Office of Inspector General.
17.3 Upon ten (10)days written notice to the Consultant,the Consultant shall make all
requested records and documents available to the Inspector General for inspection and
copying.The Inspector General is empowered to retain the services of independent private
sector auditors to audit,investigate,monitor,oversee,inspect and review operations activities,
performance and procurement process including but not limited to project design,bid
specifications,(bid/proposal)submittals,activities of the Consultant its officers,agents and
employees,lobbyists,City staff and elected officials to ensure compliance with the contract
documents and to detect fraud and corruption.
17.4 The Inspector General shall have the right to inspect and copy all documents and
records
in the Consultant's possession,custody or control which in the Inspector General's sole
judgment,pertain to performance of the contract,including,but not limited to original estimate
files,change order estimate files,worksheets,proposals and agreements from and with
successful subconsultants and suppliers,all project-related correspondence,memoranda,
instructions,financial documents,construction documents,(bid/proposal)and contract
documents,back-change documents,all documents and records which involve cash,trade or
volume discounts,insurance proceeds,rebates,or dividends received,payroll and personnel
records and supporting documentation for the aforesaid documents and records.
17.5 The Consultant shall make available at its office at all reasonable times the records,
materials,and other evidence regarding the acquisition (bid preparation)and performance of
this Agreement,for examination,audit,or reproduction,until three (3)years after final payment
under this Agreement or for any longer period required by statute or by other clauses of this
Agreement.In addition:
(a)If this Agreement is completely or partially terminated,the Consultant shall make
available records relating to the work terminated until three (3)years after any
resulting final termination settlement;and
(b)The Consultant shall make available records relating to appeals or to litigation or the
settlement of claims arising under or relating to this Agreement until such appeals,
litigation,or claims are finally resolved.
17.6 The provisions in this section shall apply to the Consultant,its officers,agents,
employees,subconsultants and suppliers.The Consultant shall incorporate the provisions in
this section in all subcontracts and all other agreements executed by the Consultant in
connection with the performance of this Agreement.
17.7 Nothing in this section shall impair any independent right to the City to conduct audits or
investigative activities.The provisions of this section are neither intended nor shall they be
construed to impose any liability on the City by the Consultant or third parties.
29
ARTICLE 18.MISCELLANEOUS PROVISIONS
18.1 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.
18.2 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.
18.3 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 Consultant,
supplier,subconsultant,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
18.4 NO CONTINGENT FEE:Consultant warrants that it has not employed or retained any
company or person,other than a bona fide employee working solely for Consultant,to solicit or
secure this Agreement,and that it has not paid or agreed to pay any person,company,
corporation,individual or firm,other than a bona fide employee working solely for Consultant,
any fee,commission,percentage,gift,or other consideration contingent upon or resulting from
the award or making of this Agreement.For the breach or violation of this subsection,City shall
have the right to terminate the Agreement,without any liability or,at its discretion,to deduct
from the contract price (or otherwise recover)the full amount of such fee,commission,
percentage,gift,or consideration.
18.5 LAWS AND REGULATIONS:
18.5.1 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.
30
18.5.2 Project Documents.In accordance with Section 119.071 (3)(b)(2),Florida
Statutes,entitled "General exemptions from inspecting or copying public
records,"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 Consultant 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.
18.5.2.1 In addition to the requirements in this subsection 18.5.2,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.
18.5.2.2 The Consultant and its subconsultants agree in writing that the Project
documents are to be kept and maintained in a secure location.
18.5.2.3 Each set of the Project documents are to be numbered and the
whereabouts of the documents shall be tracked at all times.
18.5.2.4 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.
18.5.3 E-Verify
18.5.3.1 Consultant shall comply with Section 448.095,Florida Statutes,
"Employment Eligibility"("E-Verify Statute"),as may be amended from
time to time.Pursuant to the E-Verify Statute,commencing on
January 1,2021,Consultant shall register with and use the E-Verify
system to verify the work authorization status of all newly hired
employees during the Term of the Agreement.Additionally,
Consultant shall expressly require any subconsultant performing work
or providing services pursuant to the Agreement to likewise utilize the
U.S.Department of Homeland Security's E-Verify system to verify the
employment eligibility of all new employees hired by the subconsultant
during the contract Term.If Consultant enters into a contract with an
approved subconsultant,the subconsultant must provide the
Consultant with an affidavit stating that the subconsultant does not
employ,contract with,or subcontract with an unauthorized alien.
Consultant shall maintain a copy of such affidavit for the duration of
the Agreement or such other extended period as may be required
31
under this Agreement.
18.5.3.2 TERMINATION RIGHTS.
18.5.3.2.1 If the City has a good faith belief that Consultant has
knowingly violated Section 448.09(1 ),Florida Statutes,the City shall
terminate this Agreement with Consultant for cause,and the City shall
thereafter have or owe no further obligation or liability to Consultant.
18.3.5.2.2 If the City has a good faith belief that a subconsultant has
knowingly violated the foregoing Subsection 18.5.3.1 but the
Consultant otherwise complied with such subsection,the City will
promptly notify the Consultant and order the Consultant to
immediately terminate the Agreement with the subconsultant.
Consultant's failure to terminate a subconsultant shall be an event of
default under this Agreement,entitling City to terminate the
Consultant's contract for cause.
18.5.3.2.3 A contract terminated under the foregoing Subsection
18.5.3.2.1 or 18.5.3.2.2 is not in breach of contract and may not be
considered as such.
18.5.3.2.4 The City or Consultant or a subconsultant may file an
action with the Circuit or County Court to challenge a termination
under the foregoing Subsection 18.5.3.2.1 or 18.5.3.2.2 no later than
20 calendar days after the date on which the contract was terminated.
18.5.3.2.5 If the City terminates the Agreement with Consultant under
the foregoing Subsection 18.5.3.2.1 Consultant may not be awarded a
public contract for at least 1 year after the date of termination of this
Agreement.
18.5.3.2.6 Consultant is liable for any additional costs incurred by the
City as a result of the termination of this Agreement under this Section
18.5.3.
18.6 FORCE MAJEURE:
18.6.1 A "Force Majeure"event is an event that (i)in fact causes a delay in the
performance of the Consultant or the City's obligations under the Agreement,and (ii)is
beyond the reasonable control of such party unable to perform the obligation,and (iii)is
not due to an intentional act,error,omission,or negligence of such party,and (iv)could
not have reasonably been foreseen and prepared for by such party at any time prior to
the occurrence of the event.Subject to the foregoing criteria,Force Majeure may include
events such as war,civil insurrection,riot,fires,epidemics,pandemics,terrorism,
sabotage,explosions,embargo restrictions,quarantine restrictions,transportation
accidents,strikes,strong hurricanes or tornadoes,earthquakes,or other acts of God
which prevent performance.Force Majeure shall not include technological impossibility,
inclement weather,or failure to secure any of the required permits pursuant to the
Agreement.
32
18.6.2 If the City or Consultant's performance of its contractual obligations is prevented
or delayed by an event believed by to be Force Majeure,such party shall immediately
upon learning of the occurrence of the event or of the commencement of any such delay,
but in no case within fifteen (15)business days thereof,provide notice of (i)of the
occurrence of event of Force Majeure,(ii)of the nature of the event and the cause
thereof,(iii)of the anticipated impact on the Agreement,(iv)of the anticipated period of
the delay,and (v)of what course of action such party plans to take in order to mitigate
the detrimental effects of the event.The timely delivery of the notice of the occurrence of
a Force Majeure event is a condition precedent to allowance of any relief pursuant to this
section;however,receipt of such notice shall not constitute acceptance that the event
claimed to be a Force Majeure event is in fact Force Majeure,and the burden of proof of
the occurrence of a Force Majeure event shall be on the requesting party.
18.6.3 No party hereto shall be liable for its failure to carry out its obligations under the
Agreement during a period when such party is rendered unable,in whole or in part,by
Force Majeure to carry out such obligations.The suspension of any of the obligations
under this Agreement due to a Force Majeure event shall be of no greater scope and no
longer duration than is required.The party shall use its reasonable best efforts to
continue to perform its obligations hereunder to the extent such obligations are not
affected or are only partially affected by the Force Majeure event,and to correct or cure
the event or condition excusing performance and otherwise to remedy its inability to
perform to the extent its inability to perform is the direct result of the Force Majeure
event with all reasonable dispatch.
18.6.4 Obligations pursuant to the Agreement that arose before the occurrence of a
Force Majeure event causing the suspension of performance shall not be excused as a
result of such occurrence unless such occurrence makes such performance not
reasonably possible.The obligation to pay money in a timely manner for obligations and
liabilities which matured prior to the occurrence of a Force Majeure event shall not be
subject to the Force Majeure provisions.
18.6.5 Notwithstanding any other provision to the contrary herein,in the event of a
Force Majeure occurrence,the City may,at the sole discretion of the City Manager,
suspend the City's payment obligations under the Agreement,and may take such action
without regard to the notice requirements herein.Additionally,in the event that an event
of Force Majeure delays a party's performance under the Agreement for a time period
greater than thirty (30)days,the City may,at the sole discretion of the City Manager,
terminate the Agreement on a given date,by giving written notice to Consultant of such
termination.If the Agreement is terminated pursuant to this Section,Consultant shall be
paid for any Services satisfactorily performed up to the date of termination;following
which the City shall be discharged from any and all liabilities,duties,and terms arising
out of,or by virtue of,this Agreement.In no event will any condition of Force Majeure
extend this Agreement beyond its stated term.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.
18.7 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
33
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.
18.8 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.
18.9 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.
18.9 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.
18.10 INTENT OF AGREEMENT:
18.10.1 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.
18.10.2 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.
18.10.3 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.
18.10.4 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
34
document approval and executed with the same formality and of equal dignity herewith.
[REMAINDER OF THIS PAGE LEFT INTENTIONALLY BLANK]
35
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
RAFAEL E.GRANADO,CITY CLERK
Date -------------
CONSULTANT:
Signature/President
Print
Date
36
CITY OF MIAMI BEACH:
DAN GELBER,MAYOR
SCHEDULE A
CONSUL TANT SERVICE ORDER
Service Order No.
TO:[Consultant]
for services described herein
PROJECT NAME:_
DATE:
Pursuant to the agreement between the City of Miami Beach and [Consultant],for [Name of
Project]RFQ-2020-096-ND,you are directed to provide the following services:
SCOPE OF SERVICES:
Per attached proposal dated ,to be considered part of this Agreement.
Estimated calendar days to complete this work:
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:
$
$
$
$
Days
Dept.Director
Assistant City Manager
City Manager
Date
Date
Date
37
Consultant Date
SCHEDULE A-1
CONSUL TANT COMPENSATION
Schedule of Payments
Planning Services *
Design Services*
Bidding and Award Services
Construction Administration **
Reimbursable Allowance***
$XXXXXXXX
$XXXXXXXX
$XXXXXXXX
$XXXXXXXX
$XXXXXXXX
Note*:These services will be paid lump sum based on percentage complete of each
phase as identified in the individual tasks.
Note:Construction Administration will be paid on a monthly basis upon
commencement of construction.
In the event that,through no fault of the Consultant,Construction Administration
services are required to be extended,which extension shall be subject to prior City
approval,and what shall be at the City's sole discretion,the Consultant agrees to extend
said services for $XXXXXX ,per month,for the duration required to complete the Project.
Note***:The Reimbursable Allowance belongs to the City and must be approved in
writing,in advance,by the Project Administrator.Unused portions will not be paid to the
Consultant.
38
SCHEDULE B
CONSULTANT HOURLY RATE SCHEDULES
39
SCHEDULE C
APPROVED SUBCONSULTANTS
40
MIAMI BEACH
APPENDIX C
MAM BEACH
Insurance Requirements
2024-234-ND
ENGINEERING SERVICES FOR SEWALLS
AND LIVING SHORELINES
PROCUREMENT DEPARTMENT
1755 Meridian Avenue,3d Floor
Miami Beach,Florida 33139
MIAMI BEACH
INSURANCE REQUIREMENTS
The consultant shall maintain the below required insurance in effect prior to awarding the contract
and for the duration of the contract.The maintenance of proper insurance coverage is a material
element of the contract and failure to maintain or renew coverage may be treated as a material
breach of the contract,which could result in withholding of payments or termination of the contract.
A.Workers'Compensation Insurance for all employees of the Contractor as required
by Florida Statute Chapter 440 and Employer Liability Insurance with a limit of no
less than $1,000,000 per accident for bodily injury or disease.Should the
Contractor be exempt from this Statute,the Contractor and each employee shall
hold the City harmless from any injury incurred during performance of the Contract.
The exempt contractor shall also submit (i)a written statement detailing the
number of employees and that they are not required to carry Workers'
Compensation insurance and do not anticipate hiring any additional employees
during the term of this contract or (ii)a copy of a Certificate of Exemption.
B.Commercial General Liability Insurance on an occurrence basis,including products
and completed operations,property damage,bodily injury and personal &
advertising injury with limits no less than $1,000,000 per occurrence,and
$2,000,000 general aggregate.
C.Automobile Liability Insurance covering any automobile,if consultant has no
owned automobiles,then coverage for hired and non-owned automobiles,with limit
no less than $1,000,000 combined per accident for bodily injury and property
damage.
D.Professional Liability (Errors &Omissions)Insurance appropriate to the
Consultant's profession,with limit no less than $1,000,000.
Additional Insured -City of Miami Beach must be included by endorsement as an additional
insured with respect to all liability policies (except Professional Liability and Workers'
Compensation)arising out of work or operations performed on behalf of the contractor including
materials,parts,or equipment furnished in connection with such work or operations and
automobiles owned,leased,hired or borrowed in the form of an endorsement to the contractor's
insurance.
Notice of Cancellation -Each insurance policy required above shall provide that coverage shall
not be cancelled,except with notice to the City of Miami Beach c/o EXIGIS Insurance Compliance
Services.
Waiver of Subrogation -Consultant agrees to obtain any endorsement that may be necessary to
affect the waiver of subrogation on the coverages required.However,this provision applies
regardless of whether the City has received a waiver of subrogation endorsement from the insurer.
Acceptability of Insurers -Insurance must be placed with insurers with a current AM.Best rating
of A:VII or higher.If not rated,exceptions may be made for members of the Florida Insurance
MIAMI BEACH
Funds (i.e.FWCIGA,FAJUA).Carriers may also be considered if they are licensed and authorized
to do insurance business in the State of Florida.
Verification of Coverage -Contractor shall furnish the City with original certificates and
amendatory endorsements,or copies of the applicable insurance language,effecting coverage
required by this contract.All certificates and endorsements are to be received and approved by
the City before work commences.However,failure to obtain the required documents prior to the
work beginning shall not waive the Contractor's obligation to provide them.The City reserves the
right to require complete,certified copies of all required insurance policies,including
endorsements,required by these specifications,at any time.
CERTIFICATE HOLDER MUST READ:
City of Miami Beach
c/o Exigis Insurance Compliance Services
P.O.Box 947 Murrieta,CA 92564
Kindly submit all certificates of insurance,endorsements,exemption letters to our servicing agent,
EXIGIS,at:
Certificates-miamibeach@riskyorks.com
Special Risks or Circumstances -The City of Miami Beach reserves the right to modify these
requirements,including limits,based on the nature of the risk,prior experience,insurer,coverage,
or other special circumstances.
Compliance with the foregoing requirements shall not relieve the consultant of his liability and
obligation under this section or under any other section of this agreement.
Balance of Page Intentionally Left Blank
MIAMI BEACH
APPENDIX D
MIAMI BEACH
Seawall and Shoreline
Prioritization List
2024-234-ND
ENGINEERING SERVICES FOR SEWALLS
AND LIVING SHORELINES
PROCUREMENT DEPARTMENT
1755 Meridian Avenue,3d Floor
Miami Beach,Florida 33139
MIAMI BEACH
SEAWALL PRIORITIZATION LIST
Tatum Waterway Pedestrian Bridge
Palm Island Park
44 street end
436 St Street End
W 426 St Street End
Bayside Ln
Bayside Ln Street End
Ray St Street End
Bonita Dr Street End South
7251 Collins Ave
7600 Tatum Waterway Dr
Fairway Dr Street End
Rue Granville Street End North
N Biscayne Point Rd Street End West
4119 Indian Creek Dr
Tatum Waterway Pedestrian Bridge
Bay Dr Street End
1s Di Lido Ter Street End West
Rue Versailles Street End Noth
6860 Indian Creek Dr
Alton Rd To Michigan Ave
170 St To West Ave
West Ave To Alton Rd West
Hagen St Street End
Mitchell St Street End
Henedon Ave Street End North
Vardon St Street End
Wayne Ave Street End
Jones St Street End
Henedon Ave Street End South
Normandy Dr Street End
538 West Ave
25-Street End
Rue Notre Dame Street End South
W 56/St Street End
800 S Pointe Dr
Pine Tree Dr And W 636 St
798 S Pointe Dr
Trouville Esplanade Street End South
Sarazen St Street End
S Shore Dr Street End
Sunset Lake Park
24-Street End
Rue Granville Street End South
W 59 St Street End
Flamingo Dr Street End
Rue Versailles Street End South
390 Alton Rd
Rue Bordeaux Street End
50 S Washington Ave
32-Street End
N Meridian Ave To Prairie Ave
South Point Park
Pine Tree Park
Washington Ave Street End
Liberty Ave Street End
SHORELINE PRIORITIZATION LIST
Bayside Lane
Julia Tuttle Causeway and Alton Road South
West 40th Street Parking Lot
Pine Tree Park
Indian Beach Park
6860 Indian Creek Drive
Park View Island Canal
Beach View Park and Fire Station #3
North Bay Road -North End
South Pointe Park
MIAMI BEACH
APPENDIX E
MIAM BEACH
Citywide Procedure No.
1 6.06 Procurement
Requirements for
Federally Funded Grants
and Projects
2024-234-ND
EN GIN EERING SERVICES FO R SEWALLS
AN D LIVING SHORELINES
PROCUREMENT DEPARTMENT
1755 Meridian Avenue,3d Floor
Miam i Beach,Florida 33139
DocuSign Envelope ID:AB30225D-FDEF-4660-B6C5-147084233969
DATE ISSUED:Page:1 SEQUENCE
»A ARE Ly MARCH 2018 Of:8 NUMBER:
DATE UPDATED:PO.16.06
CITYWIDE PROCEDURE AUGUST 2020
SUBJECT:
PROCUREMENT REQUIREMENTS FOR
FEDERALLY FUNDED GRANTS AND
PROJECTS.
RESPONSIBLE DEPARTMENT:
PROCUREMENT
I.PURPOSE.The purpose of this procedure is to comply with the procurement requirements of the Uniform
Administrative Requirements,Cost Principles,and Audit Requirements for Federal Awards (2 CFR Part 200)
adopted by the United States Office of Management and Budget.Compliance with 2 CFR Part 200 is a
requirement of federally funded grants.This Procedure includes the following exhibit:
•Exhibit A-Contract Provisions for Non-Federal Entity Contracts Under Federal Awards
II.APPLICABILITY.This procedure is applicable to the expenditure of any funds,typically generated through
federal grants or reimbursements,to which the 2 CFR,Part 200,requirements are applicable.The
requirements stated herein shall be strictly adhered to by all employees,regardless of department,who are
involved in the procurement of goods and services to which the aforementioned regulations are applicable,
including but not limited to:all employees involved in procurement activities (e.g.seeking quotes,
submitting requisitions,receiving materials,processing invoices)or the administration of a City contract
(e.g.,contract or project managers);evaluation committee members;and consultants and technical
advisors.
A.City's Procurement Regulations.In addition to any requirement stipulated herein,purchases
funded by federal grants shall be in compliance with the City's own procurement regulations,
including the requirements of Procedure PO.16.02.
Ill.CODE OF ETHICS.All employees shall strictly adhere to City Procedure PO.03.01,Code of Ethics for
Employees with Procurement Responsibilities,and the Miami-Dade County Conflict of Interest and Code
of Ethics Ordinance (Section 2-11.1).
IV.ALLOWABLE FEDERAL PROCUREMENT METHODS (2 CFR 5200.320).Absent specific approval from the
awarding federal agency (which may also be in the financial assistance agreement or funding agency
program regulations),only the following five (5)methods of procurement may be used.Note that the
methods and thresholds included herein may vary from the City's regular procurement regulations.
1.Micro Purchase.Micro purchases are small purchases made without the need for competition
where the purchase price does not exceed $3,000 in the aggregate (or $2,000 for construction
services covered by the Davis-Bacon Act).
2.Small Purchase Procedures (Quotes}.Quotes are normally allowed for purchases of goods
and services,and construction services under $100,000.Federal regulation requires an
"adequate"number of quotes,but as guidance,it is recommended that a minimum of three
(3)quotes should be obtained.A no-bid or no-response does not count as a quote for
obtaining multiple competitive quotes.
a.For construction-related projects in excess of $3,000,the applicability of the Davis-Bacon
Act must be confirmed prior to seeking quotes.Construction services is defined by the
Davis Bacon Act as the construction,alteration,or repair (including painting and
decorating)of public buildings or public works.
DocuSign Envelope ID:AB30225D-FDEF-4660-B6C5-14708A233969
DATE ISSUED:Page:2 SEQUENCE
A AI A M AI ArLI MARCH 2018 Of:8 NUMBER:
DATE UPDATED:PO.16.06
CITYWIDE PROCEDURE AUGUST 2020
SUBJECT:
PROCUREMENT REQUIREMENTS FOR
FEDERALLY FUNDED GRANTS AND
PROJECTS.
RESPONSIBLE DEPARTMENT:
PROCUREMENT
3.Formal Sealed Invitations to Bid (1TB).For the purchase of goods and services,and
construction services greater than $100,000 where cost is the primary determinant for award,
an 1TB may be used.City 1TB procedures and standard practices apply.Cost analysis required
when greater than $150,000.
4.Requests for Proposals (RFP).For the purchase of goods and services,and construction
services greater than $100,000 where a combination of qualifications,proposed scope and
cost are the determinants for the award,an RFP may be utilized.City RFP procedures and
standard practices apply.Cost analysis required when greater than $150,000.
S.Requests for Qualifications (RFQ).An RFQ may only be used for architectural,engineering,
landscape architectural,and surveying services,or services performed by any architect,
professional engineer,landscape architect,or registered surveyor and mapper in connection
with his or her professional employment or practice (See Section 287.055,Florida Statutes)
where qualifications is primary the determinant for the award.City RFQ procedures and
practices apply.Typically,the RFQ is used for awards in excess of $35,000.For other goods or
services,an RFQ may not be utilized.Cost analysis required when greater than $150,000.
a.The use of continuing contracts must be approved by the awarding agency prior to use.
6.Non-Competitive Proposals.Non-competitive proposals are discouraged and are only be
allowed only where:
(i)the item is available from only one source,
(ii)public exigency (urgency)or emergency will not allow the delay for a competitive
solicitation,
(iii)the federal awarding agency approves a written request,or
(iv)after solicitation of a number of sources,competition is not obtained.
The awarding agency should be notified for approval any time the City intends to enter into a
non-competitive contract.
7.Purchases Pursuant to Piggyback Contracts are Discouraged.The use of piggyback contracts
is strongly discouraged by FEMA and should be avoided.Piggybacking requires prior approval
of the Procurement Department after confirming the following:
a.The original contract contains appropriate assignability provisions that permit the
assignment of all or a portion of the specified deliverables under the terms originally
advertised,competed,evaluated,and awarded,or contains other appropriate
assignment provisions.
b.The vendor has,in writing,agreed to transfer all contractual rights of the contract to the
City through assignment.
DocuSign Envelope ID:AB30225D-FDEF-4660-86C5-14708A233969
DATE ISSUED:Page:3 SEQUENCE
A XIA A}IDEAL]MARCH 2018 Of:8 NUMBER:
DATE UPDATED:PO.16.06
CITYWIDE PROCEDURE AUGUST 2020
SUBJECT:
PROCUREMENT REQUIREMENTS FOR
FEDERALLY FUNDED GRANTS AND
PROJECTS.
RESPONSIBLE DEPARTMENT:
PROCUREMENT
c.The original contract was procured in compliance with 2 C.F.R.§§200.318-200.326.
d.The contract price has been analyzed and determined to be fair and reasonable.
e.The contract contains all the federally required contract provisions.
f.The scope of work to be performed falls within the scope of work under the original
contract and there are no changes to the contract that fall outside of what was reasonably
considered by the parties when they entered into the contract.
g.The scope of the assigned contract originally procured by the assigning party does not
exceed the amount of property and services required to meet the assigning party's
original,reasonably expected needs.The federal regulations require the recipient or
subrecipient to have procurement procedures that preclude it from acquiring property or
services it does not need.Therefore,a contract would have an improper original scope if
the original party added excess capacity in the original procurement primarily to permit
assignment of those contract rights to another entity.Moreover,an assignable contract
with an overbroad scope of work may lead to unreasonable pricing and thus should not
be used.
h.The quantities the assigning party acquired,coupled with the quantities the acquiring
grantee or subgrantee seeks,do not exceed the amounts available under the assigning
entity's contract.
V.ADVERTISEMENT (2 CFR §200.320).Formal solicitations (i.e.,1TB,RFP,RFQ)issued pursuant to this
procedure,not exceeding an estimated value of $500,000,shall be publically advertised at least once in
a newspaper of general circulation at least 21 days prior to the deadline for receipt of bids or proposals.
Formal solicitations (i.e.,1TB,RFP,RFQ)issued pursuant to this procedure,exceeding an estimated value
greater than $500,000,shall be publicly advertised at least once in a newspaper of general circulation at
least 30 days prior to the deadline for receipt of bids or proposals.
VI.GEOGRAPHICAL PREFERENCES PROHIBITED (2 CFR §200.320).The use of statutorily or
administratively imposed state or local geographical preferences in the evaluation of bids or proposals
is prohibited except where applicable federal statutes expressly mandate or encourage such a
preference.
VII.COST PLUS A PERCENTAGE OF COST METHOD OF CONTRACTING PROHIBITED (2 CFR 200.323).The
cost plus a percentage of cost and percentage of construction cost methods of contracting may not be
used.
VIII.TIME AND MATERIALS METHOD OF CONTRACTING DISCOURAGED (2 CFR 200.318(j)(l)).The City
may only use time and material type contracts after a determination that no other contract is suitable.
When such a determination has been made,the contract must include a ceiling price that the contractor
exceeds at its own risk.Additionally,no time or material reimbursement may be based on a cost plus
method (See Sec.VII).
DocuSign Envelope ID:AB30225D-FDEF-4660-B6C5-14708A233969
DATE ISSUED:Page:4 SEQUENCE
A A A A npXLy MARCH 2018 Of:8 NUMBER:
DATE UPDATED:PO.16.06
CITYWIDE PROCEDURE AUGUST 2020
SUBJECT:
PROCUREMENT REQUIREMENTS FOR
FEDERALLY FUNDED GRANTS AND
PROJECTS.
RESPONSIBLE DEPARTMENT:
PROCUREMENT
IX.BOND REQUIREMENTS (2 CFR §200.325).Notwithstanding Florida law or City practice,at a minimum
for construction or facility improvement contracts or subcontracts exceeding the Simplified Acquisition
Threshold (currently $150,000),the following requirements must be met:
A.A bid guarantee from each bidder equivalent to five percent (5%)of the bid price.The "bid
guarantee"must consist of a firm commitment such as a bid bond,certified check,or other
negotiable instrument accompanying a bid as assurance that the bidder will,upon acceptance
of the bid,execute such contractual documents as may be required within the time specified.
B.A performance bond on the part of the contractor for 100 percent of the contract price.
C.A payment bond on the part of the contractor for 100 percent of the contract price.
X.FULL AND OPEN COMPETITION (2 CFR §200.319).Federal regulations regarding procurement
transactions funded with federal financial assistance require such transactions to be conducted in a
manner that provides full and open competition.This means:
A.In order to ensure objective contractor performance and eliminate unfair competitive
advantage,contractors that develop or draft specifications,requirements,statements of work,
and invitations for bids or requests for proposals shall be excluded from being considered for
award of such procurements.
B.Solicitations shall incorporate a clear and accurate description of the technical requirements for
the material,product,or service to be procured.Such description must not,in competitive
procurements,contain features which unduly restrict competition.The following situations are
specifically listed in federal regulations as situations considered to be restrictive of competition
and must be avoided:
1.Placing unreasonable requirements on firms in order for them to qualify to do business;
2.Requiring unnecessary experience and excessive bonding;
3.Noncompetitive pricing practices between firms or between affiliated companies;
4.Noncompetitive contracts to consultants that are on retainer contracts;
5.Organizational conflicts of interest;
6.Specifying only a "brand name"product instead of allowing "an equal"product to be
offered and describing the performance or other relevant requirements of the
procurement;and
7.Any other arbitrary action in the procurement process.
C.The solicitation shall identify all requirements which the offerors must fulfill and all other factors
to be used in evaluating bids or proposals.
D.When a Request for Proposals (RFP)method of solicitation is used,the RFP must identify all
evaluation factors and their relative importance.The RFP solicitation shall contain in writing the
method for conducting the technical evaluation and any other necessary evaluations of the
proposals received.These evaluations may be conducted by the advisory committee appointed
to review the proposals (or by a subcommittee thereof)or by a separate technical committee,
as set forth in the RFP.
DocuSign Envelope ID:AB30225D-FDEF-4660-B6C5-14708A233969
DATE ISSUED:Page:5 SEQUENCE
K AI A A A PI AL_I MARCH 2018 Of:8 NUMBER:
DATE UPDATED:PO.16.06
CITYWIDE PROCEDURE AUGUST 2020
SUBJECT:
PROCUREMENT REQUIREMENTS FOR
FEDERALLY FUNDED GRANTS AND
PROJECTS.
RESPONSIBLE DEPARTMENT:
PROCUREMENT
XI.SPECIFICATION REVIEW.Specifications for the purchase of materials,supplies,equipment and
services should permit open and competitive bidding.Requestors are responsible for assuring that the
purchase of unnecessary or duplicative items is avoided.Consideration will be given to consolidating or
breaking out procurements to obtain a more economical purchase.Where appropriate,an analysis will
be made of lease versus purchase alternatives,and any other appropriate analysis to determine the most
economical approach.
XII.CONTRACTING WITH SMALL AND MINORITY BUSINESSES,WOMEN'S BUSINESS ENTERPRISES,AND
LABOR SURPLUS AREA FIRMS.(2 CFR 5200.321).The City must take all necessary affirmative steps to
assure that minority businesses,women's business enterprises,and labor surplus area firms are used when
possible.Affirmative steps must include:
A.Placing qualified small and minority businesses and women's business enterprises on solicitation
lists;
B.Assuring that small and minority businesses,and women's business enterprises are solicited
whenever they are potential sources;
C.Dividing total requirements,when economically feasible,into smaller tasks or quantities to permit
maximum participation by small and minority businesses,and women's business enterprises;
D.Establishing delivery schedules,where the requirement permits,which encourage participation by
small and minority businesses,and women's business enterprises;
E.Using the services and assistance,as appropriate,of such organizations as the Small Business
Administration and the Minority Business Development Agency of the Department of Commerce;
and
F.Requiring the prime contractor,if subcontracts are to be let,to take the affirmative steps listed in
paragraphs (1)through (5)of this section.
XIII.RESOURCE CONSERVATION AND RECOVERY ACT (2 CFR §200.322).The City and its contractors shall
comply with section 6002 of the Solid Waste Disposal Act,as amended by the Resource Conservation
and Recovery Act.The requirements of Section 6002 include procuring only items designated in
guidelines of the Environmental Protection Agency (EPA)at 40 CFR part 247 that contain the highest
percentage of recovered materials practicable,consistent with maintaining a satisfactory level of
competition,where the purchase price of the item exceeds $10,000 or the value of the quantity acquired
by the preceding fiscal year exceeded $10,000;procuring solid waste management services in a manner
that maximizes energy and resource recovery;and establishing an affirmative procurement program for
procurement of recovered materials identified in the EPA guidelines.
DocuSign Envelope ID:AB30225D-FDEF-4660-B6C5-14708A233969
DATE ISSUED:Page:6 SEQUENCE
A A A A Amr AL I MARCH 2018 Of:8 NUMBER:
DATE UPDATED:PO.16.06
CITYWIDE PROCEDURE AUGUST 2020
SUBJECT:
PROCUREMENT REQUIREMENTS FOR
FEDERALLY FUNDED GRANTS AND
PROJECTS.
RESPONSIBLE DEPARTMENT:
PROCUREMENT
The United States Environmental Protection Agency (EPA)maintains a list of items which can be made
with or use recovered (recycled)materials.(40 CFR,Part 247).For solicitations regarding the purchase
or acquisition of those items for which guidelines have been adopted by the EPA,the requesting City
department or division shall specify in its specifications the use of recovered materials and the highest
percentage of recovered materials that reasonably may be required consistent with maintaining a
satisfactory level of competition.Federal law does not require the procurement of goods that (i)are not
reasonably available within a reasonable amount of time,(ii)fail to meet reasonable performance
standards,or (iii)are only available at an unreasonable price.Upon the conclusion of any contract
requiring the use of recovered materials of an EPA listed item,the project manager from the requesting
City department or division shall obtain a statement from the Contractor regarding the actual percentage
of recovered materials utilized in the completion of the contract.
XIV.CONTRACT COST AND PRICE (2 CFR 5200.323).
A.Cost or Price Analysis is Required.A cost or price analysis in connection with every procurement
action in excess of the federal Simplified Acquisition Threshold (currently $150,000)shall be
completed.The method and degree of analysis is dependent on the facts surrounding the
particular procurement situation,but as a starting point,the requesting department must make
or receive independent estimates before receiving bids or proposals.
B.Negotiation of Profit Requirement.The City must negotiate profit as a separate element of the
price for each contract in which there is no price competition and in all cases where cost analysis
is performed.To establish a fair and reasonable profit,consideration must be given to the
complexity of the work to be performed,the risk borne by the contractor,the contractor's
investment,the amount of subcontracting,the quality of its record of past performance,and
industry profit rates in the surrounding geographical area for similar work.
XV.AWARD TO RESPONSIBLE CONTRACTORS (2 CFR §200.318).Consistent with Section 2-369 of the City
Code,the City may only award contracts to responsible contractors possessing the ability to perform
successfully under the terms and conditions of the proposed procurement.In determining whether a
contractor is responsible,consideration will be given to such matters as contractor integrity,compliance
with public policy,record of past performance,and financial and technical resources.A contract may not
be awarded to a party listed on the government-wide Excluded Parties List System in the System for Award
Management (SAM)or to a party listed on the State of Florida's or City's suspended or debarred lists.
DocuSign Envelope ID:AB30225D-FDEF-4660-B6C5-14 708A233969
DATE ISSUED:Page:7 SEQUENCE
a 1As/BEAC'I MARCH 2018 Of:8 NUMBER:
DATE UPDATED:PO.16.06
CITYW IDE PROCEDURE AUGUST 2020
SUBJECT:
PROCUREMENT REQUIREMENTS FOR
FEDERA LLY FUNDED GRA NTS AND
PROJECTS.
RESPONSIBLE DEPARTMENT:
PROCUREMENT
X V I.CO N T R A CT PR O V IS IO N S .All agreements awarded pursuant to this procedure shall,at a minimum,
contain the contract provisions in Exhibit A entitled Contract Provisions for Non-Federal Entity Contracts
under Federal Awards.The requesting City department or division shall provide the Procurement
Department with any additionally required State or federal terms and conditions that must be included
in the solicitation and the contract pursuant to a particular grant or award.In addition,the Byrd Anti-
Lobbying Amendment Certification and Suspension and Debarment Certification are required as part of
the solicitation or the contract.
X V II.CO N T R A C T O V E R S IG H T .The City department or division which requested a solicitation or contract
be issued or entered into by the Procurement Department shall be primarily responsible for maintaining
diligent oversight over the contract and the contractor to ensure that the contractor performs in
accordance with the terms,conditions,and specifications of its contract or purchase order.Written
notice shall be provided to the Procurement Department of any situation in which a contractor is not
performing in accordance with the terms,conditions,and specifications of its contract or purchase order
for appropriate action,which action may be up to and include contract termination.
X V III .PR O C U R EM EN T FILE (2 CFR §200.318).For contracts awarded which are funded in part or in whole
by State or federal financial assistance,the Procurement and Contracts Division project file shall contain
the history of the procurement to include:
A.A copy of the solicitation and all addenda thereto,if any;
B.A copy of the publication or advertisement of the solicitation (if applicable);
C.Copies of the quotes,bids,proposals or responses received;
D.A copy of the Quote/Bid tabulation or selection committee meeting minutes;
E.A copy of the Council Agenda item approving the contract (if required);
F.A copy of the resulting contract and/or purchase order;
G.Copies of any required bonds and/or certificates of insurance;and
H.For federally funded procurements and contracts,the rationale for the method of
procurement,selection of contract type,contractor selection or rejection,and the basis for
the contract price.
I.A screenshot or other documentation reflecting that the party awarded a contract was not listed
on the government-wide Excluded Parties List System in the System for Award Management (SAM)
or on the State of Florida's or City's suspended or debarred lists.
DocuSign Envelope ID:AB30225D-FDEF-4660-B6C5-14708A233969
DATE ISSUED:Page:8 SEQUENCE
KA[Apr A r y MARCH 2018 Of:8 NUMBER:
DATE UPDATED:PO.16.06
CITYWIDE PROCEDURE AUGUST 2020
SUBJECT:
PROCUREMENT REQUIREMENTS FOR
FEDERALLY FUNDED GRANTS AND
PROJECTS.
RESPONSIBLE DEPARTMENT:
PROCUREMENT
XVIIII.REFERENCE.This procedure is based on the requirements of the "Procurement Standards"(2
CFR §200.317 through §200.326,and Appendix II)of the "Uniform Administrative Requirements,Cost
Principles,and Audit Requirements for Federal Awards"(2 CFR Part 200)adopted by the Office of
Management and Budget,available via the following link:
https://www.ecfr.gov/cgi-bin/text-idx?tpl=/ecfrbrowse/Title02/2fr2Q0 main 02.tpl
In the event of any conflict between standard City policy or practice and the federal Procurement Standards
(now or as may be amended in the future),the federal Procurement Standards shall supersede for any
procurement involving federal funds.
DocuSign Envelope ID:AB30225D-FDEF-4660-B6C5-147084233969
DATE ISSUED:Page:9 SEQUENCE
A AI A A A Dr ALI MARCH 2018 Of:8 NUMBER:
DATE UPDATED:PO.16.06
CITYWIDE PROCEDURE AUGUST 2020
SUBJECT:
PROCUREMENT REQUIREMENTS FOR
FEDERALLY FUNDED GRANTS AND
PROJECTS.
RESPONSIBLE DEPARTMENT:
PROCUREMENT
Prepared by:
~DocuSigned by:
±-2ProcurementDirector
Reviewed by:
~DocuSigned by:z
Grants and Intergovernmental Affairs Director
G DocuSigned by:
~DWF
Chief Learning and Development Officer
~
DocuSigned by:
+.k TA
E9AC0518F2AA 41 A ...
Assistant City Manager
Approved by:t...8/31/2020 I 1:43 PM EDT
C·t 04/!CA18194070496 ...ry Ivanager Date
DocuSign Envelope ID:AB30225O-FDEF-4660-B6C5-14708A233969
1
EXHIBIT A
Contract Provisions for Non-Federal Entity Contracts Under Federal Awards
The following provisions shall be applicable to the Contract and shall supersede any conflicting
provisions contained elsewhere in the Contract.
A.BREACHES AND DISPUTE RESOLUTION.For all purchases in excess of the simplified acquisition
threshold,currently $150,000,the following provisions shall apply:
(1)Disputes and Remedies -Disputes arising in the performance of this Contract which are not
resolved by the Contractor and the City's project manager or contractor manager,shall be
referred,in writing,to the authorized representative of the City Mayor for a decision.If there is
a disagreement among the parties regarding the decision of the City Mayor's representative,
then either party may submit any claim,counterclaim,dispute and other matters in question
between the City and the Contractor arising out of or relating to this Contract or its breach to a
court of competent jurisdiction within The City of Miami Beach.
(2)Performance During Dispute -Unless otherwise directed by the City,Contractor shall
continue performance under this Contract while matters in dispute are being resolved.
(3)Claims for Damages -Should either party to the Contract suffer injury or damage to person
or property because of any act or omission of the party or of any of his employees,agents or
others for whose acts he is legally liable,a claim for damages therefore shall be made in writing
to such other party within a reasonable time after the first observance of such injury of damage.
B.TERMINATION FOR CONVENIENCE
The City,at its sole discretion,reserves the right to terminate this Contract without cause upon thirty
(30)days written notice.Upon receipt of such notice,the Contractor shall not incur any additional costs
under this Contract.The City shall be liable only for reasonable costs incurred by the Contractor prior to
notice of termination.The City shall be the sole judge of "reasonable costs."
C.DEFAULT;REMEDIES;TERMINATION FOR CAUSE
The City reserves the right to terminate this Contract,in part or in whole,or place the Contractor on
probation,or to avail itself of all other remedies available at law and equity,inclusive injunctive relief
and specific performance,in the event the Contractor fails to perform in accordance with the terms and
conditions stated herein.Following breach of the Contract by the Contractor,the City shall provide
written notice specifying the breach to the Contractor and advising the Contractor that the breach must
be cured immediately or this Agreement may be terminated by the City.The City reserves the right to
avail itself of any and all remedies available at law or at equity,including claims for damages and
injunctive relief.The City further reserves the right to suspend or debar the Contractor in accordance
with the appropriate City ordinances,resolutions and/or administrative/implementing orders.The
vendor will be notified by letter of the City's intent to terminate if,following the initial notice of breach,
the Contractor fails to timely or adequately and to the satisfaction of the City cure said breach.In the
event of termination for default,the City may procure the required goods and/or services from any
source and use any method deemed in its best interest.All re-procurement costs shall be borne by the
terminated Contractor.
DocuSign Envelope ID:AB30225D-FDEF-4660-B6C5-14708A233969
2
EXHIBIT A
D.EQUAL EMPLOYMENT OPPORTUNITY
(1)In connection with the performance of this Contract,the Contractor shall not discriminate against
any employee or applicant for employment because of race,religion,color,sex,age,disability,ancestry,
marital status,pregnancy,sexual orientation,veteran's status,or national origin.The Contractor shall
take affirmative action to ensure that applicants are employed,and that employees are treated during
employment,without regard to their race,religion,color,sex,age,disability,ancestry,marital status,
pregnancy,sexual orientation,veteran's status,or national origin.Such action shall include,but not be
limited to,the following:employment,upgrading,promotion,demotion or transfer,recruitment or
recruitment advertising,layoff or termination,rates of pay or other forms of compensation,and
selection for training,including apprenticeships.Contractor further agrees to insert a similar provision in
all subcontracts,except subcontracts for standard commercial supplies or raw materials.The Contractor
agrees to post in conspicuous places,available to employees and applicants for employment,notices to
be provided by MDC setting forth the provisions of this Equal Opportunity clause.
(2)The Contractor shall,in all solicitations or advertisements for employees placed by or on behalf of
the Contractor,state that all qualified applicants will receive consideration for employment without
regard to race,color,religion,sex,sexual orientation,gender identity,or national origin.
(3)The Contractor will not discharge or in any other manner discriminate against any employee or
applicant for employment because such employee or applicant has inquired about,discussed,or
disclosed the compensation of the employee or applicant or another employee or applicant.This
provision shall not apply to instances in which an employee who has access to the compensation
information of other employees or applicants as a part of such employee's essential job functions
discloses the compensation of such other employees or applicants to individuals who do not otherwise
have access to such information,unless such disclosure is in response to a formal complaint or charge,in
furtherance of an investigation,proceeding,hearing,or action,including an investigation conducted by
the employer,or is consistent with the Contractor's legal duty to furnish information.
(4)The Contractor will send to each labor union or representative of workers with which he has a
collective bargaining agreement or other contract or understanding,a notice to be provided advising the
said labor union or workers'representatives of the Contractor's commitments under this section,and
shall post copies of the notice in conspicuous places available to employees and applicants for
employment.
(5)The Contractor will comply with all provisions of Executive Order 11246 of September 24,1965,and
of the rules,regulations,and relevant orders of the Secretary of Labor.
(6)The Contractor will furnish all information and reports required by Executive Order 11246 of
September 24,1965,and by rules,regulations,and orders of the Secretary of Labor,or pursuant
thereto,and will permit access to his books,records,and accounts by the administering agency and the
Secretary of Labor for purposes of investigation to ascertain compliance with such rules,regulations,
and orders.
DocuSign Envelope ID:AB30225D-FDEF-4660-B6C5-147084233969
3
EXHIBIT A
(7)In the event of the Contractor's noncompliance with the Equal Opportunity clauses of this Contract
or with any of the said rules,regulations,or orders,this contract may be canceled,terminated,or
suspended in whole or in part and the Contractor may be declared ineligible for further government
contracts or federally assisted construction contracts in accordance with procedures authorized in
Executive Order 11246 of September 24,1965,and such other sanctions may be imposed and remedies
invoked as provided in Executive Order 11246 of September 24,1965,or by rule,regulation,or order of
the Secretary of Labor,or as otherwise provided by law.
(8)The Contractor will include the provisions of this Equal Opportunity clause in every subcontract or
purchase order unless exempted by rules,regulations,or orders of the Secretary of Labor issued
pursuant to section 204 of Executive Order 11246 of September 24,1965,so that such provisions will be
binding upon each of Contractor's vendors and subcontractors.The Contractor will take such action with
respect to any subcontract or purchase order as the City may direct as a means of enforcing such
provisions,including sanctions for noncompliance.
E.DAVIS-BACON ACT,AS AMENDED (40 U.S.C.§3141-3148)and COPELAND "ANTI-KICKBACK"ACT (18
USC S 40 U.S.C.3145).The Davis-Bacon Act and the Copeland Anti-Kickback Act only apply to the
emergency Management Preparedness Grant Program,Homeland Security Grant Program,Nonprofit
Security Grant Program,Tribal Homeland Security Grant Program,Port Security Grant Program,and
Transit Security Grant Program.They do not apply to other FEMA grant and cooperative agreement
programs,including the Public Assistance Program.Accordingly,if applicable to this Contract:
(1)All prime construction contracts in excess of $2,000 awarded by non-Federal entities must include a
provision for compliance with the Davis-Bacon Act (40 U.S.C.55 3141-3144,and 3146-3148)as
supplemented by Department of Labor regulations (29 CFR Part 5,"Labor Standards Provisions
Applicable to Contracts Covering Federally Financed and Assisted Construction").
a)In accordance with the statute,and if applicable,the Contractor must pay all laborers and
mechanics employed or working upon the site of the work,unconditionally and not less often
than once a week,and without subsequent deduction or rebate on any account (except such
payroll deductions as are permitted by regulations issued by the Secretary of Labor pursuant to
29 CFR part 3),the full amount of wages and bona fide fringe benefits (or cash equivalents
thereof)at rates not less than the prevailing wages specified in a wage determination made by
the Secretary of Labor.In addition,contractors must be required to pay wages not less than
once a week.The City will attach a copy of the current prevailing wage determination issued by
the Department of Labor to this form.
b)Contributions made or costs reasonably anticipated for bona fide fringe benefits under
section 1(b)(2)of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages
paid to such laborers or mechanics,subject to the provisions of paragraph (a)(l)(iv)of 29 CFR
$5.5;also,regular contributions made or costs incurred for more than a weekly period (but not
less often than quarterly)under plans,funds,or programs which cover the particular weekly
period,are deemed to be constructively made or incurred during such weekly period.Such
laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage
determination for the classification of work actually performed,without regard to skill,except
as provided in 29 CFR §5.5(a)(4).
c)Laborers or mechanics performing work in more than one classification may be compensated
at the rate specified for each classification for the time actually worked therein:Provided,that
the employer's payroll records accurately set forth the time spent in each classification in which
work is performed.The wage determination (including any additional classification and wage
rates conformed under paragraph (a)(1)(ii)of 29 CFR §5.5)and the Davis-Bacon poster (WH-
1321)shall be posted at all times by the Contractor and its subcontractors at the site of the work
in a prominent and accessible place where it can be easily seen by the workers.
DocuSign Envelope ID:AB30225D-FDEF-4660-B6C5-14708A233969
4
EXHIBIT A
(2)The Contractor shall comply with 18 U.S.C.$874,40 U.S.C.$3145,and the requirements of 29 C.F.R.
pt.3 as may be applicable,which are incorporated by reference into this Contract.
Contractors and Subcontractors are prohibited from inducing,by any means,any person employed in
the construction,completion,or repair of public work,to give up any part of the compensation to which
he or she is otherwise entitled.The Contractor or subcontractor shall insert in any subcontracts the
clause in these subparagraphs (G)(1)and (2),and also a clause requiring the subcontractors to include
this clause in any lower tier subcontracts.The Contractor shall be responsible for the compliance by any
subcontractor or lower tier subcontractor with this clause.A breach of this clause may be grounds for
termination of the Contract,and for debarment as a contractor and subcontractor as provided in 29
C.F.R.S5.12.
F.CONTRACT WORK HOURS AND SAFETY STANDARDS ACT OF 1962,40 U.S.C.55 3702 AND 3704.
If applicable,the Contractor and all of its subcontractors shall comply with the Contract Work Hours and
Safety Standards Act of 1962,40 U.S.C.5$3702 and 3704,requiring that mechanics and laborers
(including watchmen and guards)employed on federally assisted contracts be paid wages of not less
than one and one-half times their basic wage rates for all hours worked in excess of forty hours in a
workweek.In the event of any violation of the preceding clause,the Contractor and any subcontractor
responsible therefor shall be liable for the unpaid wages.In addition,the Contractor and subcontractor
shall be liable to the City for liquidated damages.Such liquidated damages shall be computed with
respect to each individual laborer or mechanic,including watchmen and guards,employed in violation
of the clause set forth herein,in the sum of $10 for each calendar day on which such individual was
required or permitted to work in excess of the standard workweek of forty hours without payment of
the overtime wages required.The City shall upon its own action or upon written request of an
authorized representative of the Department of Labor withhold or cause to be withheld,from any
moneys payable on account of work performed by the contractor or subcontractor under any such
contract or any other Federal contract with the same prime contractor,or any other federally-assisted
contract subject to the Contract Work Hours and Safety Standards Act,which is held by the same prime
contractor,such sums as may be determined to be necessary to satisfy any liabilities of such contractor
or subcontractor for unpaid wages and liquidated damages as provided herein.The Contractor or
subcontractor shall insert in any subcontracts this clause set forth in subsection (F)herein also a clause
requiring the subcontractors to include this clause in any lower tier subcontracts.The prime contractor
shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses
set forth in herein.
G.RIGHTS TO INVENTIONS MADE UNDER A CONTRACT OR AWARD.
If the Federal award meets the definition of "funding agreement"under 37 CFR 401.2 (a)and the City
wishes to enter into a contract with a small business firm or nonprofit organization regarding the
substitution of parties,assignment or performance of experimental,developmental,or research work
under that "funding agreement,"the City must comply with the requirements of 37 CFR Part 401,
"Rights to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government
Grants,Contracts and Cooperative Agreements,"and any implementing regulations issued by the
awarding agency.
DocuSign Envelope ID:AB30225D-FDEF-4660-B6C5-14708A233969
5
EXHIBIT A
H.THE CLEAN AIR ACT OF 1955,as amended,42 U.S.C.§§7401-7671q and the FEDERAL WATER
POLLUTION CONTROL ACT,as amended,33 U.S.C.§§1251-1387.
(1)The Contractor agrees to comply with all applicable standards,orders or regulations
issued pursuant to the Clean Air Act,as amended,42 U.S.C.§7401 et seq.and issued
pursuant to the Federal Water Pollution Control Act,as amended,33 USC S1251 et.seq.
(2)The Contractor agrees to report each violation to the City and understands and
agrees that the City will,in turn,report each violation as required to assure notification
to the City,Federal Emergency Management Agency,and the appropriate
Environmental Protection Agency Regional Office.
(3)The Contractor agrees to include these requirements in each subcontract exceeding
$150,000 financed in whole or in part with Federal assistance provided by FEMA.
I.ENERGY CONSERVATION.
Contractor agrees to comply with mandatory standards and policies relating to energy efficiency
which are contained in the State energy conservation plan issued in compliance with the Energy
Policy and Conservation Act (42 U.S.C.Section 6321 et seq.)and (42 U.S.C.6201).
J.CERTIFICATION REGARDING DEBARMENT,SUSPENSION,INELIGIBILITY AND VOLUNTARY
EXCLUSION.
(1)This Contract is a covered transaction for purposes of 2 C.F.R.pt.180 and 2 C.F.R.pt.3000.
As such the Contractor is required to verify that none of the Contractor,its principals
(defined at 2 C.F.R.§180.995),or its affiliates (defined at 2 C.F.R.§180.905)are excluded
(defined at 2 C.F.R.§180.940)or disqualified (defined at 2 C.F.R.§180.935).The Contractor
must comply with 2 C.F.R.pt.180,subpart C and 2 C.F.R.pt.3000,subpart C and must
include a requirement to comply with these regulations in any lower tier covered transaction
it enters into.This certification is a material representation of fact relied upon by the City.If it
is later determined that the Contractor did not comply with 2 C.F.R.pt.180,subpart C and 2
C.F.R.pt.3000,subpart C,in addition to remedies available to the City,the Federal
Government may pursue available remedies,including but not limited to suspension and/or
debarment.The Contractor agrees to comply with the requirements of 2 C.F.R.pt.180,
subpart C and 2 C.F.R.pt.3000,subpart C and shall include a provision requiring such
compliance in its lower tier covered transactions.
(2)By signing and submitting this form,the Contractor shall also execute and provide the City
with,and require all lower tiered contractors to also execute,the certification set out in
"Certification Regarding Debarment,Suspension,Ineligibility and Voluntary Exclusion Lower
tier Covered Transaction"attached hereto.The Contractor shall require all lower tier
participants to agree that they:a.shall not knowingly enter into any lower tier covered
transaction with a person who is debarred,suspended,declared ineligible,or voluntarily
excluded from participation in this covered transaction,unless authorized in writing by the
City;and ii.they will include this clause titled "Certification Regarding Debarment,
Suspension,Ineligibility and Voluntary Exclusion",and the certification form,without
modification,in all lower tier covered transactions and in all solicitations for lower tier
covered transactions.The Contractor may rely upon a certification of a prospective
participant in a lower tier covered transaction that it is not debarred,suspended,ineligible,
or voluntarily excluded from the covered transaction,unless it knows that the certification is
erroneous.The Contractor may decide the method and frequency by which it determines the
eligibility of its principals.The Contractor may,but is not required to check the Non-
procurement List issued by U.S.General Service Administration.Nothing contained in the
foregoing shall be construed to require establishment of system of records in order to render
DocuSign Envelope ID:AB30225O-FDEF-4660-B6C5-14708A233969
6
EXHIBIT A
in good faith the certification required by this clause.The knowledge and information of the
Contractor and any other participant is not required to exceed that which is normally
possessed by a prudent person in the ordinary course of business dealings.
If the Contractor or any other lower tier participant in a covered transaction knowingly enters into a
lower tier covered transaction with a person who is suspended,debarred,ineligible,or voluntarily
excluded from participation in this transaction,in addition to all remedies available to the Federal
Government,the City may pursue available remedies including suspension and/or debarment.
K.BYRD ANTI-LOBBYING CERTIFICATION AND DISCLOSURE STATEMENTS.
Contractors who apply or bid for or have received an award of $100,000 or more shall file the required
certification.Each tier certifies to the tier above that it will not and has not used Federal appropriated
funds to pay any person or organization for influencing or attempting to influence an officer or
employee of any agency,a member of Congress,officer or employee of Congress,or an employee of a
member of Congress in connection with obtaining any Federal contract,grant,or any other award
covered by 31 U.S.C.§1352.Each tier shall also disclose any lobbying with non-Federal funds that takes
place in connection with obtaining any Federal award.Such disclosures are forwarded from tier to tier
up to the recipient.
L.RECYCLEDPRODUCTS/RECOVERED MATERIALS
The Contractor agrees to comply with all the requirements of Section 6002 of the Solid Waste Disposal
Act,as amended by the Resource Conservation and Recovery Act (42 U.S.C.$6962),including but not
limited to,the regulatory provisions of 40 CFR Part 247,and Executive Order 12873,as they apply to the
procurement of the items designated in Subpart B of 40 CFR Part 247.AII goods and/or services to be
purchased as a result of any award under this Contract shall be in accordance with all applicable
governmental standards,including,but not limited to those issued by the Occupation Safety and Health
Administration (OSHA),the National Institute of Safety Hazards (NIOSH),and the National Fire
Protection Association (NFPA).It shall be the responsibility of the Contractor and vendors to be regularly
informed to conform to any changes in standards issued by any regulatory agencies that govern the
commodities or services applicable to this solicitation,during the term of any contract resulting from
this solicitation.In the performance of this Contract,the Contractor shall make maximum use of
products containing recovered materials that are EPA-designated items unless the product cannot be
acquired:
(1)Competitively within a timeframe providing for compliance with the contract performance
schedule;
(2)Meeting Contract performance requirements;or (3)At a reasonable price.
Information about this requirement,along with the list of EPA-designated items,is available at
EPA's Comprehensive Procurement Guidelines web site,https://www.epa.gov/smm/regulatory-
background-comprehensive-procurement-guideline-program-cpg.
M.CONTRACTING WITH SMALL AND MINORITY BUSINESS,WOMEN'S BUSINESS ENTERPRISES,AND
LABOR SURPLUS AREA FIRMS,C.F.R.§200.321(G).
Pursuant to C.F.R.200.321 (g),the City will take all necessary affirmative steps to assure that minority
businesses,women's business enterprises,and labor surplus area firms are used when possible.
Affirmative steps must include:
(1)Placing qualified small and minority businesses and women's business enterprises on solicitation
lists;
(2)Assuring that small and minority businesses,and women's business enterprises are solicited
whenever they are potential sources;
(3)Dividing total requirements,when economically feasible,into smaller tasks or quantities to
permit maximum participation by small and minority businesses,and women's business enterprises;
DocuSign Envelope ID:AB30225D-FDEF-4660-B6C5-14708A233969
7
EXHIBIT A
(4)Establishing delivery schedules,where the requirement permits,which encourage participation
by small and minority businesses,and women's business enterprises;
(5)Using the services and assistance,as appropriate,of such organizations as the Small Business
Administration and the Minority Business Development Agency of the Department of Commerce;an
(6)Requiring the prime contractor,if subcontracts are to be let,to take the affirmative steps listed
in paragraphs (1)through (5)above.
N.ACCESS TO RECORDS.In addition to the provisions contained in the Contract,the following access to
records requirements apply to this Contract:
(1)The Contractor agrees to provide the City,the FEMA Administrator,the Comptroller General of
the United States,or any of their authorized representatives access to any books,documents,
papers,and records of the Contractor which are directly pertinent to this Contract for the purposes
of making audits,examinations,excerpts,and transcriptions.
(2)The Contractor agrees to permit any of the foregoing parties to reproduce by any means
whatsoever or to copy excerpts and transcriptions as reasonably needed.
(3)The Contractor agrees to provide the FEMA Administrator or his authorized representatives
access to construction or other work sites pertaining to the work being completed under the
Contract.
0.PROGRAM FRAUD AND FALSE OF FRAUDULENT STATEMENTS OF RELATED ACTS.The Contractor
hereby acknowledges that 31 U.S.C.Chap.38 (Administrative Remedies for False Claims and
Statements)applies to the Contractor's actions pertaining to the Contract.
P.DHS SEAL,LOGO,AND FLAGS.The Contractor shall not use the DHS seal(s),logos,crests,or
reproductions of flags or likenesses of DHS agency officials without specific FEMA pre-approval.
Q.COMPLIANCE WITH FEDERAL LAW,REGULATIONS,AND EXECUTIVE ORDERS.This is an
acknowledgement that FEMA financial assistance may be used to fund all or a portion of the Contract.
The Contractor will comply with all applicable Federal law,regulations,executive orders,FEMA policies,
procedures,and directives.
R.NO OBLIGATION BY FEDERAL GOVERNMENT
The Federal Government is not a party to this Contract and is not subject to any obligations or liabilities
to the non-Federal entity,Contractor,or any other party pertaining to any matter resulting from the
Contract.
S.CHANGES
The Contract may be modified by mutual consent,in writing through the issuance of a modification to
the Contract.
T.INDEMNIFICATION
For any work performed on Federally funded projects,the Contractor agrees to indemnify and hold
harmless the Federal Government,its employees and/or contractors,the County,its employees and/or
contractors,and the City and its employees and/or contractors from liability to third parties for claims
asserted under the contract.
U.E-VERIFV.The Contractor shall utilize the U.S.Department of Homeland Security's E-Verify system to
verify the employment eligibility of all new employees hired by the Contractor during the term of the
Contract and shall expressly require any subcontractors performing work or providing services pursuant
to the Contract to likewise utilize the U.S.Department of Homeland Security's E-Verify system to verify
the employment eligibility of all new employees hired by the subcontractor during the Contract term.
MIAMI BEACH
APPENDIX F
M AMI BEACH
2CRF Appendix II to Part
200
2024-234-ND
ENGINEERING SERVICES FOR SEWALLS
AND LIVING SHORELINES
PROCUREMENT DEPARTMENT
1755 Meridian Avenue,3d Floor
Miami Beach,Florida 33139
Appendix II to Part 200,Title 2 (up to date as of 5/02/2023)
Contract Provisions for Non-Federal Entity Contracts Under Fe ...
This content is from the eCFR and is authoritative but unofficial.
Appendix II to Part 200,Title 2
Title 2 -Grants and Agreements
Subtitle A-Office of Management and Budget Guidance for Grants and Agreements
Chapter II -Office of Management and Budget Guidance
Part 200 -Uniform Administrative Requirements,Cost Principles,and Audit Requirements for
Federal Awards
Source:85 FR 49543,Aug.13,2020,unless otherwise noted.
Source:85 FR 49539,Aug.13,2020,unless otherwise noted.
Authority:31 U.S.C.503
Source:78FR 78608,Dec.26,2013,unless otherwise noted.
Appendix II to Part 200-Contract Provisions for Non-Federal Entity Contracts Under Federal
Awards
In addition to other provisions required by the Federal agency or non-Federal entity,all contracts made by the non-
Federal entity under the Federal award must contain provisions covering the following,as applicable.
(A)Contracts for more than the simplified acquisition threshold,which is the inflation adjusted amount
determined by the Civilian Agency Acquisition Council and the Defense Acquisition Regulations Council
(Councils)as authorized by 41 U.S.C.1908,must address administrative,contractual,or legal remedies in
instances where contractors violate or breach contract terms,and provide for such sanctions and
penalties as appropriate.
(B)All contracts in excess of $10,000 must address termination for cause and for convenience by the non-
Federal entity including the manner by which it will be effected and the basis for settlement.
(C)Equal Employment Opportunity.Except as otherwise provided under 41 CFR Part 60,all contracts that
meet the definition of "federally assisted construction contract"in 41 CFR Part 6O-1.3 must include the
equal opportunity clause provided under 41 CFR 6O-1.4(b),in accordance with Executive Order 11246,
"Equal Employment Opportunity"(30 FR 12319,12935,3 CFR Part,1964-1965 Comp.,p.339),as
amended by Executive Order 11375,"Amending Executive Order 11246 Relating to Equal Employment
Opportunity,"and implementing regulations at 41 CFR part 60,"Office of Federal Contract Compliance
Programs,Equal Employment Opportunity,Department of Labor."
(D)Davis-Bacon Act,as amended (4O U.S.C.3141-3148).When required by Federal program legislation,all
prime construction contracts in excess of $2,000 awarded by non-Federal entities must include a
provision for compliance with the Davis-Bacon Act (40 U.S.C.3141-3144,and 3146-3148)as
supplemented by Department of Labor regulations (29 CFR Part 5,"Labor Standards Provisions
Applicable to Contracts Covering Federally Financed and Assisted Construction").In accordance with the
statute,contractors must be required to pay wages to laborers and mechanics at a rate not less than the
prevailing wages specified in a wage determination made by the Secretary of Labor.In addition,
contractors must be required to pay wages not less than once a week.The non-Federal entity must place
a copy of the current prevailing wage determination issued by the Department of Labor in each
solicitation.The decision to award a contract or subcontract must be conditioned upon the acceptance of
the wage determination.The non-Federal entity must report all suspected or reported violations to the
Federal awarding agency.The contracts must also include a provision for compliance with the Copeland
"Anti-Kickback"Act {40 U.S.C.3145),as supplemented by Department of Labor regulations (29 CFR Part
2CFR Appendix-II-to-Part-200(D)(enhanced display)page 1of3
Appendix II to Part 200,Title 2 (up to date as of 5/02/2023)
Contract Provisions for Non-Federal Entity Contracts Under Fe ...2CFR Appendix-II-to-Part-200(E)
3,"Contractors and Subcontractors on Public Building or Public Work Financed in Whole or in Part by
Loans or Grants from the United States").The Act provides that each contractor or subrecipient must be
prohibited from inducing,by any means,any person employed in the construction,completion,or repair of
public work,to give up any part of the compensation to which he or she is otherwise entitled.The non-
Federal entity must report all suspected or reported violations to the Federal awarding agency.
(E)Contract Work Hours and Safety Standards Act (40 U.S.C.3701-3708).Where applicable,all contracts
awarded by the non-Federal entity in excess of $100,000 that involve the employment of mechanics or
laborers must include a provision for compliance with 40 U.S.C.3702 and 3704,as supplemented by
Department of Labor regulations (29 CFR Part 5).Under 40 U.S.C.3702 of the Act,each contractor must
be required to compute the wages of every mechanic and laborer on the basis of a standard work week of
40 hours.Work in excess of the standard work week is permissible provided that the worker is
compensated at a rate of not less than one and a half times the basic rate of pay for all hours worked in
excess of 40 hours in the work week.The requirements of 40 U.S.C.3704 are applicable to construction
work and provide that no laborer or mechanic must be required to work in surroundings or under working
conditions which are unsanitary,hazardous or dangerous.These requirements do not apply to the
purchases of supplies or materials or articles ordinarily available on the open market,or contracts for
transportation or transmission of intelligence.
(F)Rights to Inventions Made Under a Contract or Agreement.If the Federal award meets the definition of
"funding agreement"under 37 CFR S 401.2 (a)and the recipient or subrecipient wishes to enter into a
contract with a small business firm or nonprofit organization regarding the substitution of parties,
assignment or performance of experimental,developmental,or research work under that "funding
agreement,"the recipient or subrecipient must comply with the requirements of 37 CFR Part 401,"Rights
to Inventions Made by Nonprofit Organizations and Small Business Firms Under Government Grants,
Contracts and Cooperative Agreements,"and any implementing regulations issued by the awarding
agency.
(G)Clean Air Act (42 U.S.C.7401-7671q.)and the Federal Water Pollution Control Act (33 U.S.C.1251-1387),
as amended-Contracts and subgrants of amounts in excess of $150,000 must contain a provision that
requires the non-Federal award to agree to comply with all applicable standards,orders or regulations
issued pursuant to the Clean Air Act (42 U.S.C.7401-7671a)and the Federal Water Pollution Control Act
as amended (33 U.S.C.1251-1387).Violations must be reported to the Federal awarding agency and the
Regional Office of the Environmental Protection Agency (EPA).
(H)Debarment and Suspension (Executive Orders 12549 and 12689)-A contract award (see 2 CFR 180.220)
must not be made to parties listed on the governmentwide exclusions in the System for Award
Management (SAM),in accordance with the 0MB guidelines at 2 CFR 180 that implement Executive
Orders 12549 (3 CFR part 1986 Comp.,p.189)and 12689 (3 CFR part 1989 Comp.,p.235),"Debarment
and Suspension."SAM Exclusions contains the names of parties debarred,suspended,or otherwise
excluded by agencies,as well as parties declared ineligible under statutory or regulatory authority other
than Executive Order 12549.
(I)Byrd Anti-Lobbying Amendment (31 U.S.C.1352)-Contractors that apply or bid for an award exceeding
$100,000 must file the required certification.Each tier certifies to the tier above that it will not and has not
used Federal appropriated funds to pay any person or organization for influencing or attempting to
influence an officer or employee of any agency,a member of Congress,officer or employee of Congress,
or an employee of a member of Congress in connection with obtaining any Federal contract,grant or any
2 CFR Appendix-II-to-Part-200(1)(enhanced display)page 2of3
Appendix II to Part 200,Title 2 (up to date as 0f 5/02/2023)
Contract Provisions for Non-Federal Entity Contracts Under Fe ...2CFR Appendix-II-to-Part-200J)
other award covered by 31 U.S.C.1352.Each tier must also disclose any lobbying with non-Federal funds
that takes place in connection with obtaining any Federal award.Such disclosures are forwarded from tier
to tier up to the non-Federal award.
J)See $200.323.
(K)See $200.216.
(L)See $200.322.
[78 FR 78608,Dec.26,2013,as amended at 79 FR 75888,Dec.19,2014;85 FR 49577,Aug.13,2020]
2CFR Appendix-II-to-Part-200(L)(enhanced display)page3of3
ATTACHMENT C
SUNBIZ &PROPOSAL RESPONSE TO RFQ
Ai.h2
DI1 6f
C0RATIO
DIVISION OF CORPORATIONS
Department of State /Division of Corporations /Search Records I Searchby EELIEIN Number I
Detail by FEI/EIN Number
Florida Limited Liability Company
BCC ENGINEERING,LLC
Filing _Information
Document Number L19000118381
FEI/EIN Number 65-0540100
Date Filed 05/08/2019
Effective Date 03/15/1994
State FL
Status ACTIVE
Last Event LC AMENDMENT
Event Date Filed 04/29/2020
Event Effective Date NONE
Principal Address
6401 SW 87 AVE STE 200
MIAMI,FL 33173
Mailing Address
6401 SW 87 AVE STE 200
MIAMI,FL 33173
Registered Agent Name &Address
MUNOZ,JOSE A
6401 SW 87 AVE STE 200
MIAMI,FL 33173
Authorized Person(s)Detail
Name &Address
Title CEO,SECRETARY
MUNOZ,JOSE A
6401 SW 87TH AVE STE 200
MIAMI,FL 33173
Title EVP
MILLAN,ARIEL
6401 SW 87TH AVE STE 200
MIAMI,FL 33173
Title CFO
RODRIGUEZ,LUIS
6401 SW 87TH AVE STE 200
MIAMI,FL 33173
Title VP
HERRERA,VICTOR
6401 SW 87TH AVE STE 200
MIAMI,FL 33173
Annual Reports
Report Year
2022
2023
2024
Filed Date
01/12/2022
01/16/2023
01/16/2024
Document Images
01/16/2024 --ANNUAL REPORT
01/16/2023 --ANNUAL REPORT
View image in PDF format
View image in PDF format
01/12/2022 --ANNUAL REPORT
09/22/2021 -AMENDED ANNUAL REPORT -----------~
01/312021--ANNUAL REPORT
View image in PDF format
View image in PDF format
View image in PDF format
04/29/2020 --LC Amendment
01/22/2020 --ANNUAL REPORT
05/28/2019--LC Amendment
05/08/2019 --Florida Limited Liability
View image in PDF format
View image in PDF format
View image in PDF format
View image in PDF format
BID SUBMITTAL QUESTIONNAIRE
SECTION 1-BID CERTIFICATION FORM
This document is a REQUIRED FORM that must be submitted fully completed and submitted.
Solicitation No:
BID NUMBER
Solicitation Title:
PROJECT TITLE
BIDDER'S NAME:BCC Engineering LLC
NO.OF YEARS IN BUSINESS:30 I NO.OF YEARS IN BUSINESS LOCALLY:30 I ND.OF EMPLOYEES:379
OTHER NAME(S)BIDDER HAS OPERATED UNDER IN THE LA ST 1O YEARS:BCC Engineering,Inc.
BIDDER PRIMARY ADDRESS (HEADQUARTERS):6401 SW 87th Avenue Suite 200
CIT;Miami
STATE:Florida I ZIP CODE:33173
TELEPHONE NO.:3056702350
TOLL FREE NO.:NIA
FAX NO.:305-670-2351
BIDDER LOCAL ADDRESS:6401 SW 87th Avenue Suite 200
CITY :Miami
STATE:Florida I ZIP CODE:33173
PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT:Victor H.Herrera,PE
ACCOUNT REP TELEPHONE NO.:3056702350
ACCOUNT REP TOLL FREE NO.NIA
ACCOUNT REP EMAIL:VHerrera@bcceng.com
FEDERAL TAX IDENTIFICATION NO.:65-0540100
By virtue of submitting a bid,bidder agrees:a)to complete and unconditional acceptance of the terms
and conditions of this document and the solicitation,including all addendums specifications,attachments,
exhibits,appendices and any other document referenced in the solicitation c)that the bidder has not
divulged,discussed,or compared the proposal with other bidders and has not colluded with any other
bidder or party to any other bid;d)that bidder acknowledges that all information contained herein is part
of the public domain as defined by the State of Florida Sunshine and Public Records Laws;e)if bid is
accepted,to execute an appropriate City of Miami Beach document for the purpose of establishing a
formal contractual relationship between the bidder and the City of Miami Beach,Florida,for the
performance of all requirements to which the bid pertains;and f)that all responses,data and information
contained in the bid submittal are true and accurate.
The individual named below affirms that s/he:is a principal of the applicant duly authorized to execute this
questionnaire,and that the contents of said document(s)are complete,true,and correct to the best of
his/her knowledge and belief.
Name and Title of Bidder's Authorized
Representative:
Victor H.Herrera,PE
Signature of Bidder 's Authorized
Representative:
Victor H.Herrera,PE
SECTION 2 -ACKNOWLEDGEMENT OF ADDENDUM
After issuance of solicitation,the City may release one or more addendum to the
solicitation,which may provide additional information to bidders or alter solicitation
requirements.The City will strive to reach every bidder having received solicitation
through the City's e-procurement system.However,bidders are solely responsible for
assuring they have received any and all addendum issued pursuant to solicitation.This
Acknowledgement of Addendum section certifies that the bidder 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.
Enter Initial Enter Initial Enter Initial to
to Confirm to Confirm Confirm
Receipt Receipt Receipt
VH 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.
SECTION 3 -CONFLICT OF INTEREST
All bidders 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.Further,all bidders must disclose the name of any City employee who
owns,either directly or indirectly,an interest of ten (10%)percent or more in the bidder
entity or any of its affiliates.
FIRST AND LAST NAME RELATIONSHIP
1 Not Applicable Not Applicable
2 Not Applicable Not Applicable
3 Not Applicable Not Applicable
4 Not Applicable Not Applicable
5 Not Applicable Not Applicable
6 Not Applicable Not Applicable
SECTION 4-FINANCIAL CAPACITY
At time of request by the City,bidder shall request that Dun &Bradstreet submit
its Supplier Qualifier Report directly to the City,_with bid or within three_(3)days
of request._Bidder shall arrange for Dun &Bradstreet to submit a Supplier Qualification
Report (SQR)directly to the City.No proposal will be considered without receipt (when
requested),by the City,of the SQR directly from Dun &Bradstreet.The cost of the
preparation of the SQR shall be the responsibility of the bidder.The bidder shall request
the SQR report from D&B at:
https://supplierportal.dnb.com/webapp/wcs/stores/serylet/SupplierPortal?
storeld=11696
Bidders are responsible for the accuracy of the information contained in its SQR.
It is highly recommended that each bidder review the information contained in its
SQR for accuracy prior to submittal to the City and as early as possible in the
solicitation process.For assistance with any portion of the SQR submittal
process,contact Dun &Bradstreet at 800-424-2495.
SECTIO N 5-REFERENCES AND PAST PERFORMANCE
Project No.
Project Title
BID NUMBER
PROJECT TITLE
Bidder shall submit at least three (3)references for whom the bidder has completed
work similar in size and nature as the work referenced in solicitation.Bidder may submit
additional references as part of its bids submittal.
Reference No.1
Firm Name:BCC Engineering,LLC
Contact Individual Name and Title:Giancarlo Pena,PE,Project Manager
Address:1700 Convention Ctr Dr#4,Miami Beach,FL 33139
Telephone:305-673-7490
Contact's Email:GiancarloPena@miamibeachfl.gov
Narrative on Scope of Services Provided,Project Budget,and Project Dates:
Various Seawall Replacements:This project is a task work order for the ongoing City of
Miami Beach Professional Architectural and Engineering Services (A&E)in specialized
categories on an "as needed-basis"Contract.The project involves civil engineering services
associated with on-site modifications caused by the replacement of the seawalls throughout
the City.New seawalls will replace existing seawalls
in bad structural condition.The structural system will consist in prefabricated concrete
panels and precast piles.2020-Ongong.Fee:$346K.
Reference No.2
Firm Name:BCC Engineering,LLC
Contact Individual Name and Title:
Address:Camden Mills,PE,Capital Projects Engineer
Telephone:(941)263-6138
Contact's Email:camden.mills@sarasotafl.gov
Narrative on Scope of Services Provided,Project Budget,and Project Dates:
City-Wide Bridge Rehabilitation &Seawall Hazard Mitigation:The City required the
ability to engage structural engineering
services on an as-needed basis throughout the life of the contract.Services could range
from general
consultation,to specific assignments required to support projects such as safety projects
and Complete
Streets,to services such as scoping,cost estimates,updating load ratings,and general
support of the
City's Planning Department.As a result,this TWO involved establishing a contract to
enable the City to engage structural engineering and inspection services on an as-needed
basis.2022-Ongoing,Fee:Varies,this is a task work order contract.
Reference No.3
Firm Name:BCC Engineering,LLC
Contact Individual Name and Title:Pablo Orozco,PE,Project Manager
Address:1000 NW 111th Ave,Miami,FL 33172
Telephone:305-470-5370
Contact's Email:Pablo.Orozco@dot.stae.fl.us
Narrative on Scope of Services Provided,Project Budget,and Project Dates:
(SR)5/US 1/Overseas Highway/Old 7 Mile
Bridge Rehabilitation Project:This project involves repairs to the major concrete bridge
structure carrying SR5/Overseas Highway Over Channel 5 in the Florida Keys.The 4923'
long bridge supports 2 traffic lanes and critical utilities.BCC investigated the existing
bridge and field conditions.BCC prepared design construction
documents,and plans for the rehabilitation of the bridge substructure.One innovative
aspect of the project involved the use of thermal scanning and imagery to assess the
existing conditions and map deficiencies.This enabled the creation of project-specific
repair details and accurate quantity
calculations required to avoid overruns and delays during construction.2015-2025 (Est.).
Fee:$1.lM
SECTION 6--SUSPENSION,DEBARMENT,OR CONTRACT
CANCELLATION
Has bidder ever been debarred,suspended or other legal violation,or had a contract
cancelled due to non-performance by any public sector agency?
[CC]Ys [@@]No
If answer to above is "YES,"bidder shall submit a statement detailing the reasons that
led to action(s):
SECTION 7 -SMALL AND DISADVANTAGED BUSINESS
CERTIFICATION
Pursuant to Resolution 2020-31519,the City is tracking the Small and Disadvantaged
Businesses,as certified by Miami-Dade County that have been certified as Small or
Disadvantaged Business by Miami-Dade County.
Does bidder possess Small or Disadvantaged Business certification by Miami-Dade
County?
[C]YEs [@@ ]No
SE G3T BUS 4±SSNy EPRSE GE TE A
Pursuant to Resolution 2020-31342,the City is tracking the utilization of LGBT owned
firms that have been certified as an LGBT Business Enterprise by the National Gay and
Lesbian Chamber of Commerce (NGLCC).
Does bidder possess LGBT Business Enterprise Certification by the NGLCC?
[]Yves [@@ ]No
SECTION 9 -BYRD ANTI-LOBBYING AMENDMENT CERTIFICATION
FORM
APPENDIX A,44 C.F.R.PART 18-CERTIFICATION REGARDING LOBBYING
Certification for Contracts,Grants,Loans,and Cooperative Agreements
The undersigned Contractor certifies,to the best of his or her knowledge,that:
1.No Federal appropriated funds have been paid or will be paid,by or on behalf of the
undersigned,to any person for influencing or attempting to influence an officer or employee of
an agency,a Member of Congress,an officer or employee of Congress,or an employee of a
Member of Congress in connection with the awarding of any Federal contract,the making of
any Federal grant,the making of any Federal loan,the entering into of any cooperative
agreement,and the extension,continuation,renewal,amendment,or modification of any
Federal contract,grant,loan,or cooperative agreement.
2.If any funds other than Federal appropriated funds have been paid or will be paid to any
person for influencing or attempting to influence an officer or employee of any agency,a
Member of Congress,an officer or employee of Congress,or an employee of a Member of
Congress in connection with this Federal contract,grant,loan,or cooperative agreement,the
undersigned shall complete and submit Standard Form-LLL,"Disclosure Form to Report
Lobbying,"in accordance with its instructions.
3.The undersigned shall require that the language of this certification be included in the award
documents for all subawards at all tiers (including subcontracts,subgrants,and contracts under
grants,loans,and cooperative agreements)and that all subrecipients shall certify and disclose
accordingly.
This certification is a material representation of fact upon which reliance was placed when this
transaction was made or entered into.Submission of this certification is a prerequisite for
making or entering into this transaction imposed by 31,U.S.C.§1352 (as amended by the
Lobbying Disclosure Act of 1995).Any person who fails to file the required certification shall be
subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such
failure.
The undersigned Contractor certifies or affirms the truthfulness and accuracy of each statement
of its certification and disclosure,if any.In addition,the Contractor understands and agrees that
the provisions of 31 U.S.C.§3801 et seq.,apply to this certification and disclosure,if any.
By virtue of submitting bid,bidder certifies or affirms its compliance with the Byrd Anti-Lobbying
Amendment Certification.
Name and Title of Bidder's Authorized
Representative:
Victor H.Herrera,PE
Signature of Bidder 's Authorized
Representative:
Victor H.Herrera,PE
SECTIO N 10 -SUSPENSION AND DEBARMENT CERTIFICATION
The Contractor acknowledges that:
(1)This Contract is a covered transaction for purposes of 2 C.F.R.pt.180 and 2 C.F.R.pt.3000.
As such the contractor is required to verify that none of the Contractor,its principals (defined at
2 C.F.R.§180.995),or its affiliates (defined at 2CF.R.S 180.905)are excluded (defined at 2
C.F.R.§180.940)or disqualified (defined at 2 C.F.R.§180.935).
(2)The Contractor must comply with 2 C.F.R.pt.180,subpart C and 2 C.F.R.pt.3000,subpart
C and must include a requirement to comply with these regulations in any lower tier covered
transaction it enters into.
(3)This certification is a material representation of fact relied upon by the City.If it is later
determined that the Contractor did not comply with 2 C.F.R.pt.180,subpart C and 2 C.F.R.pt.
3000,subpart C,in addition to remedies available to the City,the Federal Government may
pursue available remedies,including but not limited to suspension and/or debarment.
(4)The Contractor agrees to comply with the requirements of 2 C.F.R.pt.180,subpart C and 2
C.F.R.pt.3000,subpart C while this offer is valid and throughout the period of any contract that
may arise from this offer.The Contractor further agrees to include a provision requiring such
compliance in its lower tier covered transactions."
By virtue of submitting bid,bidder certifies or affirms its compliance with the Suspension and
Debarment Certification.
Name and Title of Bidder's Authorized
Representative:
Victor H.Herrera,PE
Signature of Bidder's Authorized
Representative:
Victor H.Herrera,PE
SECTION 11 --CONE OF SILENCE
Pursuant to Section 2-486 of the City Code,all procurement solicitations once
advertised and until an award recommendation has been forwarded to the City
Commission by the City Manager are under the "Cone of Silence."The Cone of Silence
ordinance is available
at https://library.municode.com/fl/miami beach/codes/code of ordinances?
nodeld=SPAGEOR CH2AD ARTVIISTCO DIV4PR S2-486COSI
Any communication or inquiry in reference to this solicitation with any City employee or
City official is strictly prohibited with the of exception communications with the
Procurement Director,or his/her administrative staff responsible for administering the
procurement process for this solicitation providing said communication is limited to
matters of process or procedure regarding the solicitation.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.
By virtue of submitting bid,bidder certifies that it is in compliance with the Cone of
Silence Ordinance,pursuant to Section 2-486 of the City Code.
SECTION 12 -CODE OF BUSINESS ETHICS
Pursuant to City Resolution No.2000-23789,the Bidder shall adopt a Code of Business
Ethics prior to executing a contract with the City.The Code of Business Ethics shall be
submitted to the Procurement Department with its response or within three (3)days of
request by the City.The Code shall,at a minimum,require the Bidder,to comply with all
applicable governmental rules and regulations including,among others,the conflict of
interest,lobbying and ethics provision of the City Code.In lieu of submitting Code of
Business Ethics,bidder may indicate 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/procurement-related-ordinance-and-procedures/
Bidder will submit firm's Code of Business Ethics within three (3)days of request by the
City?
@ ]YES D I NO
Bidder adopts the City of Miami Beach Code of Business Ethics?[cg]YEs [@]No
SECTION 13 -LOBBYIST REGISTRATION &CAMPAIGN
CONTRIBUTION REQUIREMENTS
This solicitation is subject to,and all bidders are expected to be or become familiar with,
all City lobbyist laws,including lobbyist registration requirements and prohibition on
campaign contributions,including:
•Lobbyist Registration Requirements sections 2-397 through 2-485.3 of City
Code
(https://library.municode.com/fl/miami beach/codes/code of ordinances?
nodeld=SPAGEOR CH2AD ARTVIISTCO DIV3LO)
•Campaign Contribution Requirements sections 2-487 and 2-488 of City Code
(https://library.municode.com/fl/miami beach/codes/code of ordinances?
nodeld=SPAGEOR CH2AD ARTVIISTCO DIV5CAFIRE)
By virtue of submitting bid,bidder certifies or affirms that they have read and
understand the above Lobbyist Registration &Campaign Contribution Requirements.
SECTION 14-NON-DISCRIMINATION
The Non-Discrimination ordinance is available at:
https://library.municode.com/fl/miami beach/codes/code of ordinances?
nodeld=SPAGEOR CH2AD ARTVIPR DIV3COPR S2-375NSCCOREWA
By virtue of submitting bid,bidder agrees it is and shall remain in full compliance with Section 2-
375 of the City of Miami Beach City Code.
SECTION 15 -FAIR CHANCE REQUIREM ENT
The Fair Chance Ordinance No.2016-4012 is available at:
https://library.municode.com/fl/miami beach/codes/code of ordinances?
nodeld=SPAGEOR CH62HURE ARTVFACHOR
By virtue of submitting bid,bidder certifies that it has adopted policies,practices and standards
consistent with the City's Fair Chance Ordinance.Bidder agrees to provide the City with
supporting documentation evidencing its compliance upon request.Bidder 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.
SECTION 16 -PUBLIC ENTITY CRIMES
Please refer to Section 287.133(2)(a),Florida Statutes,available at:
https://www.flsenate.gov/Laws/Statutes/2012/287 .133
By virtue of submitting bid,bidder agrees with the requirements of Section 287.133,Florida
Statutes,and certifies it has not been placed on convicted vendor list.
SECTION 17--VETERAN BUSINESS ENTERPRISES PREFERENCE
Pursuant to City of Miami Beach Ordinance No.2011-
3748,https://library.municode.com/fl/miami beach/codes/code of ordinances?
nodeld=SPAGEOR CH2AD ARTVIPR DIV3COPR S2-
37 4PRPRPRVECOGOCOSE the City shall give a preference to a responsive and
responsible bidder 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 and best bidder,by providing such bidder an
opportunity of providing said goods or contractual services for the lowest responsive bid
amount.Whenever,as a result of the foregoing preference,the adjusted prices of two
(2)or more bidders which are a small business concern owned and controlled by a
veteran(s)or a service-disabled veteran business enterprise constitute the lowest bid
pursuant to an 1TB,RFP,RFQ,ITN or oral or written request for quotation,and such
bids 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.
Is the bidder a service-disabled veteran business enterprise certified by the State of Florida?
[CC]YEs []No
Is the bidder a service-disabled veteran business enterprise certified by the United States
Federal Government?
[C]YEs [@@ ]No
S E C T IO N 18-MORATORIUM ON TRAVEL TO AND THE PURCHASE
OF GOODS OR SERVICES FROM MISSISSIPPI
Pursuant to Resolution 2016-29375,the City of Miami Beach,Florida prohibits the
purchase of goods or services sourced in Mississippi.Are any of the products for which
the applicant is seeking to be prequalified sourced in Mississippi?
If yes,explain.
D I YES ]No
MIAMI BEACH
m -Me +pg
.._:..L .-----·;:-,...
...
..._...
SOLICITATION 2024-234-ND
4'
,i
re a.a...
1
COVER LETTERG
TABLE OF CONTENTS
I
¢:'.5--"
·.··_,•1..
3
roar ±.IE:EIIJ 3.JI;HJ$2IL'IAIII8;II)LJ)III SI1JI}
J9!1H r»2024-234-3))engineering
TAB 1 COVER LETTER AND TABLE OF CONTENTS
M oy 28,2024
N atalia Delgado,CPPB,Contra cting O fficer
City of M iami Beach,1700 Convention Center Drive,
M iami Beach,FL 33139
RE:Engineering Services for Seawalls and Living Shorelines 2024-234-ND
Dear M s.Delgado and M embers of the Evaluation Committee,
BCC Engineering (BC C )looks fo rw ar d to once again collabora ting with the City of M iami Beach (the City)in support of its
seaw all prioritization.W e hope that this proposal leaves the City with three lasting impressions:
Q BCC hos a thorough understanding of the City's needs and the critical importance of seawalls with respect to City
initiatives such as resiliency,environmental responsibility,and community.W e are eager to contribute our expertise in
resilient systems,dependability,and future-proof engineering designs to support the City's efforts towards a more
sustainable and resilient future.
Q Seawall repair and replacement and coastal infrastructure is "what we do".BCC has held co ntinuing service
5-year FDO T Structure M aintenance contracts for over a decade.W e currently hold FDOT Structures Maintenance
contracts in Districts 1,3,and 6.W e have assessed,repaired,and replaced Florida seawalls from the Panhandle to
Ta mpa Bay dow n through the Keys.
Q Miami is our home.This is where we live,work,and ploy.Simply stated,we will take ownership of this contract like
no other firm can.To us,this contract is personal.W e ar e proud to say that.And we would be honored to continue to
uphold our shared quality of life thro ugh this co ntract.
BCC,founded in M iami in 1994 as a local Florida-based firm,has steadfastly dedicated itself to fulfilling the demands of both our
private and public sector clientele.O ur expertise lies in the realm of structural,planning,design,and co nstruction management,
enco m passing a w ide spectrum of services including civil,enviro nmental,site development,traffic engineering,multi-modal
transit,com plete streets,and highw ay engineering pro jects.Th e City's commitment to partnering with innovative and solutions-
oriented engineers aligns perfectly w ith our values and capabilities.
W e recognize the significance of the recently adopted Resiliency Standar ds ordinance,which mandates minimum elevations for
new seaw alls to enhance coastal resilience and mitigate the effects of tidal flooding.BCC is well-versed in these standards,
having provided similar services for the City previously,most recently M iami Beach's Jefferson Street End Seawall,and is
prepar ed to ensure compliance w hile incorpora ting innovation and maximizing sustainable solutions for the City.
BCC is familiar with the City's "M iami Beach Rising Above"program,which
encompasses a wide arra y of initiatives,from gra nts promoting sustainability and
CLIMATE ADAPTATION enviro nmental stewardship to climate science studies,climate adaptation strategies,
CLIMATE MITIGATION and private property adaptation programs.W e look forwar d to working in parallel
with the City on opportunities related to living shorelines as well,as evidenced by
successful project s like the Brittany Bay Park seaw all rehabilitation,where we can integrate similar structura l seawall designs
alongside natura l shoreline enhancements to protect habitats and enhance coastal resilience in other areas of the City.
MIAMI BEACH
RISING
ABOVE
LU N E SCIENCE
W e understand the importance of co llabora tion with local non-pro fit organizations,academic institutions,and other stakeholders,
as outlined in the City's par tnerships w ith organizations like Florida International University and the Urban Lond Institute.Our firm
is com m itted to w orking closely w ith the City and its chosen partners to develop tailored solutions that address Miami Beach's
unique strengths and vulnera bilities.
M IAM I BEACH 0
«n o +±JI0IIEERIIJ3:RIV:3 1/JSIIIIES AIU LJII SI.LIES»!II1Mn04 39 4-234-3)D9
TAB 1 COVER LETTER AND TABLE OF CONTENTS (CONT.J
As part of BC C's dedica tion to the City,w e w ill be dedica ted to these pillars of resiliency as we provide pro fessional engineering
solutions as detailed w ithin the scope of services outlined in bid document number 2024-234-N D:
$
$
0
Dedication to Resilience:BC C w ill prioritize designs and solutions which enhance the resilience of M iami Beach's
coastal areas,ensuring infrastructure is poised to w ithstand the impacts of climate change,sea-level rise,and
extreme w eather events.
Dedication to Innovation and Solutions:BC C w ill bring innovative appro aches and technologies to the table,
constantly seeking new w ays to improve seaw all infrastructure,enhance flood protection,and address
environmental concern s.
Dedication to Climate Change Adaptation:Recognizing the urgency of climate change,BCC will focus on
developing adaptive strategies and solutions that help the City of M iami Beach adapt to changing enviro nmental
conditions,including rising sea levels and increased flood risks.
_f]Dedication to Establishing Overland Flooding Barriers City-wide:Th e firm will work towar ds establishing a.cci comprehensive netw ork of storm surge and overland flooding barriers,integrating these bar riers into the urban
landscape w hile maximizing their effect iveness and sustainability.,~Q Dedkat;on to Cl;mote MmgaHon,lo addifoo ta adaptotioo effoct,,we will soppmt ioitiati,e,aimed at mitigotiog
the effect s of climate change,such as pro moting green infrastructure ,and implementing sustainable pra ctices in
.seaw all design and construction.
@ Dedication to City's Resiliency Standards and Tidal Flood Protection:BCC will adhere to the City's resiliency
standards for tidal flood pro tection,ensuring all designs and projects meet elevation requirements and contribute
to the overa ll resilience of the City of M iami Beach's coastal ar eas.
A s the City looks tow ar ds the future,including policy changes,public projects,and green infrastructure initiatives,the BCC Team
is ready to contribute its expertise and innovative thinking to help M iami Beach achieve its resilience goals.Our track record of
successful projects -w hich w ill be evidenced in our proposal,our lasting partnerships w ith our co mplete Team of experts,and our
dedication to environm ental stew ar dship,make us the dependable and forw ar d-thinking trusted advisor the City needs.
W e look fo rw ard to the opportunity to collaborate and contribute to the success of the City of M iami Beach.W e are excited
about the potential par tnership and the positive impact w e can make together.
(Al PRIME BIDDER
..........
%¢°
h"i@@T .E CG lIDE.
jig¢3a [o ][s]o)[s l [s
Egg£<itit'(B)SELECTION
1 BCC Engineering,LLC1'1---'L...C--'----'---'-'----------+
6401 SW 87 Ave,Suite 200,Miami,FL 33173
I Victor H.Herrera,PE,Senior Vice President_____,_l Phone:305-670-2350,Email:VHerrera @bcceng.com
,1 @}+-
Senior Vice President
BC C Engineering,LLC
MIAMI BEACH
««soar ±NIIIE:EII3RIEB UJ SW'III$AJIU LJIII)LIB3
39!1ff0y 2924-294-3)
TABLE OF CONTENTS
COVER LETTER &TABLE OF CONTENTS 1
Cover Letter 1
Table of Contents 3
EXPERIENCE &QUALIFICATIONS OF THE FIRM AND TEAM 4
2.1 Qualifications of Proposing Firm 4
2.2 Qualifications of the Bidder Team:Organizational Chart 13
2.2 Qualifications of the Bidder Team:Team Resumes 14
2.2.1 Qualifications of the Bidder Team:Project Experience 64
2.3 Evidence of Prior Working Experience 66
APPROACH AND METHODOLOGY 68
3.1.1 Site Investigation and Feasibility Studies 68
3.1.2 Project Planning and Design 71
3.1.3 Bidding and Construction Management.87
3.1.4 Geotechnical Engineering 90
3.1.5 Coastal Engineering 91
3.1.6 Environmental Engineering 92
3.1.7 Risk Assessment and Mitigation 93
3.1.8 Project Documentation and Reporting 94
3.1.9 Maintenance and Rehabilitation 95
3.1.10 Other Value-Added Services 98
3.2 Supplier Diversity 100
MIAMBEACH e o
5$#%Ee...-ewe #he.
engine ering
GETTING THEREJUSTGOTEASIER'
.g8MT-FT7
$
site.s -tis a •
MIAMI BEACH
r -Mr gg
"•a
e-
SOLICITATION 2024-234-ND
\\
EXPERIENCE G QUALIFICATIONS
OF THE FIRM AND TEAM
rs»so«or ±I0IEEE3III0ELI),J HIES:III8JI)LJJ,III1IE3
3 9!4yfy 2024-394-4)bcngnoenq
TAB 2 EXPERIENCE &QUALIFICATIONS OF THE FIRM AND TEAM
2.1 QUALIFICATIONS OF PROPOSING FIRM
&PROJECT EXPERIENCE
BC C's Team has honed its expertise thro ugh hands-on
experience,tackling challenges pro m ptly,collabora ting
fo r fresh ideas,and using practical criteria.W e intim ately
understand South Florida's structura l landscape.O ur real-tim e
design and construction experience ensure compliance and
minim ize claims.W ith ample resources,w e handle m ultiple
assignm ents sim ultaneously.
O ur effi cient com pletion of projects like the City of M iami Beach
Continuing Services Contract,City of M iami Beach Jefferson
Street End Seaw all pro ject,and the City of Fort Lauderdale's
Seaw all M aster Plan project,dem onstrate our agility.W e
recently conducted post-hurricane seaw all inspections fo r the
City of Sar asota,providing repair and replacem ent plans;w e
grasp the technica l nuances crucial for these pro jects.
Structural engineering plays a pivotal role in the City's vision,
and w e aim to continue being reliable par tners,offering lasting
solutions and fo stering m utually beneficial relationships.Th e
follow ing pages w ill dem onstrate our experience w ithin the last
ten year s that ar e relevant to this solicitation.
First,it all star ts w ith pro ject staff,and w e have co mm itted
staffed to this contra ct that is the best w e have at successfully
delivering seaw all projects.
MIAMI BEACH
PRINCIPAL,LEADERSHIP,QUALITY CONTROL/
ASSURANCE STAFF,&OTHER KEY STAFF
PROJECT MANAGER
Christian Aquino,PE,SI,FRSE (BCC)
W ith 19 year s of experience and as the Director of the
Building Structures Depar tment,M r.Aquino has led diverse
projects across Florida's private and public sectors,including
seaw all projects,residential,co m mercial,w aste/w astew ater
treatm ent,municipal,and highw ay struct ures.He has w orked
on numero us City of M iami Beach seaw all pro jects.He also
played a pivotal role in Fort Lauderdale's Seaw all M aster Plan,
assessing over 4.3 miles of seaw all struct ures and 2.0 miles
of natura l banks,and developing a comprehensive plan to
address Sea Level Rise challenges.Th ro ughout his car eer,M r.
Aquino has demonstra ted exceptional expertise in structural
design,construction adm inistration,and project management,
contributing significantly to coastal infrastructure resilience.
PRINCIPAL-IN-CHARGE
Victor H.Herrera,PE (BCC)
M r.Herrera has 2l year s of co m bined experience in
construct ion managem ent and civil engineering design and
has extensive experience pro viding co nsulting services to
municipalities in South Florida.M r.Herrera 's history w orking in
sim ilar roles w ill benefit the entire BCC Team and w ill allow us to
w ork seamlessly w ith City staff.M r.Herrera is the Principal-in-
Char ge for var ious genera l engineering services contra cts w ith
the City of M iami Beach,City of M iam i,City of Doral,N orth
Bay Village and City of Lauderhill.Under these contra cts BC C
staff and subconsultants,led by M r.Herrera are supporting a
w ide range of im provement projects or programs to deliver
structural improvements,transportation planning,stormw ater,
w ater and w astew ater pipeline and pum p stations,hydra ulic
modeling,sidew alk,general civil,coastal,and perm itting,bid
support and construction adm inistra tion services.
QUALITY ASSURANCE MANAGER
Daniel Raymat,PE (BCC)
W ith 24 year s of experience as a Structural Engineer,M r.
Raymat has specialized in final design,plans pro duct ion,
0
«roe»or 3IEI±II9±)IVE;HD)#LILI3 AII)LJ)I IELIE;
59!Arri0s4 294 234-349
bc
TAB 2 EXPERIENCE 6 QUALIFICATIONS OF THE FIRM AND TEAM CCONT.J
and load ratings for many structure pro ject s throughout the
year s,including bridge design spanning var ious types such
as short span flat slab bridges,AA SHTO girder,and Florida-I
Beam (FIB)bridges.His experience includes seaw all projects,
including serving as the Engineer fo r appro xim ately 1,000 feet
of new seaw all along SR Al A (South Roosevelt Boulevar d)in
Key W est,Florida,w here he designed a cantilevered steel sheet
pile w all to w ithstand w ave impact forces and scour from storm
events.His expertise extends to other structura l projects such
as the afo rem entioned How ar d Frankland Bridge replacement
pro ject w here he serves as the Principal-in-C har ge.M r.Raym at
has served as Engineer-of-Reco rd on over 60 bridges and as
the Lead Structures Engineer on major design-build projects
exceeding $1.4 billion,show casing his com prehensive
experience in infrastructure development and resilience.
STRUCTURES OUAUlY CONTROL
William "Bill"Junkin,PE (BCC)
M r.Junkin's extensive engineering journ ey began in 1975
after gra duating from Louisiana State University.He star ted at
Intern ational Paper Company,co ntributing to major industrial
w astew ater treatment facility designs in M ississippi.M oving to
the Louisiana Depar tment of Transportation and Developm ent
in 1976,he honed his skills in bridge design,later tra nsitioning
to the private sect or w here he m anaged various transportation
and public w orks pro ject s in Louisiana and Florida.W ith over
33 year s of experience in bridge design,including fixed and
movable bridges,he joined G LF Construction in 2009,furthering
his expertise in engineering activities,technical support,and
tem porar y w orks fo r bridge and mar ine projects.His structura l
designs encompass diverse bridge types,including prestressed
and post-tensioned girder spans,box girder spans,and var ious
substructure designs using concrete,steel,and drilled shafts.
He brings over 45 year s of experience to the team.
COASTAL ENGINEERING OUALllY CONTROL
Michael Krecic,PE {INT)
M r.Krecic has extensive experience in coastal engineering and
design,as demonstra ted by his involvem ent in severa l significa nt
pro jects.Fo r exam ple,in the Phased Design Build project w ith
the Florida Depar tment of Tra nsportation (FDO T),he oversaw
the installation of seaw alls along SR A l A to safeguar d against
hurricane surges.Th is pro ject involved detailed analyses of
historical beach profiles,shoreline changes,and sim ulations of
storm responses w ith sea level rise considerations.Additionally,
he served as the Project M anager and Coastal Engineer for
the Liberty St.M ar ina Coastal Engineering Design Support and
Flushing Study in Jacksonville,FL.Here,he developed wave
and hydro dynam ic co nditions fo r a new m ar ina,ensuring
com pliance w ith environmental regulations by assessing tidal
circulation (flushing)of the proposed basin.In another relevant
pro ject fo r the City of Jacksonville,M r.Krecic designed a ro ck
revetment for placem ent under and adjacent to the O C EARC H
pier in M ayport along the St.Johns River,show casing his
expertise in coastal pro tection and engineering solutions.
Th ese projects collectively highlight M r.Krecic's leadership,
com prehensive skills,and dedica tion to ensuring the resilience
and funct ionality of co astal infrastructure in challenging
environm ental conditions.
ENVIRONMENTAL SPECIALIST
Dylan Lorson,SPWS,CEP,GTA (MLA)
M r.Lar son,w ith 30 year s of experience in environmental
consulting experience in South Florida,excels in directing
biological and ecological studies for var ious pro jects.He led
a benthic natura l resource survey for seaw all replacements
in M iam i Beach,ensuring compliance w ith environmental
regulations and developing mitigation measures fo r cora ls
and seagrasses.At E.G .Sew ell Par k in M iami,he coordinated
a comprehensive redevelopm ent,integra ting landscape
ar chitecture,civil engineering,and ecological enhancements.
A dditionally,he m anaged a five-year mitigation monitoring
pro gra m at River Par k M ar ina in Port St.Lucie,overseeing exotic
species rem oval and shoreline protect ion.His expertise ensures
sustainable developm ent w hile preserving natural resources.
ENVIRONMENTAL SPECIALIST
William Mohler,PWS,CA,TRAQ,CU {MLA)
M r.M ohler is a seasoned environmental consultant w ith
extensive experience in environm ental docum ent prepar ation,
ecological monitoring and assessm ent,compliance monitoring,
and geogra phic info rm ation systems (G IS).Recently,he has led
significant pro jects such as conduct ing a benthic natural
resource survey fo r seaw all replacem ents in M iami Beach,
w hich involved documenting cora ls and seagra sses and
M IAM I BEA C H o
oooca ±IIEEE±RII)SE.IEE3 11)$2JAIL8 I)LJJIDUI)LILI;
39 ±At!tty 2924-294-3))
TAB 2 EXPERIENCE 6 QUALIFICATIONS OF THE FIRM AND TEAM (CONT.)
engin9er ing
ensuring regulatory com pliance w ith the DERM Class I Coastal
Resources Permit.He also m anaged the tem porar y relocation
and post-relocation monitor ing of corals for the N Bay Road
and 48th Street End Seaw all pro ject,ensuring the corals'
stability and survival.Additionally,M r.O ra nge pro vided critical
assessments and recom m endations fo r mangro ve removal
during the boar dw alk replacement on Deerfield Island,ensuring
com pliance w ith South Florida W ater M anagem ent District
(SFW M D )regulations.His w ork consistently dem onstra tes
a commitment to balancing environmental preservation w ith
infrastructural development.
PROJECT GEOTECHNICAL ENGINEER
A leja n d ro M o n tene g ro ,PE (G C ES)
M r.M ontenegro,w ith over 30 year s of expertise in
G eotechnical Engineering,M aterials Testing,and Engineering
Inspect ion,has managed a w ide ar ra y of project s in both
the public and private sect ors.He has held var ious positions
including O ffice M anager,Division M anager,and Executive
M anager at m ajor engineering consulting firms in South Florida.
His project portfo lio spans subsurfa ce explora tion,foundation
studies,and construct ion material testing for diverse struct ures
such as bridges,roadw ays,airports,and high-rise buildings.As
the fo under and Pre sident of G C ES Engineering Services,M r.
M ontenegro oversees geotechnical and construction m aterial
testing projects,notably m anaging contracts in M iam i-Dade
County since 19 9 9 .
O U R TEA M 'S CO M M IT M EN T
O ur dedicated Team has already analyzed the City's priority
list fo r seaw all repairs,demonstrating our co m m itm ent and
understanding of the com m unity's needs.
.ass-..uggggE±.ggea=e
Foiway Drive Street End
M IA M I BEACH
1 mararmM-I9
I
'si~.ei
Tatum Waterway Pedestrian Bridge
9 i ail I
4 ,1
Ehlm
a?-
390 Alon Rood
TEA M O RG A N IZA TIO N A L C H A RT &R ESU M ES
Please see pages 13-6l fo r our Team's organizational char t
and resum es.
0
MIAMI BEACH ±7II:g;I]Iy :II@y38,;i);Ly3JJ/LL III)LJJIEIBY;bc."
TAB 2 EXPERIENCE 6 QUALIFICATIONS OF THE FIRM AND TEAM CONT)
The following table outlines our experience,along with similar relevant project experience related to the scope of our work.The subsequent pages delve deeper into the details of the most relevant projects
completed by BCC Engineering,providing comprehensive insights into our capabilities and accomplishments.
Hurm "eel bag,al9#MM"""
003-2006 /////BDEPSeawallArmoaProara
rscoi 'pen·ue]
2 Fort Lauderdale Seawall Master Plan
fort Lauderdale,FL
Terminal lsland Seawall Design
Miami Beach,FL
4 Bella Isla Seawall
Miami Beach,FL
Bob Forond,PE,FRSE
Christian Aquino,PE,SI,FRSE--------•--·-·-·-
Christian Aquino,PE,SI,FRSE
Gustavo Llanos,PE
Christian Aquino,PE,SI,FRSE /2017 -2019
5 Fleet M·;nagement.Seawall A·:;essment &Replacem~~;,·r-Chr,st,an Aquino,PE,SI,FRSE
Miami Beach,FL Gustavo Llanos,PE----·I··
Seawall Replacement 48"Street and 29 Street,Chi PE,SI,FRSE
Miami Beach,FL Christian Aquino,z,,----------------
Various Seawall Replacements Chi@ Ai.PE,SI,FRSEMiamiBeach,FL hristian Aquino,,
Civil Design for Brickell &Coconut Grove Seawalls betwee/Christian Aquino,PE,SI,FRSE
SE 25 Rd to Matheson Ave &Biscayne Bay,Miami,FL "
g Howard Frankland Bridge Seawolls Design-Build,Gustavo Llanos,PE
Tampa/St.Petersburg,FL
Okeechobee Road Bulkhead wall',Bob forand,PE,FRSE
Miami-Dade County,Fl
11
I 12
Le Jeune Road Bulkhead Wall,
Miami-Dade County,Fl
Miami River Greenways Seawall,
Miami,FL
Bob Forand,PE,FRSE
Christian Aquino,PE,SI,FRSE
+4 Normandy shore,seawall,ceaa ,Aa .PE,SL,FRSEMiamiBeach,FL ristion qumno,-,'
14 Palmetto Expressway Section 5 Canal Bulkhead Walls ·1··G LI PE
DB"",Miami-Dade County,FL iustavo lanos,
·-···-··-·······-··-•·--·····•-····4 SR997 /Krome Ave from Kendall Dr to 8"St,
Miami,FL4,City-Wide Bridge Rehabilitation &
Seowall Hazard Mitigation,Sarasota,FL
Gustavo Llonos,PE
J
"Seel sheet pile bulkhead wall along the Mi0mi Canal ]""Bulkhead wall along o canal
Gustavo Llanos,PE
2016-2017
2021-2022
2017-2018
2021-
Ongoing
2020-
Ongoing
2024-
Ongoing
20201o
2025 (Es±.)
1998-2000
1998-2001
2009 -2014
2013-2014
2009-2016
2007-2009
1.
✓
✓
✓
✓
✓
✓
✓
✓
✓
✓
✓
✓
✓
✓
✓
✓
✓
✓
✓
✓
✓
✓
✓
✓
✓
✓
✓
✓
✓
✓
✓
✓
✓
✓
✓
✓
✓
✓
✓
✓
✓
✓
✓
✓
✓
✓
✓
✓
✓
✓
✓
✓
✓
✓
✓
✓✓
✓
✓
✓
✓
✓✓
✓✓
✓✓
✓✓
✓✓
✓✓
✓✓
✓✓
✓
✓
✓
✓
✓
✓
✓
✓
✓
✓
✓
✓
✓
r,r t'la
_;}445i
o
I I •
Ee
"pf#@9Ji'
-°Ase -
i,_»
et/-·
"%-
,-\--,.
7@{3gs
Sis=2i3%l
PeI
•.=-==__.."T"q T rg,"-SE7-,sis2ornases#Gs
•....,,...·4·~~-~-:-...~..,I·,.,.-".d
\\'·.,
16
MIAMIBEACH o
MIAMI BEACH 3I0IE:II II3s8 3JEE±IL!ILLIII)II9 IEIEIIIEE5
i ·7I 303 334
[-
'-y
TAB 2 EXPERIENCE G QUALIFICATIONS OF THE FIRM AND TEAM (CONT)
#PS)JIL 9EU\I
0qy4749]]
Statewide,FL
IT SIIALEA S$GUILL.IES.EA TI!
Ft.Lauderdale,FL
~')
ea '~
),'
-.-
Project Description
BCC personnel served in the copacity of Stoff Augmentation with the Florida Department of
Environmental Protection [FDEP)Bureau of Beaches and Coastal Systems.In this copacity,staff
was responsible regulatory review of all applications that involved armoring (seawall,revetments,
geotubes,and other rigid coastal structures).Additional responsibilities consisted of:
•Coordinating with local,state,and federal environmental agencies,as well as project
professionals in processing permits.
Reviewing and issuing permits for construction seaward of the Coastal Construction Control
line (CCCL).
•Providing impact assessments for proposed activities and long-term effects on the beach/
dune system.
•Monitoring coastal construction and related activities in five counties (Volusia,Flagler,St
Johns,Duvol,and Nassau].
•Providing site inspections for existing and proposed construction sites.
•Reviewing all armoring applications statewide,including seowalls,revetments,geotubes,
and all other rigid coastal structures.
•Providing emergency assistance to Wolton County following Hurricane Dennis to provide
damage assessment as well as approach strategy tor reconstruction.
•Coordinating with Florida Fish and Wildlife Conservation Commission,U.S.Fish and
Wildlife,and the State of Florido on handling regulatory issues with the construction of rigid
structures in the Panhandle.
RELEVANCY
RESILIENCY
SEA LEVEL RISE
COASTAL LOCATIONS
ENVIRONMENTAL
CONSIDERATION!
[o:OUR (1<,NT[RMEA,URf
[fOf:TIFY'Xl',TINC,~[AW-'<l!
A5SES$MEN'
INSPECTION
Project Description
The City owns approximately 4.3-miles of seawall structures and 2.0 miles of natural banks.
This task work order,under the City of fort Lauderdale's Continuing Structural Services Contract
awarded to BCC,required the assessment of the comprehensive needs of these structures and
banks,end development of o Seawell Mosler Pion throughout the City.
The Plan consisted of individual assessment reports for each component,as well as a report
summarizing the findings and recommendations to include feasible solutions,impacts,and
cost estimates.Seawall assessments included:Inspection of existing structures [above and
below water),and recommendations for the seawall infrastructure in need of rehabilitation
or replacement.The Plan also addressed potential structural modifications and bank needs to
address the challenges associated with Sea Level Rise (SLR)
Agency Name:City of Fort Lauderdale
Agency Contract:RFQ 456-11637
Agency Contact:Brandy Leighton,PE I 954-828-5326 I Bleighton@fortlauderdale.gov
BCC Role:Prime
Term of Engagement:2016-2017
REL EVANCY
RESILIENCY
SEA LEVEL RISE
REPAIR VS.REPLACEMENT
INSPECTION
ASSESSMENT
COST ESTIMATES
SEAWALL PRIORITIZATION
DEVELOP CITY SEAWALL
STANDARDS
Agency Name:FDEP
Agency Contract:Nol Applicable
Agency Contact:Celoro Jackson [850-921-7757 \Celora.o.jockson@dep.state.flus
BCC Role:Personal experience for Victor H.Herrera,PE
Term of Engagement:2003 -2006
MIAMI BEACH o
MIAMI BEACH ±III±III93II3 3IL±IIII8 .MI)L)III9 lEiEIS
393
"er
TAB 2 EXPERIENCE G QUALIFICATIONS OF THE FIRM AND TEAM CONT)
A11ML IE3LI)I)SIL
Miami Beach,FL
(AI\If I#4'ILL
Project Description
The project consists of providing approximately 1,300 linear feet of new seawall at
Terminal Island.The project was completed in two phases.Phase l included the preliminary
plans for pricing.Phase ?consisted of the preparation of permit plans and finol design.The
approximately 50-ft of retained wall height required a king pile system with on anchored
deadman system.Layout of the anchors and deadman required significant coordination with
the building designer to provide envelopes or areos for the future building foundations to be
constructed.Interaction of the future building foundations also required coordination to ensure
the wall anchorage and the building foundations did not negatively impact one another.
Agency Name:Kearns Construction Company
Agency Contract:Not Applicable
Agency Contact:John Kearns ]305-461-0310 ]ikearns@kearnsconstruction.com
CC Role:Prime Consultant
Term of Engagement:2021-2022
RELEVANCY
]CIY Or MIAMI EACH PROT [
RESILIENCY
INSPECTION
ASSES6ME!I
REPAIR VS REPLACEMENI
CONSTRUCTABIITY
OSI ESHIMAIES
CONSTRUCTION SUPERVISION
Project Description
As pant of the design of the new development project,BCC assessed the existing wall and
provided design,construction administration,and inspections for the new steel sheet pile wall
The new wall provided resiliency tor sea level rise and protection tor the new complex.
Agency Name:Euro American Group
Agency Contract:Not Applicable
Agency Contact:Angel Torres I 305-674-1818
BCC Role:Prime Consultant
Term of Engagement:2017 -2024
MIAMIBEACH
RELEVANCY
CITY OF MIAMI BEACH PROJECT
RESILIENCY
COASTAL EXPOSURE
INSPECTION
ASSESSMENT
CONSTRUCTABIITY
COST ESTIMATES
CONSTRUCTION SUPERVISION
o
M IAM I BEACH ±IE:II)9±IE8 3JI1%%\'LILL5 JLJLI9:l:
Tr)V 3023-3J3
~-,-~-~-h·clJ·~
_,
TAB 2 EXPERIENCE &QUALIFICATIONS OF THE FIRM AND TEAM (CONT)
,$1 10\0\0%LE\/'8%%4U1%l
gm@ege/,14178/944£11@gg1447PYIlets,#Ii{'llSl)
Miami Beach,FL
MI4III SILLIPLIBIS«EI
Miami Beach,FL
77"IpwWWenTVTieiTlf
al%p4 @ _a.v...-..---
Project Description
The Fleet Management Facility is located on Terminal Island.The rear of the building is adjacent
to Government Cut and has an existing steel sheet pile seawall of approximately 200'The
existing seowall was designed with tie backs that extended into the existing building.The
existing concrete walkway between the building and seawall had significant settlement and
had a segment that collapsed
BCC Engineering was requested to assess the existing conditions and upon our assessment from
land and water,it was determined that the soil beneath the walkway had completely washed
away.Ihe existing steel sheet pile had completely weathered away along the waterline for the
entire length of the seawall which allowed for washout of the soil.Damage to the existing building
wall was also encountered.Based on our field assessment and report,it wos recommended a
new seawall be immediately constructed
BCC provided structural design,construction administration,and CEl services for a new king pile
seawall.The seawall was installed immediately in front of the exist seawall and had a maximum
pile depth of 63'The seawall was constructed with additional,sacrificial steel thickness,and
additional coatings for increased service life.
RELEVANCY
[CI or MAM1 EACH PROJECT [
RE IIIENCYICOASTMIXPO'..U~IIIN:,p:C 110!·1IA:,,hSMll J
I (O1,1:.fRIJ(TARII IIY
[r 1)',.ESllMATt~
[JI :·,:Rur il()f"_::,{;-'fkVISIU/'-:
Project Description
This project is a task work order for the ongoing City of Miami Beach Professional Architectural
and Engineering Services (A&E)in specialized categories on an "as needed-basis"Contract
The project involves civil engineering services associated with on-site modifications caused by
the replacement of the seawalls throughout the City.New seawalls will replace existing seawalls
in bad structural condition.The structural system will consist in prefabricated concrete panels
and precost piles.Seawall locations include.
•Western terminus of 13th Street (Lennox]at Biscayne Bay
Northern terminus of Jefferson Street at Dade [Collins)Canal
•Northern terminus of Rue Notre Dame at Normandy Waterway
•Northern terminus of Irouville Esplanade at Normandy Waterway
•Northern terminus of Bonita Drive al Indian Creek
•Southern terminus of Gorden Avenue al Biscayne Waterway
•Northern terminus of Indian Creek Drive at Indian Creek.
RELEVANCY
I CITY OF MIAMI BEACH PROJECT I
RESILIENCY
COASTAL EXPOSURE
STREET TERMINUS SEAWALLS
INSPECTION/ASSESSMENT
INNOVATIVE MATERIALS
CONSTRUCTABILITY
CONSTRUCTION SUPERVISION
Agency Name:City of Miami Beach
Agency Contract:RFQ No.2014-346-YG /Resolution No.2015-29068
Agency Contact:David Gomez ]305-673-7071 [Dovidgomez@miamibeachfl.gov
BCC Role:Prime Consultant
Term of Engagement:2017.2018
Agency Name:City of Miami Beach
Agency Contract:RFQ No.2014-346-YG /Resolution No.2015-29068
Agency Contact:Giancarlo Peno,PE [305-673-7490 [GiancorloPeno@miamibeochtl.gov
BCC Role:Prime Consultant
Term of Engagement:2020 -Ongoing
MIAMI BEACH o
MIAMI BEACH 3IILE:II I3 3IL 32.1I0L8 lU II IEE±LEES
3G)Hr+77 rs 3 3v23/33Jf)
I.bc-...;
TAB 2 EXPERIENCE 6 QUALIFICATIONS OF THE FIRM AND TEAM (CONT.
I0)II)ILE#I II
%IM)./10LR.339F3IL)
Pinellas &Hillsborough
Counties,FL
II».EL I'WEA3#471RE8 $8//LL
Miami-Dade County,FLt
Project Descrip tio n
Th is high-profile design-build project includes the design and construction of the replacem ent for
the existing NB -275 (SR 93)Howard Frankland Bridge over Old Tompo Boy and removal of the
existing N orthbound 1960'existing bridge.Th e pro ject undertakes mojor additions and changes
to the existing roadw ay by adding express lanes,im proving ro adw ays,enhancing safety,adding
capacity,mobility,and accom m odating future light roil Th e new bridge is over 3 mi.long,located
in a highly sensitive environm ent,subject to vessel collision forces,and has unique soil conditions.
Th e follow ing ore som e highlights of the new bridge structure:
•11,000 LF of seaw all com prised of cantilevered and anchored sheet pile,as well as anchored
king-pile system s.
•largest bridge in the stote of Florida w ith over 2.6 mi square feet of bridge deck ore0
1l3 spans consisting of 1726 Florido-I beams totaling over 241,000 LF
•44 ham m erhead piers fo r the high-level spans,&180 multi-colum n piers for the low-level
spans
3006 -30-inch square prestressed concrete piles w ith varying lengths of 62 f1to 220 f
Designed for vessel collision fo rces up to 2000 kips
Fo ur full span highly aesthetic scenic overlooks to enhance pedestrian experience
•Pier mounted overhead sign structures
•Includes two single-span shared use path bridges,o 1040 ft long elevated walkway
structure,tem pora ry and perm anent w alls,overhead sign structures,and toll facilities
Agency Name:Florido Departm ent of Transportation District 7
Agency Contract:E7R I 0
Agency Contact:Liz Winters [813-849.7509 ]Elizabeth.winters@dot.state.fl.us
BCC Role:Prime Consultont
Term of Engagement:2020 1o 2025 (Est.)
RELE V AN CY
RESILIENCY
SEA LEVEL RISE
COASTAL OC ATON
ENVIRONMENTAL
CONSIDERATION
INNOVATIVE MATERIAL
SUPPORTS CRICA
TRANSPORIATON FACILITY
DE IGN
ONSTRUCTION
PUBIC INVOLVEMENT
Project Description
The scope of services for this project encompassed planning,public engagement,design,
and post-design support for developing com prehensive construction plans acro ss six distinct
County-owned parcels Th ese plans contribute to the seamless expansion of the M iami River
Greenway Network.Specifically,the project involved creating a 23'0"wide pedestrian/
bicycle shared river-walk with integrated lighting,landscaping,and hardscape features like
benches and tra sh receptacles.Additionally,it entoiled seawall design,drainage considerations,
traffic management,utility assessments,geotechnical analysis,lighting stra tegies,permit
acquisition,cost estim ation,detailed landscape architecture ,and all other necessary elem ents
for a fully realized pro ject.BCC staff designed sheet pile walls to create sidewalks along River,
coordinated sheet pile with the existing M etromover and M etrorail piers and existing FPL utilities.
Agency Name:Miami-Dade County Department of Transportation and Public Works (DTPW]
Agency Contract:E07-PW-04GOB
Agency Contact:Jim Sumislaski [305-375-2724 ]Jim.Sumisloski@kimley-horn.com
BCC Role:Subconsultont
Term of Engagement:2014-2019
REL EVAN CY
I MIAMI-DADE COUNTY PROJECT
RESILIENCY
SEA lEVEl RISE
COASTAL LOCATION
ENVIRONMENTAL PERMITTING
URBAN SETTING
DESIGN
CONSTRUCTION
MIAMI BEACH O
M IA M I BEACH 3I0ILE:III6.8LI8,3LALLI+L8.LI)LIIJI±IS
7FY 3023-3J»Y»
T l_rcr
TAB 2 EXPERIENCE 6 QUALIFICATIONS OF THE FIRM AND TEAM CONT)
11IT I0)$91))3 03$83II}I9)IM#IL.III III,I#l9ALI)
Miami-Dade County,FL
$13\9II7\/IE AIGRIIE #IIIES7ILLEIKETIMSI7EEST
Project Description
Th is $5 5 9 m illio n-dolla r D B pro ject ,know n as Palm etto Section 5,consisted of the reconstruction
of one o f the busiest intercha nges in florido .W ith over 50 0,00 0 vehicl es tra versing the facility
on a daily basis,it took skilled coordination and oversight to build this four-level system-to-
sy stem intercha nge consisting of 47 bridges,including four segm ental directional flyover ra m ps.
Th is pro ject w as the la st and la rgest section of the Palm etto Expressw ay Im provem ent Program
[En tire pro gra m w as 1 Sections].Th e prim ar y objective of the project w as to increase copacity
along the Palmetto Expressway (SR 826]and the Dolphin Expressway (SR 836)while enhancing
existing ro m p co nnect io ns and creating connections that did not exist before.
C C w as the Eng ineer of Record responsible for developing the structura l design for the project,
w hich incl uded d /new bridge struct ures as w ell as an extensive am ount of perm anent and
te m poro ry w a lls,and overhead sign structures.Structura l im provem ents included.
•2,500 LF of new bulkhead woll including both cantilevered ond anchored sheet pile wolls
for the rea lignm ent of the N o rthline C anal.A nchoring system w as m ade up of a concrete
d ea dm a n sla b tied w ith steel ro ds
•M S E W ells up to 40 feet in height,and tem porary w alls
4Segmental flyover Bridges,4 Steel Plate Girder Bridges &39 Florido-I Beam Bridges
O ver 40 overhead sig n structures
BC C w as the lead D esigner for this project,and pro vided design serv ices fo r Structures,
H ighw ay,Signing &Pavem ent M arkings,ITS,Lighting,Dra inage,&Environm ental Perm itting
A g e ncy N a m e :Flo rida D epar tm ent of Tra nsportation D istrict
Agency Contract:E6F61
Agency Contact:Mario Cabrera,PE I 305-640-7445 I Mario.cabrero@dot.stote.fl.us
BCC Role:Prime Consultonl
Term of Engagement:2009-2016
REL EVANCY
I MIAMI-DADE COUNTY PROJE(l
COMPLEX HYDRAULIC ASPECTS
MINIMIZE MAINTENANCI
HIE-BACK WALL
ENVIRONMENTAL PERMI HING
COORDINATION
DE SIGN
ONSTRUCHON
PUBLIC INVOLVEMENT
Project Description
Th e project encompassed the complete reconstruction of SR 997,encompassing Krome Avenue
and SW 177 Avenue,stretches from just south of Kendall Drive to north of Tamiami Trail.This
com prehensive project involved expanding the existing tw o-lane undivided segment into o
divided four-lane thoroughfare.Additionally,enhancements included widening the existing
bridge located just north of Tom iami Trail to align with the typical section north of the Trail.As
pant of the structures scope of wokr,BC C oversaw the design of two bulkhead walls featuring
a king pile system.
A gency N am e:M iam i-Dode County Deportm ent of Tra nsportation &Public W or ks
Agency Contract:CBN45
Agency Contact:Adriano Monzonores,PE ]305-470-5283 ]
Adriano.manzanares@ dot.state.flus
BCC Role:Prime Consultont
Term of Engagement:2007-2009
MIAMI BEACH
REL EVANCY
MIAMI-DADE COUNTY PROJECT
HYDRAULICS/SCOUR
MINIMIZE MAINTENANCE
TIE-BACK WALLS
ENVIRONMENTAL PERMITTING
COORDINATION
DESIGN
CONSTRUCTION
o
MIAMI BEACH 3IIE±±RlII0 ±LIE±3 3JI LILL5 IIJ LILI8SIIELI8
333 V
be.»
2.2 ORGANIZATIONAL CHART
o
4388 .,8IIIUN)
Christian Aquino,PE,SI,FRSE (BCC)di
Bob Forand,PE,FRSE (BCC)er
Gos Llanos,PE (BCC)i
Cory Salzano,PE (BCC)er
Richard Pick,PE (BCC)di
Chuan Chen,PE (BCC)
GEOGRAPHIC
INFORMATION SYSTEMS (GI)
SungRyong Han (BCC)i
Jean Pierre Valle,EI,CFM (BCC]r
Carlos Moroles (C C)
Mohammad Shokri,PhD (BCC)
$.1770IM7IWI.II
COASTAL ENGINEERING0NI)
Mark Gosselin,PhD,PE r
Michel Trudnok,FF
~er
al
1--
he
gneer.ng
UTILITY COORDINATIONBCC)
Ricarda "Rick"Duran,CGC
wuetc
ENVIRONMENTAL ENGINEERING
(MLA)
Dylan Larson,SPWS,CEPr
William Mohler,PWS,Ch r
M S.VEA&ASSOCIATES
GEOTECHNICALICES)SURVEYING[MGVJ
Alejandro Montenegro,PE Manny Vera Jr,PSM d ,Sowers,PSM
Carlos Alonso,PSN'
BCC BCC Engineering,LLC GCES GCES Engineering Services,LLC
MLA Miller,Legg &Associates,Inc.INT INTERA,Inc.
MGV Manuel G.Vera &Associates,Inc.MRG Media Relations Group,LLC
«<a
SUBSURFACE UTILITYENGINEERINGMGV)
PUBLIC INVOLVEMENT
MR G)
Dayana Sanjurjo
Isela Cormiol
.SEAWALL EXPERIENCE
INTERA
MIA MIBEACH
0@
Christion Aquino,PE,SI,FRSE 19
Victor H.Herrera,PE 21
Daniel Raymat,PE 24
William "Bill"Junkin,PE 49
Michael Krecic,PE •Bob Forand,PE,FRSE
Gus Llonos,PE ---···-~
Cory Salzano,PE
•"Richard Pick,PE :/Chuan Chen,PE-·-------
SungRyang Han _
Jean Pierre Volle,El,CFM 8
Mork Gosselin,PhD,PE 34--~--
Michael Trudnak,PE 28----··-----Alejandro Montenegro,PE 34
Manny Vera Jr.,PSM 40
Carlos Alonso,PSM 27
Ricardo "Rick"Duran,CGC zI
Dylan Lorson,SPWS,CEP 30
William Mohler,PWS,CA 1--·-
Mork Sowers,PSM 36
Carlos Morales 25·--······----·
Mohammad Shokri,PhD itDayanaSanjurjo
Isela Cormiol---
o
«r«sos»+EIIEIEEE5I9 3RI)IVE8 LY±IL'III3 MI 10)IJ 1IE;
39!Ifni0y 29±4-±34-3/D
be
engineering
FIRM
BCC Engineering,LLC
YEARS OF EXPERIENCE
19
EDUCATION
MS Civil Engineering,
2008,University of
Miami
BS Civil Engineering,
2007,University of
Miami
REGISTRATIONS/
CERTIFICATIONS
Professional Engineer
Florida No.74647,2012
Texas No.141819,2021
Special Inspector No.
74647,202
CHRISTIAN AQUINO,PE,SI,FRSE
PROJECT MANAGER,STRUCTURES ENGINEER
Mr.Aquino has 19 years of experience and currently serves as Director of the Building Structures
Department.During this time,He has been involved in design development through construction
administration for a variety of project types in the private and public sector throughout Florida
such as residential (single and multi-family),commercial,mixed-use,waste/wastewater treatment,
municipal,institutional,parks and recreation,and highway (sign structures and bridges).Mr.Aquino
also has experience in repair and rehabilitation projects using conventional and innovative solutions.
His Master's thesis focused on concrete rehabilitation of damaged and structurally deficient concrete
bridge girders using carbon fiber.Mr.Aquino has also performed in-situ load tests on balconies to
determine any structural deficiencies and repair needs.
RELEVANT EXPERIENCE
SEAWALL REPLACEMENT AT 48TH ST AND 29TH ST I CITY OF MIAMI BEACH I MIAMI BEACH,FL I PROJECT MANAGER I
This project was completed as part of BCC's Professional A&E Services Agreements with the City of
Miami Beach.The replacements will consist of new precast panel and pile seawalls at 48th St and
N orth Bay Rd (±60')and 29th St and Flamingo Dr (±40').CC is also providing permitting services
(M B Building Dept.,SFW M D and the MDC RER),a benthic survey and geotechnical report for each
seawall (provided by the supporting subconsultant team),structural and civil engineering services for
the project.Services also include bidding support,construction administration support and project
closeout services.
CITY OF MIAMI BEACH PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES -STRUCTURAL ENGINEERING I CITY
OF MIAMI BEACH I MIAMI BEACH,FL I PROJECT MANAGER I BC C w as tasked w ith a var iety of assignments,
including planning,design,bidding,and construct ion adm inistra tion for the Fleet M anagem ent Facility
on Term inal Island.Th e pro ject involved assessing and addressing severa l issues,such as a deteriora ted
steel sheet pile seaw all,collapsed concrete w alkw ay,and damaged building w all.After determ ining
that the existing seaw all had w eathered aw ay,leading to soil w ashout,BC C reco m mended and
implemented the co nstruct ion of a new king pile seaw all.Th is new seaw all,installed im m ediately in
front of the old one,featured increased durability w ith sacrificial steel thickness and coatings for a
longer service life.
FLEET MANAGEMENT SEAWALL ASSESSMENT G REPAIR I CITY OF MIAMI BEACH I MIAMI BEACH,FL I PROJECT MANAGER I
Th e Fleet M anagem ent Facility on Term inal Island had a 200-fo ot steel sheet pile seaw all next to
G overn ment Cut,w ith tie backs into the building.Th e seaw all had a deteriora ted concrete w alkw ay
and settlem ent issues.BC C Engineering assessed the site,finding w ashed-aw ay soil under the w alkw ay
and w eathered sheet piles ca using soil w ashout and building w all damage.Th ey reco m mended and
built a new king pile seaw all in front of the old one,w ith a m axim um depth of 63 feet.
SEAWALL MASTER PLAN (RESILIENCY STUDY)I CITY OF FT.LAUDERDALE I FT.LAUDERDALE,FL I DEPUTY PROJECT
MANAGER I Th e City ow ns approxim ately 4.3 m iles of seaw all structures and 2.0 miles of natural
banks.Th is task w ork order required the assessment of the com prehensive needs of these struct ures
and banks,and developm ent of a Seaw all M aster Plan.Th e Plan co nsisted of individual assessm ent
reports fo r each co m ponent,as w ell as a report summar izing the findings and recommendations to
included feasible solutions,impact s,and cost estim ates.Seaw all assessm ents included inspect ion of
existing struct ures (above and below w ater),and recom m endations for the seaw all infrastruct ure in
M IA M I BEACH
«roe»or EIDIIEEEII9 3J)IV3 1):IA\LI5 I)LJJIIEL IS
JO!I f!I0+2024-234 ID
need of rehabilitation or replacement.The Plan also addressed
potential structura l m odifications and bank needs to address
the challenges associated w ith Sea Level Rise (SLR)CC
completed the assignment on an aggressive fo ur-m onth
schedule in order to have the report finalized so projects could
be budgeted fo r the Fiscal Year .
MIAMI RIVER GREENWAYS I MIAMI-DADE COUNTY DEPARTMENT OF
TRANSPORTATION AND PUBLIC WORKS IDTPWJ I MIAMI-DADE COUNTY,
FL I PROJECT ENGINEER I Scope of services included planning,
public involvement,design,and post-design services in the
prepar ation of complete construction plans fo r six separ ately
County-ow ned par cels w hich w ill provide continuity to the
M iami River G reenw ay N etw ork.Th e pro ject included the
co nstruct ion of a 23 '-0"w ide pedestrian/bicycle shor ed use
river-w alk,including lighting,landscaping,and hardscape
elements such as benches and trash receptacles.Th e project
also included seaw all design,drainage,maintenance of tra ffic,
utility impact s,geotechnica l,lighting,permits,co st estim ates,
landscape ar chitect ure details,and all of the necessary
incidental item s fo r a complete pro ject.
KEY WEST BIGHT SEAWALL I CHEN MOORE AND ASSOCIATES I KEY WEST,
FL I PROJECT MANAGER AND ENGINEER-OF-RECORD I Project M anager
and Engineer-of-Record responsible for inspections and report
pre par ations.Project consisted of perform ing a Struct ura l
Condition Assessment of approximately 1,800 linear feet of the
existing seaw all in the Historic Seaport at Key W est Bight and
pro vide repair recom m endations.
MIAMI WOMAN'S CLUB SEAWALL AND BAYWALK (PROJECT NO.8-30731)
-MISCELLANEOUS CIVIL ENGINEERING SERVICES CONTRACT I CITY OF
MIAMI DEPARTMENT OF CAPITAL IMPROVEMENTS PROGRAM I MIAMI,FL I
PROJECT ENGINEER I Th ese services w ere provided under BC C's
Continuing Services Contra ct w ith the City of M iami.Th e pro ject
involved seaw all improvements and the co nstruct ion of a new
w alkw ay behind the M iami W oman's Club.Th e structura l w ork
included designing an elevated co ncrete w alkw ay connecting
the Doubletree Hotel and M ar garet Pace Por k,suppor ted by
bay floor piles.Services encom passed pro ject managem ent,
engineering analysis,and pion prepar ation fo r the seaw all
improvements and w alkw ay co nstruct ion,including seaw all
reconstruction,dra inage design,coordination w ith utilities,
pedestrian lighting,and installation of hor dsca pe elem ents.
SR 826/SR 836 NORTHLINE CANAL BULKHEAD WALLS -SECTION 5 DESIGN-
BUILD I CITY OF MIAMI BEACH I MIAMI-DADE COUNTY,FL I PROJECT
ENGINEER I Th is project includes the reconstruct ion of SR 826
from south of Flagler Street to north of N W 12th Street and SR
MIAMI BEACH
CHRISTIAN AQUINO,PE,SI,FRSE
PROJECT MANAGER,STRUCTURES ENGINEER
836 fro m east of N W 87th Avenue to w est of 57th Avenue.Th e
SR 826/SR 836 Interchange is a fo ur-level System -to-System
Interchange w ith direct connectors that pro vide for tra ffi c
movements in all direct ions betw een the tw o expressw ays.
Th e project also includes the reco nstruct ion of tw o service
interchanges,the reconstruct ion of NW 12th Street and the
realignm ent of the N orth Line Canal.Th e pro ject includes 47
new bridge structures (four Concrete Segm ental Flyovers,
seven Steel Plate G irder,and 36 FIB)as w ell as an extensive
am ount of permanent and temporar y w alls,and sign struct ures.
Responsibilities included the design of 2]Bridges (19-Florida-I
Beam (FIB)Bridges -Category l and 2-Steel Plate G irder
Bridges -Category 2),M SE walls up to 40 feet in height,
temporar y w alls,anchored bulkhead w alls fo r the realignment
of the N orth line Canal,and over 40 overhead sign structures.
Th e Florida-I Beam (FIB)bridges utilized all different types of
Florida-I Beam sizes and bridges co nsisting of single span and
multi-span bridges w ith span lengths var ying betw een 71 feet
to 170 feet.Several bridges or e co m plete replacem ents of the
existing bridges and required phased co nstruct ion.
MIAMI BEACH CITYWIDE BRIDGE ASSESSMENT I CITY OF MIAMI BEACH I
MIAMI BEACH,FL I PROJECT MANAGER G EORI B8C C w as contra ct ed
to develop an assessm ent report,repair forecasts,and budgets
fo r nineteen (19)bridges throughout the City that may require
repair.Th e bridges identified have sufficiency ra tings greater
than 70 and or e not required to undergo extensive rehabilitation
Th e assessm ent report developed w ill help facilitate the City in
prioritizing repairs and create a 10 -yeor ca pital plan to fund
the rehabilitation projects.
MIAMI BEACH LUMMUS PARK I CITY OF MIAMI BEACH I MIAMI BEACH,
FL I PROJECT MANAGER AND ENGINEER-OF-RECORD I BC C provided
struct ural design services to upgra de the w ellness circuit
in Lummus Por k.Th e equipment consists of a 20-foot steel
co ntainer.Since the site is in a historic district ,a subm ittal of
the proposed w ork w as subm itted to the Historical Preservation
Board as required.Upon appro val from the Historical
Preservation Board,BC C prepar ed,signed and sealed
calculations dem onstrating w hether the proposed equipment
required foundations/soil anchors to resist Category 5 w ind
loads.Struct ural plans and details fo r fo undations/soil anchors
a w ind calculation that illustra ted stability of the equipment w as
subm itted for building depor tment review and approval.
««soi ElIIEEII)SEE8 7)#I)III;MI)AV)IJELI
10±I+fry 3924-234-10
be
FIRM
BCC Engineering,LLC
YEARS OF EXPERIENCE
21
EDUCATION
BS in Civil Engineering,
2004,Florida State
University
REGISTRATIONS/
CERTIFICATIONS
Professional Engineer,
Florida No.71164,2010
Professional Engineer,
Alabama No.30849,
2009
Professional Engineer,
Georgia No.047786,
2021
Professional Engineer,
Texas No.142487,2021
Professional Engineer,
Puerto Rico No.28402,
2021
VICTOR H.HERRERA,PE
PRINCIPAL-IN-CHARGE
Mr.Herrera has 21 years of combined experience in construction management and civil engineering
design.He has experience in coastal design,land development,utility design,and program
management/owner's representative,for both public and privately held projects.In these roles,
Victor has been responsible for co ntract management,sub-consultant/contractor oversight,project
scheduling,regulatory compliance and permitting,and design-build management.
RELEVANT EXPERIENCE
FOEP SEAWALL ARMORING PROGRAM I FOEP I STATEWIDE,FL I PRINCIPAL-IN-CHARGE I BCC personnel served in
the capacity of Staff Augmentation with the Florida Department of Environmental Protection (FDEP)
Bureau of Beaches and Coastal Systems.In this capacity,staff was responsible regulatory review
of all applications that involved armoring (seawall,revetments,geotubes,and other rigid co astal
structures).Additional responsibilities consisted of:
•Coordinating with local,state,and federal environmental agencies,as well as project
professionals in processing permits.
•Reviewing and issuing permits for construction seaward of the Coastal Construction Control Line
(CCCL)
•Providing impact assessments for proposed activities and long-term effects on the beach/dune
system.
•Monitoring coastal co nstruction and related activities in five counties (Volusia,Flagler,St.Johns,
Duval,and Nassau)
•Providing site inspections for existing and proposed construction sites.
•Reviewing all armoring applications statewide,including seawalls,revetments,geotubes,and
all other rigid coastal structures.
•Providing emergency assistance to Walton County following Hurricane Dennis to provide
damage assessment as well as approach strategy for reconstruction.
•Coordinating with Florida Fish and W ildlife Conservation Commission,U S.Fish and W ildlife,
and the State of Florida on handling regulatory issues with the co nstruction of rigid structures in
the Panhandle.
NORTH BAY VILLAGE STORMWATER MASTER PLAN DEVELOPMENT I NORTH BAY VILLAGE,FL I NORTH BAY VILLAGE,
FL I PRINCIPAL-IN-CHARGE I The Village is a coastal municipality in Miami-Dade County,surrounded
by the Biscayne Bay Aquatic Preserve.It co mprises three man-made islands:North Bay Island,
Har bour Island,and Treasure Island,with a population of around 9,]00 residents.The Village faces
challenges such as rising sea levels,groundwater,and rainfall,as well as threats from hurricanes.
BCC is developing a comprehensive Stormwater Management Plan (SW MP)to protect infrastructure,
improve stormwater quality,and increase co mmunity resilience,including assessing the existing
system,analyzing future conditions,and developing a prioritized capital improvement plan and
funding alternatives.
CITY OF DORAL -VULNERABILITY ASSESSMENT I CITY OF DORAL I DORAL,FL I PRINCIPAL-IN-CHARGE I As part of this
Service Order,BCC Engineering,LLC (BCC)will support the City of Doral (City)in completing the
M IAM I BEACH D
sos ±I,II±lI)SRI)IVE;{)#ALIAIII9 IJI)III)SIIUII3
39±I+f f 2924-234-3JD)b>engineering
Vulnera bility A ssessm ent ([VA),per s.380.093,F.S.,w hich w ill
identify ar eas w ithin the City m ost susceptible to dam age from
an incre ase in sea-level and groundw ater rise.Th is Service
O rder w ill be an integra l par t of the Continuing Pro fessional
Engineering Services Agreement (RFQ N o.2019-05)betw een
the City and BC C
PARKS BONO PROGRAM MANAGEMENT SERVICES I CITY OF DORAL I DORAL,
FL I PRE-CONSTRUCTION DIRECTOR I BC C is part of the Progra m
M anagem ent Team fo r the City of Dora l Par ks Bond Progra m ,
funded by a $150 m illion G eneral O bligation Par ks Bond.
Th e bond supports pro jects including par k construction,green
spaces,sports fields,play ar eas,an aquatic facility,com m unity
center,cultura l am enities,and safety features acro ss various
par ks.M r.Herrera,as pre-construct ion director,oversees
RFQ ,RFP ,and negotiations w ith consultants/co ntra ctors.
He has finalized a $20 M CM @ Risk G M P fo r the first phase of
the Bond's signature pro ject and is managing the solicitation
for a $5M Pedestrian Bridge.BC C provides pre-construction
services,pro ject managem ent,and coordination fo r the 8
pro jects slated fo r construct ion.
DORAL CULTURAL ARTS CENTER I CITY OF DORAL I DORAL,FL I PRINCIPAL-
IN-CHARGE I Th e building w ill include a lar ge ar t gallery space,
a flexible m ulti-purpose room,m ultiple outdoor courtyar ds,a
ca tering ar ea,dedicated vehicular dro p-off ar ea and public
restro om s.Th e pro ject w ill enhance the existing par k site
amenities w ith addition of an accessible rooftop plaza,an
amphitheater,and public gar den spaces.Provided project
adm inistra tion services,including design and construct ion
meetings,genera l project coordination,documentation of all
aspect of the project,perform ed site inspections,maintained
m eeting notes,and monitored pro ject progress.
CITY OF MIAMI -DESIGN CRITERIA PACKAGE FOR REPAIR AND
RECONSTRUCTION OF CITYWIDE ROADS I CITY OF MIAMI I MIAMI,FL I
PRINCIPAL-IN-CHARGE I Th is City of M iami project includes,but
is not limited to,developing a Design Criteria Package that
addresses drainage im pro vem ents,storm w ater modeling,
reconstruct ion,milling and resurfacing,sidew alks,Americans
with Disabilities Act (A DA)com pliant ra mps,curbs and/or
gutters,pavement mar kings and striping,roadw ay signage,
utility coordination,and lim ited landsca ping services.Th e scope
of services also includes surveying,geotechnical investigations
and testing,and related services necessar y fo r the prepara tion
of the Design Criteria Package fo r a var iety of different streets
and intersect ions located throughout the City of M iami that are
currently in very poor conditions and require reconstruct ion
M IA M I BEACH
VICTOR H.HERRERA,PE
PRIN CI PA L-IN -C H A R G E
and/or repairs.As principal,Vict or is responsible for the
overall execution of the project.
VILLAGE OF KEV BISCAYNE -CONTINUING ARCHITECTURAL 6 ENGINEERING
SERVICES I VILLAGE OF KEV BISCAYNE I KEV BISCAYNE,FL I PRINCIPAL-IN-
CHARGE I BC C w as involved in coordinating w ith the Village of
Key Biscayne,M iam i-Dade County,M iam i-Dade Tra nsit,and
other relevant entities to gather available existing data to be
evaluated as par t of the design of the impro vem ents including
(As-Built Plans,Right-of-w ay M aps,Dra inage m aps,etc.).
BC C w as involved in Roadw ay Design,Drainage Evaluation,
Signing &M ar king,Signalization,Lighting and conducted
field review s to visually assess existing conditions,confirm
m easurem ents and constraints to account fo r in the design of
the im provements.
CRANDON BLVD IMPROVEMENTS TWO 1 I VILLAGE OF KEV BISCAYNE I
VILLAGE OF KEV BISCAYNE I PRINCIPAL-IN-CHARGE I Crandon
Boulevar d is a fo ur-lane divided roadw ay w ith 30 mph posted
speed lim it.Th e co rridor is severely congested at severa l
intersect ions along the corridor.W hile the list of recomm ended
improvements is substantial,the Village of Key Bisca yne
desires to address improvem ents in phases such as design of
an exclusive right turn lane and extension of left-turn lane at a
couple of intersect ions along Cra ndon Boulevar d.Along w ith
that,engineering evaluation and analysis w as perform ed to
review access restriction at a roundabout and an unsignalized
intersect ion,review new entra nce to the condominium com plex,
evaluation of cro ssw alk rem oval and co rridor level speed limit
reduction
PALMETTO ISLAND ROADWAY G DRAINAGE IMPROVEMENTS ALONG
SW 70TH AVE BETWEEN SW 128TH STREET TO SW 133RD STREET I
VILLAGE OF PINECREST I PINECREST,FLI PRINCIPAL-IN-CHARGE I C C
Engineering is handling pro fessional engineering services fo r
ro adw ay and dra inage im pro vem ents along SW 70th Ave.
betw een SW 128th St.to SW 133rd St.Th eir w ork includes
design,permitting,and post-design services,w ith a focus on
incor pora ting sea-level and gro undw ater pro jections from the
2015 Stor m w ater M aster Plan.Th is plan utilized project ions
from the 2015 Southeast Flor ida Clim ate Compact and the
2014 Hydro logic Conditions in urban M iam i-Dade County to
predict gro undw ater levels.Th e project also involves refining
the conceptual design to impro ve storm w ater runoff collection,
avoid utility conflicts,determ ine exfiltra tion trench lengths,and
evaluate backtlow preventers for the C-l 00 Canal stages.
«noons ±I)INIERII,$:II8 +JBS±III8 MIU LI'JIIV IE1II3
30±1+troy 392+-234-34)
beengineerg
FIRM
BCC Engineering,LLC
YEARS OF EXPERIENCE
24
EDUCATION
BS in Civil Engineering,
2000,Florida
International University
REGISTRATIONS/
CERTIFICATIONS
Professional Engineer,
Florida No.63111,2005
Professional Engineer,
Georgia No.043845,
2018
Professional Engineer,
South Carolina No.
36833,2019
Professional Engineer,
Texas No.134921,2019
DANIEL RAVMAT,PE
QUALITY ASSURANCE MANAGER
Mr.Raymat has 24 years of experience as a Structural Engineer.During which time,he has
specialized in final design,plans production and load ratings for FDOT structure projects.He has
been involved in preliminary designs during PD&E studies,preparation of Bridge Development
Reports,final design and preparation of specifications,bidding,and construction phase services.
His bridge design experience encompasses both minor and major bridge structures,including short
span flat slab bridges,AASHTO girder and Florida-I Beam (FIB)bridges,Florida U-Beam bridges,
and continuous steel plate I-girder and steel plate box girder bridges.He has served as Engineer-
of-Record on over 60 bridges and has served as the Lead Structures Engineer on over $1.4 billion
of major design-build projects.His design experience also includes design of retaining walls,sign
structures,signal structures and box culverts.
RELEVANT EXPERIENCE
1-275 HOWARD FRANKLAND BRIDGE I FOOT DISTRICT 71 TAMPA,FL I LEAD STRUCTURES ENGINEER I The primary
goal of this project is to design and construct the replacement for the existing NB 1-275 (SR 93)
Howard Frankland Bridge over Old Tampa Bay in Pinellas and Hillsborough Counties and remove
the existing Northbound 1960's exiting bridge The Project undertakes major additions and changes
to the existing roadway system by adding express lanes,improving existing roadways,enhancing
safety,adding capacity and mobility,and accommodating future light rail.The new bridge will be
over 15,000 f long,with 143-ft spans matching the pier locations of the 1990s bridge,enhancing
boater safety and aesthetics of the bridge structures.As an added value,our design reconfigures the
scenic overlooks making them 4.5 times larger than the RFP Concept providing significantly enlarged
shaded seating area and refuge for maintenance vehicles,as well as an uniform look for all the piers
across the bridge,this not only enhances the aesthetics,but also improves the safety of the boaters
navigating.
MIAMI RIVER GREENWAYS I MIAMI-DADE COUNTY DEPARTMENT OF TRANSPORTATION AND PUBLIC WORKS IDTPWI I
MIAMI-DADE COUNTY,FL I STRUCTURES ENGINEER I Scope of services included planning,public involvement,
design,and post-design services in the preparation of complete construction plans for six separately
County-owned parcels which will provide continuity to the Miami River Greenway Network.The
project included the construction of a 23'-0"wide pedestrian/bicycle shared use river-walk,including
lighting,landscaping,and hardscape elements such as benches and trash receptacles.The project
also included seawall design,drainage,maintenance of traffic,utility impacts,geotechnical,lighting,
permits,cost estimates,landscape architecture details,and all of the necessary incidental items for a
complete project.
SR A 1A SOUTH ROOSEVELT BOULEVARD I FOOT DISTRICT 61 MONROE COUNTY,FL I STRUCTURES ENGINEER I Design
Engineer for approximately l 000 feet of new seawall along SR Al A (South Roosevelt Boulevard)
in Key West,Florida.The preferred alternative based on constructability issues and mitigation of
environmental impacts was a cantilevered steel sheet pile wall.Wall Heights exceeded fifteen feet in
height,and the wall was designed for wave impact forces and scour associated with different storm
events.The project also included the removal and reconstruction of a concrete parapet along an
existing bridge as well as the extension of an existing box culvert.
MIAMI BEACH o
««sos ±I0IEEE1III)SE±II,E3 YU)SILLS AIIJ LIU 3LIE;
39!IC!fI)2024-234-3)9
beengneg
NW 87TH AVENUE OVER MIAMI CANAL I FOOT DISTRICT 61 MIAMI-DADE
COUNTY,FL I ENGINEER-OF-RECORD I Engineer-of-Record for the
design of a new continuous three span flat slab bridge over
the Miami Canal.Overall bridge length is 145'-0"with spans
of 44-7",55'-9"and 44'-7".The bridge is 13O-6"
wide with a skew of 49°12'15"measured from the baseline.
Th e bridge design included curved returns for heavy truck
movem ents betw een O keechobee Road and South River
Drive.Th e bulkhead w all consists of an anchored steel sheet
pile w all designed to pro vide SFW M D m aintenance access to
the canal.
M-PATH KENDALL BULKHEAD WALLS ALONG SNAPPER CREEK CANAL I
CLIENT I MIAMI-DADE COUNTY,FL I ENGINEER-OF-RECORD I Engineer-
of-Reco rd for the design of tw o bulkhead w alls along the
Snapper Creek Canal.Th e Snapper Creek Canal runs between
a 14 -story apar tm ent building and a M etrorail parking garage
building.The approximate lengths of the bulkheads are 482
feet and 3 80 feet and shall provide for a pedestrian walkway
along both sides of the canal fo r the residents.Th e bulkheads
consist of cantilevered sheet pile w alls w ith a cast in place ca p.
Th e cast in place cap w as designed to overhang the sheet pile
w alls 2 feet to 6 feet.
SR 826 (PALMETTO EXPRESSWAY)IMPROVEMENTS PROGRAM,SECTION
5 -DESIGN-BUILD I FOOT DISTRICT 61 MIAMI-DADE COUNTY,FL I LEAD
STRUCTURAL ENGINEER AND ENGINEER-OF-RECORD I Th is pro ject
includes the reco nstruction of SR 826 from south of Flagler
Street to north of N W 12th Street and SR 836 from east of
N W 87th Avenue to w est of 57th Avenue.Th e SR 826/SR
836 Interchange is a four-level System-to-System Interchange
w ith direct connect ors that provide fo r traffic movem ents in
all directions betw een the tw o expressw ays.Th e pro ject also
includes the reconstruct ion of tw o service interchanges,the
re construct ion of N W 12th Street and the realignm ent of the
N orth Line Canal.Th e pro ject includes 47 new bridge structures
(four Concrete Segmental Flyovers,seven Steel Plate G irder,
and 36 FIB)as w ell as an extensive amount of permanent and
tem porar y walls,and sign structures.Responsibilities included
the design of 21 Bridges (19-Florida-I Beam (FIB)Bridges -
Category l and 2-Steel Plate Girder Bridges -Category 2),
MSE walls up to 40 feet in height,temporary walls,anchored
bulkhead walls for the realignment of the Northline Canal,and
over 40 overhead sign structures.The Florida-I Beam (FIB)
bridges utilized all different types of Florida-I Beam sizes and
bridges consisting of single span and multi-span bridges with
span lengths varying between 71 feet to 170 feet.
MIAMI BEACH
DANIEL RAYMAT,PE
QUALITY ASSURANCE MANAGER
FIU PEDESTRIAN BRIDGE 0VER SR90/SW 8TH STREET 6 C-4 CANAL WEST OF
SW 109TH AVENUE I FOOT DISTRICT 6 I SWEETWATER,FL I STRUCTURES
ENGINEER-OF-RECORD I After the collapse of the pedestrian bridge
in 2018,FDOT and FIU have entrusted BCC Engineering to
perform the redesign of this well needed,high-profile urban
infrastructure project that will provide a safe connection between
FIU Campus and City of Sweetwater with a "Signature"
Pedestrian Bridge over SW 8th Street and Tamiami Canal.The
290 ft long "Signature"bridge consists of a two-span (191-
99')continuous steel girder cable stayed structure supported
by single column piers at the ends and 148-ft tall dual pylons
connected by an integral post-tensioned concrete cross beam
as the intermediate support.The dual pylons with cables were
added as a redundant measure to provide additional load
carrying capacity and to enhance the aesthetics of the bridge.
SR 826/1-75 EXPRESS LANES PROJECT -DESIGN-BUILD I FOOT DISTRICT
61 MIAMI-DADE COUNTY,FL I LEAD STRUCTURAL ENGINEER AND ENGINEER·
OF-RECORD I Project includes the addition of approximately l3
miles of Express Lanes to be constructed -l O miles along the
SR 826 (Palmetto Expressway)and three miles on 1-75 (SR 93)
The improvements consist of widening both SR 826 and 1-75,
reconstruction on SR 826,new construction in the median of
1-75,and an elevated connection from the Express Lanes on
SR 826 to the Express Lanes on 1-75.Structural improvements
include 14 bridge widenings (American Association of State
Highway and Transportation Officials (AASHTO)Beams
and steel girders),four new bridges,retaining walls,88
sign structures,and noise barrier walls.The Express Lanes
connection between SR 826 and 1-75 consists of a four-span
co ntinuous steel box girder bridge w ith m ultiple steel integral
pier ca ps (four spans at 177'-0",271'-9",214'-6"and 182-
0").Th e rem aining three new bridges co nsist of FIBs,two of
w hich are tw o spans w ith piers founded on spread fo otings.
SR 836/1-395 FROM WEST OF 1-95 TO MACARTHUR CAUSEWAY BRIDGE I
CLIENT I MIAMI-DADE COUNTY,FL I STRUCTURES ENGINEER I BCC is
supporting FDO T in the concept development,pro curement,
and design phases of the project ,including prepar ing the
prelim inar y geom etric design for the entire 1-395 corridor
reconstruct ion.The project aim s to im prove mainline operations,
reduce congestion on surface streets,and enhance access to
the Perform ing A rts Center and dow ntow n M iam i.BC C is also
review ing roadw ay,traffic contro l,signing,pavem ent mar king,
and signalization plans subm itted by the Designers on behalf
of the Department.
osso6os EI0IEEE0 -II3 1/)$2AIL'JA IL5 I)LIIV JI1JI}
30!I f04 2924-234-3)0
be
FIRM
BCC Engineering,LLC
YEARS OF EXPERIENCE
49
EDUCATION
BS in Civil Engineering,
1975,Louisiana State
University
REGISTRATIONS/
CERTIFICATIONS
Professional Engineer,
Florida No.43707,
1990
Professional Engineer,
Georgia No.047212,
2021
Professional Engineer,
Louisiana No.18313,
1979
Professional Engineer,
Texas No.141027,2021
Professional Engineer,
Structural Engineer
Georgia No.001192,
2021
WILLIAM "BILL"JUNKIN,PE
QUALITY CONTROL STRUCTURES
After completing his undergraduate engineering studies at Louisiana State University in 1975,Mr
Junkin began his career at International Paper Company,working on a major industrial wastewater
treatment facility.He later joined the Louisiana Department of Transportation and Development as a
bridge design engineer,where he was involved in designing many major fixed and movable bridges.
In 1981,he moved to the private sector,continuing to work on bridge design and management of
transportation projects in Louisiana and Florida.Mr.Junkin joined GLF Construction in 2009,where he
managed engineering activities for permanent and temporary works,including the design of bridges
and marine projects.Throughout his career,Mr.Junkin has been extensively involved in designing
various types of bridge superstructures and substructures,as well as conducting related bridge and
tra nsportation activities such as vessel collision studies,scour studies,and bridge inspections
RELEVANT EXPERIENCE
TERMINAL ISLAND SEAWALL I KEARNS CONSTRUCTION COMPANY I MIAMI-DADE,FL I STRUCTURAL QA/QC I This
project consisted of 1300 linear feet of new seawall at Terminal Island.BCC provided the design of
the seaw all and plan pro duct ions suitable fo r the building depar tment.
F-275 HOWARD FRANKLAND BRIDGE I FOOT DISTRICT 71 TAMPA,FL I SENIOR STRUCTURAL 6 BRIDGE ENGINEER;MARINE
BULKHEAD DESIGN &PEDESTRIAN BRIDGE DESIGN,BRIDGE FOUNDATION DESIGN I At the tim e of aw ar d,this pro ject
w as the largest District 7 design-build pro ject ever let fo r construction and the lar gest bridge ever
construct ed in the state of Florida.Th e primar y goal of this pro ject is to design and construct the
replacem ent for the existing N B 1-275 (SR 93)How ar d Fra nkland Bridge over O ld Ta mpa Bay in Pinellas
and Hillsboro ugh Counties and remove the existing N orthbound 1960's exiting bridge.Th e Project
undertakes m ajor additions and changes to the existing roadw ay system by adding express lanes,
im pro ving existing roadw ays,enhancing safety,adding ca pacity and m obility,and accommodating
future light ra il.Th e new bridge w ill be over 15,000 ft long,w ith 143-ft spans matching the pier
locations of the 1990's bridge,enhancing boater safety and aesthetics of the bridge structures.As an
added value,our design reconfigures the scenic overlooks making them 4.5 times lar ger than the RFP
Concept pro viding significantly enlarged shaded seating area and refuge fo r m aintenance vehicles,
as well as an unifo rm look fo r all the piers acr oss the bridge,this not only enhances the aesthetics,but
also im pro ves the safety of the boaters navigating.
CITY-WIOE BRIDGE REHABILITATION SERVICES TASK WORK ORDER NO.1-8RIDGE NO.175760 AZINGER WAY OVER MAIN
CANAL B LOAD RATING EVALUATION,21-72AO I CITY OF SARASOTA I SARASOTA.FL I SENIOR STRUCTURAL ENGINEER;
QC REVIEWER I This Task Work Order involved the bridge serving as sole access to the Bobby Jones
G olf Club.Th e bridge is a 70-foot long,2-span,concrete slab unit bridge constructed in 1976.It is
supported by pile abutm ents and an intermediate pile bent located in the center of the canal.The
bridge has a Sufficiency Rating 6f 50.9,a Health Index of 98.64,and is Functionally Obsolete.The
bridge supports tw o lanes of tra ffic,a sidew alk,and severa l utilities.Th e bridge w as posted for 28
To ns,and the golf co urse w as undergoing a m ajor impro vement project that w ould subject the bridge
to increased truck traffic for a period of severa l months.As a result,the City requested that BCC
evaluate the existing load rating,and take posting avoidance m easures if possible.BC C evaluated
the existing load rating and perfo rmed an updated load rating w ith current criteria fo r the bridge
M IA M I BEA C H
ossos ENIIIEEERIII)8II3 HD)#%I)III8 I)1III)#LIE;
J9!IHAr0»4 2024 234-3)D)
CITY-WIDE BRIDGE REHABILITATION SERVICES TASK WORK ORDER NO.4 -
SERENA ST.PEDESTRIAN BRIDGE AND SIDEWALK IMPROVEMENTS,21-72AO
I CITY OF SARASOTA I SARASOTA,FL I SENIOR STRUCTURAL ENGINEER I
This project consists of the design of a new pedestrian bridge
extending from Serena Street right-of-way to the shopping
plaza west of Beneva Road.The bridge needs to cross over
a County-ow ned dra inage canal.Sidewalk improvements
necessary to connect the street to the pedestrian bridge ar e
also included.Additional optional services fo r sidew alk
extensions along Serena Street,Bailey Road and along the
eastern bank of the drainage canal west of the shopping
plaza west of Beneva Road will also be considered.Sidewalk
work includes tie-in connections at the new pedestrian bridge
over County Canal,including all necessary hardware to meet
ADA requirements.The sidewalk analysis shall include back-
of-sidewalk profiles,and a matrix of impacts with breakdown
of cost and supporting documentation.The scope of work
includes roadway engineering,drainage and permitting,a
lighting design analysis report,aerial photography,analysis of
the existing hydraulic models,and other services as specified
by the City.
STATEWIDE STRUCTURES REVIEW I FOOT CENTRAL OFFICES I STATEWIDE,
FL I SENIOR STRUCTURAL ENGINEER;PLANS REVIEW I BCC will be
providing Consultant engineering services for the design and
review of structures statewide including expertise in the design
and review of signature bridges,rail bridges,segmental
concrete bridges,arch bridges,steel box or steel I-girder
superstructures,alternative bridge superstructures,bridges
substructures including the effects from ship impact and scour,
cable systems,projects using innovative products or materials,
and bridges with unique geotechnical conditions.Other
capabilities necessary may include cost saving engineering
evaluations,construction cost estimating of complex structures
based on bridge production rates,innovative material uses,
specialized erection equipment,geotechnical foundation
evaluations,special designs requiring expertise in finite element
analysis,mechanical and electrical designs for bascule bridges,
specification development,standards development,and other
activities as assigned by the Department.
LAKE ORANGE EXPRESSWAY SEGMENT 2 I CENTRAL FLORIDA EXPRESSWAY
AUTHORITY I LAKE COUNTY,FL I SENIOR STRUCTURAL ENGINEER;BULKHEAD
WALL REVIEW I This project includes approximately 2 miles of
new tolled limited access facility design,along with a new
interchange at Lake CR 455,and the design of a portion of
CR 455,a new arterial roadway.The project includes multiple
bridges for the interchange and for an overpass at Cook Road.
MIAMI BEACH
WILLIAM E.JUNKIN,PE,SE
QUALITY CONTROL STRUCTURES
Design elements include roadway,drainage,structures,tolling,
intelligent transportation systems design and signing and
pavement mar kings.The project will be designed to conform
w ith CFX's Sustainable Design initiative.Coordination with
m ajor landow ners and Lake County w ill be re quired to ensure
the design is com patible w ith this rapidly developing cor ridor.
Th e 2 bridges over Cook Rd consist of single span FIB-36"
superstructures supported on 18"PS co ncre te pile bents w ith
M SE w alls.Th e 2 bridges over CR 455 consist of single span
FIB-78"superstruct ures supported on 24"PS concrete pile
bents with M SE walls.
PROFESSIONAL SERVICES FOR BRIDGE STRUCTURAL ENGINEERING
PROJECTS -E2O -DTP-02 I MIAMI-DADE COUNTY DEPARTMENT OF
TRANSPORTATION AND PUBLIC WORKS I MIAMI-DADE COUNTY,FL I SENIOR
STRUCTURAL ENGINEER I Continuing Services Contra ct involving
miscellaneous Ta sk W ork O rder (TW O )assignm ents including
inspect ions and evaluations,scoping reports,bridge repairs,
struct ura l steel painting,cathodic pro tect ion system s,and bridge
replacements Projects also included maintenance of tra ffic,
public involvement (meetings,outreach),signing,pavem ent
mar kings,phased construction,enviro nm ental perm itting,
Specifica tions,and Technical Special Provisions.Post design
services included review of shop draw ings,Requests far
Info rm ation (RFl's),material certification,and on-call support
to the contra ct or during construct ion.
DISTRICTWIDE STRUCTURES DESIGN CONSULTANT I FOOT DISTRICT 1 I LEE,
CHARLOTTE,OKEECHOBEE,SARASOTA,MANATEE COUNTIES,FL I SENIOR
STRUCTURAL ENGINEER:PLANS REVIEW,BRIDGE DEVELOPMENT AND DESIGN,
BRIDGE LOAD RATINGS I Project M anager and Engineer-of-Record
for 315 miscellaneous Ta sk W ork O rder assignments including
plans review s,Resurfa cing,Restora tion,and Rehabilitation
(3R)evaluations,miscellaneous struct ure design,and struct ura l
design support of District staff.
CURTISS PARKWAY OVER MIAMI (C-6)CANAL REPAIR/REHABILITATION
AND PAINTING BRIDGE NO.874130 I MIAMI-DADE COUNTY DEPARTMENT
OF TRANSPORTATION AND PUBLIC WORKS I MIAMI-DADE COUNTY,FL I
ENGINEER OF RECORD I The project involved repairing a historic
10 5-fo ot long,2-span steel W ar ren pony truss bridge built in
1924,originally a m ovable bob-tail sw ing span bridge later
locked dow n perm anently.Deficiencies included coating
system fa ilure,structural steel corro sion,concrete dam age,
and settlem ent of the w est approach slab.Repairs included
repainting,structura l steel repairs,concrete repairs,and
pressure grouting of voids under the north approach slab,w ith
an updated load rating.
«roar ±0IIEEE.III JIVE3 H0I12AI3 III)LJIU S1I0ELIE3
39!I+ff10y 924234-)
bc
engineerin g
FIRM
BCC Engineering,LLC
YEARS OF EXPERIENCE
26
EDUCATION
BS Architectural
Engineering 1996,
University of Miami
REGISTRATIONS/
CERTIFICATIONS
Professional Engineer,
Florida No.58611,
2002
Professional Engineer,
Georgia No.043811,
2018
Professional Engineer,
South Carolina No.
36851,2019
Professional Engineer,
Texas No.134473,2019
BOB FORAND,PE,FRSE
STRUCTURES ENGINEER
Mr.Forand has worked in the design and management of structural projects for over 26 years.
Projects that Mr.Forand has designed or managed include retaining walls,bulkhead walls,overhead
sign structures,mast arm signals,and noise barrier walls,bridge projects to include cast-in-place,
precast slab unit,AASHTO beam,and Florida-I Beam (FIB)bridges,as well as repairs,widenings,
rehabilitation,and load ratings.Mr.Forand has also designed or managed condensed schedule
projects to include Design-Bid,Design-Build,Task Work Order contracts,and on-call post design
contractor support services.Mr.Forand works closely with the project team during all project phases
to ensure compliance with design criteria as set forth per client needs and industry standards.
RELEVANT EXPERIENCE
SEAWALL MASTER PLAN (RESILIENCY STUDY)I CITY OF FORT LAUOEROALE I FORT LAUOEROALE,FL I PROJECT MANAGER
AND ENGINEER-OF-RECORO I The City owns approximately 4.3 miles of seawall structures and 2.0
miles of natural banks.This task work order required the assessment of the comprehensive needs
of these structures and banks,and development of o Seawall Master Plan.The Plan consisted of
individual assessment reports for each component,as well as a report summarizing the findings and
recommendations to included feasible solutions,impacts,and cost estimates.Seawall assessments
included inspection of existing structures (above and below water),and recommendations for the
seawall infrastructure in need of rehabilitation or replacement.The Plan also addressed potential
structural modifications and bank needs to address the challenges associated with Sea Level Rise
(SLR)BCC completed the assignment on an aggressive four-month schedule in order to have the
report finalized so projects could be budgeted for the Fiscal Year.
SR 953 ILEJEUNE ROAOJ IMPROVEMENTS I FOOT DISTRICT 6 I MIAMI-DAOE COUNTY,FL I DESIGN ENGINEER I Designed
and Load Rated two twin continuous four-span cast-in-place deck bridges supported on pile bents
to replace an existing bridge structure.The bridges were at a 45 degree skew and required tieback
retained steel sheet pile bents utilizing prestressed pile anchors.Designed tw o tieback steel sheet pile
bulkhead w alls w ith decorative planter caps.Th e pro ject also included phase construction fo r the
rem oval of the existing bridge struct ure.Designed per the AASHTO Standar d Specifica tions and the
FD O T Struct ura l Design G uidelines.
PINELLAS COUNTY REST AREA DESIGN-BUILO PHASE II SEAWALL REPAIR I FOOT D 11 PINELLAS COUNTY,FL I FOOT
OWNERS REPRESENTATIVE PROJECT MANAGER I Th is Design-Build pro ject involved reconstruction of the 1-275
Sunshine Skyw ay Rest A rea buildings and sites in M anatee and Pinellas Counties.Improvem ents
to the Rest A rea fa cilities including Rest A rea building,fixtures,and equipm ent,autom obile and
truck par king ar eas ,interior circulation roadw ays,site am enities,sidew alks,utility connect ions and
construction of storm w ater managem ent system s.Th e project also included repair the existing seaw all
and adding erosion protection along the seaw all on the M anatee County end of the Skyw ay Th e
Depar tment promoted the use of innovative design co ncepts,com ponents,details,and co nstruction
techniques fo r this project per Chapter 26 of the FDO T Plans Prepar ation M anual.As a result,the
project included preca st co nstruct ion of the Rest Area buildings and the use of G lass Fiber Reinforcing
Bar s for the seaw all ca p replacement.BC C served as O w ner's Representative for this assignment,
pro viding Plans Review services during the design phase,and Cost Savings Initiative (C S!)review and
recommendations during the design and construct ion phase.
M IA M I BEACH o
v«soc+EVIE7III0 IBJ 1/)$III;AI)I)III)AI3
59!1+r3no»324 334-3)9
bcenginesg
SR 25 (US 27 /OKEECHOBEE ROAD!STRUCTURAL IMPROVEMENTS I FOOT
DISTRICT 61 MIAMI-DADE COUNTY,FL I STRUCTURAL DESIGNER FOR
THE BULKHEAD WALL,SIGNING,AND SIGNAL STRUCTURES AND THEIR
FOUNDATIONS ]Project included over two miles of cantilevered
steel sheet pile bulkhead wall adjacent to a busy roadway in
an area traversed with multiple overhead and buried utilities
and drainage structures,and the replacement of the existing 4th
Avenue bascule bridge over the Miami Canal with a fixed-span
AASHTO beam structure.The project also required the design
of three FDOT Standard mast arms and one FDOT Standard
overhead sign structure,the foundations of which were made
integral with the bulkhead wall by means of a pile ca p and
continuous sheeting.The bulkhead wall also incorporated a
decorative planter cap and a traffic railing barrier at the edge
ot pavement.
NW 12TH STREET BULKHEAD WALL I MIAMI-DADE COUNTY DEPARTMENT
OF TRANSPORTATION AND PUBLIC WORKS (DTPW)I MIAMI-DADE COUNTY,
FL I DESIGNER OF RECORD I 35-foot high tie-back steel sheet pile
bulkhead wall utilizing prestressed concrete pile anchors.
Anchor detailing involved preforming and grouting of pile
holes required to penetrate buried construction debris indicated
by the project borings.The project also involved Post Design
services during construction to include rapid-response review
of a Contractor-proposed redesign of the anchor system to
incorporate steel sheeting in lieu of the prestressed concrete
piling.Design was in accordance with the AASHTO Standard
Specifications and the FDOT Structural Design Guidelines.
ST.JOHNS SHIPBUILDING SHIPYARD BULKHEAD WALL IMPROVEMENTS I G&G
SHIPPING,LLC I PUTNAM COUNTY,FL I ENGINEER-OF-RECORD I 2,600
feet of anchored steel sheet pile bulkhead wall.The project
required special design considerations in order to enable
new construction directly adjacent to high-load launch rails
while maintaining the operation of those rails as part of a fully
functioning in-service shipyard.Post design services included
rapid-response support to the contractor during co nstruction
and close coordination with Putnam County to keep construction
on-track.
DISTRICT WIDE STRUCTURES REPAIR/REHAB PLANS PREPARATION I FOOT
DISTRICT 61 MIAMI-DADE AND MONROE COUNTIES,FL I PROJECT MANAGER
I Continuing Services Contract involving miscellaneous Ta sk
W ork Order (TW O)assignments to date including inspections
and evaluations,scoping reports,bridge repairs (bridge deck
cracking,spall repairs,slope stabilization...),structural steel
painting,cathodic protection systems,safety and geometry
improvements,bridge approach improvements,wingwall
MIAMI BEACH
BOB FORAND,PE,FRSES
STRUCTURES ENGINEER
repairs and reconstruction,and scour countermeasures.Projects
also included maintenance of traffic,public involvement
(meetings,outreach),signing,pavement markings,phased
construction,and Technical Special Provisions.Post design
services included review of shop drawings,Requests for
Information (RFl's),material certification,and on-call support
to the contractor during construction..
BRIDGE ENGINEERING DESIGN -CONTINUING SERVICE I FOOT DISTRICT
1 I LEE,CHARLOTTE,OKEECHOBEE,SARASOTA,MANATEE COUNTIES,FL
I PROJECT MANAGER I Th is is a Continuing Services Task Work
Order contract to support the District Structures Maintenance
Office in administering the Maintenance program for Category
I and II bridges and ancillary structures.Th e 5-year contract
includes technical support services like structural,electrical,
and mechanical engineering design,maintenance of traffic,
drainage,and geotechnical services for minor and major
repairs.Ta sks range from routine inspections to emergency
response,with services including repair plans,specifications,
cost estimates,permitting,post-design support,field reviews,
shop drawings,and As-Built Plans preparation.Services also
cover coatings evaluation and design for concrete and steel
structures,and special investigations like post-tension,wave
vulnerability,corrosion,structure deficiencies,and co st-benefit
analysis.
STRUCTURES DESIGN CONSULTANT I FOOT DISTRICT 1 I LEE,CHARLOTTE,
OKEECHOBEE,SARASOTA,MANATEE COUNTIES,FL I PROJECT MANAGER I
This is a Continuing services Task W ork Order (TW O)based
co ntract involving miscellaneous TW O assignments including
plans reviews,Resurfacing,Restoration,and Rehabilitation
(3R)evaluations,miscellaneous structure design,and structural
design support of District staff.The general objective of this
contract is for the consultant to support the District Structures
Office in the administration of the Structures program.This is
a 5-year continuing services contract involving consultant
services required for structural engineering tasks necessary for
production of co mplete construction plans.The Consultant is
required to provide any various engineering tasks in support
of the District Structures Program.BCC is serving as Prime
Consultant providing contract management and structures
design services as well as support services such as Roadway,
S&PM,and TT CP.Th is is the second consecutive 5-year cycle
that BCC has been entrusted by FDOT to deliver this important
contract.
@
«rs»sos ENI.IIEEE0IVII3 11JI)III8 I)LJ)IJIL;
39!I€If»f04 3924-234-34)
be
engineering
FIRM
BCC Engineering,LLC
YEARS OF EXPERIENCE
16
EDUCATION
MS Civil Engineering
2008,University of
Florida
BS Civil Engineering
2006,University of
Florido
REGISTRATIONS/
CERTIFICATIONS
Professional Engineer,
Florida No.73518,2011
Professional Engineer,
Georgia No.045374,
2019
Professional Engineer,
Texas No.136811,2020
GUS LLANOS,PE
STRUCTURES ENGINEER
Mr.Llanos,with 16 years of experience as a Structural Engineer,has held management positions and
specialized in final design and plans production for FDOT bridge projects.His expertise encompasses
var ious bridge designs,including short span flat slab bridges,AASHTO girder and Florida-I beam
bridges,post-tensioned structures,and continuous steel plate girder bridges.Additionally,he has
significant experience in the design of retaining w alls and m iscellaneous support struct ures.
RELEVANT EXPERIENCE
TERMINAL ISLAND SEAWALL DESIGN I CITY OF MIAMI BEACH I MIAMI BEACH,FL I PROJECT MANAGER I The project
consists of providing approximately 1,300 linear fe et of new seaw all at Terminal Island.The project
was completed in two phases.Phase l included the preliminary plans for pricing.Phase 2 consisted
of the prepara tion of permit plans and final design.Th e approxim ately 50-ft of retained wall height
required a king pile system w ith an anchored dead man system .Layout of the anchors and deadman
required significant coordination w ith the building designer to pro vide envelopes or ar eas for the
future building foundations to be co nstructed.Intera ct ion of the future building fo undations also
required coordination to ensure the w all anchora ge and the building fo undations did not negatively
im pact one another.
FLEET MANAGEMENT SEAWALL ASSESSMENT G REPAIR I CITY OF MIAMI BEACH I MIAMI BEACH,FL I PROJECT MANAGER
&ENGINEER-OF-RECORD I Th e Fleet M anagem ent Facility is located on Terminal Island.Th e rear of the
building is adjacent to G overn ment Cut and has an existing steel sheet pile seaw all of approximately
200'.Th e existing seaw all w as designed w ith tie backs that extended into the existing building.Th e
existing concrete w alkw ay betw een the building and seaw all had significant settlem ent and had a
segment that collapsed.BC C Engineering w as requested to assess the existing co nditions and upon our
assessm ent from land and w ater,it w as determined that the soil beneath the w alkw ay had com pletely
w ashed aw ay.Th e existing steel sheet pile had completely w eathered aw ay along the w aterline for
the entire length of the seaw all w hich allow ed fo r w ashout of the soil.Dam age to the existing building
w all w as also encountered.Based on our field assessment and report,it w as recom m ended a new
seaw all be im mediately constructed.BC C pro vided structura l design,co nstruction administration,
and CE!services fo r a new king pile seaw all.Th e seaw all w as installed imm ediately in front of the
exist seaw all and had a maxim um pile depth of 63'.Th e seaw all w as constructed w ith additional,
sacrificial steel thickness,and additional coatings fo r increased service life.
CITY-WIDE BRIDGE REHABILITATION 6 SEAWALL HAZARD MITIGATION I CITY OF SARASOTA I SARASOTA,FL I PROJECT
MANAGER AND ENGINEER-OF-RECORD I Th e City required the ability to engage structura l engineering
services on an as-needed basis throughout the life of the contra ct .Services could ra nge from genera l
consultation,to specific assignments required to support projects such as safety pro jects and Complete
Streets,to services such as sco ping,cost estim ates,updating load ra tings,and genera l support of the
City's Planning Depor tment.A s a result,this TW O invol ved establishing a contra ct to enable the City
to engage structural engineering and inspect ion services on an as-needed basis.Th is TW O w as used
for the fo llow ing:
Partial Seaw all Replacem ent -Prepar e the design and plans for the partial replacem ent of an
existing seaw all located im m ediately w est of Bridge N o.175550.
M IA M I BEACH
«rs«oar :IUIIIEEI»I SER)JI3 1JES)III3 JIU LJIU JULI
30±1Hr!rt04 3924 94-3)9
Bird Key Seaw alls -Severa l existing seaw alls on Bird
Key Island w ere noted to have depressions in the fill and
slope pavement behind the walls.Topside as well as
underw ater inspections were performed.BCC has been
tasked w ith prepar ing a remediation plan to address the
seaw all deficiencies.
Ringling Park Seawall -Areas behind the existing
seawall were noted to have depressions in the fill behind
the wall.Topside as well as underwater inspections have
been perfo rmed.BCC has been tasked with preparing o
rem ediation plan to address the seaw all deficiencies.
656 S O w l Drive Post-Design Services Seawall
Replacem ent -This assignment provided post-design
services for the seawall replacement at Bridge No.
175550.CC provided support services through the
procurement of the contract.
HOWARD FRANKLAND BRIDGE SEAWALLS DESIGN-BUILD I FOOT DISTRICT 7
I TAMP Ii ST.PETERSBURG,FL I PROJECT MANAGER I This high-profile
design-build project includes the design and construction of the
replacement for the existing NB 1-275 (SR93)Howard Frankland
Bridge over Old Tampa Bay and removal of the existing
N orthbound 1960's existing bridge.The project undertakes
major additions and changes to the existing roadway by
adding express lanes,im proving roadways,enhancing safety,
adding capacity,mobility,and accom modating future light rail.
Th e new bridge is over 3 m i.long,located in a highly sensitive
environm ent,subject to vessel collision forces,and has unique
soil conditions.Th e fo llow ing ar e som e highlights of the new
bridge structure:
•11,000 LF of seaw all com prised of cantilevered and
anchored sheet pile,as w ell as anchored king-pile
systems.
•Largest bridge in the state of Florida w ith over 2.6 mi.
squar e feet of bridge deck ar ea
•113 spans consisting of 172 6 Florida-I beam s totaling
over 241,000 LF
•AA hammerhead piers fo r the high-level spans,&180
multi-colum n piers for the low -level spans
•30 06 -30-ic h square prestressed concrete piles w ith
var ying lengths of 62 ft to 220 ft.
•Designed for vessel collision forces up to 2000 kips
M IA M I BEACH
GUS LLANOS,PE
STRUCTURES ENGINEER
•Four full span highly aesthetic scenic overlooks to enhance
pedestrian experience
•Pier m ounted overhead sign structures
•Includes tw o single-span shar ed use path bridges,a
l 040 ft long elevated w alkw ay structure,tempora ry
and perm anent w alls,overhead sign struct ures,and toll
facilities.
PALMETTO SECTION 5 DESIGN-BUILO NORTHLINE CANAL RELOCATION I
FOOT DISTRICT 6 I MIAMI-DADE COUNTY,FL I PROJECT MANAGER I Th is
$559 million-dollar DB project,know n as Palmetto Section 5,
consisted of the reco nstruction of one of the busiest interchanges
in Florida.W ith over 500,000 vehicles tra versing the fa cility
on a daily basis,it took skilled co ordination and oversight to
build this four-level system -to-system interchange consisting of
47 bridges,including four segm ental directional flyover ra mps.
Th is pro ject w as the last and lar gest sect ion of the Palm etto
Expressw ay Im provem ent Pro gra m (Entire pro gra m w as 12
Sect ions).Th e primar y object ive of the pro ject w as to increase
capacity along the Palm etto Expressw ay (SR 826)and the
Dolphin Expressw ay (SR 836)w hile enhancing existing ra m p
connect ions and creating connect ions that did not exist before.
•BCC w as the Engineer of Record responsible for
developing the structura l design fo r the pro ject,w hich
included 47 new bridge structures as well as an extensive
am ount of permanent and tem pora ry w alls,and overhead
sign structures.Struct ura l im pro vements included:
•2,500 LF of new bulkhead w all including both ca ntilevered
and anchored sheet pile w alls fo r the realignment of the
N or thline Canal.A nchoring system w as made up of a
concrete dead man slab tied w ith steel ro ds
•M SE W alls up to 40 feet in height,and tem pora ry w alls
•4 Segmental Flyover Bridges,4 Steel Plate G irder Bridges
&39 Florida-I Beam Bridges
•O ver 40 overhead sign struct ures
•BC C w as the Lead Designer for this project,and
provided design services for Structures,Highw ay,
Signing &Pavem ent M arkings,ITS,Lighting,Dra inage,&
Environm ental Perm itting
no«oo+EIIE±II)SR)IE±J r321JI118 II)LIDIII8
39!I/ff14 294 -394-34
be
ong €}
FIRM
BCC Engineering,LLC
YEARS OF EXPERIENCE
15
EDUCATION
MS in Civil Engineering,
2009
University of Florida
BS in Civil Engineering,
2007,University of
Florida
REGISTRATIONS/
CERTIFICATIONS
Professional Engineer,
Florida No.75451,2013
CORY SALZANO,PE
STRUCTURES ENGINEER
Mr.Salzano specializes in structural engineering with a focus on FDOT bridge projects and
buildings.Project structure types include mast arms,strain poles,sign structures,retaining walls,
mechanically stabilized earth (MSE)walls,and bridges;American Association of State Highway
and Transportation Officials (AASHTO)beam,Florida-I Beam (FIB),bridge widenings;as well as
bridge substructure types to include driven pile,drilled shaft,and spread footing foundations.He
has also performed structural analysis,inspections,and studies involving hurricane-induced effects
on building envelope and structural core components.Mr.Salzano's vertical structure experience
extends to forensics analysis and serving as Team Leader for a pilot Coastal Monitoring Program that
quantified the resultant load effects of Florida windstorm forces.Mr.Salzano is proficient in various
structural design and analysis computer applications such as MathCAD,RCPier,CONSPAN LA,and
SAP 2000.His experience encompasses the spectrum of engineering support services to include
construction supervision for a range of structures brings a unique blend of technical expertise and
practical know how to the project team.
RELEVANT EXPERIENCE
SEAWALL MASTER PLAN !RESILIENCY STUOYI I CITY OF FORT LAUDERDALE,PUBLIC WORKS/ENGINEERING SERVICES I
BROWARD COUNTY,FL I PROJECT MANAGER AND ENGINEER-OF-RECORD I Structural Engineering Services for City
of Fort Lauderdale-owned structures,including design,assessments,inspections,and coordination for
various projects.The contract covers all types of city-owned structures,from infrastructure to water/
wastewater facilities,with services such as structural inspection,condition assessment,and design of
new structures or rehabilitation of existing ones using conventional and advanced materials.BCC
Engineering was selected as a large firm for task orders with estimated costs up to $200,000 for
design or $2,000,000 for construction.The contract focuses on innovative and sustainable designs,
considering the City's vulnerability to climate change and sea level rise.It is initially a two-year
contract with the option to renew for two successive one-year increments.
CITY OF FORT LAUDERDALE PROJECT ND.P 12212 SEAWALL MASTER PLAN I CITY OF FORT LAUDERDALE I FORT
LAUDERDALE,FL I STRUCTURAL ENGINEER I The City owns approximately 4.3 miles of seawall structures
and 2.0 miles of natural banks.This task work order required the assessment of the comprehensive
needs of these structures and banks,and development of a Seawall Master Plan.The Plan consisted
of individual assessment reports for each component,as well as a report summarizing the findings and
recommendations to included feasible solutions,impacts,and cost estimates.Seawall assessments
included inspection of existing structures (above and below water),and recommendations for the
seawall infrastructure in need of rehabilitation or replacement.The Plan also addressed potential
structural modifications and bank needs to address the challenges associated with Sea Level Rise
(SLR)CC completed the assignment on an aggressive four-month schedule in order to have the
report finalized so projects could be budgeted for the Fiscal Year.
SR A 1 A BRIDGE NO.860011 OVER HILLSBORO INLET I FDOT DISTRICT 4 I BROWARD COUNTY,FL I STRUCTURAL ENGINEER
I This District 4 project involves extensive upgrades to the bascule bridge carrying SR Al A over
Hillsboro Inlet,along with several roadway-related safety and operational improvements.The bridge
is a crucial link between the City of Lighthouse Point,the City of Pompano Beach,and the open
ocean,heavily used by pedestrians and bicyclists.The project considers the environmentally sensitive
MIAMI BEACH
osos ENI0IEEE±IIV IE;JI;III;II)LJIIJ IE1JI}
9!II!ft0y 2924-±34-3)engeeng
area {Outstanding Florida Waters),includes architectural
enhancements,and carefully manages lighting to protect
sea turtle nesting.It also addresses unique challenges like
maintaining traffic flow,constructing an elevated viewing
platform,and ensuring structural integrity while accommodating
fishing activities.Services include outreach and community
engagement to clarify engineering aspects and improve local
emergency access.
SR 826 (PALMETTO EXPRESSWAY)FROM I-75 TO NORTH OF CANAL C-8 I
FDOT DISTRICT 61 MIAMI-DADE COUNTY,FL I STRUCTURES QC REVIEWER I
This project aims to alleviate congestion on the SR 826 corridor
by enhancing capacity and system connectivity,improving
safety,and providing additional travel options over a 2-mile
stretch from 1-75 to north of the Canal C-8 bridge.It includes
adding Express Lanes,auxiliar y lanes,reconstructing the
mainline,and enhancing existing interchanges.Challenges
include raising the mainline by over 8 feet to accommodate
two vehicular underpasses required by the Town of Miami
Lakes,necessitating careful Maintenance of Traffic and Phased
Construction plans.The project involves fifteen bridge structures,
including widenings of at-grade canal crossings,new long-
span curved braided ramps,mainline bridge replacements,
and new bridges to connect the City of Miami Lakes.BCC is
responsible for several structures,including a new steel plate
girder bridge,a bridge replacement over NW 154th Street,
a retrofit of a bridge over NW 138th Street,and the design of
numerous mast arm and overhead sign structures.
DISTRICTWIDE STRUCTURES DESIGN CONSULTANT I FDOT DISTRICT 11
LEE,CHARLOTTE,OKEECHOBEE,SARASOTA,AND MANATEE COUNTIES,
FL I PROJECT ENGINEER I Project Engineer for this contract which
involved 536 miscellaneous Ta sk Work Order assignments
including plans reviews,Resurfacing,Restoration,and
Rehabilitation (3R)evaluations,miscellaneous structure design,
and structural design support of District staff.Assignments
also include maintenance of traffic (MOT),public involvement
(meetings,outreach),signing,pavement mar kings,phased
construction,and Technica l Special Provisions.Post design
services included review of shop drawings,RFl's,material
certification,and address of unforeseen conditions during
construction.
DISTRICT-WIDE STRUCTURES DESIGN CONSULTANT I FOOT DISTRICT 1
I LEE,CHARLOTTE,OKEECHOBEE,SARASOTA,AND MANATEE COUNTIES,
FL I PROJECT ENGINEER I Miscellaneous Task Work Order
assignments include plans reviews,resurfacing,restoration,and
rehabilitation (3R)evaluations,miscellaneous structure design,
MIAMI BEACH
CORY SALZANO,PE
STRUCTURES ENGINEER
and structural design support of district staff.Assignments also
include maintenance of traffic,public involvement (meetings,
outreach),signing,pavement markings,phased construction,
and technical special provisions.Post design services include
review of shop drawings,RFl's,material certification,and
addressing unforeseen conditions during construction.
CONTINUING SERVICES DESIGN CONSULTANT CONTRACT I FDOT DISTRICT!I LEE,CHARLOTTE,OKEECHOBEE,SARASOTA,ANO MANATEE COUNTIES,FL
I STRUCTURE SUPPORT TEAM LEAD I This is a 5-year,$5M Task
Work Order {TWO)-driven contract with a limit of $500k
per TWO.BCC serves as an extension of District Four's staff
to deliver a wide range of assignments on any schedule.This
Continuing Services Contract includes multiple,concurrent
TWOs,focusing on the production of a complete set of
contract documents,conceptual plans,or component plans
for minor projects,such as 3 R,POP,Ride-Only,safety,signal/
lighting upgrades/retrofits,Complete Streets,mobility,railroad
dynamic envelope installation,ITS/TSM&O improvement,
landscaping,operational improvements,and minor bridge
rehabilitation projects,or plans review,or RFP /criteria package
development.The contract may also be used for in-house staff
support services.
SR 823 /FLAMINGO ROAD LIGHTING I FDOT DISTRICT 4 I BROWARD,FL I
ENGINEER OF RECORD I This project is a RRR that includes widening
for a right turn lane on Pembroke Road at the southwest corner
of the Pembroke Road and Flamingo Road Intersection.This
widening causes the requirement of mast arm relocation.
The project scope also includes signalization improvements,
pedestrian upgrades,and lighting retrofit at each intersection.
DISTRICTWIDE STRUCTURES DESIGN CONSULTANT I FDOT DISTRICT 41
BROWARD,INDIAN RIVER,MARTIN,PALM BEACH,ST.LUCIE,COUNTIES,FL
I STRUCTURAL ENGINEER I Continuing Services Contract involving
various miscellaneous Task Work Order assignments including
plans reviews,Resurfacing,Restoration,and Rehabilitation
(3R)evaluations,miscellaneous structure design,and structural
design support of District staff.Assignments also include
maintenance of traffic (MOT),public involvement (meetings,
outreach),signing,pavement markings,phased construction,
and Technical Special Provisions.Post design services included
review of shop drawings,RFl's,material certification,and
address of unforeseen conditions during construction.
oosoca EI,IEEE7III,3ER)IE3 HI)3III13 JI)LI)I SILIS;
30 !II I0»2024-234-3))
FIRM
BC C Engineering,LLC
YEARS OF EXPERIENCE
9
EDUCATION
M S in Civil Engineering,
2014,University of
Florida
BS in Civil Engineering,
2013,University of
Florida
REGISTRATIONS/
CERTIFICATIONS
Professional Engineer,
Florida N o.84339,
2017
RICHARD PICK,PE
STRUC TURES EN G IN EER
M r.Pick has 9 year s of experience in Transportation Structure design.His abilities encompass a
bro ad ra nge of skills sets in structura l design.His project experience includes structural analysis,
bridge load ratings,and detailing.He is proficient in various structura l design and analysis co mputer
applications such as M athC ad,CO N SPAN LA,Atlas,CSI Bridge,and SAP 2000.
RELEVANT EXPERIENCE
DISTRICT WIDE STRUCTURES REPAIR/REHABILITATION PLANS PREPARATION I FOOT DISTRICT 6 I MIAMI-DADE AND
MONROE COUNTIES.FL I PROJECT ENGINEER AND ENGINEER-OF-RECORD I Continuing Services Contract involving
6 miscellaneous Ta sk W ork O rder (TW O )assignments to date including inspections and evaluations,
scoping reports,bridge repairs (bridge deck cracking,spoil repairs,slope stabilization...),struct ural
steel painting,cathodic protect ion system s,safety and geometry improvements,bridge appro ach
im provem ents,w ingw all repairs and reconstruction,and scour countermeasures.Pro ject s also included
maintenance of tra ffic,public involvement (meetings,outreach),signing,pavement mar kings,phased
co nstruct ion,and Technica l Special Pro visions.Post design services included review of shop dra w ings,
Requests for Info rmation (RFl's),material certifica tion,and on-call support to the contract or during
construct ion.
SR 5/0VERSEAS HWY OVER LIGNUMVITAE CHANNEL REPAIR/REHABILITATION BRIDGE NO.900096 I FOOT DISTRICT 6 I
MONROE COUNTY,FL I ENGINEER OF RECORD I Project involved repairs to a 902-foot long AASHTO girder
bridge supporting the O verseas Highw ay in the Florida Keys.Th e pro ject also included installation
of ca thodic protection (galvanic cell drilled shaft jackets),and rehabilitation of the bridge such as
spoil repairs,epoxy cra ck injection,and methacrylate bridge deck sealer.Additional considera tions
included the enviro nm entally sensitive area (Florida Keys M ar ine Sanctuar y).M r.Fora nd managed all
aspects required to restore the ca pacity of the structure an deliver a successful pro ject.Th e importance
of this struct ure ca nnot be overstated.O verseas Highw ay is a unique lifeline to the Florida Keys,and
provides the only means of access fo r goods,services,and tourism critical to the local eco nomy.
Uninterrupted tra ffic (vehicular ,pedestrian,and bicyclist)flow and structura l redundancy w ere critical
aspects of the project ,particularly co nsidering the bridge's unpro tected exposure to storm events,
surges,w ave forces,and scour.Th e bridge also supported the 30-inch w ater main servicing the
Keys.N on-redundant bent colum ns required special phasing of the column/drilled shaft repairs to
ensure that the reduced cross section during repairs w ould support vehicular load w ithout costly and
environmentally disruptive tem porary support measures.Design w as co mpleted on schedule and
Letting Date met.
SR 934/NE 79TH ST OVER INTRACOASTAL CANAL FENDER SYSTEM REPLACEMENT BRIDGE NOS.870085 6 870551 I FOOT
DISTRICT 6 I MIAMI-DADE COUNTY,FL I ENGINEER OF RECORD I Th is project involved replacement of the existing
fender system for a l,025-foot long bascule bridge car rying N E 79th St traffic over the lntracoastal
Canal.Key considerations included phasing the fender system replacement to limit roadw ay closures,
considering fender pile rem oval/installation for this mid-level bridge required the bascule leaf to be
maintained in the open position.Project also involved environmentally sensitive ar eas and submerged
resources (seagra sses).Design w as completed on schedule and Letting Date met.
M IAM I BEA C H
«oo«as ±IIIEEII EL)IE;III;MIU I)II)ILE3
30!1fro 3924-234-3/
be
enginoering
SR 886/PORT BOULEVARD OVER INTRACOASTAL WATERWAY REPAIR/
REHABILITATION BRIDGE NOS.875000 6 875001 I FDOT DISTRICT 6 I
MIAMI-DADE COUNTY,FL I ENGINEER OF RECORD I The Port Boulevard
Bridge is located betw een the City of Miami and Port of Miami.
Th e bridge serves as a vital link betw een M iam i and the Port,
considering that the M iami Tunnel is the only altern ative route.
Th is project is m ulti-faceted and high-profile.Th e 2,521-foot-
long bridge supports five tra ffic lanes,a sidew alk,and critica l
utilities.Vertica l clear ance at the main channel is6 5-3 .Th e 16
spans ar e comprised of precast concr ete segm ents assem bled
in tw o units.Ea ch bridge utilizes double-box precast segments.
Th e substructure uses twin fluted hammerhead piers supported
fo unded on a concrete cap and 18"prestressed concrete
piles BCC Engineering investigated the existing bridge
condition,existing field conditions,the latest bridge inspection
reports,and as-built plans,and prepared design construction
documents,plans and technical special provisions for the
rehabilitation of the bridge,as well as replacement of the east
approach slab which had undergone settlement due to loss
of fines creating voids within the bridge approach MSE Wall
mass.Key considerations included vehicular and pedestrian
M O T co nsidering the phased construction required to replace
the appro ach slab and install new expansion finger joints.
Design was completed on schedule and Letting Date met.
SR 934/NE 79TH ST OVER EAST BISCAYNE BAY BRIDGE NOS.870084 6
870550 FIELD INVESTIGATION AND COST ESTIMATE I FDOT DISTRICT
6 I MIAMI-DADE COUNTY.FL I ENGINEER OF RECORD I This project
involves tw o tw in bridges,Bridge N os.870084 and 870550,
connect ing N orth Bay Island and Treasure Island in N orth Bay
Village,M iami-D ade County.The 509-foot-long bridges,built
in 1971,carry N E 79th Street over East Bisca yne Bay Bridge
N o.870084 handles w estbound tra ffic,w hile Bridge No.
870550 handles eastbound traffic.Both bridges are currently
Struct urally Deficient.During bridge repairs under the A sset
M aintenance contract ,significant deficiencies w ere found
in the superstruct ure underside,including steel strands w ith
l 00%sect ion loss extending up to l /3 of the span length.
SR 826 [PALMETTO EXPRESSWAY)FROM I-75 TO NORTH OF CANAL C-8
I FDOT DISTRICT 6 I MIAMI-DADE COUNTY.FL I STRUCTURES ENGINEER
BRIDGES 3 AND 8 I Th is project relieves congestion on the SR
826 co rridor by increasing ca pacity and improving system
connectivity,enhancing safety by addressing opera tional,
struct ural,and funct ional deficiencies,and providing additional
travel options for over 2 miles from 1-75 to north of the Canal
C-8 bridge.Im provem ents consist of the addition of Express
Lanes,auxiliar y lanes,reconstruct ion of the m ainline,and
MIAMI BEACH
RICHARD PICK,PE
STRUCTURES ENGINEER
im provements to the existing interchanges.Th is urban heavily
tra velled lim ited-access facility involves m any constra ints,
challenges,and commitm ents.N otably,the To w n of M iami
Lakes required the addition of tw o vehicular underpasses
requiring that the m ainline be raised by over 8 feet in order
to provide the required vertica l clear ances below ,requiring
enhanced M aintenance of Tra ffic and Phased Construction
considera tions.Th e pro ject involves fifteen bridge structures
including w idenings of at-gra de ca nal cr ossings,new long-
span curved bra ided ra mps,m ainline bridge replacem ents,
and new mainline bridges required to co nnect the City of
M iam i Lakes.Struct ures for w hich BCC is responsible include
Bridge N o.2-A new ?-span steel plate girder w ith an integra l
steel straddle bent;Bridge N o.3-Replacem ent of the existing
2-span bridge car rying SR 826 over NW 154th Street;Bridge
N o.8-A co m plica ted retro fit involving partial rem oval of the
existing 3-span bridge car rying SR 826 over NW 138th Street;
and the design of 18 m ast ar m structures and 26 overhead sign
struct ures including DM S panel,span and cantilever.
PROFESSIONAL SERVICES FOR BRIDGE STRUCTURAL ENGINEERING PROJECTSIMIAMI-DADE COUNTY DEPARTMENT OF TRANSPORTATION AND PUBLIC
WORKS I MIAMI-DADE COUNTY.FL I STRUCTURES ENGINEER I Continuing
Services Contra ct involving miscellaneous Ta sk W or k O rder
(TW O )assignm ents including inspect ions and evaluations,
scoping reports,bridge repairs,struct ural steel painting,
ca thodic pro tect ion system s,and bridge replacem ents.Project s
also included m aintenance of tra ffic,public involvem ent
(m eetings,outreach),signing,pavement m ar kings,phased
construction,enviro nm ental permitting,Specifications,and
Technica l Special Provisions.Post design services included
review of shop dra w ings,Requests for Info rmation (RFl's),
m aterial certifica tion,and on-call support to the contractor
during construct ion.
CURTISS PARKWAY OVER MIAMI (SFWMD C-6)CANAL REPAIR/
REHABILITATION AND PAINTING BRIDGE I MIAMI-DADE COUNTY
DEPARTMENT OF TRANSPORTATION AND PUBLIC WORKS I MIAMI-DADE
COUNTY.FL I STRUCTURES ENGINEER I Project involved repairs to a
111'long historic 2-span steel thru-truss bridge struct ure built in
1941.Th e bridge w as constructed as a m ovable sw ing span
bridge,w ith the bridge locked dow n perm anently and used
as a fixed bridge since 2003.Th e bridge car ries tw o lanes of
tra ffic and no sidew alks Deficiencies included coating system
failure,active co rrosion of the struct ural steel,co ncrete cr acks/
delaminations/spalls,and settlem ent of the w est appro ach
slab.
«no«a :NI1IEEE3II):±II,E3 10)1;2LAIL3 AII)LJIIV III
39±)Irr10»2924-234 ID
be
gleeing
FIRM
BCC Engineering,LLC
YEARS OF EXPERIENCE
5
EDUCATION
MS in Civil Engineering,
2017,University of South
Florida
CHUAN CHEN,PE
STRUCTURES ENGINEER
Mr.Chen received his Master of Technology in Civil Engineering from the University of South Florida,
with a concentration in Structures.His relevant coursework while at USF included concrete design,
pre-stressed concrete design,concrete bridge design,steel design and masonry design.He has
experience in several internships in China.He has 4 years of experience as a structural engineering
designer and l year as a structural engineer.In the 5 years,he has participated in final design,
proposal and plans production for FDOT bridge projects.His work includes designing Bridges,Walls
and Miscellaneous structures and developing design drawings,and executing quality control for
designs and drawings including shop drawing.
BS in Civil Engineering,
20 14,N ortheast Forestry TERMINAL ISLAND SEAWALL I KEARNS CONSTRUCTION COMPANY I MIAMI-DADE,FL I STRUCTURAL ENGINEER I This
RELEVANT EXPERIENCE
University
REGISTRATIONS/
CERTIFICATIONS
Prof essional Engineer,
Florida N o.93871.
2022
Engineer Intern ,
Californ ia N o.164591,
20 18
project consisted of 1300 linear feet of new seaw all at Term inal Island.BC C provided the design of
the seaw all and plan productions suitable for the building department.
1-275 HOWARD FRANKLAND BRIDGE I FDOT DISTRICT 7 I TAMPA,FL I STRUCTURAL ENGINEERING DESIGNER I The
primary goal of this project is to design and construct the replacement for the existing NB I-275 (SR
93)Howard Frankland Bridge over Old Tampa Bay in Pinellas and Hillsborough Counties and remove
the existing Northbound 1960's exiting bridge.Th e Project undertakes major additions and changes
to the existing roadw ay system by adding express lanes,impro ving existing ro adw ays,enhancing
safety,adding ca pacity and m obility,and accom m odating future light rail Th e new bridge w ill be
over 15,000 ft long,w ith 143-ft spans m atching the pier loca tions of the 1990's bridge,enhancing
boater safety and aesthetics of the bridge struct ures.As an added value,our design reconfigures the
scenic overlooks m aking them 4.5 fimes lar ger than the RFP Concept pro viding significantly enlar ged
shaded seating ar ea and refuge fo r maintenance vehicles,as w ell as an uniform look fo r all the piers
across the bridge,this not only enhances the aesthetics,but also improves the safety of the boaters
navigating.
D 1 BRIDGE ENGINEERING DESIGN -CONTINUING SERVICES I FOOT DISTRICT 1/WSP I LEE,CHARLOTTE,OKEECHOBEE,
SARASOTA,AND MANATEE COUNTIES,FL I STRUCTURAL ENGINEER I Th is is a genera l co ntinuing services co ntract
fo r BC C to pro vide var ious engineering services.Th is includes designing and prepar ing contra ct
docum ents such as plans,specifications,and engineering analysis in accordance w ith FDO T policies.
Additionally,BC C w ill review and update the Plan of Act ion for 93 bridges w ith scour critical or
unknow n fo undations.
CITY-WIDE BRIDGE REHABILITATION CCNA CONTINUING SERVICES CONTRACT I CITY OF SARASOTA ENGINEERING
DEPARTMENT I SARASOTA COUNTY,FL I STRUCTURAL ENGINEER I Structura l Engineering consulting engineering
services relative to the prepar ation of draw ings,specifications,perm its,and other documents needed
for the City of Sara sota to rehabilitate and m aintain bridges and box culverts city-w ide.Bridge
projects required struct ura l engineering investigation,design and/or testing resulting in all dra w ings,
specifica tions,permits,and other docum ents needed fo r the City to obtain bids fo r rehabilitation of
var ious bridge struct ures city-w ide.Inspect ion services included in-depth surveys and inspections
lo determ ine the integrity of all bridge struct ura l com ponents including co ndition of steel and
m asonr y com ponents,suppor t struct ure integrity,underw ater scour review ,headw all,seaw all and
appro ach slab stability determ inations using non-invasive and non-destruct ive testing methods as
M IA M I BEACH 00
«roes6or EI8IEE3II JI;1)JS~III18JI)III LIE;
3 9!1fyrI0 2924-223-3)
bc
necessary.Additional structural services involved developing
a maintenance plan for each structure being repaired,and
Post Design Services such as RFl's,Material Submittal Reviews,
and on-site monitoring during construction.Support services
included Utility Coordination,Hazardous Materials Testing,
Environmental Permitting,Coastal Engineering,and Public
Involvement.Th e contract included specific assignments as well
as several assignments structured on an "as-needed"basis in
order to enable the City to engage BCC for services ranging
from general consulting to emergency support requiring
immediate response and deployment on site.
EMERGENCY INSPECTION ANO ASSOCIATED SERVICES I CITY OF SARASOTA
ENGINEERING DEPARTMENT I SARASOTA COUNTY,FL I STRUCTURAL
ENGINEER I This Task W ork Order (TW O)established a co ntract
to enable the City to quickly engage structural engineering
and inspection services for rapid response in emergencies,
such as storm events.The contract budget 6f $100,000 also
allows for engagement of specialty subconsultants,including
inspection divers and coastal engineers.The TW O was utilized
for Assignment l during Hurrica ne Nicole in November 2022,
when the Saprito Pier was impacted by a recreational vessel.
BCC performed a visual inspection to verify the pier's structural
integrity,providing an assessment report within 24 hours and
allowing the pier to remain open.
CITY OF SARASOTA PURCHASE ORDER NO.PD-221711 GENERAL CONSULTING
SERVICES I CITY OF SARASOTA ENGINEERING DEPARTMENT I SARASOTA
COUNTY,FL I STRUCTURAL ENGINEER I The City needed structural
engineering services on an as-needed basis for various projects,
including safety projects,Complete Streets initiatives,and
general support for the Planning Department.This Task W ork
Order (TW O)established a co ntract to facilitate these services.
The TW O was utilized for several assignments,including
preparing design and plans for the partial replacement of a
seawall near Bridge No.175550,inspecting and preparing
remediation plans for seawall deficiencies on Bird Key Island
and Ringling Park.
CITY OF SARASOTA GENERAL CONSULTING SERVICES SERENA ST.PEDESTRIAN
BRIDGE ANO SIDEWALK IMPROVEMENTS I CITY OF SARASOTA ENGINEERING
DEPARTMENT I SARASOTA COUNTY,FL I STRUCTURAL ENGINEER I Th is
project is for the design of a new pedestrian bridge extending
from Serena Street right-of-way to the shopping plaza west of
Beneva Road.The bridge needs to cross over a County-owned
drainage canal.Sidewalk improvements necessary to connect
the street to the pedestrian bridge are also included.Additional
optional services for sidewalk extensions along Serena Street,
MIAMI BEACH
CHUAN CHEN,PE
STRUCTURES ENGINEER
Bailey Road and along the eastern bank of the drainage canal
west of the shopping plaza west of Beneva Road will also
be considered.Sidewalk work includes tie-in connections at
the new pedestrian bridge over County Canal,including all
necessary hardware to meet ADA requirements.The sidewalk
analysis shall include back-of-sidewalk profiles,and a matrix of
impacts with breakdown of cost and supporting documentation.
The scope of work includes roadway engineering,drainage
and permitting,a lighting design analysis report,aerial
photography,analysis of the existing hydraulic models,and
other services as specified by the City.
STATEWIDE STRUCTURES REVIEW I FOOT CENTRAL OFFICES I STATEWIDE,FL
I CATEGORY 2 BRIDGE PLANS ANO DESIGN REVIEWER I BCC is providing
Category 2 Structures Reviews as assigned by the Structures
Design Office.BCC is also providing the Independent
Department Review (IDR)for the steel box Flyover Ramp on the
Downtown Interchange Project.
CR 664 OVER LITTLE PAYNE CREEK I FOOT DISTRICT 11 HARDEE COUNTY FL I
STRUCTURAL ENGINEER I The Little Payne Creek Bridge,a historic
off-system bridge near US 17 along CR 664,is structurally
deficient and scour critical.This federally funded project aims to
replace the 1915-built,three-span continuous concrete spandrel
arch structure to meet current design and safety standards.The
new bridge will have two 11-foot travel lanes,5-foot shoulders,
and 36-inch single slope traffic railings,matching the existing
bridge's profile to avoid Right-of-W ay acquisition.Other work
includes pavement preservation,reconstruction of bridge
approaches,and general safety enhancements,with the bridge
closure and detour planned for the replacement.
DISTRICTWIDE STRUCTURES DESIGN CONSULTANT I FOOT DISTRICT 11
LEE,CHARLOTTE,OKEECHOBEE,SARASOTA,AND MANATEE COUNTIES,FL
I STRUCTURAL ENGINEER I 536 Ta sk W ork Order assignments to
date including plans reviews,Resurfacing,Restoration,and
Rehabilitation (3R)evaluations,miscellaneous structure design,
and structural design support of District staff.Assignments
also include maintenance of traffic (M OT),public involvement
(meetings,outreach),signing,pavement mar kings,phased
construction,and Technical Special Provisions.Post design
services included review of shop drawings,RFl's,material
certification,and address of unforeseen conditions during
construction.
sos»+IIEE9$:RI3 #/LIM\II85 MIU IJIII)LIE3
39!If0»2924 234-3)
be
FIRM
BCC Engineering,LLC
YEARS OF EXPERIENCE
30
EDUCATION
MS in Civil Engineering,
1998,University of
Florida
MS in Construction
Management,1997,
Southern Polytechnic
University,Korea
BS in Civil Engineering,
1994,Keimyung
University,Korea
SUNGRYONG HAN
G EO G RAPHIC INFORMATION SYSTEMS
(GIS)SPECIALIST
Mr.Han is a Senior Planner and Lead Technical professional for Travel Demand Modeling and is
responsible for long range transportation planning,subarea/corridor planning,land use planning,
project development and environmental (PD&E)studies,geographic information system (GIS)projects,
and traffic engineering studies.He has completed work on converting the state's transportation models
to Citilabs'Cube Voyager software In addition to the Cube Voyager software he has experience with
various other traffic engineering and GIS software,including Highway Capacity Software (HCS),
Synchro,VISSIM,Florida Standard Urban Transportation Model Structure (FSUTMS),ArcGIS,and
TransCAD.His work has gained him credibility and an outstanding relationship with the client
RELEVANT EXPERIENCE
SEAWALL MASTER PLAN (RESILIENCY STUDY)I CITY OF FORT LAUDERDALE I FORT LAUDERDALE,FL I GIS SPECIALIST I
The City awns approximately 4.3 miles of seawall structures and 2.0 miles of natural banks.This
task work order required the assessment of the comprehensive needs of these structures and banks,
and development of a Seawall Master Plan.The Plan consisted of individual assessment reports for
each component,as well as a report summarizing the findings and recommendations to included
feasible solutions,impacts,and cost estimates.Seawall assessments included inspection of existing
structures (above and below water),and recommendations for the seawall infrastructure in need of
rehabilitation or replacement.The Plan also addressed potential structural modifications and bank
needs to address the challenges associated with Sea Level Rise (SLR).BCC completed the assignment
on an aggressive four-month schedule in order to have the report finalized so projects could be
budgeted for the Fiscal Year.
TAMPA BAY REGIONAL TRAVEL SURVEYS I FOOT DISTRICT 7 I TAMPA,FL I CONSULTANT PROJECT MANAGER AND SENIOR
PLANNER I Reviewed Tampa Bay Regional Travel Surveys -Household Travel Survey (TB HTS)data
files and external passive Origin-Destination (O-D)table data files;wrote R script code to develop
tour file based on trip file from TBHTS;updated R scripts to generate TBHTS summary results for
TBRABM ca libration purpose,and compared them with the current TBRABM summary results;used
ArcGIS to show the difference in external trips between passive O-D data and TBRPM;prepared
related presentation files.
COLLIER MPO TRANSPORTATION SYSTEM PERFORMANCE REPORT AND ACTION PLAN I TINDALE OLIVER &ASSOCIATES I
COLLIER COUNTY,FL I CONSULTANT PROJECT MANAGER AND SENIOR PLANNER I This project aims to provide a
thorough system assessment to identify where priority investments should be made.Th e performance
report will include an analysis of newly implemented CMS/ITS projects based on the performance
measures identified in the CMP as specifica lly assigned to each funded project -Responsible for
study research,data source comparison,data cleaning and data processing,generating speed map
with ArcGIS.
FOOT DISTRICT 2-GENERAL PLANNING CONSULTANT I FOOT DISTRICT 21 DISTRICTWIDE,FL I CONSULTANT PROJECT
MANAGER I The Department requires the professional services of a Consultant to act as an extension
of the Depar tment by providing technical personnel to perform services to support the Planning
Department,with systems planning activities.The work may involve (but is not limited to):FSUTMS /
Cube Modeling Activities,Evaluations for and to the SIS,Project Traffic Reports,Planning for ITS Facilities
M IA M I BEA C H
o saa EI,IIEE3II0 8IVE8 7NII.III8 III)1IIJIII3
JO!Irr4 3924-234-34)
be
engreon ng
SUNGRVON HAN
GEOGRAPHIC INFORMATION SYSTEMS (GIS)SPECIALIST
and Equipment,Preliminar y Safety Analyses,Congestion
Management Analysis,Development /Maintenance of the
Scenic Highway/Enhancement Programs,Plan Review /
Recommendations of Local Government Comprehensive
Plans (LGCP)/Development of Regional Impacts (DRI),GIS
mapping /Public Involvement activities,as they specifically
relate to the above efforts,and other related incidental tasks.
The Department will provide a designated FDOT Project
Manager for each assignment authorized under this co ntract;
however,the Consultant will minimize the Department's need
to apply its own resources to assignments authorized by Ta sk
W ork Order (TW O)to the Consultant.
FLORIDA STATEWIDE MODEL DEVELOPMENT I FDDT CENTRAL OFFICE/
CAMBRIDGE SYSTEMATICS,INC.I TALLAHASSEE,FL I CONSULTANT PROJECT
MANAGER AND SENIOR MODELER [Project Manager responsible
for developing new Florida statewide model Transportation
Analysis Zones (TAZ)structure,GIS based highway and multi-
modal networks,and socio-economic data.Project tasks
also include new application development,report,network
ca libration and validation.
1-195/SR 112 CORRIDOR PLANNING STUDY FROM 12TH AVENUE TO
SR 907 /ALTON ROAD I FOOT DISTRICT 6 I MIAMI,FL I CONSULTANT
PROJECT MANAGER AND SENIOR PLANNER I I-195 is a vital limited
access facility in Miami-Dade County carrying approximately
130,000 vehicles daily.It provides a direct connection to
Miami International Airport (via State Road 112 [SR 112])
from Interstate 95 (1-95)and the densely populated areas
of Miami Beach.The co rridor provides interchange access
to several neighborhoods recently experiencing significant
growth including the Design District,Midtown,and Wynwood
in the City of Miami.The objective of this Planning Study is,
through a process of collaborative stakeholder coordination,
identify and develop multimodal improvements within the 1-195
study corridor to address future mobility and safety needs.
These needs include;the need for more direct access to the
1-95 express lanes for areas along I-195 east of 1-95,need
for improvements within the 1-195 Midtown Interchange areas
(at N Miami Avenue and at Biscayne Boulevard),the need to
determine the feasibility of a separated bicycle /pedestrian
path along the Julia Tuttle Causeway connecting between the
City of Miami and City of Miami Beach and,the need for long
term improvements within the SR 112/Alton Road Interchange
area in the City of Miami Beach.
I-75/SR 826 MANAGED LANES INVESTMENT GRADE TRAFFIC AND REVENUE
STUDY I FLORIDA'S TURNPIKE ENTERPRISE I BROWARD AND MIAMI-DADE
MIAMI BEACH
COUNTIES,FL I CONSULTANT PROJECT MANAGER AND SENIOR MODELER I
Project QA/QC Coordinator responsible for co ordinating
and overseeing sub-area modeling,investment grade traffic
estimation,and toll choice modeling implementation for a
34-mile managed lane section on the 1-75 and SR 826 to the
Florida Turnpike,managed lane alternative analysis including
analysis and evaluation of Bluetooth Origination-Destination
(OD)data and the stated/revealed preference survey during
the investment grade study.
SR 836/1-395 FROM WEST 0F 1-95 T0 MACARTHUR CAUSEWAY BRIDGE I
FDDT DISTRICT 61 MIAMI-DADE COUNTY,FL I SENIOR MODELER I BCC is
providing support services on behalf of FDOT for the concept
development,procurement,and design phases of this project.
BCC prepared the preliminary geometric design for the
reconstruction of the entire 1-395 corridor,from the original
terminus at the west side of the I-95/Midtown Interchange
(I-95/SR 836/1-395)to the original corridor terminus at the
W est Channel Bridges of US 41/MacArthur Causeway.Th is
project was developed to improve mainline operations along
1-395,reduce congestion on the surface streets below and
provide enhanced access to the Performing Arts Center and
surrounding areas of downtown Miami.BCC is also reviewing
on behalf of the Department the roadway,traffic control,signing
and pavement marking,and signalization plan co mponents as
submitted by the Designers.
SW 87TH AVENUE AND 8TH STREET PROJECT DEVELOPMENT AND
ENVIRONMENT [PD&El STUDY -DISTRICTWIDE PLANNING AND PE
CONSULTANT SUPPORT CONTRACT I FOOT DISTRICT 61 MIAMI-DADE
COUNTY,FL I TASK MANAGER AND SENIOR PLANNER I Responsible for the
development of a sub-area travel demand model and concept
traffic to assess the PD&E study area.The assessment focused
on the impact of alternatives to provide reliable forecast of
future traffic co nditions.Project responsibilities included data
management,quality co ntrol,schedule adherence and project
coordination.
HOMESTEAD EXTENSION OF FLORIDA'S TURNPIKE HEFT)AND NW 25TH
STREET CONNECTIONS/NW 25TH STREET VIADUCT EXTENSIONS TRAFFIC
AND REVENUE STUDY I FLORIDA'S TURNPIKE ENTERPRISE I MIAMI-DADE
COUNTY,FL I CONSULTANT PROJECT MANAGER AND SENIOR MODELER I
Project Manager responsible for project coordination,data
management,travel demand model development and
validation,sub-area model development,socio-eco nomic data
conversion and updates,land use alternative development
and test,alternative analysis for trucks,and revenue and traffic
analysis.
woo.a :IIIEE3IJ8II;))'±IIII8 AII)LJI III)
JO!If»no4 394-234-3/)
be
FIRM
BCC Engineering,LLC
YEARS OF EXPERIENCE
8
EDUCATION
MS in Water Resources
Engineering,2019,
University of Puerto Rico
BS in Civil Engineering,
2016,University of
Puerto Rico
REGISTRATIONS/
CERTIFICATIONS
Engineering Intern Texas
No.70600,2020
JEAN PIERRE VALLE,El,CFM
GEOGRAPHIC INFORMATION SYSTEMS
(GIS)SPECIALIST
Mr.Jean Pierre Valle is a Civil Engineer with a Master's Degree in Environmental and Water Resources
Engineering.As a graduate student,he worked with NOAA at the National Water Center and the
Earth System Research Laboratories.He has three years of experience working with hydrologic and
hydraulic design in his professional career.
RELEVANT EXPERIENCE
VILLAGE OF PINECREST GEC I VILLAGE OF PINECREST I MIAMI FL I WATER RESOURCES ENGINEER I This is a continuing
architectural and engineering services contract with Village of Pinecrest.Several Task Work Orders
are:Drainage Project Phase I:SW 70th Avenue between SW 128th street to SW 133rd street,
lO0DN-1 W drainage improvements -Phase 2:SW 73rd court between SW 104th street to SW 98th
street,SW l 00th street from SW 73rd court to SW72nd Ave and SW 98th street from SW 73rd CT
to SW 72nd Ave and SW 98th street from SW 73RD CT to SW 72nd Ave,C lO0DN-1 W Drainage
Improvements Phase l:SW 71 st Avenue between SW 104th street to SW101st street and SW 72nd
avenue between SW 104th street and SW 98th street,Vulnerability Assessment and Basin Cl 00A
E-2 Drainage Improvements.
VILLAGE OF PINECREST VULNERABILITY ASSESSMENT TWO #4 I VILLAGE OF PINECREST I MIAMI,FL I WATER RESOURCES
ENGINEER I This is Task Work Order #4 for Village of Pinecrest.This task is a vulnerability assessment
which will identify areas within the Village most susceptible to damage from an increase in sea-level
and groundwater rise.
C 100DN-1W DRAINAGE DESIGN -PHASE 2 TWO #2 I VILLAGE OF PINECREST I MIAMI,FL I WATER RESOURCES ENGINEER I
This is Task Work Order #2 for Village of Pinecrest Cl 00DN-l W drainage improvements -Phase 2:
SW73rd court between SW l 04th street to SW 98th street,SW l 00th street from SW 73rd court to
SW 72nd Ave and SW 98th street from SW 73rd CT to SW 72nd Ave and SW 98th street from SW
73RD CT to SW 72nd Ave.
CITY OF SARASOTA:CITY-WIDE BRIDGE REHABILITATION CCNA -INSPECTION OF STRUCTURE 175620 SEAWALL I CITY
OF SARASOTA I SARASOTA,FL I WATER RESOURCES ENGINEER I The City of Sarasota required the ability to
engage structural engineering services on an as-needed basis throughout the life of the contract.
Services could range from general consultation,to specific assignments required to support projects
such as safety projects and Complete Streets,to services such as scoping,cost estimates,updating
load ratings,and general support of the City's Planning Department.As a result,this TWO involved
establishing a contract to enable the City to engage structural engineering and inspection services on
an as-needed basis.This TWO was used for the following:Assignment l Partial Seawall Replacement
-Prepare the design and plans for the partial replacement of an existing seawall located immediately
west of Bridge No.175550,Assignment 2 Bird Key Seawalls -Several existing seawalls on Bird Key
Island were noted to have depressions in the fill and slope pavement behind the walls.Topside as
well as underwater inspections were performed.BCC has been tasked with preparing a remediation
plan to address the seawall deficiencies and Assignment 3 Ringling Park Seawall-Areas behind
the existing seawall were noted to have depressions in the fill behind the wall.Topside as well as
underwater inspections have been performed.BCC has been tasked with preparing a remediation
plan to address the seawall deficiencies.
MIAMI BEACH 0
«sos»+IIERIII YE.)IEE3 YI)$JI113 A/I)1)II)II:LIE3
39!/Hr3r0»2024-334-3)
JEAN PIERRE VALLE,El,CFM
GEOGRAPHIC INFORMATION SYSTEMS (GIS)SPECIALIST
CITY OF DORAL -VULNERABILITY ASSESSMENT I CITY OF DORAL I DORAL,
FL I WATER RESOURCES ENGINEER I As part of this Service Order,
BCC Engineering,LLC.(BCC)will support the City of Doral
(City)in completing the Vulnerability Assessment (VA),per s.
380.093,ES.,which will identify areas within the City most
susceptible to damage from an increase in sea-level and
groundwater rise.This Service Order will be an integral part
of the Continuing Professional Engineering Services Agreement
(RFQ No.2019-05)between the City and BCC.
CITY OF LAUDERHILL MISC PROF SERVICES I CITY OF LAUDERHILL I
LOCATION I WATER RESOURCES ENGINEER I Th is co ntinuous
engineering pro fessional services contra ct co nsists of providing
technica l services,and prepare studies,co nceptual renderings,
prelim inar y and final designs,specifica tions and bidding
docum ents,opinion of construct ion cost,assist during the
bid pro cess and aw ar d of contract s,perform evaluations,
inspect ions,repairs,as w ell as services during construct ion of
any im provem ent pro ject.
CITY OF LAUDERHILL VULNERABILITY ASSESSMENT I CITY OF LAUDERHILL I
LAUDERHILL,FL I WATER RESOURCES ENGINEER I Th e City of Lauderhil
developed a Stormw ater M anagement and Flood Protection
M aster Plan (SM FPM P)far evaluating drainage conditions
w ithin the City's five (5)prim ary drainage bas ins.Th e City of
Lauderhill Vulnera bility Assessment (Pro ject)(VA )w ill expand
the SM FPM P to meet the requirem ents of s.380.0 93(3)(c),F.S.
Th is includes determining the specific risks posed by flooding
due to sea level/groundw ater rise and increased frequency,
dura tion,and intensity of rainfall events.As par t of this effort,the
VA w ill identify critica l and regionally significant infrastruct ure,
ow ned and/or m aintained by the City,that is susceptible to
flooding
DISTRICTWIDE STRUCTURES DESIGN CONSULTANT I FOOT DISTRICT 1 I LEE,
CHARLOTTE,OKEECHOBEE,SARASOTA,MANATEE COUNTIES,FL I WATER
RESOURCES ENGINEER I Th is contract co nsists of 133 miscellaneous
Ta sk W ork O rder assignm ents including plans review s,
Resurfacing,Restora tion,and Rehabilitation (3R)evaluations,
miscellaneous structure design,and struct ura l design support
of District staff.Assignments also include maintenance of traffic
(M O T),public involvement (meetings,outreach),signing,
pavement mar kings,phased construction,and Technica l
Special Provisions.Post design services included review of
shop draw ings,RFl's,m aterial certifica tion,and address of
unfo reseen conditions during construct ion.
MIAMI BEACH
LBJ EAST 1-635 EXPANSION I TEXAS DEPARTMENT OF TRANSPORTATION
I DALLAS COUNTY,TX I WATER RESOURCES ENGINEER I Th is pro ject
consisted of a reconstruction and impro vem ent of 11.2 mile
sect ion of 1635 in Dallas County.Developed hydro logic
analysis using HEC -HM S and performed hydra ulic calculations
using HY-8.A ssisted in the preparation of the final report and
created m aps and exhibits.
WATER CONTROL MANUAL I UNITED STATES ARMY CORPS OF ENGINEERS
I FORT WORTH DISTRICT,TX I WATER RESOURCES ENGINEER I Project
co nsisted of the update of the W ater Control M anuals for
multiple Dams in the Texas and A rkansas region.Th e goal
of the W ater Control M anuals is to provide a guideline that
specifies how a reservoir is opera ted.W orked on the update
of the W ater Control M anual fo r the Felsenthal Lock and Dam
located in A rkansas.Responsibilities included resear ch of data
such as topography,geology and soils,sediments,climate,
historic storm s and floods in the ar ea,and w ater quality.A new
manual and exhibits w ere created to reflect current conditions
of the Dam.O ther W ater Control M anuals w ere also updated,
but the tasks w ere lim ited to specific changes in the exhibits or
tables.
PROJECT CONNECT -ORANGE LINE I TEXAS DEPARTMENT OF
TRANSPORTATION I CITY OF AUSTIN,TX I WATER RESOURCES ENGINEER I
Pro ject co nsisted in the design of the new north to south light rail
line that w ill serve the central spine of A ustin from N orth Lamar
to Stassney Lane.Perform ed hydrologic analysis to determ ine
peak flow s for the crossings along the 20 miles of the proposed
light ra il alignm ent Assisted in the hydra ulic m odeling (H EC-
RA S),the design sheets,and the w riting of the final report.
LOOP 1604 EXPANSION I TEXAS DEPARTMENT OF TRANSPORTATION I BEXAR
COUNTY,TX I WATER RESOURCES ENGINEER I Th e project consisted of
the impro vement of a 17.5 mile sect ion of Loop 1604 from 0.38
m iles north of FM 1303 1 FM 1346 in Bexar County,Texas.
Perfo rm ed hydrologic (H EC -H M S)and hydraulic modeling
(H EC-RA S).Par ticipated in the co llection and pre pro cessing
of the G IS datasets.Assisted in the w riting of the repor t and
created exhibits.
«oso6+3IIIEIII)EIBE5 TI,IJIII8 II)JI tIB3
39!Irr0 3924-234-3)9
beenigmneenng
RICARDO "RICK"DURAN,CGC
UTILITY COORDINATOR
FIRM
CC Engineering,LLC
YEARS OF EXPERIENCE
22
EDUCATION
Mr.Duran is a Certified General Contractor with over 21 years of experience providing utility
coordination for various agencies including the Florida Department of Transportation (FDOT)and
Turnpike,Miami-Dade County,Miami-Dade Expressway Authority (MDX),City of Miami Beach,
City of Fort Lauderdale,Broward County and Orange County.Mr.Duran has been part 6f FDOT'
District 6 Maintenance Office as a Permit Specialist.His expertise includes the review of permits,
project coordination and scheduling.Mr.Duran is very familiar with the State's utility design and
BA in English Literature,,4,e.,:d ..·deli MD .{BCC'Hih D;A..··M;··construction criteria an permitting gui telines.r uran is part ot s igway vision in iami.
2001,Florida International
University RELEVANT EXPERIENCE
REGISTRATIONS/
CERTIFICATIONS
FL Certified General
Contractor,CGC No.
1522689,2014
DISTRICT WIDE UTILITY COORDINATION SERVICES I FOOT DISTRICT 6 I MIAMI-OAOE COUNTY.FL I SENIOR UTILITIES
COORDINATOR I Provided Utility Coordination Services as Senior Utility Coordinator for this project and
completed numerous major roadway projects under the contract while in accordance with FDOT's
standards,policies and procedures.Mr.Duran was also familiar with FDOT's utility agreements.Tasks
have included all phases of utility negotiations and reloca tion (electric,telecom munications/cable,
w ater/sew er,gas/fuel).
DISTRICT WIDE UTILITY COORDINATION PRODUCTION SUPPORT I FOOT DISTRICT 4 I DISTRICT WIDE,FL I SENIOR UTILITIES
COORDINATOR I Provided Utility Coordination Services as Senior Utility Coordinator fo r this pro ject on a
task w ork order basis in accordance w ith FDO T's standar ds,policies,and pro cedures Assisted w ith
prepar ation and presentation of the District Utility Coordination Process W orkshop in conjunct ion w ith
the District Utilities O ffice
CITY OF MIAMI -DESIGN CRITERIA PACKAGE FOR REPAIR AND RECONSTRUCTION OF CITYWIDE ROADS I CITY OF MIAMI I
MIAMI,FL I SENIOR UTILITIES COORDINATOR I Th is City of M iam i pro ject may include,but is not lim ited to,
developing a Design Criteria Package that addresses dra inage im provem ents,slorm w aler modeling,
reconstruct ion,milling and resurfa cing,sidew alks,Am ericans w ith Disabilities Act (A DA)com pliant
ra mps,curbs and/or gutters,pavem ent m ar kings and striping,roadw ay signage,utility coordination,
and limited landscaping services.Th e Scope of Services also include surveying,geotechnical
investigations and testing,and related services necessar y fo r the prepar ation of the Design Criteria
Package fo r a var iety of different streets and intersections located throughout the City of M iam i that
ar e currently in very poor co nditions and require reconstruct ion and/or repairs.
PD&E I-195/SR 112 FROM NW 12 AVE TO SR-9 I METRIC ENGINEERING I MIAMI.FL I SENIOR UTILITIES COORDINATOR I
Th is project pro poses tra ffic operational,capacity and m ultim odal improvements along interstate
195 (1-195)/SR 112/Julia Tuttle Causew ay corridor from NW 12th Avenue to SR 907 /Alton Road
and w ithin the surro unding ram p terminal ar eas.A nother project object ive is to impro ve bicycle and
pedestrian connectivity through the implem entation of a protect ed and separa ted shar ed use path
along the Julia Tuttle Causew ay betw een the City of M iam i and the City of M iami Beach.Loca ted
w ithin the cities of M iam i and M iami Beach in M iam i-Dade County,the corridor provides interchange
access to several neighborhoods re cently experiencing significant gro w th including the Design
District,M idtow n,and W ynw ood in the City of M iam i.Additionally,the co rridor is vital in providing
a direct co nnection betw een M iami Intern ational Airport (M IA )via SR 11 2,1-95,and the densely
populated ar eas of M iami Beach.Travel dem and in this corridor is expect ed to increase over the next
M IA M I BEA C H
s o @s EI.IEEE5IJS)I3 1J)±AI!III5 JIU LIIS IL E)
30±44yr0y 2024-234-3)
30 years due to continued growth that is being planned within
the two cities and greater Miami-Dade County."BCC led the
successful completion of the 1-195 Corridor Planning Study
which established initial purpose &need,project feasibility and
potential solutions.BCC is a major partner on the PD&E team
focused on refining the project's purpose and need,further
developing multimodal solutions to address mobility and safety
issues,and facilitating extensive stakeholder coordination to
ensure equitable participation in the development of those
solutions to obtain project location and design concept
acceptance.BCC is providing the project team with diverse
support including concept development support (roadway and
structures),traffic and safety analysis support and stakeholder
coordination as well as serving as technical project advisor.
DESIGN BUILD OPERATION 6 MAINTENANCE SERVICES FOR AN ITS G SMART
PARKING SYSTEMS I CITY OF MIAMI BEACH TRANSPORTATION DEPARTMENT
I CITY OF MIAMI BEACH,FL I SENIOR UTILITIES COORDINATOR I BCC is
the project prime ITS designer and Design Project Manager.The
project consisted of the Installation of Closed-Circuit Television
Cameras {CCTV),Microwave Vehicle Detectors {MVDS),
Dynamic Message Signs {DMS),Travel Time Bluetooth sensors,
a Microwave wireless communications network,Parking
Counters with local availability parking count LED information
sign on all main roads and public parking garages within the
City of Miami Beach.The scope also included the design for
a Regional Central Control Center and Custom ITS/ATMS
control Software.BCC's responsibilities included Design Project
Management,ITS Design,Miscellaneous Structural Design,
Utility Coordination,Electrical Calculations,Traffic Control,
and plans production.
CITY OF MIAMI B8EACH DESIGN/BUILD/OPERATION G MAINTENANCE
SERVICES FOR AN INTELLIGENT TRANSPORTATION SYSTEM AND SMART
PARKING SYSTEM I CITY OF MIAMI BEACH I CITY OF MIAMI BEACH,FL I
SENIOR UTILITIES COORDINATOR I This design-build/operation &
maintenance project requires city-wide improvements for a new
intelligent transportation system {ITS),including CCTV cameras,
Advanced Dynamic Message Signs (ADMS)and associated
infrastructure improvements.Mr.Duran is responsible for
providing outreach to existing utility agencies within the project
limits and ensuring conflicts will not arise with the proposed
improvements.In addition,service points for the ADMS devices
were coordinated with Florida Power &Light to ensure load
demands can be met.
MIAMI BEACH
RICARDO "RICK"DURAN,CGC
UTILITY COORDINATOR
ITV OF MIAMI·DESIGN CRITERIA PACKAGE FOR REPAIR AND RECONSTRUCTION
OF CITYWIDE ROADS I CITY OF MIAMI I MIAMI,FL I SENIOR UTILITIES
COORDINATOR I This City of Miami project may include,but is not
limited lo,developing a Design Criteria Package that addresses
drainage improvements,stormwater modeling,reconstruction,
milling and resurfacing,sidewalks,Americans with Disabilities
Act {ADA)compliant ramps,curbs and/or gutters,pavement
markings and striping,roadway signage,utility coordination,
and limited landscaping services.The Scope of Services also
include surveying,geotechnical investigations and testing,and
related services necessary for the preparation of the Design
Criteria Package for a variety of different streets and intersections
located throughout the City of Miami that are currently in very
poor conditions and require reconstruction and/or repairs.
BCC Engineering is providing utility coordination services
for development of the City's design criteria package.Main
Project Responsibilities:Mr.Duran is responsible for obtaining
preliminary utility information for implementation onto concept
plans,coordinate initial contact transmittal to Utility Companies
and meet production schedules,assist EOR in identifying all
existing utilities and coordinate any new installations,assisting
EOR with identifying utility conflicts.
D4 CONTINUING SERVICES DESIGN CONSULTANT CONTRACT I FOOT DISTRICT
4 I BROWARD,FL I SENIOR UTILITIES COORDINATOR I This is a 5-year,
$5M Task Work Order (TWO)-driven contract with a limit
of $500k per TWO.BCC serves as an extension of District
Four's staff to deliver a wide range of assignments on any
schedule.This Continuing Services Contract includes multiple,
concurrent TWOs,focusing on the production of a complete set
of contract documents,conceptual plans,or component plans
for minor projects,such as 3R,POP,Ride-Only,safety,signal/
lighting upgrades/retrofits,Complete Streets,mobility,railroad
dynamic envelope installation,ITS/TSM&O improvement,
landscaping,operational improvements,and minor bridge
rehabilitation projects,or plans review,or RFP /criteria package
development.
«ooc+±I0IIIEEIII$JI3 7III3 AIU LJILI III3
39!II I 0»3924 234-4)
be
FIRM
BCC Engineering,LLC
YEARS OF EXPERIENCE
25
EDUCATION
BS in Architectural
Engineering,2015,
University of Miami
REGISTRATIONS/
CERTIFICATIONS
American Society of Civil
Engineers (ASCE),Vice
President of University of
Miami Student Chapter
1998-1999
National Society of
Architectural Engineers,
Treasurer of University of
Miami Student Chapter,
1997-1998
CARLOS MORALES
RESILIENCY SPECIALIST
Mr.Morales is BCC's Civil Division Manager.He is a seasoned professional with 25 years of
experience,known for his proactive approach and creative problem-solving skills.He excels in
dynamic environments,and making co nfident decisions under pressure.A co llaborative leader,he
fosters team growth while efficiently managing multiple projects and building lasting client relationships.
His passion for creative problem-solving is matched by his ability to make confident decisions even
in high-pressure situations,allowing him to excel in dynamic environments.Mr.Morales takes great
pride in his role as a collaborative team leader who not only provides guidance but also fosters the
professional and personal growth of team members.His proficiency in efficiently managing multiple
projects and teams is co mplemented by his skills in nurturing enduring relationships with clients and
consultants.Together,these qualities form a solid foundation for co nsistently delivering outstanding
results and contributing to the success of every endeavor he is involved in.
RELEVANT EXPERIENCE
72ND 6 PARK I CITY OF MIAMI BEACH I MIAMI BEACH,FL I SENIOR PROJECT MANAGER I The project consisted of
the development of a 32-story mixed-use high-rise located in the City of Miami Beach.Stormwater
management was successfully implemented through two drainage wells and a specialized exfiltration
trench with a sand filter,specifically designed for the garage area drain.The determination of the
finished floor elevation (FFE)was co ordinated with the City of Miami Beach,which planned to raise
the roads in the future as part of the North Beach Project.Consequently,the FFE was established two
feet higher than the existing road level,and to achieve a seamless transition,the harmonization of
the right-of-way (ROW)involved the implementation of a series of steps and ramps.In addition to
the stormwater management components,the project encompassed the installation of two sanitary
sewer manholes and approximately 500 linear feet of 12-inch DIP watermain.Th is co mprehensive
approach ensured compliance with city standards and regulations,addressing various infrastructure
aspects to support the successful development of the high-rise.
TOWN CENTER GATEWAY I CITY OF MIAMI BEACH I MIAMI BEACH,FL I SENIOR PROJECT MANAGER I The project
involved the development of a 28-story mixed-use high-rise located in the City of Miami Beach.
Stormwater management was successfully implemented through two drainage wells and a specialized
exfiltration trench with a sand filter,specifically designed for the garage area drain.The determination
of the finished floor elevation (FFE)was coordinated with the City of Miami Beach,which planned to
raise the roads in the future as part of the North Beach Project.Consequently,the FFE was established
two feet higher than the existing road level,and to achieve a seamless transition,the har monization
of the right-of-way (ROW)involved the implementation of a series of steps and ramps.In addition to
the stormwater management components,the project encompassed the installation of two sanitary
sewer manholes and approximately 500 linear feet of 12-inch DIP watermain.Th is comprehensive
approach ensured compliance with city standards and regulations,addressing various infrastructure
aspects to support the successful development of the high-rise.
JEFFERSON PLAZA I PRIVATE I NORTH MIAMI BEACH,FL I SENIOR PROJECT MANAGER I Developed for a private
client,the project entailed the development of an 18-acre site for multiple big-box retail stores along
with several outparcels.The design encompassed various components,including surface parking lot
MIAMI BEACH G
woo.as EIIEEII9 III8 JS±III 1I8 II)1JIU LIE
J9!I1ff4 2024-234-3)
design,stormwater mitigation,a watermain extension,and a
wastewater pump station specifically developed for the City of
North Miami Beach.Stormwater management was addressed
through a network of exfiltration trenches designed to handle
the 5-year-l-day storm event.To comply with Miami-Dade
County Fire Department regulations,a 12-inch watermain
extension was incorporated into the design.Additionally,the
wastewater system design adhered to North Miami Beach
Standards and required the installation of a wastewater pump
station.This comprehensive approach to the project ensured not
only compliance with regulatory standards but also effective
infrastructure design to support the development of big-box
retail and outparcels on the l8-acre site.
ABBOTT AVENUE STORMWATER IMPROVEMENTS I TOWN OF SURFSIDE I
SURFSIDE.FL I SENIOR PROJECT MANAGER I The project was divided
into two phases.Phase I consisted of providing comprehensive
civil engineering services of the existing stormwater drainage
condition of Abbott Avenue,spanning from 90th Street to 96th
Street.The scope of services encompasses the evaluation and
assessment of the current stormwater drainage conditions,as
well as the preparation of a detailed report offering viable
options to mitigate issues associated with ponding and
standing water.The report included a review and evaluation of
all existing pertinent information and materials,including plans,
narratives,calculations,and the ICPR model.Furthermore,
the design furnished a findings and conclusion report,
appraising the effectiveness and cost-efficiency of previously
proposed solutions.Phase II consisted of a series of drainage
improvements,which included the design of two underground
stormwater pump stations located at the intersections of Abbott
Avenue with 91 st Street and 92nd Street.Each pump station
was designed to discharge into three stormwater injection
wells,with an additional overflow connection leading to the
intercoastal waterway.To regulate the flow,a control structure
with a flap gate was incorporated to ensure that the stormwater
would not reach the intercoastal until the desired design
pressures were achieved.
GROVE ISLES STORMWATER IMPROVEMENTS I GROVE ISLES CONDOMINIUM
ASSOCIATION I MIAMI.FL I SENIOR PROJECT MANAGER I The scope of
work generally consisted of preparation of a detailed existing
stormwater system evaluation,preparation of improvement
options (with construction costs and schedules),public
MIAMI BEACH
CARLOS MORALES
RESILIENCY SPECIALIST
workshops and presentations to the community,once an
option was selected construction documents and permitting
for the stormwater system rehabilitation was underway,bid
procurement assistance (including preparing bid documents,
bid itemization schedule,bid advertisements and invitations,
pre-bid meeting,pre-qualifying contractors,bid tabulation and
review for selection)and construction management.Grove Isle
was built in the early 1970s and encompasses most of the 20-
acre man made in-fill island dredged out of Biscayne Bay in
the 1920's.A multiple basin analysis and testing of the pre-
existing drainage wells was performed.Based on a detailed
evaluation and the poor condition of the pre-existing drainage
wells it was determined that they would need to be abandoned
and replaced with new wells.
EAGLE BANK I PRIVATE I BAY HARBOR ISLAND.FL I PROJECT MANAGER
I The project,commissioned by a private client,involved the
construction of a bank located in Harbor Island.The civil
design was comprehensive,covering the stormwater system,
paving and grading,as well as water,fire,and sewer services.
The stormwater system incorporated a control structure and
drainage well for effective water management.The design
of water,fire,and sewer services adhered to the MD WASD
Standards,ensuring compliance with regulatory and safety
requirements.This approach aimed to create a well-integrated
and compliant infrastructure for the bank construction.
MIAMI DADE COUNTY EDP -MULTIPLE STORMWATER PUMP STATIONS I
MIAMI-DADE COUNTY OTPW I MIAMI-DADE COUNTY,FL I SENIOR PROJECT
MANAGER I Developed for Miami-Dade County DTPW,the
project focused on the improvement designs for six stormwater
pump stations across the County This initiative involved
upgrading the pump stations by replacing telemetry sensors,
implementing a SCADA system,adjusting pump run times,and
constructing additional louvers,trash racks,sluice gates,and
gate actuators.Throughout the project,extensive coordination
efforts were undertaken with both the equipment manufacturer
and the county.This collaborative approach ensured seamless
integration of the upgraded components,enhancing the overall
efficiency and performance of the stormwater pump stations.
The improvements aimed at modernizing and optimizing the
infrastructure,aligning with Miami-Dade County's commitment
to effective slormwater management.
0o
o o o«as ±IWIEZRI $II5 HI#SZJAIIS MIU LJIJSILI;
30!Iny 29 4-234-3/9
be
engineertng
FIRM
BCC Engineering,LLC
YEARS OF EXPERIENCE
1
EDUCATION
PhD in W ater Resources
Engineering,2021,
University of Central
Florida
M S in G eology-
Hydrogeology 2017,
W est Virginia University
M S in G eology-
Hydrology,2012,
Shahrood University of
Technology
BS in G eology,2009,
University of Tehra n
MOHAMMAD SHOKRI,PHO
RESILIENCY SPECIALIST
M r.Shokri has received his PhD in Civil-W ater Resources Engineering from the University of Central
Florida.He has several years of experience combined while acquiring his PhD program,Masters
degrees (Geology-Hydrology),and Bachelor degree (Geology).Dr.Shokri's experience includes
storm w ater hydro logy,management,and treatment;karst hydrology;and hydrogeology in diverse
geographical areas (Florida,West Virginia,and Iran).
RELEVANT EXPERIENCE
CITY OF DORAL -VULNERABILITY ASSESSMENT I CITY OF DORAL I DORAL,FL I LEAD RESEARCH/PROJECT ENGINEER I
As part of this Service Order,BCC Engineering,LLC.(BCC)will support the City of Doral (City)in
com pleting the Vulnerability Assessment (VA ),per s.380.093,FS.,which will identify areas within
the City m ost susceptible to dam age fro m an increase in sea-level and groundwater rise.This Service
O rder w ill be an integral par t of the Continuing Professional Engineering Services Agreement (RF
N o.2019-05)betw een the City and BC C.
VILLAGE OF PINECREST GEC I VILLAGE OF PINECREST I MIAMI,FL I LEAD RESEARCHER/PROJECT ENGINEER I Th is is
a continuing architectura l and engineering services co ntra ct w ith Village of Pinecrest.Severa l Ta sk
W ork O rders ar e:Drainage Pro ject Phase I:SW 70th Avenue betw een SW 128th street to SW 133rd
street,lO 0D N -l W dra inage improvem ents -Phase 2 SW 73rd court betw een SW 10 4th street to
SW 98th street,SW 10 0th street from SW 73rd co urt to SW 72 nd Ave and SW 98th street from SW
73rd CT to SW 72 nd Ave and SW 98th street from SW 73RD CT to SW 72 nd Ave,ClO 0DN -lW
Drainage Im pro vements Phase l:SW 71 st Avenue betw een SW 10 4th street to SW 10 1 st street and
SW 72 nd avenue betw een SW l 04th street and SW 98th street,Vulnera bility Assessment and Basin
C 1 00A E-2 Drainage Impro vem ents.
C 1O0N-1W DRAINAGE DESIGN -PHASE 1 TWO #3 I VILLAGE OF PINECREST I MIAMI,FL I LEAD H&H MODELER/PROJECT
ENGINEER I Th is is Ta sk W ork O rder #3 for Village of Pinecr est C 10 0DN -1 W Dra inage Improvements
Phase l:SW 71 st Avenue betw een SW l 04th street to SW 10 1st street and SW 72 nd avenue
betw een SW l 04th street and SW 98th street.Th is pro ject includes the design,permitting,and post-
design services for the required roadw ay and drainage improvem ents.Phase 1 of this pro ject includes
a total 0f 3,890 linear feel of roadw ay and drainage improvements.
VILLAGE OF PINECREST VULNERABILITY ASSESSMENT I VILLAGE OF PINECREST I MIAMI,FL I LEAD RESEARCHER/
PROJECT ENGINEER I In response lo Florida's vulnerability to flooding and clim ate-related challenges,the
Florida Legislature initiated the Resilient Florida (RF)G ra nt Pro gra m during the 2021 regular session.
Th is program,managed by the Florida Depar tm ent of Environm ental Protection (FDEP),aim s lo assist
local govern m ents in co nducting Vulnerability Assessments (VA s)addressing risks related to flooding,
sea-level rise,and clim ate change.Acknow ledging its susceptibility to these issues,the Village had
previously undertaken a Storm w aler M aster Plan (SW M P)in 2015.N ow ,as par t of the RF G ra nt
Pro gra m ,the Village has secured funding to assess the impact s of flooding on critica l assets.BC C
Engineering,LLC,has been engaged to develop a co mprehensive VA,analyzing the effects of sea-
level rise,groundw ater rise,and increased rainfall on significa nt assets w ithin the Village,aligning
w ith statutory requirements.Th is assessment utilizes the latest available data and integra tes existing
hydrologic and hydraulic models from the SW M P report.
MIAMI BEACH
«roar ±IIEE5II ±IE8 ##IJIII3 IJ LJII Et3
39!Ir031 2934-234-4D
CITY-WIDE BRIDGE REHABILITATION SERVICES TASK WORK ORDER NO.4-
SERENA ST.PEDESTRIAN BRIDGE AND SIDEWALK IMPROVEMENTS I CITY OF
SARASOTA I SARASOTA,FL I WATER RESOURCE ENGINEER I This project
consists of the design of a new pedestrian bridge extending
from Serena Street right-of-way to the shopping plaza west of
Beneva Road.The bridge needs to cross over a County-owned
drainage canal.Sidewalk improvements necessary to connect
the street to the pedestrian bridge are also included.Additional
optional services for sidewalk extensions along Serena Street,
Bailey Road and along the eastern bank of the drainage canal
west of the shopping plaza west of Beneva Road will also
be considered.Sidewalk work includes tie-in connections at
the new pedestrian bridge over County Canal,including all
necessary hardware to meet ADA requirements.The sidewalk
analysis shall include back-of-sidewalk profiles,ond a matrix of
impacts with breakdown of cost and supporting documentation.
The scope of work includes roadway engineering,drainage
and permitting,a lighting design analysis report,aerial
photography,analysis of the existing hydraulic models,and
other services as specified by the City.
NORTH BAY VILLAGE STORMWATER MASTER PLAN DEVELOPMENT I
NORTH BAY VILLAGE,FL I NORTH BAY VILLAGE,FL I WATER RESOURCE
ENGINEERING DESIGNER I The Village,located in Miami-Dade
County,is a coastal municipality built on fill in Biscayne Bay,
surrounded by an Outstanding Florida Water (OFL)and within
the Biscayne Bay Aquatic Preserve.Comprising three man-
made islands-North Bay Island,Harbour Island,and Treasure
lsland-the Village features a mix of single-family homes,multi-
family dwellings,and institutional buildings.With a population
of around 9,l 00 residents and covering approximately 0.97
square miles,the Village faces challenges from rising sea levels,
groundwater,increased rainfall,and threats from hurricanes
and storm surges.Additionally,the Village's infrastructure,
including seawalls and stormwater systems,is aging,leading
to issues such as sunny-day flooding and standing water post-
rainfall.To address these challenges and enhance community
resilience,the Village has enlisted BCC to develop a
comprehensive Stormwater Master Plan (SWMP).The SWMP
aims to protect infrastructure,improve stormwater quality,and
develop a prioritized capital improvement plan with funding
alternatives by evaluating existing systems,analyzing future
conditions,and proposing strategies and policies.
CITY OF LAUDERHILL STORMWATER MANAGEMENT AND FLOOD PROTECTION
MASTER PLAN I CITY OF LAUDERHILL DEPARTMENT OF ENVIRONMENTAL
AND ENGINEERING SERVICES I LAUDERHILL,FL I WATER RESOURCE
ENGINEERING DESIGNER I The City falls within the boundaries of
MIAMI BEACH
MOHAMMAD SHOKRI,PHD
RESILIENCY SPECIALIST
the South Florida Water Management District (SFWMD)C-12
East,C-12 West and C-13 West Basins.The existing drainage
facilities within the City consist of canals and lakes that are inter-
connected by culverts,bridges and control structures,which
ultimately outfall to SFWMD'C-12 {i.e.,North Fork New River)
and C-13 (i.e.,Middle River)canals.These canals originate
near the conservation areas in the west and primarily flow in a
westerly direction,prior to the discharging into the Bay to the
east.The allowable discharge to and for these canals based
on SFWMD's 25-year 72-hour design storm event is regulated
and limited to 90.6 and 75.9 cubic feet per second per square
mile (CSM)for the C-12 and C-13 canal,respectively.To better
assess the current and future flood protection level of services
(FPLOS),a fully integrated one-dimensional (l D)and two-
dimensional (2D)hydrologic/hydraulic (H&H)model will be
developed.The software for this effort consists of Streamline
Technologies Interconnected Channel and Pond Routing
Model (ICPRv4).BCC works closely with the City in identifying
and evaluating feasible stormwater management practices to
address areas that are not meeting the required FPLOS.This
SMFPMP will include a short-range (5-year),mid-range-
range (10-years),and long-range (15-years)stormwater CIP
that will take into consideration sea level and groundwater rise
projections and the City's capital budget to address current
high priority stormwater problem areas in a systematic manner,
maximizing benefits per unit cost.This SMFPMP will also
include preliminary conceptual schematics with planning-level
cost estimates for the high-priority projects that will be included
in the stormwater CIP.
CITY OF LAUDERHILL STORMWATER SERVICES 20-YEAR NEEDS ASSESSMENT
SUPPORT I CITY OF LAUDERHILL DEPARTMENT OF ENVIRONMENTAL AND
ENGINEERING SERVICES I LOCATION I LEAD H6H MODELER/PROJECT
ENGINEER I BCC was contracted by the City of Lauderhill
to assist in collecting and analyzing the necessary data to
complete the needs analysis.As part of this,BCC created a
summary description of the City's stormwater management
system;estimated quantities for City stormwater facilities,
where applicable,including buried canal cross-culverts,
buried pipes/storm drains,open ditches/conveyances (lined
&unlined),storage or treatment basins (i.e.,wet or dry ponds),
gross pollutant separators (i.e.,sediment traps,baffle boxes,
etc.),stormwater treatment wetland systems,catch basins/
inlets,manholes,and exfiltration trenches In addition,BCC
estimated future stormwater facility expansions and respective
costs for flood protection projects.
or sos EIIIEEIII0 ±II,8 #1}ZIJ WI)LI)IV1IE3
19!I11\1104 224-234-34D beengineering
FIRM
INTERA,Inc.
YEARS OF EXPERIENCE
30
EDUCATION
MS in Coastal and
Oceanographic
Engineering,University
of Florida,1995
BS in Mathematics/
Applied Physics,
Marietta College,1993
REGISTRATIONS/
CERTIFICATIONS
Professional Engineer,
FL No.57509,2001
Professional Engineer,
MS No.17411,2006
Professional Engineer,
LA No.34065,2008
Professional Engineer,
NY No.090705,2012
(Inactive)
Professional Engineer,
TX No.113783,2013
MICHAEL KRECIC,PE
QUALITY CONTROL COASTAL ENGINEERING
Mr.Krecic's project experience includes design of coastal structures (revetments,breakwaters,
seawalls,and groins)and construction for urban waterfronts,marinas,and other projects.
RELEVANT EXPERIENCE
PHASED DESIGN BUILD-SR A 1A EMERGENCY SEAWALL PROJECT I FLORIDA DEPARTMENT OF TRANSPORTATION I FLAGLER
AND VOLUSIA COUNTIES,FL I PROJECT MANAGER/COASTAL ENGINEER I The FDOT would like to install two
seawalls along SR Al A to protect the roadway from Atlantic Ocean hurricane surges and waves.
One segment extends from the S.Central Avenue in Flagler County to one-half mile north of High
Bridge Road in Volusia County (approximately 7,000 feet [ft])The other segment extends approx.
2,300 ft from Marlin Drive to Sunset Drive in Volusia County.Analyses included assessing historical
beach profiles and shoreline changes,simulating shoreline responses to 50-year storms (with sea
level rise)utilizing USACE's cross-shore erosion model (SBEACH),and estimating local scour.
LIBERTY ST.MARINA COASTAL ENGINEERING DESIGN SUPPORT AND FLUSHING STUDY I CITY OF JACKSONVILLE I
JACKSONVILLE,FL I PROJECT MANAGER/COASTAL ENGINEER I Developing wave and hydrodynamic conditions
for daily and extreme conditions for a proposed new marina at the old county courthouse parking lot,
which was pile-supported over the St.Johns River.Additionally,assessing tidal circulation (flushing)
of the proposed basin to meet environmental regulatory requirements.
OCEARCH PIER SHORELINE REVETMENT I CITY OF JACKSONVILLE I JACKSONVILLE,FL I PROJECT MANAGER/COASTAL
ENGINEER I Designing a rock revetment for placement under and adjacent to the recently-constructed
OCEARCH pier in Mayport along the St.Johns River.
INDEPENDENT EXTERNAL PEER REVIEW OF THE MIAMI-DADE,FLORIDA COASTAL STORM RISK MANAGEMENT STUDY I U.S.
ARMY CORPS OF ENGINEERS COASTAL STORM RISK MANAGEMENT PLANNING CENTER OF EXPERTISE,BALTIMORE DISTRICT,
BATTELLE MEMORIAL INSTITUTE I MIAMI-DADE,FL I PROJECT MANAGER/COASTAL ENGINEER I Reviewed proposed
tentatively selected plan,which includes beach nourishment (generally in hot spots)
FLORIDA YACHT CLUB DESIGN-BUILD ROCK BREAKWATER WAVE MODELING AND ANALYSIS I FLORIDA YACHT CLUB I
JACKSONVILLE,FL I PROJECT MANAGER/SENIOR ENGINEER I As subcontractor,assessed rock stability,needed
crest width and elevation,and wave transmission of rock breakwater,selected in lieu of a pile-
supported vertical wave barrier,to protect an existing marina.Evaluated marina basin disturbance
(tranquility)via CGWAVE wave model.
1-275 AT SUNSHINE SKYWAY SEAWALL PHASE II -WAVE ATTENUATION DEVICE DESIGN-BUILD I FLORIDA DEPARTMENT
OF TRANSPORTATION I MANATEE COUNTY,FL I PROJECT MANAGER/SENIOR ENGINEER I Project includes design,
permitting,and construction of two breakwaters located approximately 200 feet offshore the south
Skyway fishing pier access road.The breakwaters intend to limit wave energy reaching the recently
repaired seawall and fishing pier access road and provide an area for seagrasses to grow behind the
breakwater as future environmental impact mitigation.Assessed stability of the devices under extreme
conditions,resistance to settling and shifting,attenuation of wave energy at the existing seawall under
different surge events,and scour at the breakwater ends.
US 1 SHORELINE STABILIZATION STUDY I FLORIDA DEPARTMENT OF TRANSPORTATION -DISTRICT 51 REVARD COUNTY,
FL I PROJECT MANAGER/SENIOR ENGINEER I As subcontractor,led feasibility study to identify alternatives
MIAMI BEACH 0
woos ±IIEEE5III)S:III8 JJZIIAII5 IJIJJU SI:LI3
39!II04 2934-234-3/D0
be
that address erosion occurring along an approximate l9-mile-
long section of roadway embankment between US 1 and
the Indian River Lagoon.Identified areas needing protection
based on bank slopes steeper than design,distance from
edge of pavement to shoreline,50-and 100-year wave
energies along the shoreline,and areas with existing shoreline
protection.Examined alternatives included revetments,
nearshore breakwaters,sills,and bulkheads constructed from
a variety of materials.Based on feasibility-level resolution to
three subjects:engineering design,environmental constraints,
and project costs,WAD sills appear most appropriate.
TIMES-UNION BULKHEAD REPLACEMENT I CITY OF JACKSONVILLE I
JACKSONVILLE,FL I PROJECT MANAGER/SENIOR ENGINEER I As
a subcontractor,determined 25-,50-,and 100-year
hydrodynamic conditions (via ADCIRC and SWAN modeling)
and provided scour depths,wave forces,and wave overtopping
rates for bulkhead lining the north bank of the St.Johns River
from near the Acosta Bridge to the Hyatt Regency hotel.
While the conditions assessment included six segments (CSX,
Times-Union,Jacksonville Landing,Main St.Bridge,Landing
Parking Lot,and Coastline Drive),this contract only covered
replacement of the Times-Union bulkhead.
POST-HURRICANES MMATTHEW (2O 16)AND IRMA [20171 DUNE RESTORATION
AND SEAWALL INSTALLATION CONSTRUCTION OBSERVATION I FLAGLER
COUNTY I FLAGLER COUNTY,FL I PROJECT MANAGER/SENIOR ADVISOR
I As a subcontractor,served as overall Quality Assurance/
Quality Control (QA/QC)lead on 1l.5-mile dune restoration
project from the county line to the north end of Flagler Beach.
Sand originated from two sand processing (upland)plants
located 50-60 miles from the sites.Managed onsite beach
observer.Served in similar role for Painters Hill vinyl seawalls
project,which includes an 815-ft section and a 433-ft section
connecting to an existing vinyl wall.
U.S.ARMY CORPS OF ENGINEERS MODEL CERTIFICATION REVIEW OF THE
GENERATION II COASTAL RISK MODEL I BATTELLE MEMORIAL INSTITUTE,
FL I U.S.ARMY CORPS OF ENGINEERS I PROJECT MANAGER/COASTAL
ENGINEERING SUBJECT MATTER EXPERT I Evaluated the technical
quality,system quality,and usability of the Generation II Coastal
MIAMI BEACH
MICHAEL KRECIC,PE
QUALITY CONTROL COASTAL ENGINEERING
Risk Model in accordance with USACE model certification/
review guidelines The desktop model analyzes non-sacrificial
coastal protection systems (e.g.,seawalls and bulkheads)in
a risk-based life cycle context to help support the USACE in
making decisions about proposed alternatives.
SR A 1A FLAGLER COUNTY SEAWALL EXTENTS EVALUATION (SEGMENT 3)
I FLORIDA DEPARTMENT OF TRANSPORTATION -DISTRICT 51 FLAGLER
COUNTY,FL I SENIOR ENGINEER I In support of the FDOT PD&E
study,evaluated the alongshore extents of a planned,one-
mile-long seawall to protect the roadway (just north of
Flagler Beach)following damage sustained during Hurricane
Matthew (2016).Analyses centered on long-term shoreline
changes and cross-shore erosion modeling (SBEACH)
Findings suggest possibly extending the wall alongshore south
an additional 3,000 feet may prove warranted in the future.For
the design phase,also estimated scour fronting the seawall and
made recommendations for possible toe protection measures.
Prepared roadway vulnerability study with CCCLa model.
Participated in FDEP CCCL permitting meetings and weekly
teleconferences.
SR A 1A STEEL SHEET PILE WALL SCOUR DEPTH AND BEACH FILL EVALUATION
I FLORIDA DEPARTMENT OF TRANSPORTATION I CITY OF FT.LAUDERDALE,
FL I SENIOR ENGINEER/ENGINEER OF RECORD I Quantified potential
erosion and toe scour that an SR Al A seawall might experience
to aid in design of a FDOT seawall proposed in response to
erosion caused by Hurricane Sandy and Thanksgiving Day
storm.For the City of Ft.Lauderdale,evaluated dune/beach
fill alternatives placed in conjunction with FDOT seawall.
Evaluations performed included SBEACH cross-shore erosion
modeling.Calculated horizontal wave forces on seawall for
final design.Delivered analyses to meet the expedited design
schedule to ensure construction completion before the start
of marine turtle nesting season.Coordinated closely with
FDOT,the city,and their consultants to eliminate any potential
schedule delays.Permitting agencies approved the analyses
without revision.
«ans»sos ±IIIEEE:II0 5JI:3 1 zIIS MIU LJIIJULIES
JO!/Hr)n104 3924 234-3)D)
beesg
FIRM
INTERA,Inc.
YEARS OF EXPERIENCE
34
EOUCATION
PhD in Coastal and
Oceanographic
Engineering,University
of Florida,1997
MS in Naval
Architecture and
Offshore Structures,
University of California
at Berkley,1992
BA in Engineering
Science,Dartmouth
College,1990
REGISTRATIONS/
CERTIFICATIONS
Professional Engineer
(Civil),FL No.54594,
1999
Professional Engineer
(Civil),LA No.32466,
2006
Professional Engineer
(Civil),SC No.338455,
2020
MARK GOSSELIN,PHO,PE
COASTAL ENGINEER
Dr.Gosselin has served as project manager on hundreds of scour and hydraulics assessments of
bridges and coastal structures throughout the country.
RELEVANT EXPERIENCE
SANIBEL CAUSEWAY BRIDGE,LEE COUNTY,EMERGENCY PROCUREMENT I FLORIOA OEPARTMENT OF TRANSPORTATION -
OISTRICT 1 I LEE COUNTY,FL I PROJECT MANAGER I Project manager for the emergency and permanent repair
project to address the damage done to the Sanibel Island Causeway corridor during the landfall
of Hurricane Ian.Project involved forensic investigation into the mechanisms causing the failure,
hindcasting Hurricane Ian,and developing the design of the protection for the seawalls and roadway
throughout the project.Work included both design build projects let for the corridor.
F-275 AT SUNSHINE SKYWAY SEAWALL PHASE II -WAVE ATTENUATION OEVICE DESIGN-BUILD I FLORIDA DEPARTMENT
OF TRANSPORTATION -DISTRICT 1I MANATEE COUNTY,FL I QUALITY CONTROL REVIEWER I Project includes design,
permitting,and construction of two breakwaters located approximately 200 feet offshore the south
Skyway fishing pier access road.The breakwaters intend to limit wave energy reaching the recently
repaired seawall and fishing pier access road and provide an area for seagrasses to grow behind the
breakwater as future environmental impact mitigation.Reviewed all technical work associated with
the design and final documentation.
HOWARD FRANKLAND BRIDGE OVER OLD TAMPA BAY DESIGN BUILD I FLORIDA DEPARTMENT OF TRANSPORTATION -DISTRICT
1/TAMPA,FL I QUALITY CONTROL REVIEWER I Quality Control Reviewer for the Bridge Hydraulic Report
supporting the replacement bridge design.This project involved coastal and hydraulic support for the
design of the replacement bridge.That includes developing the design hydraulic and wave conditions
by applying an American Association of State Highway and Transportation Officials (AASHTO)
Level 3 analysis,calculating the design scour at the bridge foundations and seawalls,developing the
design wave crest elevation,calculating wave forces on the seawall,and the conceptual design of
the shoreline/abutment protection.The Level 3 analysis employed a coupled SWAN+ADCI RC model
driven by the historical hurricanes of record.Applying extremal analysis to the results from those
simulations provided the input for the scour calculations,the development of the design wave crest,
wave forces,shoreline/abutment protection.
HYDRAULIC AND SCOUR ANALYSIS FOR THE BEACH CORRIDOR RAPID TRANSIT PROJECT DEVELOPMENT AND ENVIRONMENT
STUDY I MIAMI-DADE COUNTY I MIAMI,FL I QUALITY CONTROL REVIEWER I Provided quality control review for
a project involving the design of a new bridge for a light rail connect Downtown Miami with Miami
Beach.To connect the two locations,the new bridge will cross the lntracoastal Waterway Channel,
parallel the Main Channel at the Port of Miami,and cross Meloy Channel.Bridge foundations
located in these waterways will be subject to local scour during hurricane events.Project involved
2D SWAN+ADCIRC modelling to simulate the hydraulics associated with hurricane storm surge and
scour calculation.
SR A1A ROADWAY PERMANENT REPAIRS -SEGMENTS 1 6 3,DISTRICT 5 I FLORIDA DEPARTMENT OF TRANSPORTATION
I FLAGLER COUNTY,FL I PROJECT MANAGER I Provided oversight of coastal engineering efforts,the report
review,and coordination with permitting efforts Project involved the support of design of the seawall
MIAMI BEACH 0o
woo +±UIIEEIII)SE3III3 HJ1ZILL}JIU LJ)II SIDE1II3
39±Irr104 2924·294-34D
be
in segment 3 (north end of the project)via beach erosion
modeling and a risk evaluation of a proposed revetment system
in segment 1 (south end of the project).
BOULEVARD OF THE ARTS LIVING SHORELINE ANO SHORELINE PROTECTION
DESIGN I CITY OF SARASOTA I SARASOTA,FL I PROJECT MANAGER I The
city requested a conceptual design of the revetment shoreline
protection at l 000 Boulevard of the Arts and adjacent riprap
breakwater at 10 01.The intent of the breakwater is to protect
mangrove plantings along the 1001 property creating a living
shoreline.W ork for the project involved development of design
wave and surge criteria,sizing the armor stone protection
for both the shoreline protection and the breakwater,and
determining both the horizo ntal and vertical extents of the
coastal structures.All design calculations and recommendations
were documented in a Coastal Engineering Design Report.
SEAWALL MASTER PLAN !RESILIENCY STUDY)I CITY OF FORT LAUDERDALE
I FORT LAUDERDALE,FL I PROJECT MANAGER I The City of Fort
Lauderdale issued a task work order under its Structural
Engineering Consultant Services co ntract to develop a
Master Plan for all city owned seawalls and shoreline.The
master plan included inspection of all assets,identification of
any deficiencies or vulnerabilities,and the development of
recommendations to address these deficiencies.Responsible for
the inspection of all city owned shorelines.Inspected shorelines
at eight individual shoreline locations totaling approximately
three miles.Additional responsibilities included assessing
shoreline vulnerability,identifying corrective actions and
providing recommendations to address potential vulnerability
following sea level rise within a25-and 50-year time frame.
VENETIAN CAUSEWAY FROM NORTH BAYSHORE DRIVE IN MIAMI TO PURDY
AVENUE IN MIAMI BEACH PROJECT DEVELOPMENT AND ENVIRONMENT
STUDIES I FLORIDA DEPARTMENT OF TRANSPORTATION DISTRICT 6 I
MIAMI-DADE COUNTY,FL I QUALITY CONTROL REVIEWER I Provided a
quality control review for a project investigating replacement
of twelve bridges along Venetian Causeway in Miami,
M IA M I BEA C H
MARK GOSSELIN,PHD,PE
C O A STA L EN G IN EER
Florida as part of a PD&E studies for the FD OT.Th e project
involved the calculation of the 50-,100-,and 500-year
return period storm surge and wave climate via an application
of the ADCIRC+SW AN software.Additional work involved
calculation of scour at the existing and proposed alternative,as
well as the calculation of the wave forces on both the existing
and proposed superstructures.
REHABILITATION OF BEAR CUT BRIDGE ON THE RICKENBACKER CAUSEWAYIMIAMI-DADE COUNTY I MIAMI-DADE COUNTY,FL I PROJECT MANAGER I
Provided management oversight for the design-build project
involving development of the design hydraulic and scour
parameters at the bridge for a widening project.The hydraulic
analysis included an application of ADCIRC to determine the
50-,10 0-,and 500-year return period storm surge conditions
at the bridge crossing.The project also involved application of
the FDOT rock scour procedure to determine the local scour in
the near-surface rock layer.Testing of the rock indicated that
the scour resistant material would produce less scour,which
resulted in lower design embedment depths for the widened
portion substructure.
COASTAL ENGINEERING ANALYSIS OF THE PORT OF MIAMI TUNNEL I FLORIDA
DEPARTMENT OF TRANSPORTATION -DISTRICT 6 I MIAMI,FL I ENGINEER
OF RECORD I Provided project management and served as
engineer of record for the coastal engineering aspects of the
design for the Port of Miami Tunnel co nnecting Dodge and
Watson Islands.Th e project involved developing,calibrating,
and simulating the 50-,100-,and 500-year return period
hurricane generated surge elevations and wave climate.The
project also involved estimating wave forces and overtopping
rates for a temporary construction wall under multiple return
period co nditions,development of shoreline protection at the
co nstruction site,and flood elevations at the port operations
facilities.
«no»ca ±IEEE3II 'III,E3 HE:IMAILS IJ LJ'JIU SIB1IE3
0!IHI 0y 2024234-34)
MICHAEL TRUDNAK,PE
COASTAL ENGINEER
FIRM
IN TERA ,Inc.
YEARS OF EXPERIENCE
28
EDUCATION
M S in Coastal
Engineering,University
of Florida,1997
BS in G eosciences,
Pennsylvania State
University,1995
REGISTRATIONS/
CERTIFICATIONS
Pro fessional Engineer,FL
No.58200,2002
M ichael Trudnak is a Coastal Engineer w ith over 26 year s of experience focusing on coastal process
analyses and developing beach and inlet managem ent solutions.
RELEVANT EXPERIENCE
BEACH RESTORATION DESIGN AND PERMITTING SERVICES I VOLUSIA COUNTY I VOLUSIA COUNTY,FL I PROJECT MANAGER/
SENIOR COASTAL ENGINEER I Currently directing the com pletion of Florida Depar tment of Environmental
Protection (FD EP)and U.S.Army Corps of Engineers (USAC E)permit modification requests fo r tw o
separate projects to allow beach placem ent of beach quality dredge materials.The first project
w ill place appro xim ately 600,000 cy of material along 5 miles of N ew Smyrna Beach;the fill
material w ill be tra nsported via hydra ulic pipeline fro m Florida Inland N avigation District's (FIN D )
M aintenance Spoil Area (M SA)434/434C South (a.k.a.Rattlesnake Island)Th e second project
w ill place up to 700,000 cy of material along segm ents of Ponce Inlet,W ilbur-By-Th e-Sea,Daytona
Beach Shores,and Daytona Beach;the fill material w ill be trucked from an on-beach stockpile of inlet
and IC W W maintenance dredge material that USAC E's dredging co ntractor w ill construct.W ork
involves beach fill design,enviro nm ental assessm ents and surveys,stale and federal permitting,and
close co ordination w ith severa l govern m ent entities including USAC E,FIN D,FDEP,and the County.
ALPINE GROVES PARK SHORELINE RESTORATION I ST.JOHNS COUNTY I ST.JOHNS COUNTY,FL I PROJECT MANAGER/Pro fessional Engineer,TX
No.10 3882,2009 SENIOR COASTAL ENGINEER I Hurrica nes M atthew (2016)and Irma (2017)ca used severe ero sion of the
shoreline and geologically unique bluff (-17'high)of Alpine Gro ves Park,located along the eastern
shoreline of the St.Johns River,producing a near vertical escarpment along the majority of the par k's
un-pro tect ed shoreline and undermining and fa lling severa l lar ge diameter historic oak trees.Pro vided
design and perm itting services and bidding assistance for a hard shoreline stabilization structure
to restore and prevent further erosion of the bluff.Th e selected design,best meeting the County's
goals and object ives,consists of a ro ck rip rap revetment designed to minimize impacts to existing
w etland vegetation,prevent bluff ero sion,and minimize future maintenance requirements.Conduct ed
a site assessment including mapping/char acterization of enviro nmental resources and a w etland
delineation survey;project design,fro m conceptual design thru final design,for a shoreline revetment
and bluff restoration,including fill and gra ding and native plantings;permitting,via the USAC E and
the St.Johns River Water M anagem ent District (SJRW M D );developed technica l specifications and
construction draw ings;prepared an O pinion of Probable Cost;and as sisted w ith bidding,Contra cted
lo provide construction adm inistration services for project construction,anticipated to commence late
w inter 2024.
T-HEAD GROIN DESIGN FOR PUERTO LOS CABOS I PUERTO LOS CABOS I CABO SAN LUCAS,B.C.S.,MEXICO I PROJECT
MANAGER/LEAD COASTAL ENGINEER I As project manager and lead coastal engineer,developed a T-Head
groin field design lo address severe ero sion dow ndrift of the jettied port entra nce.Established design
conditions by developing an ADC IRC +SW AN model of the Eastern Pacific to hindcast Hurrica ne
O dile and simulate the prior 34-years of wave climate al the project site,designed the groin field
layout and structure elevations,and recomm ended ar mor stone sizes.
M IAM I BEACH o
«nos ±III'IEII6 8III3 HU SAIA8 AII)LJIII))LIB3
30!4Hr»fy 9 4-234-3)
b
ngineer ng
QUEENS HARBOUR YACHT 6 COUNTRY CLUB LIVING SHORELINE PROJECT I
QUEENS HARBOUR YACHT 6 COUNTRY CLUB I JACKSONVILLE,FL I PROJECT
MANAGER/LEAD COASTAL ENGINEER I Designed and permitted a
living shoreline consisting of oyster shell filled gabions and
spartina plantings along 1,000 ft of marsh shoreline to reduce
siltation in the Queens Harbour Yacht &Country Club's entry
channel and mitigate chronic marsh erosion along the north
bank of the channel.Coordinated with Florida Department
of Environmental Protection,Division of State Lands,client,
and surveyor to execute a boundary line agreement and
private sovereign submerged lands easement.Assisted with
bid administration and executing the construction contract.
Currently providing construction administration services.
HERNANDO COUNTY ARTIFICIAL REEF PROGRAM I HERNANDO COUNTY I
CITRUS COUNTY,FL I LEAD COASTAL ENGINEER I Under subcontract
to Water &Air Research,Inc.,developed conceptual designs
for l5 potential artificial reef sites,including 8 nearshore sites
located approximately 9 miles offshore of Hernando Beach,
3 midshore sites approximately 13 -15 miles offshore,and 4
offshore sites approximately 19 miles offshore.To assess the
stability of manufactured concrete reef modules and limestone
boulders at the various reef sites under 25-,50 -,and 10 0 -y
storm conditions,I NT ERA applied the SW AN wave propagation
model to analyze the storm wave climate,ca lculated design
wave forces acting on the proposed reefs,evaluated which reef
modules can withstand based on weight,geometry,and other
design elements the wave forces,and ca lculated suitable
limestone boulder sizes.Computed scalable co nceptual-level
co st estimates for the mobilization,material,and construction
of the conceptual artificial reef designs.Summar ized results in
a report to facilitate discussions regarding selection of the top
ten preferred sites and reef designs to carry into the permitting
phase.
CITRUS COUNTY ARTIFICIAL REEF PROGRAM I CITRUS COUNTY I CITRUS
COUNTY,FL I LEAD COASTAL ENGINEER I Reviewed the characteristics
of 20 potential artificial reef sites and identified the l 0 most
suitable sites for further evaluation.Computed a feasibility-
level co st estimate including mobilization,materials,and
MIAMI BEACH
MICHAEL TRUDNAK,PE
COASTAL ENGINEER
construction co sts of the proposed artificial reefs.
SUMMER HAVEN REVETMENT DESIGN-BUILD I ST.JOHNS COUNTY I ST.
JOHNS COUNTY,FL I PROJECT MANAGER/SENIOR COASTAL ENGINEER I
This Federal Emergency Management Agency (FEMA)-
funded project co nsists of restoring an existing rock revetment
along the Atlantic Ocean shoreline after damages incurred
during Hurricane Matthew.In lieu of the revetment,INTERA
recommended the contractor propose a seawall with some
additional rock to reduce costs and meet the FEMA funding
restrictions.Calculated scour,toe berm rock sizes,and wave
overlapping rates (to assist others'drainage analysis).
FORT PIERCE SHORE PROTECTION PROJECT SECTION 203 FEASIBILITY STUDY
I ST.LUCIE COUNTY EROSION DISTRICT I ST.LUCIE COUNTY,FL I PROJECT
MANAGER/LEAD COASTAL ENGINEER I As project manager and lead
coastal engineer,prepared a Section 20 3 Feasibility Study
to extend the federal authorization 5 0 years and determine
the National Economic Development Plan to decrease non-
uniformity of shoreline erosion and increase the nourishment
interval.This was the first study in the nation prepared by the non-
federal interest for direct submission to the Assistant Secretary
of the Army Civil W orks (ASACW )under authorization of
Section 20 3 of the Water Resources Reform and Development
Act (W RDA)of 20 14 .Th e study was approved by Office
of Management and Budget,USACE Headquarters,and
ASACW and currently awaits federal authorization in the next
W RDA bill.
ECONOMIC AND NATURAL RESOURCE BENEFITS STUDY I TEXAS GENERAL
LAND OFFICE I AUSTIN,TX I PROJECT MANAGER/LEAD ENGINEER I Assisted
the Texas General Land Office (GLO)with compliance of their
legislative requirement to report the economic and natural
resource benefits derived from Coastal Erosion Planning and
Response Act (CEPRA)construction projects every biennium.
Supervised and performed benefit analyses for numerous shore
protection and environmental restoration construction projects.
Economic and financial benefits included those associated
with co mmercial and recreational fishing,water quality,
carbon sequestration,ground water recharge,property values,
recreation,out-of-state visitor spending,and storm protection.
«rs sos+EI.IEEE7II $EI3 HJ)SILIS MI)JIU IE1I}
39!I+fO»2024-224-34)
be
engine ering
FIRM
GCES Engineering
Services,Inc.
YEARS OF EXPERIENCE
34
EDUCATION
MS in Engineering
(Geotechnical)
University of Detroit,
Michigan,1991
BS in Civil Engineering,
1986
REGISTRATIONS/
CERTIFICATIONS
Professional Engineer,
Florida No.59426
ALEJANDRO MONTENEGRO,PE
PROJECT GEOTECHNICAL ENGINEER
Mr.Montenegro has over 30 years of professional experience in the fields of Geotechnical
Engineering,Materials Testing &Engineering Inspection,with a strong history of projects related
experience in the public and private sector.During his many years of professional experience,Mr.
Montenegro held numerous positions including Office Manager,Division Manager,Department
Manager,QC Project Manager,Project Geotechnical Engineer and Staff Engineer.He also assumed
executive management positions during a period of eleven years in charge of two major engineering/
construction co nsulting firms in South Florida.
REL EVANT EXPERIENCE
CITY OF MIAMI BEACH SEAWALLS I CITY OF MIAMI BEACH I MIAMI BEACH,FL I GEOTECHNICAL ENGINEER I GCES
performed geotechnical exploration for the design of the seawall replacements.The work included
Standard Penetration Test (SPT)borings to provide design and construction recommendations.
SEAWALL REPLACEMENT AT 4BTH ST AND 29TH ST I CITY OF MIAMI BEACH I MIAMI BEACH,FL I GEOTECHNICAL ENGINEER
I This project was completed as part of BCC's Professional A&E Services Agreements with the City
of Miami Beach.The replacements will consist of new precast panel and pile seawalls at 48th St and
North Bay Rd (±60')and 29th St and Flamingo Dr (±40')BCC is also providing permitting services
(MB Building Dept.,SFW MD and the MDC RER),a benthic survey and geotechnical report for each
seawall (provided by the supporting subconsultant team),structural and civil engineering services for
the project.Services also include bidding support,construction administration support and project
closeout services.
NORTH BAY VILLAGE SEAWALLS I NORTH BAY VILLAGE I NORTH BAY VILLAGE,FL I GEOTECHNICAL ENGINEER I Project
consisted of a single 40-foot diameter tank adjacent to two 80 foot diameter tanks.A total of two SPT
borings were drilled at the project sites.This report describes the subsurface co nditions encountered
in the borings,analyzes and evaluates the test data,and provides recommendations regarding the
geotechnical design and construction of foundations for the proposed bulkhead.
REPLACEMENT BULKHEAD AND DOCK DESIGN INTERNATIONAL INN ON THE BAY I PRIME ENGINEERING,INC I BROWARD
COUNTY,FL I GEOTECHNICAL ENGINEER I Completed a subsurface exploration at the Port Everglades tank
farm for the co nstructing of 16 new tanks ranging in diameter from 80 feet to 150 feet The work
included Standard Penetration Test (SPT)borings,ex-filtration tests,a description of the subsurface
conditions encountered in the borings,analyzed and evaluated the test data,and provided design
and construction recommendations for earthwork and foundations for the proposed aboveground
storage tanks and co ntainment wall.
PORT OF MIAMI -NORTH CRUISE BLVD.EXTENSION-PHASE IIB,FLYOVER BRIDGE I PORT OF MIAMI I MIAMI-DADE COUNTY,
FL I GEOTECHNICAL ENGINEER I Project consisted the construction of a new flyover bridge structure at the
Port of Miami.Geotechnical services included field exploration and laboratory testing and foundation
design of the proposed structure.Several foundation alternatives were evaluated including shallow
foundations,square precast prestressed co ncrete (SPC)piles,steel piles,straight sided drilled shafts
and auger cast pile (ACP)Auger ca st piles alternative was the preferable foundation system for the
project.
M IAMI BEACH o
««s o ±IIEE.III)JR)I$TU)JAE8 II)LI'JIUIELIS
39!In0y 3024-234-3/9
bc
engneomng
PORT OF MIAMI CRUISE TERMINAL B AND C CONVERSION TO "C"I PORT OF
MIAMI I MIAMI-DADE COUNTY,FL I GEOTECHNICAL ENGINEER I Project
consisted of the construction of new runways,renovations
of existing runways extension and construction new canvas
canopy structures.Responsible for the geotechnical exploration
required to explore and evaluate the subsurface conditions at
Cruise Terminals B and C.G eotechnical recom m endations
included deep fo undations for new runw ays and existing
runw ays extension and for the proposed canvas canopy in
front of the term inals.
PORT MIAMI BASIN 9141 SANITARY SEWER REHABILITATION I PORT OF
MIAMI I MIAMI-DADE COUNTY,FL I GEOTECHNICAL ENGINEER I E15-
SEA -02 -Defining soil design par ameters (i.e.unit weights,
angle of frict ion and ear th pressure co efficients)for design of
tempora ry shoring system for gra vity pipelines,fo rce mains,
storm drains and catch basins excavations.
PORT OF MIAMI TUNNEL I BOUYGUES CIVIL WORKS FLORIDA IBCWFI I MIAMI,
FL I GEOTECHNICAL ENGINEER I Th e pro ject consisted of construct ing
soil-cem ent panels using utter soil mixing (C SM )technique.
W orks involves labora tory services,including Triaxial tests,
Unconfined Com pression,hydro m eter,specific gravity and
field services including grout sampling \testing and core of
compacted lim ero ck material above the tunnel.
MIAMI BEACH
ALEJANDRO MONTENEGRO,PE
GEOTECHNICAL ENGINEER
PORT OF MIAMI TUNNEL WATSON ISLAND SUPPORT OF EXCAVATION I
MALCOLM DRILLING I MIAMI,FL I GEOTECHNICAL ENGINEER I Pro vided
geotechnical drilling services (Borehole Inclination and
Direction Services)during the construct ion of the Cutter Soil
M ixing W all (C SM )Field services included verification drilling,
field fa lling head permeability and field instrumentation such as
inclinom eters and video flat project 360°ca mera.
PORT OF MIAMI TUNNEL I NICHOLSON CONSTRUCTION CO.I MIAMI,FL I
GEO TECHNICAL ENGINEER I Th e pro ject co nsists of co nstruct ing soil-
cement panels using utter soil m ixing (C SM )technique.W orks
involves laboratory services,including Unconfined Com pression
and Tri axial test to at different co nfining stre ss levels in order to
develop a M ohr-Stress Envelope and determine the angle of
intern al friction of the Bentonite/Cem ent fo r specified intervals
DEEP WATER DOCKING I PORT OF PUERTO CABELLO I PETROLEUM OF
VENEZUELA IPDVSAJ EL PALITO REFINERY,VENEZUELA I GEOTECHNICAL
ENGINEER I Foundation design for the ship mooring struct ures
for the PDVSA dock refinery.Foundation subject ed lo latera l
loads and very high axial and uplift loads.W ork also included
overseeing pier modifications,co nstruction and repairs and
bulkhead replacements.
DEEP WATER DOCKING I PORT OF PUERTO CABELLO I PETROLEUM OF
VENEZUELA (PDVSA)EL PALITO REFINERY,VENEZUELA I GEOTECHNICAL
ENGINEER I Senior supervising geotechnical engineer fo r the
offshore geolechnical investigation and responsible fo r the
engineering analyses including ultim ate pile ca pacity and
lateral load analysis under static and cycle conditions.
o
«no»:II)IEEE-III9 $:RJJIE3 HU SIAMI3LIU L)ID "#IE1IE3
9±Ir10»3924-234-/9
be
FIRM
Manuel G.Vera &
Associates,Inc.
YEARS OF EXPERIENCE
41
EDUCATION
BS,Legal Studies,Nova
Southeastern University,
1994
Associates of Science,
Land Surveying,Miami
Dade College,1988
REGISTRATIONS/
CERTIFICATIONS
Professional Surveyor
and Mapper,Florida
No.LS5291,1994
MANNY VERA JR.,PSM
PROJECT SURVEYOR
Mr Vera Jr.has managed a variety of survey contracts and projects for multiple contracts in both the
public and private sectors.He possesses extensive experience in the management and coordination
of survey projects involving various techniques such as Aerial Surveys,Conventional Ground
Surveying,and Utilities Designation,among others.
RELEVANT EXPERIENCE
CITY OF MIAMI BEACH SEAWALLS I CITY OF MIAMI BEACH I MIAMI BEACH,FL I CHIEF SURVEYOR ANO MAPPER I MGV
performed surveying services,which included establishing Horizontal and Vertical control on the
Florida State Plane Coordinate System,East Zone,and N orth American Datum (NAD)6f 1983/2011
Adjustm ent,as w ell as on N A VD88 vertical datum.Th e topographic survey located all above-ground
features and improvem ents w ithin the survey limits,including fences,w alls,buildings,appurtenances,
visible above-gro und utilities,dra inage structures,seaw alls,top of seaw alls,and canal soundings.
Th e w et fa ce of each seaw all was identified either by actual survey or by clear ly measuring the lip
of the seaw all cap and the w et fa ce.Th e rights-of-w ay w ere established w ithin the survey lim its,and
R/W lines w ere depict ed on the To pographic Survey.
BEACH VIEW PARK,5301 COLLINS AVE I CITY OF MIAMI BEACH I MIAMI BEACH,FL I CHIEF SURVEYOR AND MAPPER I
M G V perform ed surveying services at Beach Par k View ,w hich included a Boundar y Survey,the
Placement of M onum ents at all major corn ers of the property's boundary,the establishment of Right-
of-W ay lines in accordance w ith Right of W ay M aps,the Surveying of Platted and/or dedica ted
Right-of-W ays w here applica ble,the identification of Flood Zone Designations,a To pogra phic
Survey,Elevation measurements,the establishm ent of the Coastal Construction Control Line,and the
establishment of Benchm ar ks.
PIPELINE CROSSINGS SURVEY I AECOM I MIAMI BEACH,FL I CHIEF SURVEYOR AND MAPPER I M G V w as responsible
for perfo rm ing Design Survey and SU E services,including To pographic survey,DTM survey,
Horizontal and Vertical Control survey,Bathym etric survey,Subm erged Sovereign Lands Assessm ents,
Underground Utilities Survey,and Subsurfa ce Utility Designating and Locating conditions.W ork zone
survey safety w as provided as required by applicable standards.
SMALL DIAMETER PIPELINE SURVEY I AECOM I MIAMI BEACH,FL I CHIEF SURVEYOR AND MAPPER I M G V w as
responsible for performing Design Survey and SUE services,including To pogra phic survey,DTM
survey,Horizontal and Vertica l Contro l survey,Bathym etric survey,Undergro und Utilities Survey,and
Subsurfa ce Utility Designating and Locating conditions.W ork zone survey safety w as pro vided as
required by applicable standar ds.
NORMANDY ISLE GENERATOR G WATER PUMP STATION I AECOM I MIAMI BEACH,FL I CHIEF SURVEYOR AND MAPPER I
M G V w as responsible for pro viding Design Survey and Undergro und Utilities services.The sco pe
of w ork included Horizontal co ntrol locating on the Florida State Plane Coordinate System,East
Zone,and N orth A merican Datum (N A D)of 1983 /1990 Adjustment,Vertica l Control locating
on the N AVD 88 vertica l datum,alignm ent,and existing right-of-w ay lines.Additionally,M G V w as
responsible for prepar ing topogra phic and digital terra in 3D models (DTM ),loca ting topogra phic
features such as existing lighting,pavem ent mar kings,tre es,pedestrian ramps,drivew ays,visible
M IA MI /B EA C H
woos ±II7IEE5IL0 3EI3J HIE}III8 LIU LIU3ELIE3
0!Ifft0y 2924-204-4
be
en gineer ng
above-gro und utilities,sodded and paved ar eas,dra inage
structures (including rim /gutter elevations),etc.For Subsurface
Utility Designations-Q uality Level B,M G V designated know n
existing toneable and non-toneable subsurface utilities,
including gro und-penetrating ra dar (G PR),and im plem ented
W ork Zone Safety measures as required by M iami-Dade
County and FD O T standar ds.
SR90 /TAMIAMI TRAIL FILL PAD REMOVAL AT 5 SITES WITHIN ENP I HOR
I MIAMI-DADE COUNTY,FL I CHIEF SURVEYOR AND MAPPER I M GV was
tasked w ith co nduct ing a Design Survey for five (5)sites along
SR90/Ta m iami Tra il.Th e scope of services included Horizontal
and Seco ndar y Vertical surveys,as w ell as To pographic and
DTM surveys fo r these five sites,with the survey area extending
approxim ately 10 feet beyond the site boundaries.Furthermore,
MGV ensured the precise identification and incorporation
of all wetlands'stakes and lines established by HDR into the
topographic survey.Any necessary line cutting to facilitate the
survey process was carried out as needed.
COMMUTER RAIL FEC NE CORRIDOR I PARSONS TRANSPORTATION GROUP,
INC.I MIAMI-DADE COUNTY,FL I CHIEF SURVEYOR AND MAPPER I MGV
was responsible for providing Survey and Subsurface Utility
Engineering services for the project limits requested by the
County,which included 15 side streets,5 parks,5 bridges
crossing canals,and 6 bridge crossings.The scope of services
encompassed the establishm ent of Horizontal Project N etwork
Control (H PN C )on the Florida State Plane coordinate system,
Ea st zone,and N orth American Datum (NAD)of 1983 /2011
Adjustment,as w ell as the establishm ent of horizontal values
(X,Y,Z).It also involved establishing Vertical Proj ect Control
N etw ork on the N A VD 88 vertical datum,recording elevations
in M obile Li DA R,setting,locating,maintaining,and establishing
M obile iDA R tar gets.Th e tasks extended to perfo rming a
3D topographic/DTM Survey,conducting a Bridge survey
using 3D High-Definition laser technology,surveying up to
50 completed geotechnical bores,and providing horizontal
and vertical (X,Y,Z)values.Finally,MGV was responsible
fo r perfo rm ing the Sectional/Grant Survey and Subdivision
Loca tions as needed to establish the right of w ay and providing
up to 30 0 quality Level A locates (test holes)
DISTRICT WIDE MISCELLANEOUS LOCATION SURVEY CONSULTANT I FOOT
DISTRICT 6 I DISTRICTWIDE,FL I CHIEF SURVEYOR AND MAPPER I Task
driven contra ct performing miscellaneous Location Surveys in
M iam i-Dade and Monroe Counties,and all municipalities within
the district.M G V is responsible for all necessary professional
surveying and mapping services to support topographic and
M IA M I BEA C H
MANNY VER A JR.,PSM
SURVEYOR
mapping projects.M ost of these services utilize a co mbination
of mobile surveying and m apping technologies w ith G N SS
and conventional survey technologies for ground control,
quality assurance,and supplem entar y topographic map data
w hen necessary.Th e surveys will include,but not be limited
to:terrestrial m obile LiDA R surveying &mapping,ground
control,scheduling of activities,dra inage inform ation,design
level surveys,specific purpose surveys,acquisition par cel
stakeout,project co ntrol netw ork,right of w ay co ntrol survey
maps,acquisition right of w ay m aps,maintenance maps,
re tracem ent,recovery,and analysis of historical baselines of
survey,boundary surveys,par cel sketches,legal descriptions,
and properties title analysis.
VILLAGE OF PINECREST KENDALL DRIVE I KIMLEY-HORN I MIAMI-DADE
COUNTY,FL I CHIEF SURVEYOR AND MAPPER I M G V w as responsible
fo r pro viding Design Survey and Subsurface Utility designating
and locating services.Sco pe of services included:Horizontal
and Vertical co ntrol,Survey Baseline and Right of W ay,
To pographic survey w as perform ed from right of w ay to right
of w ay and 10 'south of the south right of w ay along the project
limits.Survey w ill extend approxim ately 50-ft along intersecting
side-streets.All above ground features and im provem ents,
break-lines,high and low points w ill be located w ith sufficient
density of points to create a DTM All topographic features
w ill be loca ted including existing lighting,pavem ent m ar kings,
trees,pedestrian ra mps,drivew ays,visible above ground
utilities,sodded and paved areas,pedestrian ramps,drainage
structures,etc .Th e incoming bus drivew ay ar ea is located on
the w est side of the station,and it is under the existing station
gar age struct ure.M G V also provided Utility Designates/scans
for up to 4 ar eas (quadra nts for m ast ar m s or 10'radius scans
for dra inage struct ures).O nce the design team review ed the
Utility Designates,M G V provided up to 25 Utility Locates (Test
Holes)on specific utility conflict s as identified by the EO R.A
drainage survey w as perfo rmed and identified the type ot
struct ure,rim elevation,pipe invert elevation,pipe materials,
direction,size,and condition.Sect ional/G ra nt Survey and
Subdivision locations,W ork Zone Safely,as well as Project
N etw ork Contro l Sheets w ere provided.
«noons EI0IIEE7II0 YE)JI$7JI±I'IAII3 JIU LIU LIB3
J9!IM3 fy 2924-234-3/)
be
FIRM
Manuel G.Vera &
Associates,Inc.
YEARS OF EXPERIENCE
27
EDUCATION
BS Civil Engineering,
Florida International
University,2007
AS Land Surveying,
Miami Dade College,
2003
REGISTRATIONS/
CERTIFICATIONS
Professional Surveyor
&Mapper,Florida
License No.:LS6669,
2008
Engineering Intern,
Florida License No.:
1100011603,2007
CARLOS ALONSO,PSM
SURVEYOR
Mr.Alonso is proficient in CAICE,GEOPAK,Micro0Station,AutoCAD,Trimble,GPSurvey,Trimble
Geomatics Office,Hector,EFBP,Terramodel,as well as numerous other survey and office software.
In addition,he has field experience with several instruments and data collectors.Mr.Alonso is up to
date with current technology and is well-trained in the latest technology,including Laser Scanning.
RELEVANT EXPERIENCE
CITY OF MIAMI BEACH SEAWALLS I CITY OF MIAMI BEACH I MIAMI BEACH,FL I SENIOR SURVEYOR AND MAPPER I MGV
performed surveying services,which included establishing Horizontal and Vertical control on the
Florida State Plane Coordinate System,East Zone,and North American Datum (NAD}6f 1983/2011
Adjustment,as well as on NAVD88 vertical datum.The topographic survey located all above-ground
features and improvements within the survey limits,including fences,walls,buildings,appurtenances,
visible above-ground utilities,drainage structures,seawalls,top of seawalls,and canal soundings.
The wet face of each seawall was identified either by actual survey or by clearly measuring the lip
of the seawall cap and the wet face.The rights-of-way were established within the survey limits,and
R/W lines were depicted on the Topographic Survey.
HIGH SCHOOL PEDESTRIAN I KIMLEY-HORN I MIAMI BEACH,FL I SENIOR SURVEYOR AND MAPPER I MGV was
responsible for providing Design Survey and Subsurface Utility Location services.The scope of services
included Horizontal and Vertical Control,Survey Baseline and Right of Way,Topographic Survey,
and DTM 3D-Modeling,which was performed from the center of the canal to the Northwesterly
Right of way line of Dade Boulevard.MGV also provided Utility Designation and Location services
for design purposes only.A drainage survey was conducted,identifying the type of structure,rim
elevation,pipe invert elevation,pipe materials,direction,size,and condition.Additionally,Bridge
Survey,Sectional/Grant Survey,and Subdivision Location services were provided,along with Work
Zone Safety measures and Project Network Control Sheets.
BEACH VIEW PARK,5301 COLLINS AVE I CITY OF MIAMI BEACH I MIAMI BEACH,FL I SENIOR SURVEYOR AND MAPPER I
MGV performed surveying services at Beach Park View,which included a Boundary Survey,the
Placement of Monuments at all major corners of the property's boundary,the establishment of Right-
of-Way lines in accordance with Right of Way Maps,the Surveying of Platted and/or dedicated
Right-of-Ways where applicable,the identification of Flood Zone Designations,a Topographic
Survey,Elevation measurements,the establishment of the Coastal Construction Control Line,and the
establishment of Benchmarks.
PIPELINE CROSSINGS SURVEY-TASK #1 I AECOM I CITY OF MIAMI BEACH,FL I SENIOR SURVEYOR AND MAPPER I MGV
was responsible for performing Design Survey and SUE services,including Topographic survey,
DTM survey,Horizontal and Vertical Control survey,Bathymetric survey,Submerged Sovereign
Lands Assessments,Underground Utilities Survey,and Subsurface Utility Designating and Locating
conditions.Work zone survey safety was provided as required by applicable standards.
SMALL DIAMETER PIPELINE SURVEY -TASK #2 I AECOM I CITY OF MIAMI BEACH,FL I SENIOR SURVEYOR ANO MAPPER I
MGV was responsible for performing Design Survey and SUE services,including Topographic survey,
DTM survey,Horizontal and Vertical Control survey,Bathymetric survey,Underground Utilities
MIAMI BEACH
nos»or ±IIEEE#III $JIVE8 1I)SZAL)III8 II)LJIISI1IE8
0 !/H f fI0»2924-234-34D9
be
Survey,and Subsurface Utility Designating and Locating
conditions.Work zone survey safety was provided as required
by applicable standards.
NORMANDY ISLE GENERATOR &WATER PUMP STATION I AECOM I CITY
OF MIAMI BEACH,FL I SENIOR SURVEYOR AND MAPPER I MGV was
responsible for providing Design Survey and Underground
Utilities services.The scope of work included Horizontal control
locating on the Florida State Plane Coordinate System,East
Zone,and North American Datum (NAD)of 1983 /1990
Adjustment,Vertical Control locating on the NAVD 88 vertical
datum,alignment,and existing right-of-way lines.Additionally,
MGV was responsible for preparing topographic and digital
terrain 3D models (DTM),locating topographic features such as
existing lighting,pavement markings,trees,pedestrian ramps,
driveways,visible above-ground utilities,sodded and paved
areas,drainage structures (including rim/gutter elevations),
etc.For Subsurface Utility Designations-Quality Level B,
MGV designated known existing toneable and non-toneable
subsurface utilities,including ground-penetrating radar (GPR),
and implemented Work Zone Safety measures as required by
Miami-Dade County and FDOT standards.
MEDICAL CAMPUS PARKING GARAGE FORCE MAIN I CHEROKEE
ENTERPRISES,INC I MIAMI-DADE COUNTY,FL I SENIOR SURVEYOR AND
MAPPER I MGV provided all aspects of Construction Surveying
including the stake out,field as-built and as-built plans of the
Force Main approved by Miami-Dade County Water and
Sewer Department.Force Main services included:layout of
proposed pipe at 100 feet intervals including valves,bends,
etc.;as-built pipe at maximum of 5-feet intervals;prepare
as-built plans for WASD approval.Some of the construction
surveying services provided include:horizontal and vertical
control project network;layout drainage structures;layout light
poles,wiring pull boxes;layout roadway earthwork (berms,
embankments);layout roadway base /blur tops;layout
concrete pavement at intersections;layout curb and gutter
(1600 LF);layout driveways;layout sidewalks and path;layout
single support signs;layout signalization and traffic monitoring
site;layout guard rails;layout overflow structures and rip-raps;
layout Landscape;miscellaneous MOT layouts;prepare final
roadway as-built;and reestablish primary network control.
MIAMI BEACH
CARLOS ALONSO,PSM
SURVEYOR
DISTRICT WIDE MISCELLANEOUS LOCATION SURVEY CONSULTANT I FOOT
DISTRICT 61 DISTRICTWIDE,FL I SENIOR SURVEYOR AND MAPPER I Task
driven contract performing miscellaneous Location Surveys in
Miami-Dade and Monroe Counties,and all municipalities within
the district.MGV is responsible for all necessary professional
surveying and mapping services to support topographic and
mapping projects.Most of these services utilize a combination
of mobile surveying and mapping technologies with GNSS
and conventional survey technologies for ground control,
quality assurance,and supplementary topographic map data
when necessary The surveys will include,but not be limited
to:terrestrial mobile LiDAR surveying &mapping,ground
control,scheduling of activities,drainage information,design
level surveys,specific purpose surveys,acquisition parcel
stakeout,project control network,right of way control survey
maps,acquisition right of way maps,maintenance maps,
retracement,recovery,and analysis of historical baselines of
survey,boundary surveys,parcel sketches,legal descriptions,
and properties title analysis.
MIAMI TO MIAMI BEACH LIGHT RAIL /MODERN STREETCAR (MIAMI BEACH
CORRIDOR CONNECTOR)PGE I PARSONS TRANSPORTATION GROUP,INC I
CITY OF MIAMI BEACH,FL I SENIOR SURVEYOR AND MAPPER I Project
Limits:Miami Transit Connector from Alton Road and 5th Street
in Miami Beach west along the Macarthur Causeway (1-395),
south along Biscayne Boulevard to Government Center station
and north along NW /NE 1st Avenue and North Miami Avenue
to NE 41 st Street in Midtown Miami.MGV is performing
adequate research to graphically establish the existing right of
way for planning purposes of the Miami portion of the project
limits,and design survey tasks will be performed:horizontal
project network control;survey baseline and right of way;
topographic/DTM survey performed along the MacArthur
Causeway;topographic (2D)survey will be performed from
right of way to right of way and will extend to the radius return
on all intersecting side-streets along the project limits;sectional
survey and subdivision locations for survey baseline and right
of way lines;miscellaneous survey locating vertical clearances
over pavement signaling mast arms,bridges and signs;PNC
sheets with horizontal values only,as well as station and off-set
for the entire project lim its;and provide work zone safety.
rs»so+±IEEE7II9 }III±3 1J±III.AILIS MIU LIIV I)ELI)IE3
39£)Sf9»224-294-3/D
be
FIRM
Manuel G.Vera &
Associates,Inc.
YEARS OF EXPERIENCE
36
EDUCATION
Bachelor of Science,
Land Surveying,
University of Florida,
1988
REGISTRATIONS/
CERTIFICATIONS
Professional Surveyor
and Mapper,Florida
No.LS5266,1993
MARK SOWERS,PSM
SUBSURFACE UTILITY ENGINEERING SPECIALIST
Mr.Sowers is a Professional Surveyor &Mapper with 36 years of experience throughout the state of
Florida.His responsibilities include managing field operations,establishing standards for consultants,
and conducting final quality assurance/quality control of all deliverables before client submission.He
is proficient in the latest industry technology and skilled in developing and implementing successful
management strategies.
RELEVANT EXPERIENCE
CITY OF MIAMI BEACH SEAWALLS I CITY OF MIAMI BEACH I MIAMI BEACH,FL I SENIOR SURVEYOR AND MAPPER I MGV
performed surveying services,which included establishing Horizontal and Vertical control on the
Florida State Plane Coordinate System,East Zone,and North American Datum (NAD)6f 1983/2011
Adjustment,as well as on NAVD88 vertical datum.The topographic survey located all above-ground
features and improvements within the survey limits,including fences,walls,buildings,appurtenances,
visible above-ground utilities,drainage structures,seawalls,top of seawalls,and canal soundings.
The wet face of each seawall was identified either by actual survey or by clearly measuring the lip
of the seawall cap and the wet face.The rights-of-way were established within the survey limits,and
R/W lines were depicted on the Topographic Survey.
PIPELINE CROSSINGS SURVEY -TASK #1 I AECOM I CITY OF MIAMI BEACH,FL I SENIOR SURVEYOR AND MAPPER/
SUE DIRECTOR I MGV was responsible for performing Design Survey and SUE services,including
Topographic survey,DTM survey,Horizontal and Vertical Control survey,Bathymetric survey,
Submerged Sovereign Lands Assessments,Underground Utilities Survey,and Subsurface Utility
Designating and Localing conditions.The work zone survey safety was provided as required by
applicable standards.
SMALL DIAMETER PIPELINE SURVEY -TASK #2 I AECOM I CITY OF MIAMI BEACH,FL I SENIOR SURVEYOR AND MAPPER/
SUE DIRECTOR I MGV was responsible for performing Design Survey and SUE services,including
Topographic survey,DTM survey,Horizontal and Vertical Control survey,Bathymetric survey,
Underground Utilities Survey,and Subsurface Utility Designating and Locating conditions.The work
zone survey safety was provided as required by applicable standards.
NORMANDY ISLE GENERATOR G WATER PUMP STATION I AECOM I CITY OF MIAMI BEACH,FL I SENIOR SURVEYOR
AND MAPPER/SUE DIRECTOR I MGV was responsible for providing Design Survey and Underground
Utilities services.The scope of work included Horizontal control locating on the Florida State Plane
Coordinate System,East Zone,and North American Datum (NAD)of 1983 /1990 Adjustment,
Vertical Control locating on the NAVD 88 vertical datum,alignment,and existing right-of-way lines.
Additionally,MGV was responsible for preparing topographic and digital terrain 3D models (DTM),
locating topographic features such as existing lighting,pavement markings,trees,pedestrian ramps,
driveways,visible above-ground utilities,sodded and paved areas,drainage structures (including
rim/gutter elevations),etc.For Subsurface Utility Designations-Quality level B,MGV designated
known existing toneable and non-toneable subsurface utilities,including ground-penetrating radar
(GPR),and implemented Work Zone Safety measures as required by Miami-Dade County and FDOT
standards.
MIAMI BEACH
«o»soc+ENIUIIEEE:II5 SE3JI081JS2ILIA1II3 II)LJ)I lU1II3
30!4ff»2024-234-3/)
be
DISTRICT WIDE MISCELLANEOUS LOCATION SURVEY CONSULTANT I FLORIDA
DEPARTMENT OF TRANSPORTATION DISTRICT 6 I DISTRICTWIDE,FL I
SENIOR SURVEYOR AND MAPPER/SUE DIRECTOR I Task driven contract
performing miscellaneous Location Surveys in Miami-Dade
and Monroe Counties,and all municipalities within the district.
M G V is responsible for all necessary professional surveying
and mapping services to support topogra phic and mapping
projects.M ost of these services utilize a combination of
m obile surveying and m apping technologies with GNSS
and conventional survey technologies for ground control,
quality assurance,and supplementary topographic map data
w hen necessary.The surveys will include,but not be limited
to:terrestrial mobile LiDA R surveying &mapping,ground
control,scheduling of activities,drainage information,design
level surveys,specific purpose surveys,acquisition parcel
stakeout,project control netw ork,right of way control survey
maps,acquisition right of way maps,maintenance maps,
retracement,recovery,and analysis of historical baselines of
survey,boundary surveys,parcel sketches,legal descriptions,
and properties title analysis.
VILLAGE OF PINECREST KENDALL DRIVE I KIMLEY-HORN I MIAMI-DADE
COUNTY,FL I SENIOR SURVEYOR AND MAPPER/SUE DIRECTOR I MGV
w as responsible for pro viding Design Survey and Subsurface
Utility designating and locating services.Scope of services
included:Horizo ntal and Vertical co ntrol,Survey Baseline and
Right of W ay,To pographic survey w as performed from right
of w ay to right of w ay and 10 'south of the south right of w ay
along the project lim its.Survey w ill extend approxim ately 50-
ft along intersect ing side-streets.All above gro und features
and impro vem ents,break-lines,high and low points w ill be
located w ith suffi cient density of points to create a DTM .A ll
topographic features w ill be loca ted including existing lighting,
pavem ent markings,trees,pedestrian ra mps,drivew ays,visible
above gro und utilities,sodded and paved ar eas,pedestrian
ra mps,dra inage struct ures,etc.Th e incoming bus drivew ay
ar ea is located on the w est side of the station,and it is under
the existing station garage struct ure.M G V also provided Utility
Designates/scans for up to 4 ar eas (quadra nts for mast arms or
10 'ra dius sca ns fo r dra inage structures).O nce the design team
review ed the Utility Designates,M G V pro vided up to 25 Utility
Loca tes [Test Holes)on specific utility conflict s as identified by
the EO R.A drainage survey w as perfo rmed and identified
the type of struct ure,rim elevation,pipe invert elevation,pipe
materials,direction,size,and condition.Sectional/G ra nt
Survey and Subdivision locations,W ork Zone Safety,as w ell
as Project N etw ork Control Sheets w ere pro vided.
MIAMI BEACH
MARK SOWERS,PSM
SUBSURFACE UTILITY ENGINEERING SPECIALIST
DESIGN-BUILD CRITERIA PACKAGE FOR THE DADELAND SOUTH INTERMODAL
STATION PROJECT I AECOM I MIAMI-OADE COUNTY,FL I SENIOR SURVEYOR
AND MAPPER/SUE DIRECTOR]M G V w as responsible fo r the
establishm ent of horizontal (N A D 83/90)and vertical control
(N A VD 88)netw orks.Th e survey baseline and right of w ay
w ere established along the South-Dade Transitw ay and all
intersect ing side stre ets.To pographic and DTM Survey w as
performed from right of w ay to right of w ay along the project
limits and all intersect ing side-streets.Check cross sect ions w ere
perform ed.A dra inage survey w as performed w ithin the project
limits,and identified the type of structure,rim elevation,pipe
invert elevation,pipe materials,direction,size,and condition.
Th e survey consisting of field loca tions of sect ion corn ers,one-
fourth-section corn ers,and fra ct ional co rn ers as w ell as block
closures,m onum ent lines,etc.,w as perfo rm ed to establish the
right of w ay lines along all intersect ing side-streets.W ork zone
safety w as provided,and PN C sheets were prepar ed.A bridge
survey w as also performed on the N orthbound entrance to SR
826 over the existing transit co rridor and the M etrora il bridges
over Datran Drive.M G V also provided Utility Designates
(H orizontal M apping)throughout the project lim its.Utility scans
w ere performed w ithin a 5'radius of each proposed boring
location,including one exploratory test hole completed at the
approximate boring location as w ell as one test hole on each
utility detect ed w ithin S'radius.A total of 20 test holes w ere
perfo rmed in the fo llow ing boring locations Borings for bridge
6 (B-1 to B-6),Borings fo r w alls 2 (W B-1 and W B-2),and
Percolation Tests 2(P-1 and P-2)
CONTINUING SERVICES FOR SURVEY,MAPPING,AND SUE I DISTRICT WIDE,
FL I FLORIDA DEPARTMENT OF TRANSPORTATION DISTRICT 4 I SENIOR
SURVEYOR AND MAPPER/SUE DIRECTOR I Ta sk driven contra ct
perfo rm ing miscellaneous Survey and M apping services in
Brow ar d,Indian River,M ar tin,Palm Beach,and St.Lucie
Counties,and all m unicipalities w ithin the district.Services
include,but are not limited to:Field Surveys,Historical Baseline
and Existing Right of W ay Determination,G lobal Positioning
System (G PS)Surveys,M onum entation Surveys,Bathym etric
Surveys (w hich includes single beam,multi beam and side
sca nner sonar ca pabilities),Utility Designation and Excavation
(including Underw ater Utilities),Tree Surveys (trees identified
by an Arborist or landscape A rchitect),Right of W ay Control
Survey M aps,Right of W ay M aps,M aintenance M aps,Right
of W ay M onumentation M aps,Boundary Surveys,Q uality
Assura nce Review s,Expert W itness Testim ony,Title Sear ch
Plotting M aps,Title Document Review and Analysis,Sketches,
Par cel Staking,and Legal Descriptions.
r»sos IIE-III)$RJ)I 3 1)$2LIA018I)1JI)IJ SIB:LI3
»0!II !rI0y ±924-234-3)D)engineering
FIRM
M iller,Legg &
A ssociates,Inc.
YEARS OF EXPERIENCE
30
EDUCATION
M BA ,N ova
Southeastern University,
1998
BS in Biology and
Business Adm inistration,
University of W isconsin,
Stevens Point,1994
REGISTRATIONS/
CERTIFICATIONS
Senior Pro fessional
W etlands Scientist,2020
Certified Environmental
Professional,19 94
A uthorized G opher
To rtoise Agent,20 12
DYLAN LARSON,SPS,CEP
EN V IRO N M EN TA L EN G IN EE RIN G SPEC IA LI ST
M r.Lar son has decades of South Florida experience in environm ental consulting and is responsible
for direct ing studies and investigations on biologica l and ecological aspect s of the firm 's projects.
RELEVANT EXPERIENCE
SEAWALL REPLACEMENT TECHNICAL MEMORANDUM FOR 48TH STREET AND N.BAY ROAD AND FLAMINGO DRIVE AT 29TH
STREET I CITY OF MIAMI BEACH I MIAMI BEACH,FL I PRINCIPAL I M iller Legg perfor med a benthic natural
resource survey along and adjacent to tw o existing seaw alls fo r 48th Street at N .Bay Road and
Flam ingo Drive at 29th Street in M iam i Beach to docum ent cora ls,seagra sses and any other natural
resources located w ithin the ar ea.Th is info rm ation w ill be used to develop avoidance and minim ization
measures associated w ith seaw all replacem ent and pro ject design and applica tion for DERM Class I
Coastal Resources Perm it w ith a Special Conditions including a Cora l Relocation Plan,and any other
necessar y environm ental perm its if im pact s are unavoidable.Th e project loca tion also fa lls w ithin the
N ational M ar ine Fisheries Service (N M FS)critical habitat fo r the Johnson's seagra ss,therefo re,there
is potential for this species to be present w ithin the survey area.
E.G.SEWELL PARK I CITY OF MIAMI I MIAMI,FL I PRINCIPAL I M iller Legg is under co ntract w ith the City of
M iami fo r pro gram development,pre-design,master planning design including public involvement
w orkshops,co nstruct ion documents and construction administra tion services for Sew ell Park,a 10 .33-
acr e par k on the M iami River.Th e program w ill be an open passive park w ith elem ents including
passive walkw ays through par k and pre serve ar eas,pavilions,an ecotra il,bayw alk,har dsca pe,
floating docks,kayak launch,seaw all/living shoreline,w ayfinding and historical info rmation signage.
Th e scope of services includes landscape architect ure,irrigation,civil engineering,topogra phica l
surveying,SUE,certified ar borist,struct ura l engineering,elect rica l engineering,geotechnica l
engineering,ar cheological,permitting,bidding assistance and limited construction administra tion.
M iller Legg has perfo rm ed a bathym etric survey fo r the seaw all com ponent.Th e civil sco pe entails
grading,drainage and utilities w ork.Th e firm w ill also co nduct a Bonneted Bat survey.Th e firm is
assisting the City to gather community stakeholder input during the design pro cess G overn ment
agency perm itting w ill be coordinated w ith M iami-Dade County DERM ,W A SD and SFW M D .
WEST LAKE PARK PHASE 4 I BROWARD COUNTY PARKS AND RECREATION DEPARTMENT I DANIA BEACH,FL I PRINCIPAL I
M iller Legg w as again select ed to provide both enviro nmental and engineering services for this 1,500-
acre Brow ar d County and State-ow ned tidal estuar ine par k in Hollyw ood,this tim e fo r the fourth (4th)
segm ent.Th e scope of services includes mitigation design and dredge and fill permitting thro ugh
US Arm y Corps of Engineers (USA C O E)and Florida Fish and W ildlife Conservation Com m ission
(FW C C )to encoura ge natural/pioneer m angro ve propagation,preservation of existing m angroves,
negotiation of permit modifica tions thro ugh Bro w ar d County Environm ental Pro tect ion Departm ent
(BC EPD),South Florida W ater M anagem ent District (SFW M D )and USA CO E services.Specific
tasks being provided for this segm ent ar e the fo llow ing:W etland Determination,Seagrass Surveys,
Environm ental Resource Perm itting (USACO E,SFW M D ),Restoration Design,Civil Engineering,
Surveying,Soil Disposal Coordination and A dministra tion and Planting (over 63,000 plants)Review
&Rip Rap &M ar ine W etland Protect ion Design.M iller Legg w ill provide com pliance m onitoring
services fo r a five-year period af ter construction com pletion.
M IA M I BEACH
s o ar ±IIIEEIII)S:IEE8 0LJ ±I'JIII8 I)1JIU 3III3
39!IHfIJ 2924-234-3)D)
be
WEST LAKE PARK PHASE II •ENVIRONMENTAL SERVICES I BROWARD
COUNTY PARKS AND RECREATION DEPARTMENT I DANIA BEACH,FL I
PRINCIPAL I Miller Legg has been working with Broward County
on numerous phases of restoration at West Lake Park over the
past 20 years.West Lake Park is a ±1500-acre estuarine park
that sits along 3 miles of the lntracoastal Waterway (ICWW).
The firm has provided both environmental and engineering
services for necessary mitigation for the Port Everglades and
Ft Lauderdale-Hollywood International Airport expansion
projects.One of the largest portions of the project at the
Park was the design,permitting (including dredge and fill),
construction oversight,and monitoring of mangrove,seagrass,
maritime hammock,and mud flat restoration within the Park.
Baseline studies were performed,including water quality and
hydrologic monitoring,benthic assessments,and seagrass and
bathymetric surveys.Then a mitigation plan was developed
along with a detailed management plan.The mitigation plan
was then permitted through the U.S.Army Corps of Engineers,
South Florida Water Management District,and Broward
County.
SL-15 MITIGATION AREA AND SR 732/JENSEN BEACH CAUSEWAY
IMPROVEMENTS I FOOT DISTRICT 4 I ST.LUCIE COUNTY I SENIOR
SCIENTIST I Miller Legg was responsible for the identification and
survey of proposed seagrass creation area consisting of a ten-
acre island within Indian River Lagoon on Florida Department
of Environmental Protection (FDEP)land under a Florida Inland
Navigational District easement.Miller Legg coordinated
restoration efforts through multiple agencies including FDEP,
South Florida Water Management District and the US Army
Corps of Engineers.Th is included field evaluation,ranking and
prioritization of suitable areas to mitigate.Field evaluations
were done to classify the island vegetation and use as well
as a seagrass survey in the island vicinity.Services provided
included:jurisdictional determination,mitigation design,
permitting,Essential Fish Habitat Assessment,co nstruction plan
development,public involvement and agency co ordination.
M IAMI BEACH
DYLAN LARSON,SPWS,CEP
ENVIRONMENTAL ENGINEERING SPECIALIST
RIVER PARK MARINA I PORT ST.LUCIE I ST.LUCIE COUNTY I CHIEF
SCIENTIST I For this St.Lucie County River Park Marina loca ted
in Port St.Lucie,Miller Legg provided mitigation monitoring
services at the preserve area along the North Fork of the St.
Lucie River for a period of five years Mitigation monitoring is
a permitting requirement of the FD EP and USACE and includes
specific task requirements such as quarterly monitoring reports
for one year and semi-annually for years two to five.In addition
to the monitoring,our biologists provided vegetation clearing
oversight for removal of exotics.Th e project also included 0.32
acres of shoreline rip rap protection,fishing platform,and fixed
and floating dock components.Approximately five acres of
mixed hardwood wetlands were placed under a conservation
easement and the shoreline was planted with native vegetation
such as mangroves and leather fern.Nuisance and exotic
species were also removed as part of the project improvements.
PORT EVERGLADES TURNING NOTCH I BROWARD COUNTY I FORT
LAUDERDALE,FL I PRINCIPAL I Miller Legg is a subconsultant to
Bergeron Land Development for this two-step Port Everglades
Turning Notch Mangrove W etland Creation Project.The
overall goal of the project is to lengthen the existing deepwater
turn-around area for ca rgo ships from 900 feet to 2,400 feet
to allow for up to five new cargo berths.A critical part of the
Southport Turning Notch Extension included replacing 8.7
acres of an existing mangrove conservation easement with
creation of a l6.5-acre mangrove habitat with approximately
70,000 new mangroves and transitional plants from an
existing upland.During this wetlands restoration construction,
the firm provided field support services for environmental and
engineering permit compliance,protected species observation,
including mangroves and manatees,water quality monitoring,
turbidity monitoring,erosion control inspection,plan review,
environmental administration and reporting,and mangrove and
upland planting oversight.Miller Legg was also responsible
for reviewing post-construction compliance monitoring for
a 5-year period.This was an enabling project for the $437
million Port Everglades Southport Turning Notch Expansion
project.
«oosos ENI0IEEE±II )IE2SJ 7IE9III3 MIU JIU SI-LIE}
30±If1 n+04 3924-234-3)D
bc
FIRM
Miller,Legg &
Associates,Inc.
YEARS OF EXPERIENCE
16
EDUCATION
BS in Ecology,Minor
in Geography,Florida
Atlantic University,2008
REGISTRATIONS/
CERTIFICATIONS
Professional Wetlands
Scientist,2021
Certified Arborist,2014
WILLIAM MOHLER,PIIS,CA,TRAO,CLI
ENVIRONMENTAL ENGINEERING SPECIALIST
Mr.Mohler has significant experience in environmental consulting including environmental document
preparation,ecological monitoring and assessment,compliance monitoring,and geographic
information systems (GIS).
RELEVANT EXPERIENCE
SEAWALL REPLACEMENT TECHNICAL MEMORANDUM FDR 4BTH STREET AND N.BAY ROAD AND FLAMINGO DRIVE AT 29TH
STREET I CITY OF MIAMI BEACH I MIAMI BEACH,FL I SENIOR SCIENTIST I Miller Legg performed a benthic natural
resource survey along and adjacent to two existing seawalls for 48th Street at N.Bay Road and
Flamingo Drive at 29th Street in Miami Beach to document corals,seagrasses and any other natural
resources located within the area.This information will be used to develop avoidance and minimization
measures associated with seawall replacement and project design and application for DERM Class I
Coastal Resources Permit with a Special Conditions including a Coral Relocation Plan,and any other
necessary environmental permits if impacts are unavoidable.The project location also falls within
the National Marine Fisheries Service (NMFS)critical habitat for the Johnson's seagrass,therefore,
there is potential for this species to be present within the survey area.Miller Legg is a subconsultant
to BCC Engineering under their Professional Architectural and Engineering Services in Specialized
Categories "As Needed"Contract.
SEAWALL 4BTH STREET CORAL RELOCATION I CITY OF MIAMI BEACH I MIAMI BEACH,FL I SENIOR SCIENTIST I Miller
Legg is temporarily relocating corals during N Bay Road and 48th Street End Seawall project.Once
construction is complete,and the turbidity curtains are removed,the biologists will survey the new
riprap to determine a location that will afford the coral the best chance for stability and long-term
survival.The coral will be placed within the riprap so that its orientation and depth are comparable
with its original position.A post relocation report will be completed,including a site plan that identifies
the relocated coral,pre-and post-locations of the coral,and the anticipated survivability.In addition,
Miller Legg will prepare a one week,one month and six months post relocation coral monitoring
reports.
E.G.SEWELL PARK I CITY OF MIAMI I MIAMI.FL I SENIOR SCIENTIST I Miller Legg is under contract with the City
of Miami for program development,pre-design,master planning design including public involvement
workshops,construction documents and construction administration services for Sewell Park,a 10.33-
acre park on the Miami River.The program will be an open passive park with elements including
passive walkways through park and preserve areas,pavilions,an ecotrail,baywalk,hardscape,
floating docks,kayak launch,seawall/living shoreline,wayfinding and historical information signage.
The scope of services includes landscape architecture,irrigation,civil engineering,topographical
surveying,SUE,certified arborist,structural engineering,electrical engineering,geotechnical
engineering,archeological,permitting,bidding assistance and limited construction administration.
Miller Legg has performed a bathymetric survey for the seawall component.The civil scope entails
grading,drainage and utilities work.The firm will also conduct a Bonneted Bat survey.The firm is
assisting the City to gather community stakeholder input during the design process.Government
agency permitting will be coordinated with Miami-Dade County DERM,WASD and SFWMD.
MIAMI BEACH
«no.or EI.IIEERII)SE.III3 HJ1YI)III8 JIULJII)III
10±1Hf!ny 2924 234-34D
be
WEST LAKE PARK PHASE 4 I BROWARD COUNTY PARKS AND RECREATION
DEPARTMENT I DANIA BEACH,FL I SENIOR SCIENTIST I Miller Legg was
again selected to provide both environmental and engineering
services for this 1,500-acre Broward County and State-owned
tidal estuar ine park in Hollywood,this time for the fourth (4th)
segment.Th e scope of services includes mitigation design and
dredge and fill permitting through US Army Corps of Engineers
(USACOE)and Florida Fish and W ildlife Conservation
Commission (FW CC)to encourage natural/pioneer
mangrove propagation,preservation of existing mangroves,
negotiation of permit modifications through Broward County
Environmental Protection Department (BCEPD),South Florida
Water Management District (SFW MD)and USACOE services.
Specific tasks being provided for this segment are the following:
W etland Determination,Seagrass Surveys,Environmental
Resource Permitting (USACOE,SFW MD),Restoration Design,
Civil Engineering,Surveying,Soil Disposal Coordination and
Administration and Planting (over 63,000 plants)Review &
Rip Rap &Marine W etland Protection Design.Miller Legg will
provide co mpliance monitoring services for a five-year period
after construction completion.
WEST LAKE PARK PHASE II -ENVIRONMENTAL SERVICES I BROWARD
COUNTY PARKS AND RECREATION DEPARTMENT I DANIA BEACH,FL I SENIOR
SCIENTIST I Miller Legg has been working with Broward County
on numerous phases of restoration at W est Lake Park over the
past 20 years.W est Lake Park is a ±1500-acre estuar ine park
that sits along 3 miles of the lntracoastal Waterway (ICW W )
The firm has provided both environmental and engineering
services for necessary mitigation for the Port Everglades and
Ft.Lauderdale-Hollywood International Airport expansion
projects.One of the largest portions of the project at the
Park was the design,permitting (including dredge and fill),
construction oversight,and monitoring of mangrove,seagrass,
maritime hammock,and mud flat restoration within the Park.
Baseline studies were performed,including water quality and
hydrologic monitoring,benthic assessments,and seagrass and
bathymetric surveys.Then a mitigation plan was developed
along with a detailed management plan.The mitigation plan
was then permitted through the U.S.Army Corps of Engineers,
South Florida Water Management District,and Broward
County.
M IA M I BEA C H
WILLIAM MOHLER,PWS,CA,TRAO.CU
EN V IRO N M EN T A L EN G IN EERIN G SPEC IA LI ST
PORT EVERGLADES TURNING NOTCH I FORT LAUDERDALE,FL I BROWARD
COUNTY I SENIOR SCIENTIST I Miller Legg is a subconsultant to
Bergeron Land Development for this two-step Port Everglades
Turning Notch Mangrove Wetland Creation Project.The
overall goal of the project is to lengthen the existing deepwater
turn-around area for cargo ships from 900 feet to 2,400 feet
to allow for up to five new cargo berths.A critical part of the
Southport Turning Notch Extension included replacing 8.7
acres of an existing mangrove conservation easement with
creation of a 16.5-acre mangrove habitat with approximately
70,000 new mangroves and transitional plants from an
existing upland.During this wetlands restoration construction,
the firm provided field support services for environmental and
engineering permit compliance,protected species observation,
including mangroves and manatees,water quality monitoring,
turbidity monitoring,erosion co ntrol inspection,plan review,
environmental administration and reporting,and mangrove and
upland planting oversight.Miller Legg was also responsible
for reviewing post-construction compliance monitoring for
a 5-year period.Th is was an enabling project for the $437
million Port Everglades Southport Turning Notch Expansion
project.
DEERFIELD ISLAND BOARDWALK MANGROVE ASSESSMENT I BROWARD
COUNTY I DEERFIELD BEACH,FL I SCIENTIST I Broward County Parks
and Recreation Division planned to replace the existing old
boardwalk on Deerfield Island located at the I ntracoastal
Waterway and the Hillsboro Canal in the City of Deerfield
Beach.Due to the dense growth of mangroves present along
the boardwalk area and through the mangrove wetland,
Miller Legg was retained to provide an assessment of the
extent of removal of mangrove trees and type of mangrove
structure (branches,twigs,limbs,foliage,roots)removal
required to provide clearance for work access to remove the
old boardwalk structure and replace with the new structure,
and to provide pedestrian access.Services provided included
mangrove trimming recommendations,certified arborist review,
co mpliance with South Florida Water Management District
(SFW MD)permitting.
Do
ao o ca :II.IIEERIIJ $:IJIE,3 HJ1ZALIII18 II)LJ)III)#LIE;
9 !1Hr!rt0»2924-334-3)9 engneemng
FIRM
Media Relations Group,
LLC
YEARS OF EXPERIENCE
19
EDUCATION
Associates of Art,
International fine Arts
College,Miami,FL,
2003
Bachelor of fine Arts,
Interior Design,Art
Institute of Fort
Lauderdale,FL,2005
DAVANA SANJURJO
PUBLIC INVOLVEMENT SPECIALIST
Dayana Sanjurjo is a public information and communications professional with more than l9 years
of professional experience on multiple complex campaigns,contracts and initiatives on numerous
Planning,Pro ject Development and Environm ent (PD&E),Design-Build,and Construct ion project s fo r
the M iami-Dade DTPW,M iami-Dade W A SD,the City of M iam i Beach and the Florida Department
of Transportation (FD O T)Being fully bilingual,she is highly skilled in stakeholder resear ch,
co m municating to the public in English and Spanish,and planning and par ticipating in com m unity
outreach activities.
RELEVANT EXPERIENCE
1 STREET IMPROVEMENTS PROJECT I CITY OF MIAMI BEACH I MIAMI BEACH,FL I PUBLIC INFORMATION LIAISON I M rs.
Sanjurjo leads Pl efforts fo r this Design/Build construction project of var ious im provem ents along l
Street from Alton Road to W ashington Avenue.She coordinates and staff's m ultiple m eetings w ith
SO FN A members and other major key stakeholders from the South of Fifth ar ea.She co ntinues to do
door to door distributions,stakeholder co ordination,meeting summar ies and m aintains a stakeholder
database specific to this project .
ADVANCED METERING INFRASTRUCTURE (AMIJ WATER METER UPGRADES PROJECT I CITY OF MIAMI BEACH I MIAMI BEACH,
FL I PUBLIC INFORMATION LIAISON I M edia Relations G roup (M RG )was co ntracted by the City to assist w ith
the co m m unica tional campaign aspect and comm unity outreach to prepar e and info rm stakeholders
about the ongoing upgra de of the w ater meters to the AM I (Advanced M etering Infrastructure)
technology.Responsibilities include developing public involvem ent plans in close coordination w ith
the City's N eighborhood Affairs Division staff,developing project-related informational m aterials,
collateral product ion and co m munica ting pro ject info rmation and addressing citizen/stakeholder
concern s.
PUBLIC INFORMATION OUTREACH SERVICES FOR RIGHT OF WAY AND FACILITIES CONSTRUCTION PROJECTS I CITY OF MIAMI
BEACH I MIAMI BEACH,FL I PUBLIC INFORMATION LIAISON I M rs.Sanjurjo is responsible fo r developing public
involvem ent plans in close coordination w ith the City's N eighborhood Affairs Division staff,developing
project-related info rm ational materials,bilingual collatera l pro duction and co mmunicating project
inform ation and addressing citizen/stakeholder co ncern s,am ong other tasks.
BROAD CAUSEWAY BRIDGE REPLACEMENT PDE STUDY I ATKINS-REALIS I TOWN OF BAY HARBOR ISLANDS,FL I
COMMUNITY OUTREACH SPECIALIST I M rs.Sanjurjo is the Com munity O utreach Specialist for this pro ject.
She currently assists the Public Info rmation M anager w ith all aspects of public involvem ent as par t of
this study.
VILLAGE OF MIAMI SHORES BAYFRONT PARK ENGINEERING AND ARCHITECTURAL DESIGN SERVICES I CHEN MOORE AND
ASSOCIATES I MIAMI-DADE COUNTY,FL I COMMUNITY OUTREACH SPECIALIST I M rs.Sanjurjo is the lead Com munity
O utreach Specialist on this co ntract,responsible fo r all public outreach efforts and pro ject related
co llateral dissemination.
TOWN OF MEDLEY (MULTIPLE PROJECTS]I TOWN OF MEDLEY I MIAMI-DADE COUNTY,FL I PUBLIC INFORMATION LIAISON I
M rs.Sanjurjo attended stakeholder and client meetings,conducted site visits and door-to-door
distributions of project inform ation,she also attended pro gress m eetings as par t of the outreach efforts
fo r these construct ion pro jects.
M IAM I BEA C H
oaor ±I,IEEE7III0 E.IV3 1IJ3II8 MI L0)IJ #JI1JI3
0 ±I+rfI04 2024 294-340
FIRM
Media Relations Group,
LLC
YEARS OF EXPERIENCE
10
EDUCATION
BS in Public Relations,
Advertising and Applied
Communication,Florida
International University,
2021
ISELA CARMIOL
PUBLIC RELATIONS SPECIALIST
Isela Carmiol hos over ten years of professional experience specializing in communications
management,administration,and professional language education.As an English for Speakers of
Other Languages (ESOL)tutor at Miami-Dade College in Homestead,she provided tutoring to ESOL
learners through conversation practice and one-on-one tutoring as well as taught a basic computer
and technological skills to adult students.She also trained Company Executives in developing English
language skills and created and implemented daily lesson plans and assignments to effectively
stimulate language learning while working as on English Instructor in San Jose,Costa Rica.
RELEVANT EXPERIENCE
FOOT SUNGUIDE TRANSPORTATION MANAGEMENT CENTER !TMCJ I AECOM I MIAMI-DADE COUNTY,FL I ASST.PUBLIC
INFORMATION OFFICER I Ms.Carmiol assists MRG's ITS Community Outreach Specialist,who worked
alongside FDOT ITS Management Staff,to disseminate material via industry publications and interact
directly with the public as the customer service and online outreach coordinator.
ADVANCED METERING INFRASTRUCTURE [AMIJ WATER METER UPGRADES PROJECT I CITY OF MIAMI BEACH I MIAMI
BEACH,FL I ASST.COMMUNITY OUTREACH SPECIALIST I Ms.Cormiol assists all of MRG's Senior Community
Outreach Specialists with co nducting door to door distributions and staffing Spanish speaking
community events.
BROAD CAUSEWAY BRIDGE REPLACEMENT PDGE STUY I ATKINS-REALIS I TOWN OF BAY HARBOR ISLANDS,FL I
COMMUNITY OUTREACH SPECIALIST I Ms.Carmiol currently assists the Lead Community Outreach Specialist
and the Public Information Manager with all aspects of public involvement as part of this study.
MIAMI-DADE COUNTY VISION ZERO INITIATIVE I BCC ENGINEERING/CONSOR I MIAMI-DADE COUNTY,FL I COMMUNITY
OUTREACH SPECIALIST I The Miami-Dade DTPW has committed to eliminating traffic deaths and serious
injuries within their transportation network by 2040 through their Vision Zero Program.MRG is
leading the public engagement efforts for this life saving initiative and continues to engage numerous
communities to expand awareness.Ms.Carmiol assists the Public Involvement manager and conducts
outreach by neighborhood and one on one surveying as well as attending municipal events.
FOOT DISTRICT SIX I-195/SR 112 FROM NW 12TH AVENUE TO SR 9O7/ALTON ROAD PROJECT DEVELOPMENT AND
ENVIRONMENTAL [PDliEJ STUDY I METRIC ENGINEERING I MIAMI-DADE COUNTY,FL I COMMUNITY OUTREACH SPECIALIST
I Ms.Carmiol assists the Lead Community Outreach Specialist in coordinating public involvement
efforts as part of this study.Activities include disseminating trilingual fliers for a kick-off meeting,
conducting door to door distributions,venue vetting and selection,as well as performing ca lls to key
stakeholders.She is currently assisting in planning for on Alternatives Public meeting scheduled for
early-2024.
VILLAGE OF MIAMI SHORES BAYFRONT PARK ENGINEERING AND ARCHITECTURAL DESIGN SERVICES I CHEN MOORE AND
ASSOCIATES I MIAMI-DADE COUNTY,FL I COMMUNITY OUTREACH SPECIALIST I Ms.Cormiol assists the lead
Community Outreach Specialist with the development of project related materials and collaterals for
dissemination to the public.
M IAM I BEACH -0
MIAMI BEACH 3III±±II0.ERIE,3 3IEE±AIII I5 IIILI8llE±LES
3v33 333V b9
TAB 2 EXPERIENCE 6 QUALIFICATIONS OF THE FIRM AND TEAM CCONT.J I LICENSES/CERTIFICATIONS
~-~·-~--
T8'STATE OF FLORIDA
NAB e STA TE O F FLO R ID A NA ~---~t8 STATE OF FLORIDA A e--~-1
'i STATE OF FLORIDA NA
BOARD OF PROFESSIONAL ENGINEERS
r oressso sea.skioosco oso o«
PROVISIONSOF CHAPTER A71I,FLORIA STATUTES"e TM»=4r A <H ERRERA,VICT O R H.#
,8°°.$
LICENSENUMOR-PE71464
EXPIRA TIO N DATE:FEBRUAR Y 28,2025
BOARD OF PROFESSIONAL ENGINEERS
w m or es.so s a.kli s o osvo o r e
novsrowsor cower+71.0Sr0rs
SPECuL INSPECTORNUMBER-74647AZAUno.cRt6Tu
AWE±..-.'LICENSENUMB ER.PE74647
EXPIRA TION DATE:FEBRUARY 28,2025
BOARD OF PROFESSIONAL ENGINEERS
w «r or ss o s s ag eso ooo.meoosoow".am 9 Us
3£--"
k
RA YMA T.DANIEL.$s
/~~-._~---~......
UCENSENUMOER;PE63111
EXPIRATION DATE:FEBRUARY 28,2025
ha rt ens,nine at Mt$id.alere or
eoAo or PROP%NA-GaRs
orsssrow.cave naesso uwotR rt
PROVISIOtilOFCHAPTER◄71,Fl'.ORtDA·ST~~-UTES}£i
Sf k ±a,@
"Ra.wuwME'
$>
de s
[casino»woo.ors»
EXPIRATION DATE:FEBRUARY2,2025
AMw.as verity hens line it My#ionidtreto
Do not ater ths document in any torr
This is »our hense.lt is unbowtul tor anyone otter than the lenserto oe phis,dourent
Do not alter ths doc urren t in an form
This is yourhense.mt is unlawe tul tor anyoneother than the licenseeto use this docurent.
Donotatter this,douren t in any tor
T s is yourli en .lt is unLwtut tor anyoneother than the l esee to use this,do orenot.
Do not alter this,doarenot in any form
Thisis,yourkense.m is unionw tual tor anyoneother than the keneetousethisdocurrent
Victor H.Herrera I PE71164 Christian Aquino I PE74647 Daniel Raymat I PE63lll William "Bill"Junkin I PE43707
~----T'
}
STATE OF FLORIDA
as'
A
BOARD OF PROFESSIONAL ENGINEERSTM'Sr,
THE PROFESSIONALENGINEER HERI MN IS LICENSED UNDOER THE
PROVISIONS OF CHAPT ER 471,FLORIASTATUTES.v"'.~
i3'?
FOr •~OBERT·EDWA~~JR.
+,3
EXPIRATION DATE.FEBRUARY 28,2025
--~~--
STATE OF FLORIDA AB
OAR OF PROFESS"OWN ENGINEERS
nw rorssootvca ailgace so woos n
PROVISIONSOF CHAPTER A71,FLORIASTATUTES8
4 '
SALZA NO,CORY THOMASj-us G
'le.••.g _
LUCENSENUMBER;PE75451
EXPIRATION DATE.FEBRUARY 28,2025
hoaserity lenoeslee at Mlloriduat.irteten
e
I
STATE OF FLORIDA
so,+PE
7is
BOARD OF PROFESSIONAL ENGINEERS
«rorcssow c o overs n«
PRO4SIONSOF CHAPTER 471,FLORIDA STATUTES±.,e
p cK,RICHARD JACOB
ti is
#hstsass.a.
EXPIRATION DATE:FEBRUARY 2A,2025
hayeseritylenses,onleeat bird.al,iereor
,_
STATE OF FLORIDA MAB
BOARD OF PROFESSIONAL ENGINEERS
«morosoo«.aka.lac owoo n«
PROVISIONSOF CHAPTER 471.FLORDASTATUTES?+a;
i A <a.aw?k-
Do not alter this do ren t in any form
This,is 9or liere,l is unbarwtul tor anyone otterthan the lenserto use this document.
Do not alter this docaret in any form.
This l yourlone.h is unlawful tor anyone other than the licensee to oe this do.orent
Do not alter this document in any torn
This is your lense.ht is unlawful tor any one other than the lesee to ue this dot omeno t.
Do not alter this,dourent in any form,
hi s is your kene.,l is unlawful for anyone other than the lenser to use this document.
Bob Forand I PE58611 Cary Salzano I PE75451 Richard Pick I PE84339 Chuan Chen I PE93871
MIAMI BEACH Q)
MIAMI BEACH 3I0IE:III9±3IE33,3A3MIIAI,IL II)IE±Es
VD)g
TAB 2 EXPERIENCE &QUALIFICATIONS OF THE FIRM AND TEAM CONT)I LICENSES/CERTIFICATIONS
~---·-
STAIE OF FLORIDA A .-,-~---·
STATE OF FLORIDA A ·-·---
STATE OF FLORIDA At ~--~we STATE OF FLORIDA
MAE
BOARD OF PROFESSIONAL ENGINEERS
«Ht PRO»SONIGALK HtI$AstD UK It
PROVONS O¥CHAPTFy 471 +ORA srruTFS
GOSSELIN,MARK STEVENil
----------~-~-~UCNSt NUMORLS4594
OAR OF PROFESSIONAL LNGAINLLRS
It Po»+SS#0A t fGutttoir 91$tst u+i 4+4
ROVISIONS O CHA/IR 471,HORA$1A 1US
4 «TRUDNAK,MICHAEL EDWARD
-~
octwistoo »sGa
EXPARATIONDATE:H uARY 28,2025
A'
unetnrs7so
BOARD OF PROFESSIONAL ENGINEERS
or tsso+sat oweak kn«kli esso ow«oo rt
PROVISIONSOF CHAPTER A71.,FLORI4STUTES
-~
(-,
'RE1c.Mc+Ar-°
XPARATON DATE.FEBRUARY28.2025
BOARD OF PROFESSIONAL ENGINEERS
n«oressroo.seas al soso ooo n«
PROVISIONS OF CHAPTER «71,FLORIDASTATUTESs32u
#«l.z
MONTENEGRO,ALEJANDRO R.l e'71 l_:,d!tis.srsJEXPIRATIONDATE.FEBRUARY 28,202$
Aue.rtylentsn jt M#inde or
msb yourbane to olowed lot aeroother tan the enc to uethee d,roenet Ths ir keere .mi unba wtul tore anyone other thanthe keener to oe thisdo rent
Mark Gosselin I PE54594 Mike Trudnak I PE58200 Michael Krecic I PE Alejandro Montenegro I PE59426
e---STATE OF FLORIDA At e tad»at tort ioioliar a t arrowpoitto«trio tea lib,:.7::.-..+.s.ss e .I.z:277-+·
add#drool or eyet,at doe
t i ipso fail.godsM2oat
tor t«.I42»
h»proton take blew 2 Mt o•«I.:'.:222 o «
uaurn lIralrouuut Surry rs at MarolooA4ala«Mao Piao 1altar,Proto 12%.ad
Laree Mo LS6669
lpratio tute Februa ry',2023
BOARD OF PROFESSIONAL ENGINEERS
It PROF SSKOAL G t oral is csto UNO nt
PROVSONS OF CHAPTER 471.FLORIASTATUTES
LLANOS,GUSTAVOA
Professional Surveyor and Mapper License
derte po«oauras aft.humor4 lindens»
t4ii irn»is
»;t ttr t«dot int»,#4po na kl
ot +#i tititrottiotot#ta a4rota#
Prolessional Surveyor and Mapper License
lo«he po,rte al fin±attar
4t»Mt t,»A Mkesarr
ttMti up sa t =5
kt/u»usoat»Atau+it»
Professional Surveyor and Mapper License
'ndr he pro»wons ofhooter 472 Ford Sotos
HE#".E.>5
LI0$/Mr00trssos±to ou t.tu
A -'cgon is
£OP BA TION DATE.FEBRUARY 28,2025
tita ea#dial,irwee Mark Sowers I LS5266 Manuel G.Vera Jr.I LS5291 Carlos Alonso I LS6669
Do notper this,duet in anyton,
I«ile me ti nanotl tot nee her the the lenee to gsts,dent
Gus Llanos I PE73518
MIAMI BEACH 0
MIAMI BEACH 3IIE.III0 Is3 3L ;III3 LIL LI)IIEI.ILES
3)33335/8v
be."+
TAB 2 EXPERIENCE &QUALIFICATIONS OF THE FIRM AND TEAM (CONT)
2.2 QUALIFICATIONS OF THE BIDDER TEAM
The following table outlines our subconsultant Team's experience.
2.2.1 QUALIFICATIONS OF BIDDER TEAM
ooeowoo
±%±,ff.$@ ssh nrsrreman R d EEMAREE"AIEERZIER..
1 ~--_··!..:;:~.;~;:·;;:"'"'Miami Beach,FL
.
+so
z
Miller Legg performed a benthic natural resource survey along and adjacent to two existing seawalls for 48th Street at
N.Bay Road and Flamingo Drive at 29 Street in Miami Beach to document corals,seagrasses and any other natural
resources located within the area.This information was used to develop avoidance and minimization measures associated I
with seawall replacement and project design and application for DERM Class I Permit including Stony Corals for relocation
permit plans,obtain environmental permits and approvals via general permits and exemptions from USACOE JAXBO and'
SFWMD
GCES performed geolechnical exploration for the design of the seawall replacements.The work included Standard
Penetration Test (SPT)borings to provide design and construction recommendations.
MGV performed surveying services,which included establishing Horizontal and Vertical control on the Florida State '
Plane Coordinate System,East Zone,and North American Datum (NAD)of 1983/2011 Adjustment,as well as on
NAVD88 vertical datum.The topographic survey located all above -ground features and improvements within the survey
limits,including fences,walls,buildings,appurtenances,visible above-ground utilities,drainage structures,seawalls,top
of seawalls,and canal soundings
wu.eoYce
3 City of
Miami Beach
Giancarlo Peno,PE
305-673-7490
Gpena@miamibeachfl.gov
2021-
Ongoing
MG.VERA
~\~&~OCJATES.lnc.
2
Various Seawall
Replacements
Miami Beach,FL
GCES performed geotechnicol exploration for the design of the seawall replacements.
MGV was responsible for designating [horizontally mark on the surface)known existing toneable and non-toneable
subsurface utilities found within 6 "Scan"areas depicted on the plans provided by the client utilizing electromagnetic '
geophysical prospecting equipment,including ground penetrating radar (GPR).MGV also performed up to 2l5 utility
locates (test holes)on potential utility conflicts as identified on the plans provided by the client.
ca
M.G VEu{ASS 0CATES,we
City of
Miami Beach
Giancarlo Pera,PE
305-673-7490
Gpena@miamibeachfl.gov
2020-
Ongoing
~
;..-MGV performed surveying services at Beach Park View,which included a Boundary Survey,the Placement of Monuments
Beach View Park at all major corners of the property's boundary,the establishment of Right-of-Way lines in accordance with Right of Way3sMaps,the Surveying of Planted and/or dedicated Right-of-Ways where applicable,the identification of Flood Zone
ia.l.Miami Beach,FL Designations,a Topographic Survey,Elevation measurements,the establishment of the Coastal Construction Control Line,
Fe m and the establishment of Benchmarks
'-·g1 -4GV was responsible for providing Design Survey services.The scope of work included establishing Horizontal and
Soundscape New World vertical Control,performing Cross Sections on a 50 h grid,and conducting Topographic Survey /DTM 3D-Modeling.This
41.eSymphony Campus"involved locoing all above-ground features and improvements,break-lines,high and low points,as well as topographic
,r-e-[Miami-Dade County,FL features such as existing lighting,pavement markings,trees,pedestrian ramps,driveways,visible above-ground utilities,
sodded and paved areas,and drainage structures [including rim/gutter elevations),etc
MG.VpASSOCIATES
CHy of Miami I
Beach
Giancarlo Pena,PE
305-673-7490
Gpena@miamibeachfl.gov
2021-
2022
6
Phased Desian Build The FDOT is installing two seawalls along SR AMA to protect the roadway from Atlantic Ocean hurricane surges and
(DB)SR A1AEr4en,waves One segment extends from the S Central Avenue in Flagler County to one -half mile north of High Bridge Road in
Se 3[Ip,,,96 Y Volusia County (approximately 7,000 feet [h]).The other segment extends approx.2,300 f from Marlin Drive to Sunset"""$,".Dove in Volusia County.INTERA is sororing the design bold team in the coastal engineering aspets of the roiet
"9"%"""Ova including assessing historical beach profiles and shoreline changes,simulating shoreline responses to 50-year storms
ounhes,f (with sea level rise)utilizing USACE's cross-shore erosion model (SBEACH).and estimating local scour.l
1-275 at Sunshine Skyway The design build project includes design,permitting,and construction of two breakwaters located approximately 200
Seawall Phase II -Wave feet offshore the south Skyway fishing pier access road.INTERA assessed the stability of the devices under extreme
Attenuation Device DB"conditions,resistance to settling and shifting,attenuation of wave energy at the existing seawall under different surge
Manatee County,FL events,and scour at the breakwater ends
MS.VE BCC Christian Aquino,PE,SI,FRSE
Engineering 305-670-2350 20228ASSOCIATES
Caquino@bcceng.com
I NTERA
Catalina Chacon
FDOT D5 386-943-5039 2023 -
I
Catalina Chacon@dot.state fl.us Ongoing
I NTERA FDOT Dl
Brent Setchell
863-519-2557,
Brent.Setchell@dot.state.fl.us
2022 -2023
"BCC Engineering job.MIAMI BEACH €
MIAMI BEACH 3II.ILE±III IE.s3 3DJ±MULL IIJLJIIIJIIELJEs
Tr@9 3v33-39a bc•«
TAB 2 EXPERIENCE 6 QUALIFICATIONS OF THE FIRM AND TEAM [CONTJ
2.2 QUALIFICATIONS OF THE BIDDER TEAM
Th e follow ing table outlines our subconsultant Team 's experience.
Miller Legg is under contract with the City of Miami for program development,pre-design,master planning design
incl uding public involvem ent w orkshops,construct ion docum ents and construction adm inistration services tor Sew ell Par k,
a 0 33-acre par k on the M iam i River.Th e pro gra m w ill be an open passive par k w ith elem ents incl uding passive
w alkw ays thro ugh pork and preserve areas,pavilions,an eco tra il,bayw alk,har dscape,floating dock s,kayak launch,I ~
seawall/living shoreline,woyfinding ond historical information signage.Muller Legg has performed wetland delineation»MI[rpc
and a bathymetric survey for the seawall component.The civil scope entails grading,drainage and utilities work.The firm
has also conducted a Bonneted Bat survey.Ihe firm is assisting the City to gather community stakeholder input during
the design process.Government agency permitting will be coordinated with Miami-Dade County DERM,WASD and
SFWMD.
City of
Miami
Marisol Martinez
305-416-1219
Mmartinez@miamigov.com
Ongoing
As part of the northbound bridge replacement of the Howard Frankland Bridge,Miller Legg provided landscape
architecture support for the largest bridge replacement project in Florida.Specific services tor this project included
providing a Landscape Opportunity Plan,outlining potential areas for the landscape to have impacts and to make sure
Howard Frankland Bridge l there were no conflicts with other utilities.Miller Legg provided these landscape architectural services as a subconsultont
Seawall DB"to the Archer Western/Traylor Bros./BCC Engineering team.
Pinellas and Hillsborough INTERA supported the BCC design build Team by providing a Bridge Hydraulics Report,and scour calculation services.
Counties,FL This service included the identification of erosion and deposition areas.Calculations involved the application of CMS
Flow driven by results from the ADCIRC modeling.Calculation of long term scour and local scour at the proposed bridge
piers employed methodologies outlined in the FDOT Scour Manual and HEC-18.They also developed 2-year hydraulic
design conditions tor temporary structures.
1 MRG was contracted by the City lo assist with the communication campaign and community outreach to prepare and inform 1
stakeholders about the ongoing upgrade of the water meters to the AMI (Advanced Metering Infrastructure)technology.
Responsibilities include developing public involvement plans in close coordination with the City's Neighborhood Affairs
·Be zh.FL Division stall,developing project-related informational materials,producing collateral,communicating project information,
Miami }each,and addressing citizen/stakeholder concerns.·j·-~Villa e of Miami Shores ..........
lg k E ..The praIecl consists of the des,gn,perm,tting,and canslruct,on of improvements al M1am1 Shores V,lloge (Village)Boyfronl
Bayfront Par}ngineering L.tGi b 3CI «di bl ·.34 h d-,•4 }&·hi +lDi.ark.MR is a subconsultant ot MA,providing put lic involvement services such as producing project tact sheets,
Architectural )esign managing stakeholder databases,preparing o Community Awareness Plan (CAP),coordinating public meetings,and
managing stakeholder inquiry requests.
17,Gos1y9yz2°"
•/Old 7 19!"%,,inano»Bri d g e 'e
Project"
Monroe County,FL
MRG led all PI efforts in preparation for the FDOT District Six Old Seven Mile Bridge Ribbon Cutting Ceremony,which
included a Ribbon Cutting Ceremony Pion,media kits,press releases,multiple and inter-agency coordination effort,I
among other items.This project consisted of repairing the bridge to restore connectivity between Knights Key and Pigeon
Key,while creating a recreational area with safe bicycle and pedestrian conditions.Since its reopening,the bridge has
attracted thousands ot residents and transients which brings enormous historical and economic value to the community.
MRG's collaborative efforts with Monroe County,City of Marathon,the Department of Environmental Protection,the
Pigeon Key foundation,Friends of Old Seven,the Monroe Tourist Development Authority,the Greater Marathon Chamber
of Commerce and many others led to a successful event in January 2022.
us'ca
I Liz Winters 2020 _
FDOT D7 813-849-7509 2025(Ea.)Elizabeth.winters@dot.state.fl.us
INTERA
City of
Miami I Kevin Pulido 2020 _
)Beach 305-673-7575 212Public Ongoing4D08I.Kevinpulido@miamibeachfl.govInformation
Services
4D08 I
Chen Patrick Koimrajh,PE 2023 _
Moore 786-453-9184 Ongoing
&Assoc.PKaimrajh@chenmoore.com
@@ FDOT
District 6
Tish Burgher
305-470-5277
Ti sh.Burgher@dot.state.fl.us
2017-
2022
'BCC Engineering job.MIAMI BEACH CD
MIAMI BEACH 3II2IE:III0 RIES8 3IL3II!III9II)LILI IIIELILES
3·7F?77rs)5 3)33393 V)
bc
TAB 2 EXPERIENCE &QUALIFICATIONS OF THE FIRM AND TEAM CONT)I 2.3 EVIDENCE OF PRIOR WORKING EXPERIENCE
Our Team's history of collaboration and familiarity with each other's strengths/areas of expertise
ensures seamless coordination and the delivery of comprehensive engineering services as per
the scope of work.
With 70 projects worked an collectively (those relevant to this project ore displayed
below/on the page that follows),including 5 with GCES,26 with Manuel G.Vera
&Associates,8 with lntero,17 with Miller,Legg &Associates,and 14 with Media
Relations Group,our collective expertise inspires confidence in our ability to deliver
exceptional results,fostering a successful partnership for project success.
•
FOOT DISTRICT 7
Howard Frankland Bridge Seawalls Design Build
''-..I
•
CITY OF SARASOTA
I {
City-Wide Bridge Rehabilitation &/
Seawall Hazard Mitigation/Repairs '~
f,.)o,,.;,M;do !~-~~~J!~~!.~
iI •t '.
~
i
~:~!c~!IOERn~~e~~~!D:~r~ices Continuing,....•.
Seawall Master Plan e e
FOOT DISTRICT 6 .~
Palmetto Expressway Section 5 Canal
Bulkhead Walls DB
PROJECTS COMPLETED TOGETHER
5 COMPLETED
WITH GCES
8 COMPLETED
WITH INT
14 COMPLETED
WITH MRG
17 COMPLETED
WITH MLA
2 6 COMPLETED
WITH MGV
•
•~·.....L CITYOFMIAMll!EACH ~(J .MIAMI-DADE WAT_ER &SEWER DEPARTMENT .:~~Seawall Replacement at 49•ST &29•ST ,,.,,,\Silver Bluff Neighborhood Improvements \\_.;,
'¼;•••'•t;CITY OF MIAMI BEACH A
,/Various Seawall Replacements ~.0 FDDTOISTRICT6 ~,.
•Channel 5 Bridge Rehabilitation ..-.>..:•'It ...-'fftl
MIAMI BEACH •b
MIAMI BEACH 3III:LAI0 LI38,3JBS±JILL5 LIULIKIO EIIEAILEE
39Tr#risj@ jjjjJJSV)-"
W 7 TT72 b
1
TAB 2 EXPERIENCE &QUALIFICATIONS OF THE FIRM AND TEAM CONT)I 2.3 EVIDENCE OF PRIOR WORKING EXPERIENCE (CONT.)
Seawall Replacement at 48 ST and
29 ST
Miami Beach,Fl
~--f--------
l,2 !Various Seawall Replacements
Miami Beach,Fl
This project was completed as pant of BCC's Professional A&E Services Agreements with the City of
Miami Beach.The replacements will consist of new precast panel and pile seawalls at 48 St and
North Bay Rd (±60')and 29 St and Flamingo Dr (±40').BCC is also providing permitting services
(MB Building Dept,SFWMD and the MDC RER),a benthic survey and geotechnical report for each
seawall ([provided by the supporting subconsultant team),structural and civil engineering services for
the project.
This project is o task work order for the ongoing City of Miami Beach Professional A&E in specialized
categories.Ihe project involves civil engineering services associated with on-site modifications caused
by the replacement of the seawalls throughout the City.New seawalls will replace existing seawalls in
bad structural condition.
City of Giancarlo Pena,PE 2021 -
Miami Beach 305-673-7490 it ***Gpena@miamibeachfl.gov Ongoing
City of I Giancarlo Pena,PE 2020-
Miami Beach 305-673-7490 /#**Gpena@miamibeachfl.gov Ongoing
Silver Bluff Neighborhood
3/Improvements
Miami-Dade County,FL
The project area was primarily residential lying within the City of Miami in a neighborhood known
as Silver Bluff The existing water services were 2-inch,2 -inch,and 3-inch lines that ran within the
public right-of-way and connected to distribution lines that ran along rear property easements.Many
of the properties were served by backyard meters.BCC's design services included utility coordination
and verification that the proposed water mains and services were not in conflict with the existing
underground transmission and distribution lines.
/toward Frankland Bridge Seawalls DB
Pinellas and Hillsborough Counties,Fl
This high-profile DB project includes the design and construction of the replacement for the existing
the bridge over Old Tampa Boy and removal of the existing NB 1960'existing bridge.The project
undertakes major additions and changes to the existing roadway system by adding express lanes,
enhancing safety,adding capacity and mobility,and accommodating future light rail.11,000 LF of
seawall comprised of cantilevered and anchored sheet pile as well as anchored king-pile systems.
Rey Abreu (formerly w/WASD)I 2007-ltMiomi-Dode Water I 305-631-2208 2009&Sewer Dept.Reynaldo.Abreu@exp.com
Liz Winters I 2020-lFDOTD7]813-849-7509 2025 (Est.)Elizabeth.winters@dot.state.fl.us
*
**
Palmetto Expresswa Section 5 Cane]Ihis $559 million-dollar DB project consisted of the reconstruction of one of the busiest interchanges in
p y Florida.With over 500,000 vehicles traversing the facility on a daily basis,it took skilled coordination
j 51 Bulkhead Walls DB and oversight lo build this four-level system-to-system interchange consisting of 47 bridges,including
Miami-Dade Count,FL four segmental directional flyover romps.2,500 LF of new bulkhead wall including both cantilevered
y,and anchored sheet pile walls for the realignment of the Northline Canal
The City owns approximately 4.3 mi of seawall structures and 2.0 miles of natural banks.This task
work order,under the City of Fort Lauderdale's Continuing Structural Services Contract awarded
la BCC,required the assessment of the comprehensive needs of these structures and banks,and
development of a Seawall Master Plan throughout the City.
Structural Engineering Services
6 I Continuing,Seawall Master Plan
Fart Lauderdale,Fl
FDOT D6
City of
Fort Lauderdale
,Structures Design
Districtwide,FL
!
City-Wide Bridge Rehabilitation &
8 Seawall Hazard Mitigation
Sarasota,FL
BCC has performed over 650 miscellaneous Task Work Order structural assignments including
plans reviews,3R evaluations,miscellaneous structure design,and structural design support of
District staff.Assignments also included MOT,public involvement (meetings,outreach),signing,
pavement markings,phased construction,and Technical Special Provisions.
The BCC Team is performing thorough inspections and evaluations of several seawall projects
throughout the City.The Team is identifying the specific problems affecting each seawalls.Tasks involve
preparing detailed designs and remediation plans tailored to address the identified deficiencies,
ensuring long-term durability and effectiveness of the seawalls in protecting their respective areas
from erosion and water-related damage.
FDOT DI
City of Sarasota
9 lchannel 5 Bridge Rehabilitation
Monroe County,FL
1
This project involves repairs to the major concrete bridge structure carrying SR5/Overseas Highway
Over Channel 5 in the Florida Keys.The 4923'long bridge supports 2 traffic lanes and critical
utilities.BCC investigated the existing bridge and field conditions.BCC prepared design construction
documents,and plans for the rehabilitation of the bridge substructure.One innovative aspect of
the project involved the use of thermal scanning and imagery to assess the existing conditions and
map deficiencies.This enabled the creation ot project-specific repair details and accurate quantity
calculations required to avoid overruns and delays during construction.
FDOT D6
Mario Cabrera,PE
1
2009-it305-640-7445 2016Mario.Cabrero@dot.state.fl.us
Brandy Leighton,PE
1
2016-lt954-828-5326 2017Bleighton@fortlauderdale.gov
Andra Diggs,PE 2013-l#407-264-3988 2018AndraDiggs@dot.state.fl.us
---
Camden Mills,PE
1
2022-[t863-519-2300 OngoingCamden.mills@sarasotofl.gov
Pablo Orozco,PE
305-470-5370 2015-ltpablo.orozco@dot.state.fl.us 2025 (Est.)
**
*
*
*
*
MIAMIBEACH o
Ir \I
engineering
GETTING THEREJUSTGOTEASIER
I,y r -
F
MIAMI BEACH
r -s lite#eh%...-~..--..
SOLICITATION 2024-234-ND
~-------1.,-•'
¥l
:'
\
-,
_....._..,,
a
#'7--°•
woo«oar :I0IEE5II)EIBE3 11JS2ALIAIIEJ AIUIII)I EL IE3
30±1Hf0»2024-234-3)
TAB 3 3.1 APPROACH AND METHODOLOGY
be
3.1.1 SITE INVESTIGATION &FEASIBILITY STUDIES:
Th e BC C Team is intimately familiar and experienced with site
investigation and feasibility studies for a wide range of South
Florida structures ranging from vertical structures to bridges and
seaw alls.Perhaps the best example of our experience specific
to seaw alls is the City of Fort Lauderdale Seaw all Master
Plan (SM P).Th at project involved appro ximately 4.3 miles of
city-ow ned seaw all structures and 2.0 miles of natura l banks.
Structure locations ra nged from the lntracoastal W aterway to
residential neighborhoods such as the Las O las Isled,and high-
traffic ar eas such as along the N ew River in dow ntow n Fort
Lauderdale.Seaw all types ranged from concrete soldier pile/
panel,steel sheet pile,and co ra l ro ck/slurry.Seaw alls supported
infrastructure ranging fro m iconic facilities such as the Sw imming
Hall of Fam e,historic parks,to running alongside or at the end
of public streets or drivew ays.Th e SM P required extensive
site investigation and data collection on a regional scale to
assess the structura l,geological,and enviro nmental conditions
as w ell as right-of-w ay and ow nership.Th is investigation
w as then used to support an extensive feasibility study at the
hear t of the SM P.Th e study included design,construction,and
perm itting co st estimates and schedules for seaw all repair
and replacem ent alternatives,City Seaw all Standards,and
seaw all prioritization forecast out 20 year s so that the City
could plan and budget needed projects.SM P documentation
also consisted of individual in-depth seaw all inspection reports
detailing the above and below -w ater condition of each
seaw all co m ponent,as w ell as a report including an executive
level sum m ar y of findings,recommendations,and feasibility of
solutions based on factors such as impacts,use of innovation
w here appro priate minimizing disruption,resiliency,and cost.
The SM P also addressed challenges associated with Sea Level
Rise (SLR)such as potential structura l modifications,bank/
shoreline stabilization,ra ising seaw all heights,and alignment
w ith the City's Residential Seaw all O rdinance outlining criteria
fo r w hen residential seaw alls require raising to mitigate SLR.
Lastly,BC C completed the SM P assignment on an aggressive
four-m onth schedule in order to have the report finalized so
pro ject s could be budgeted fo r the next Fiscal Year.
Th e pro cess utilized on the SM P w ill be similar to the one
w e envision fo r this contract and the City of M iami Beach.
Th e follow ing details the key steps of our appro ach and
methodology fo r site investigations and feasibility studies.
Kickoff Meeting
O ur Team's first action w ill be to perform a desktop review of
available information.For seaw all projects,we prefer to perform
M IAM I BEAC H
a joint field review with City staff,and then pull together senior
Team members for a Kickoff Meeting to engage the City staff
and/or consultants to discuss overall appro ach and the City's
vision and goals.At that time,our Team will also introduce
solutions that introduce innovation where appropriate,minimize
cost and impacts,and maximize seawall service life.
Technical Assessments and Gather Information
Existing Information:Compiling all existing information such
as wall locations,existing plans and SLR data will be critical
fo r creating our plan of action for each pro ject.Identifying
community and public stakeholders along with important
properties/facilities abutting the project will be identified and
documented.A central filing location such as ProjectW ise
will house all info rmation gathered to facilitate access for all
Team members.Desktop reviews also help confirm latest field
conditions and access.Review of this info rmation will also help
the development of a uniform Condition Assessment System
and Naming Convention that could be used to establish and
document the City's seawall inventory.
Field Evaluations:Field
evaluations will include
"top side"inspection as
well as subaqueous
inspections completed by
our specialized underwater
inspector/divers.Our
approach to quality
inspections begins before
the team is mobilized.Proper planning establishes a "roadmap"
for the inspection pro cess,which is needed to ensure the overall
quality,efficiency,and most importantly,safety of those
involved.Our Team is very familiar with maintaining safety
including strong currents and high traffic areas such as the
intracoastal waterways and will use extreme ca ution when
underway and operate at Idle Speed/No W ake throughout
the entirety of the project to ensure the safety of our personnel
and to ensure the safety of any manatees or other marine life
located within the area.W e understand the importance of
keeping a safe distance (over 50ft)away from any manatee
and will follow all FW C's rules and regulations if one is
encountered during the inspection pro cess.
Our Team will utilize a prepar ed inspection field book to organize
and collect field data to ensure a comprehensive inspection.
Th is field book will include checklists that are required to be
filled out prior to leaving the site to ensure all data is co llected
and avoid the need for return visits.During this planning phase,
D
Subaqueous inspections.
«oao»+±IIIEEEIIJ3:II,J III)II3 II)1J)I)LIB3
39!I f 14 2024-294-340
begoer
TAB 3 3.1 APPROACH AND METHODOLOGY (CONT.J
our Team will update our current field inspection template and
QA checklist with this contract's scope parameters and any
special inspection provisions.The inspection site will then be
assessed for additional inspection equipment needed (NOT
equipment,sounding equipment,access equipment,etc.)as
well as conditions pertinent to the dive team.A site-specific dive
operation plan will also be created and address anticipated
site conditions.
While we use innovation
such as Unmanned Aerial
Vehicles (UAV's,drones),
GPR,and thermal imagery
to gather intelligence,
when it comes to seawall
inspections,be believe
"the old ways are the best
ways"and nothing beats
engineers in the field to put
eyes on the structure.Our
hands-on inspection teams
are comprised of multiple
individuals for safety and
efficiency.Above-water
teams are comprised of
the responsible
Professional Engineer
([assessment),a Junior
Engineer (documentation),and a boat captain.The seawall is
thoroughly inspected,crack widths and lengths measured,and
hammer sounding used to delineate deficiencies that may not
be visible from surface defects.Dive teams are comprised of
Certified Bridge Inspectors with the responsible Lead Diver
(assessment),support Diver (safety and assistance),and a boat
captain.One innovative aspect our above-water team has
found effective is to utilize a laptop containing the inspection
report spreadsheet template to populate the inspection report
in real time as the inspection progresses.This includes conditions
as well as deficiency dimensions and repair limits used to
calculate repair quantities and construction costs.In this way,
the draft inspection report production begins the second we put
boots on the ground and is completed as soon as our inspection
team returns to the office and receives the underwater inspection
intelligence.This process has been performed on many of our
seawall inspection projects and has proven to increase our
overall turnaround time on inspection reports and improve the
quality of our deliverables.
Survey:We will prepare a
Specific Purpose Survey"to
support the seawall design
and plans.Notably,City of
Miami Beach Seawalls often
abut private property.
Therefore,our focus early on
will be to research Right-of-
Way information in order to
avoid creating a gap"between the City seawall and the
private seawall.Our survey effort will utilize innovative and
technologically advanced solutions such UAV's to pick up
pertinent information.As a result,coordination with stakeholders
such as the Port of Miami,US Coast Guard Miami Sector,and
Miami International Airport will be important early on.We will
first coordinate our approach closely with the City Surveyor
and Project Management.Then,for flight restricted areas such
as the airport or port,our FAA-certified UAV pilots obtain
security clearances,and employ Terrestrial Li DAR and robotics.
Our Team has had outstanding results with this approach on
large scale,regional projects such as this were the use of this
innovation improves safety,establishes a documented
photographic record of conditions,and reduces project
schedule.
We combine these methods with use of GPS and conventional
survey to "fill in any gaps"and provide comprehensive survey
information with speed,accuracy,and efficiency.In the case of
a feasibility study,design-level accuracy may not be required.
However,using our approach,design level of accuracy can be
achieved with minimal additional effort,providing the City with
optimal value.More importantly these technologies allow us to
place safety at the forefront of our work plan by reducing risks
to the public and our MOT-trained survey technicians.
Environmental:Ascertaining the environmental permitting
needs is one of the key steps in seawall investigation.We will
evaluate each seawall to determine the appropriate level of
permitting required by the South Florida Water Management
District (SFWMD),U.S.Army Corps of Engineers (USACE)and/
or the Florida Department of Environmental Protection (FD EP).
It is anticipated that many of the seawalls should qualify for
an exemption with SFWMD under Chapter 62-330.051 (12),
which would also qualify for Section 404 approval under the
State Programmatic General Permit VI (SPGP VI).For seawalls
that do not qualify under the exemption criteria of the SPGP VI,
individual permits with the respective agencies will be required.
We will hold pre-application meetings or coordinate early with
Sample LiDor still.
MIAMI BEACH o
«moor ±I.IEEE3NIU SJ )IE3IE3JILL3 AIU LJ'JIB SI)ELI
39!1Hr»rosy 2924-334-3)D
TAB 3 3.1 APPROACH AND METHODOLOGY (CONT.J
be
the permitting agencies to confirm the permitting requirements
and appro priate level of permitting needed.O ur Team has
extensive experience w orking w ith local,state,and federa l
permitting agencies fo r pro jects of all sizes,and understands
the needs of these agencies w hen submitting the permit
applications.W e review pro ject permits with the City at the
pro ject kickoff meeting,and coordinate all permitting submittals
w ith City staff prior to submitting to agencies.
Geotechnical:O ur geotechnical appro ach to this project
is to provide support to the design Team during the seaw all
investigation pro cess,including assisting w ith evaluating failure
mechanisms and assisting w ith design recommendations for
replacem ent w alls.If needed to verify cause and origin of wall
fa ilure or fo r new w all design soil par ameters,soil borings (on
land or over w ater)may be completed.New sea walls are
usually installed in front of the existing walls.In our experience,
aging sea w alls often fail for one of the follow ing reasons:
•Inadequate w all
em bedm ent into the
soil [soil loss under
the w all or leaning
w all).Probing along
the base of the
w all can som etimes
verify shallow
w all embedm ent.
Depressions behind the
seaw all may be observed and indicative of loss of fines.
•Deteriora ted sealer or cra cks/gaps in wall or segment
joints (soil loss through w all).Evidence often observed as
depressions behind w alls at w all joints or visible cra cks/
gaps in front of w all.A soil delta may be visible in the
w ater in front of w all at joints.
•Buckling failure (w all bow s outw ar d,structural fa ilure or
loss of latera l resistance/tie-backs).In this case,the wall
is no longer in alignment w ith near by wall segments and
has pushed outw ard.
Coastal Engineering and Hydraulics:BCC and lntera
Incorpora ted (lnteral,in particular,have a long history working
together addressing seaw alls having w orked on the SM P as
w ell as the How ard Fra nkland Bridge project.lntera will begin
w ith data collect ion of the different SLR scenarios currently
published.Th is includes the most recent Intergovern mental
Panel on Climate Change (IPC C)recommendations.O ther data
collection w ill include w ind records,historical hurricane activity
M IA M I BEA C H
and measured gage and high water mar k data.The Team will
then meet with City to discuss the different projections as well as
the desired goals regarding design frequencies,time horizons,
risks regarding overtopping rates and integration with existing
stormwater systems.The next task involves developing different
design scenarios as combinations of SLR combined with waves
generated by either hurricanes or seasonal fronts as well as the
co ntribution of tides and storm surge.The wave climate at the
areas of interest can then be evaluated either deterministica lly
or pro babilistically through perfor ming Monte Car lo simulations
and determining the expected value of the wave climate
experienced over the structure's specified lifetime associated
with a specific return period (probability of occurrence).From
the generated simulations,the walls'recommended heights
can optimized to satisfy the design criteria.Notably,car e
must be taken to ensure that the wall heights do not adversely
affect neighboring properties as per FEMA regulations.Th is
would require additional wave modeling once the optimized
height has been developed and possible modification to the
recommendations so as not to violate FEMA recommendations.
Seawall Alternatives
A key step in the feasibility evaluation is determining the optimal
solution,ra nging from repair,rehabilitation and strengthening
to replacement.The basis hinges on identifying the root cause
of the issue or deficiency,meeting the project need,and
confirming the seawall service life goal.Understanding the site-
specific conditions,wall orientation,ground conditions (loss
of fill behind walls),the results of hammer soundings during
inspections,and the adjacent and abutting properties and
co mmunity are all key in determining the optimal project path.
Shoreline protection options include riprap,steel sheet pile,
concrete panels,vinyl panels,and living shorelines.Th e
appro priate selection of a seawall or shoreline protection
will depend on the unique characteristics of the site.Fa ctors
such as SLR,tidal forces/wave action,enviro nment,scour
requirements,and constructability help in determining the
appropriate seawall for a specific site.Early coordination
between the Structures,Coastal,and Geotechnical Engineers
is para mount in determining the key design factors for the sites
and selecting an appropriate shoreline protection.W ith so
many moving parts during the feasibility analysis,it is important
to capture information logica lly to document design decisions
and arrive at the optimal solution.One tool we use during
the feasibility phase is the below Seawall Evaluation Matrix
shown as an example exercise.Th is matrix uses a point system
o
Cracks observed in a seawall.
«nos ±II0IIEEE3III)$JI8 7)1;III3III)LJJIJ SI\LIB3
30!413n034 3024-234-349
TAB 3 3.1 APPROACH AND METHODOLOGY CONT.)
to distinguish preferred seaw all candidates from those that are
less optimal,helping to hone the project direction at an early
stage and maximize efficiency.Based on this matrix and our
holistic review of the site,the leading shoreline protection for this
example is steel sheet pile seawalls.Once the Coastal Engineer
concludes their thorough evaluation of the sites,the matrix will
be expanded with additional key design issues and shoreline
protection options to determine the appropriate solutions.In
this way,effort can be made to incorporate living shorelines to
maximize environmental responsibility.
3.1.2 PROJECT PLANNING AND DESIGN:
Once the planning aspect discussed in Section 1 is completed,
the project moves into the production phase.The preparation
of technically sound,high-quality,structural Plans and
Specifications is BCC's strength.In the past 10 years,BCC has
designed and detailed 697 infrastructure structures ranging
from bridges to miscellaneous transportation structures to
seaw alls.Th is planning and design experience has ingrained
in us the necessary skill set to deliver this seawall project.We
ISSUE I
STRUCTURE TYPE
CONCRETE PILE /
PANEL
CONCRETE
SHEET PILE
STEEL
SHEET PILE CAST IN PLACE VINYL SHEET PILE
E w Au Amo I x El{#gt
DURABILITY 2 3 I222£
ENVIRONMENT 2 2 3 l 3
MAINTENANCE 2 ,2 2 l 3
RESISTS SCOUR/l 2 3 1 3SURGE«
CONSTRUCTABILITY 1 2 2 3 l l
DESIGN .2 l 3 2 l
CONSTRUCTION >2 3 3 l 2C0ST-
AESTHETICS -2 3 2 l 3 1I
TOTAL 12 14 19 9 16
M ultiple Difficult to install Com m only Constructabiltiy Difficult to install
in hard soil layers,issues include in har d soil layers,
KEY FACTORS construct ion steps,does not tolera te accepted as the excavation,does not tolera terequiresripraptolargebendingpreferredwalltypedewatering,on-site lar ge bendingIresistscour.m oments.fo r this application.w orkmanship.moments.
----
Th e real pow er of this m atrix is it helps avoid a com m on pitfa ll of
planning and feasibility studies.Specifically,studies can lack in
true "feasibility."Th is is not an issue w ith our seaw all feasibility
studies,because our feasibility evaluations ar e perfo rm ed
by struct ural Professional Engineers w ho have designed and
constructed seaw alls thro ughout Florida.To that end,w e find
that our experience construct ing and repairing a w ide ra nge
of seaw alls in a w ide ra nge of locations and co nditions has
tra nslated extrem ely w ell to adapting our seaw all designs to
accom m odate construction aspect s such as shallow w ater,
limited access,presence of utilities or submerged resources,
and har d soil layers/profiles.In this w ay,considering
construct ability and how the seaw all struct ura l system comes
together is a key fa ctor ensuring that our seaw all feasibility
evaluations get "real w orld"results.
M IA M I BEA C H
find successful plan delivery com es dow n to tw o key aspects:
•First,"it starts at the top"w ith the assignment of a Project
M anager w ho has seaw all experience and ensures
accountability of the design team.
•Seco nd,a disciplined appro ach is used to fo llow the
plans product ion pro cess,obtaining inform ation at the
right time,and ensuring interim deadlines as w ell as the
final deadline are met.
Th e text that follow s sum m ar izes,in m ore detail,our appro ach
to delivering plans,specifications,and design dra w ings fo r the
City's seaw alls.
«sos ±IIEEE0I0 8z);I#$IAIL5 AIU I)IIIU1JI3
»O!I+S f»3924234 )
TAB 3 3.1 APPROACH AND METHODOLOGY [CONT.J
Project Management
BCC's proposed PM,Christian
Aquino,PE,SI,FRSE,is the BCC Team's
sole point of contact.Christian has
designed and managed infrastructure
structural projects for over l9 years and
served as the Engineer-of-Record for
important City of Miami Beach seawall
contracts such as the Fleet Management Seawall
Assessment and Repair,Normandy Shores Park Seawall,and
the Jefferson Street End Seawall,as well as the Citywide Bridge
Assessments and the Star Island Bridge Repair.It is Christian's
philosophy that the City PM should never need to ask Christian
the status of any item for the life of the contract,such as a
miscellaneous requests/emails,cost updates,schedule
updates,or invoices.Christian always keeps the City PM in the
loop,and "over communicates",such as informing the City PM
of key schedule milestones and drivers and any additional
needs.To keep the entire Team in the loop and maintain all
information accessible,our FTP disseminates information,files
are kept on ProjectWise,and Zoom/Teams,used routinely.Bi-
weekly Team meetings further avoid the potential for disconnects
and schedule slips.
Additionally,the Schedule Control tool Christian finds most
helpful to pull all this together is the weekly Monday morning
BCC Structures Meeting ofter which everyone walks out
accountable.Christan uses 30/60/90-day lookaheads to
avoid surprises and red flags critical items,such as key interim
deadlines,or information needed from others,to ensure things
stay on track.
Kickoff Meeting
Our Team's first action will be to perform a desktop review
of available information.For seawall projects,we prefer to
perform a joint field review with City staff,and then pull together
senior Team members for a Kickoff Meeting to engage the City
staff and/or consultants to discuss overall approach and the
City's vision and goals.At that time our Team will also introduce
solutions that intro duce innovation where appropriate,minimize
cost and im pacts,and maxim ize seawall service life.
Community Outreach
In our experience,M iam i Beach residents are extremely aware
of,and sensitive to,seaw all w ork.W hile they understand that
seaw all w ork is necessar y to maintain stability and boundaries,
it is im portant to m inimize disruption and construct ion exposure,
M IA M I BEA C H
and maintain access and services.O ur com munity outreach
appro ach fo r seaw all projects is aim ed at info rm ing,educating,
and updating using a consistent,technically sound m essage.
O ur Engineers em bra ce on active ro le in comm unity outreach.
O ur Engineer of Record provides full support and attends all
public meetings.O ccasionally the City Council may require
updates.So our Engineer of Reco rd also participates in City
Council M eetings should the City Engineer or Project M anager
require it.
At the onset of a pro ject,our first task w ill be to identify and
notify each of the affected stakeholders of the proposed
im provem ents and give the opportunity to provide feedback.
N otifications can include a mailed new sletter to the property
ow ners and tenants,emails to elected officials,social m edia
posts,and new spaper or other public advertisem ents.O ur
Team has w eb designers that currently opera te and m aintain
project w ebsites.W e w ill develop the project w ebsite to keep
the public info rmed on the pro ject,and the w ebsite w ill be
listed on notifications to stakeholders.O ur team hos conduct ed
dozens of public meetings,w orkshops and public hear ings.W e
ca n also have small gro up m eetings w ith stakeholders and be
included as part of regular meetings that the stakeholders m ay
already conduct .W e have done this on severa l projects,and it
gives the stakeholders the opportunity to ask questions related
solely to the project or im pact s that are associated w ith their
gro up,as opposed to being par t of a lar ger public m eeting.
O ur team w ill also w ork closely w ith the City to develop a
community outreach and public involvem ent plan that best suit
your needs.
Approach to the Plans Production Process:
City Seaw all projects fo llow a specific process from concept to
completion that requires specific and tim ely actions on the par t
of the design team in order to deliver the project on schedule.
Below ,w e have outlined the l O steps of a typical City seaw all
pro ject.
1.Scoping.Experienced staff visit site and review data.M eet
w ith the City PM to confirm the City's scoping/co st estim ate
assumptions and any new fact ors.
2.Negotiations.Update the design Team per Step (l)and
com pile the SH E.Com plete negotiations w ithin l w eek Receive
N otice to Pro ceed.Com plete sub consultant Agreem ents.
Disciplines finalize their Staff Hour Estim ate (SH E),pro viding
detailed comm ents and backup.
3.Project Kickoff.All disciplines and specialists involved.
«oo »as EIIIIEE-II9SE3IE3 11JS2IAIL$II)LJIBUSI)ELIS
JO!IF1yf04 24 234-3))
TAB 3 3.1 APPROACH AND METHODOLOGY (CONT.J
Submit schedule and Quality Control Plan.Factors confirmed
up front include criteria,third-party involvement,permits,need
for permitting sketches,constructability.Keep City PM in the
loop moving forward.
4.Inspection.The basis for the Plans.Prepare sketches to aid
the Field Review.Experienced staff and specialists.Review all
available information.Schedule and complete inspections.
Focus on safety.
We have also helped prepare bid documents packages,such
as recently for the Town of Bay Harbor Islands Broad Causeway
bridge repair.Th e City issues typical front-end Specifications,
and w e use the Plans to specify all else,such as concrete,steel,
etc.,pro ving TSP's w here necessary,fo r example,Cathodic
Protection.
5.Inspection Memo.Document inspect ion findings and
pro vide to City PM in order to co nfirm scope or red flag any
sco pe changes stem ming from the field review .
6.Plans Production.Seaw all projects are relatively
stra ightfo rw ard and do not require an abundance of phase payout curves.
subm ittals.Typically,w e follow a 30%/90%/10 0%Submittal
Schedule.O ne thing that has helped the City's seaw all project
pro cess im m ensely is BCC prepar ed the standard of w hat the
seaw all plan set should look like.Th is includes plan content,
form at,arrangement,m inim um information to be included,and
comm on/standar d details
then ensure longevity and
minim ize future maintenance.
For exam ple,m any City
seaw alls are located at the
end of stre ets,requiring
special considera tions and
"w ra p ar ound"w all end specific review process fo r
treatments to ensure stability each type of docum ent and
of adjacent w alls and assigns specific review ers
shoreline abutting each end of the seaw all.A ll this w as done to each task.BC C Q C review ers ar e highly experienced
w ith close coordination w ith the City until the final product had experts in their field.W e have identified w hich staff shall be
the appeara nce and content that the City w anted.W e look responsible fo r Q C fo r the major disciplines on this contract in
forward to continuing to build off that experience with our organizational char t.All sub co nsultants w ill be required to
this project!use BC C Q M P for the contract.It is im portant to note that the
Q M P w ill be specific to each TW O and considered a "living
docum ent"ca pable of being adjusted should the TW O needs
change,i.e.a discipline added to the TW O ,or a change in
subconsultant staffing requiring confirmation of,and plugging
in another qualified individual.O ur Q M P and pro cesses go
beyond the typical 5-step Q C pro cess (i.e.Review ,Comment,
Resol ution,Im plem entation,Verification check on plans).
O ur Q M P includes review s for global/m icro level issues
by senior specialists,BC C's in-house CE!group review s for
constructability,and a Q A of subs'w ork.From the onset of any
Task W ork O rder (TW O )w e w ill assign Q C Review ers per the
contract Q M P and include tim e in the schedule fo r Q C review s
and co mm ent im plementation and backcheck.O ur Q C also
includes lessons learn ed.W eekly M eetings use "Experience
Th ro ughout this entire process,w e do the little things right to
make the City PM 's job easier.W e acquire existing information
ourselves.BC C's W eekly Pro duct ion M eetings,and Bi-W eekly
Team meetings,ensure pro gress.W e also schedule tim e for
Q uality Contro l,using checklists fo r each Phase to ensure
completeness.W e take the lead in all meetings and distribute
minutes.Invoices include Progress Reports,schedule,and
7.Q uality Control.A ll w ork pro ducts (plans,memos,
specifications,estim ates,etc.)prepar ed as par t of this contra ct
w ill be prepared in accordance w ith a documentable Q uality
Contro l (Q C )Plan that assures accountability,accura cy,
completeness,legibility,
application of appro priate
design criteria,and good
engineering pract ice.BC C w ill
prepar e a contra ct specific
Q uality M anagem ent Plan
(Q M P)that addresses the
At the 30%phase,w e begin the utility coordination as w ell as
the permitting pro cess w ith DERM ,Army Corps,etc .since the
enviro nmental perm itting is on the schedule's critical path.Also,
at 30%,the w all geometry,limits,etc.is laid out.W e like to
bring the "30%Subm ittal"up to "60%Submittal"completion,
so pertinent details and all pay item s,quantities,and costs.Th is
goes a long w ay in expediting the design schedule for City of
M iami Beach seaw all projects.
At 10 0%,w e pro vide the signed and sealed plans and
calculations,as w ell as a schedule and cost estimate to help the
City prepare the bid docum ents.G iven the fluctuation in co st,
w e confirm cost escalation and pro vide interim quantity/cost
updates as needed.
M IA M I BEA C H
bc
TAB 33.1 APPROACH AND METHODOLOGY (CONT.J
QUALITY CONTROL TRACKING STAMP
PHASE.SUBMITTAL REVIEW
LaudTh.lProtain.alt
cab tee.taa (cT
Oualty ootel hie
kalty etrot an (G.)
PR OOOCTON CHE CKIN G COMPLET E
READ Y Fo Oc EvwL TP
OCREVEW (CR)
Cort tow 1 Change Rd
CONC URRE NCE tLTP
Agee (Red Che)1 Dugre (Red X-On
CMAN GE IcO PoR TATON IP A LT
cTi@le hesoi qr+to.Motta
VERO CA TIO N (OC R
Cost (Ge Cho9
lorect (Grre i,Rr]
UA LuTY AS$URAN .t (QC
BCC ENGINEERING LLC
BCC Structures'
Innovative QC Border
File avoids clutter on
QC Prints!
STEP 1 STEP 2 STEP 3 STEP4 STEP 5
PRODUCTIONCHECKINGCOMPLETECLTPJ
QC REVIEW(OCR)
CONCURRENCE WITHCOMMENTSLTP)
VERIFICATION Ij
Share"agenda items to capture know ledge gained from past
experiences and share it w ith all staff.For example,after a
"Shar e"including FDO T M ara thon O pera tions "Hot Issues,"
w e updated the Channel 5 Bridge Rehabilitation plan notes to
m itigate varying conditions such as existing drilled shaft casing
and shaft diameters.W e take the same approach with the
City's seaw alls,gleaning construction experience statew ide to
fo ld into our seaw all designs.
Here also,BC C w ent beyond the norm and developed
mechanism s specifically designed to capture know ledge.
BC C developed the "BC C SDG ",a structures Know ledge
Base aligned in subject matter w ith the Sections of the FD OT
"Structures Design G uidelines,"including items such as softw are
nuances,non-Standard designs/details,and Florida-I Beam
ca mber coefficients used to avoid beam sag in all our projects,
to nam e a few .Staff apply the BC C SDG insights into design/
Q C on a w eekly routine.
BC C has also gained valuable construction experience,and a
deep appreciation for responsiveness,thro ugh completing $6B
of FD O T Design-Build pro jects,mostly in Miami-Dade County.
W e find our extensive Design-Build experience has translated
extrem ely w ell to BC C's continuing services structures contracts,
w hich require responsiveness,sound engineering,and viable
solutions in an extremely short timefra me.Tying together the
Q C Pro cess is our dated/initialed tracking stamp (including
electro nic/BlueBeam version)affixed to each delivera ble to
docum ent that the Q C Pro cess from document origination to
Q uality Assura nce has been completed,by w hom,and on
w hat date.Yet again,BC C Structures w ent beyond the typical
"tra cking stamp"documentation.Specifically,BCC Structures
developed an innovative Quality Control CADD Cell that runs
up the vacant space on the side of the plan sheet border,saving
space and avoiding clutter on the plan sheet.
8.Plans Reviews.W e provide the City with a plan set PDF at
each phase,and Public W orks reviews internally and provides
comments in the form of plan mar kups.So we provide written
responses and return them to the City to confirm that the City
is satisfied with how we propose that review comments and
markups be addressed in the Plans.W e also ensure phase
review co mment close out by incorporating a backcheck of
City co mments/mar kups into the Quality Control process.
9.Advertisement.Review Pre-Bid questions and draft Pre-Bid
responses for City concurrence ASAP.
10.Post Design Services.Review Materials Submittals
and conduct Field Reviews as needed.Acknowledge RFI's
immediately and respond/resolve within l day.We attend the
PreCon Meeting,emphasizing any key aspects of the project.
Our role is support,bringing expertise to the table to support
construction and keep the pro ject on schedule.
Our appro ach to pro ject planning and design may be best
exemplified by our recent Jefferson Avenue End Seawall project
with the City of Miami Beach.For this project,we completed the
planning,design,and construction of a replacement seawall
that include the exact same work mix that can be expected for
this co ntract!Following are several before/after photos that
"tell the story"of transforming a long term maintenance issue
into a resilient new structure incorporating innovative ideas and
materials.
M IAM I BEA C H 0
MIAMI BEACH 3I0ILE±III0 RUI S8 3IL3ILLIES I)L0IIIIIEEs"""
·)5 3033-333/v3
1•
TAB 3 3.1 APPROACH AND METHODOLOGY (CONT)/BEFORE G AFTER EXHIBITS .
MAINTAIN INTEGRITYOF gnADJACENTSEAWALLr--vi.##vi,±diSETTLEMENT BEHIND
·ti "_"dwe,1ESENCE OF UTILITIES
I
rEII 4
«
R
_./
j,,.:i .•
'&2iEg
f,
I 1
le.
±.[III[IE
·~-~.1
-:--~~··1~--,j
-5---.-4ga
4•
«y.'d]at
$/$sy .''&es f ,,,h «g id ,cc.M-''um paspg __'$
±+ref[iiEs jRis 7.hi _..,es
,~:_.!-CONSTRUCTION ,:_-::..t;~~~\.~
•,s ¢2
•<ti+to i g ]_,-,·
#us
f aJ[!og"#EI-=±,-SEAWALL ,"sag'
32G
t,'.2.
9.A
',-33 $.
SETTLEMENTBEHINDSEAWALL
MIAMI BEACH o
MIAMI BEACH 3IILE±III0 YI,3s8$3iASIII85II)LL.LIE0iGl bc-...,,
TAB 3 3.1 APPROACH AND METHODOLOGY (CONT){BEFORE 6 AFTER EXHIBITS
--~
:-..'
al l l All
I
ie
,.-i •·.•;ti,
t4.~#d
1 J,#»
«#?t ,F HOT-DIPPED GALVANIZED·2.;',ORCING MAXIMIZES·nu -1¢-..
".s.EIGHT OF
•EAWALL RAISED
ADDRESS SLR.a,.".$.sit"
',
Heaci .~
_.+a
END WALL WRAP-AROUNDTREATMENTMAINTAINSCONTINUITYWIT
r 9
"aa.E "hes
,,e to~---~'"
MAINTAIN/INTEGRITY OFEXISTINGSEAWALL
Ear
MIAMI BEACH o
ru<1LUco
5<
5
noI-5E><alorltr
3
La.Ia:ola.alCCI=aco>-co...Jcococor-I-al::1::
Car-c3r>•-.•er
«nos MEE3II9 $:JI,E3 10)1'LI.III5 MI)LJII)tIy
3±1tyros4 2924-334-3/
TAB 3 3.1 APPROACH AND METHODOLOGY [CONT.1
BCC PROACTIVELY WORKING TO MEET YOUR NEEDS!
We have already begun work!We opened up a project file for each seawall identified in the RFQ,and began populating it
with available documentation and inspection information.Specifically,we visited every single seawall location identified in the
RFQ.The seawalls are summarized in the below table.Of the 56 seawalls identified in the RFQ,we identified 8 seawalls that can
be considered representative of the overall conditions we can expect on this contract in terms of seawall type,age,surroundings,
deterioration,and key aspects.Our Team then performed an initial assessment of the seawall and key issues driving the solution
required at each location.Those 8 locations are featured in yellow outline in the below table,and the initial assessment detailed
further on the following pages.
CITY OF MIAMI BEACH SEAWALLS
iHENEDONAVENUEI JONES STREET ENOrt-43STREET EN SRA7ZEA STREET /TAI WATERAIAY]VAROON SRET {ysgSTREET ANO /WAYNE AVE ENO-1ENDPEDESTRIANBRIDGEEND'.I
4119 NDIAN ALTON ROAD TO NORMANDY
CREEK DR MICHIGAN AVENUE DRIVE END2EMS
PINE TREE PARK I RUE BORDEAUXSTREETEND
rs
-+RUE GRANVILLE R3LE NOTRE DAME{,]TROLULLESTREETENDNORTHSTREETENDSOUTHSUNSETLAKEPARKIESPLANADEST S
RUE VERSAILLES ,_1w~loST::MREETEND~;'.)!~~sourn sTREEmo WEST;4STREETE ~s POINTE POINTE □RVE !
#'g
'f
:E
'-
FLAMINGO ORNE,LIBERTY [PALMISANO BI _BUE VERSAILLES.Sy/uNrr pa''WASHNG TON AVE 17"STREET TO 3AON AVENUE [JEFFERSON AVENUE'END I AVENUE END STREET END SOUTH I END WEST AVE
__[_------------~~
MIAMI BEACH
r?LUco
5<<-
cu
I-or-<LI
~I-eco>-ccolococorI-La.I5
Claer
:::c:creroucco.<a.LI erc.,....
35c3<t o-£
3t-iiiE><Lal=aco2-coc:::>loc:::ico:::c:el=c:::iaI:::c:r coIuoex:<1 o.•LLI rca
5 co
C"")<a::i-£
e
erE-ge
:c<al=aC)e-cDC)
lco
c::::Ico:c....Lal=)arr-r c2ruco
<1 a:o.
LLI a-
co er
o i5co3
3<<a:i=£
o
Lo....
cc::c<Lal=z:coe-ccolococo::ceal:!lE
c:::>ar::crc-2eruocc<(o-.•LI erc....-Oco<<co>£
O_o
rO<LLIc
5<-
co
I-ce
:::c:><I
ru<(
LLIco
5<<>,i
ttB o
¾
ex
I
I
00
I-
CIQ
r-><al=ac::,e-cDo....IcoCcorI-al=Caerr-r c2eruocc:»<o-.a-.t.
LL r 3 --~Aic......
5 co r n -~co -a%<co=d e A't!\=
«roar ±IIIEE7III0 -3JI:J 7)#ZL'IIIS JIU LJ'JIB SI\LIB3
39 !I +r f4 2024-394-4D
TAB 3 3.1 APPROACH AND METHODOLOGY [CONT.J
gnenng
3.1.3 BIDDING &CONSTRUCTION MANAGEMENT:
We approach municipal seawall projects with the mindset of a
Designer/Constructor.Our job is not done until the City awards
the job,constructs the job,and accepts the project as complete.
We also recognize that,compared to FDOT or County projects,
municipal seawall projects require an enhanced level of
support during the bidding and construction process.In this
way,we consider responsive,steadfast support throughout
Bidding and Post Design/Construction Management as a key
driver to deliver the project on schedule and within budget.
Bidding Services
Bidding services (services during the bidding processes)
extend from responsiveness when addressing bid questions
and requests for information/clarification to completing the bid
package.BCC has performed both services in the exact same
capacity as this project.Most recently,for the FDOT District 6
Bridge Repair /Rehabilitation Plans Preparation contract,BCC
provided response to Contractor bid questions for 25 bridge
repair projects.During the bidding phase,it is important to
respond to questions and information requests as soon as
possible.A dditionally,it is critical that multiple perspectives be
used to prepare written responses.BCC focuses on answering
the direct question being posed,often consulting internally with
our in-house Construction Engineering Inspections (C EI)ar m
as w ell as BC C struct ures staff w ho also form erly w orked as
Contractors so offer a unique "Contractor's side"perspective.
BC C then provides a dra ft w ritten response,and the reasoning
behind it,to the City Project M anager so that the City ca n finalize
and issue the response.Should a follow up question be posed,the
follow up question is addressed w ith the same level of urgency.
Bid Package services (preparation of the bid package for
advertisement)extend fro m pro viding support to City staff that
are preparing the bid package,to prepar ing all aspect s of the
bid package to be posted w ith the project advertisement.BCC
recently supported County staff in this w ay as part of the M iami
Dade County Departm ent of Tra nsportation and Public W orks
Bridge Rehabilitation contra ct .For that contract ,pro vided
information such as the project description/scope,anticipated
w ork activities,and stipulations to ensure tra ffi c flow fo r tw o
bridge repair projects in close pro ximity to one another that
the County decided to advertise as a bundle.Additionally,
BC C recently prepared the complete bid package for the
To w n of Bay Har bor Islands Kane Concourse Bridge O ver
Indian Creek Bridge N o.87510 3.Key components of the bid
M IAM I BEA C H
package included Contract Plans,Contra ct Specifications,
Advertisem ent for Bids,Instruct ions to Bidders,Proposal,Bid
Bond,N otice of Intent to Aw ar d,Agreement (O w ner/C ontra ctor
Contra ct ),Performance Bond,N otice to Proceed,G enera l
Conditions,Supplementary Conditions,Cone of Silence,
Collusion,Sw orn Statement,and Technical Specifications.
Construction Management Services
BC C has a co mplete understanding of the Construction
M anagement services required by the City of M iami Beach
based on a thorough review of the Request for Q ualifications
(RF )and our experience m anaging co nstruction of
sim ilar pro ject s for the City.Typica lly,the BC C Project
M anager and seaw all Engineer of Record take the lead on
Construct ion M anagem ent.How ever,should it be required,
BC C's in-house CEI division provides additional resources.
Th e follow ing are the key points of our Construct ion
M anagem ent Plan:
►Communication:A t the core of any successful pro ject is
comm unication betw een the client and consultant staff.M r.
Christian A quino,PE (BC C Pro ject M anager)w ill deliver the
Construction M anagement scope of w ork.M r.A quino w ill:
•Serve as the single point of contact on all CEI Services
•M aintain continuous communication w ith the City to
ensure City expectations are being met
•Personally perfo rm inspect ions and oversight
•If needed,co m mit additional highly competent,tra ined,
and experienced CEI inspection and m anagem ent
pro fessionals
•Review the funding sources for each pro ject to identify any
specific reporting or docum entation requirements
•Ta ke a proactive approach in identifying potential issues
and presenting ear ly resolutions
•Utilize pro ject managem ent tools such as Primavera,
projecfTracker@ ,and Deltek Vision to assure pro ject s are
delivered on tim e and on budget
•Pro vide the City w ith up-to-date info rmation on the status
of all assigned w ork
•Pro vide the City w ith updates on on-going w or k order
and overall contra ct budgets,limiting am ounts,funds
expended to date,rem aining funds versus co m mitments,
etc.
«rs»sos ±INEZ»I ±IV5 7)ZIIIII3 MIU LIUILE;»9±I+rf1»4 ±v24-234-3/9
TAB 3 3.1 APPROACH AND METHODOLOGY (CONT.J
►CEI Services Plan:W e w ill analyze and evaluate the
construct ion sco pe of w ork,construct ability,biddability,
sequence of construction,maintenance of traffi c,utilities,
environm ental im pacts,and permitting.CEI Services required by
the City may not require continuous daily on-site inspections and
that inspections may be limited to bi-w eekly and/or during key
construction events.BC C w ill tailor the pro posed CEI Services
to the specific needs of each project.BC C w ill then present the
City w ith a pro posed CEI Services Plan that w ill include staffing
recom m endations based on the proposed scope of services.
►Project Construction Kick-Off Meeting:BC C may lead
the Construction Kick-O ff M eeting w ith the City's Pro ject
M anager,the selected Contractor,assigned CEI staff,and key
shar eholders.Th e pro ject scope of w ork w ill be discussed in
detail including the pro ject purpose and goals,the pro posed
impro vements,permitting requirements,and any special
considerations.Administra tive functions shall also be discussed
such as monthly pay applications,shop draw ings,and requests
for info rmation (RF 's).Additional considera tions shall be
discussed including key project issues,sub-contra ctors,Team
mem ber roles and responsibilities,and City expectations.
Th e planning and scheduling of the Construction Kick-O ff
M eeting w ill be coordinated w ith the City's Pro ject M anager.
►Project Schedule:Th e subm ittal,review ,and acceptance
of a detailed schedule is essential for measuring construction
pro gress.BC C w ill coordinate w ith the selected Contra ctor
to subm it the Schedule w ithin 30 days of the aw ard of the
Construct ion Contra ct and prior to the Project Construction
Kick-O ff M eeting.BC C w ill then review the schedule for critical
com ponents such as the N otice to Pro ceed Date,contra ct
dura tion,utility relocations,shop dra w ing submittals,material
pro curement,M aintenance of Tra ffic (M O T)sequencing,major
activities,and logical predecessor-successor relationships.
Critical Item sof W ork (Cl O W )wi ll be clearly identified fa rtra cki n g.
►Project Coordination and Public Outreach:Th e City of
M iami Beach has a diverse gro up of key stakeholders that
could include residents,schools,and influential businesses.
BC C w ill assist the City's Project M anager w ith co or dinating
w ith critical stakeholders prior to the star t of any pro ject to
explain the upcoming operations,schedule,and anticipated
impacts.A lthough these individuals may have been involved
in the project from early on,this coordination w ill help establish
realistic expect ations that may be communica ted to other
stakeholders.Stakeholders may also be invited to the Pro ject
Construct ion Kick-O ff M eeting and any scheduled Pre-
O pera tion M eetings.W e w ill assist the City's Project M anager
M IAM I BEA C H
in fa cilitating any Public W orkshops or City Commission
W orkshops that may be required.W e find our involvement
in such workshops is very helpful in answering construction-
related questions related to schedule,noise,and dust concerns.
►Unforeseen Issues:Unforeseen field issues that cannot be
resolved at the field level require responsiveness.Upon being
info rmed of an unfo reseen issue,M r.Aquino immediately
visits the pro ject site to witness the issue first-hand and seek
input.A thoro ugh review of the contract document will
then be performed to assist in formulating an appro priate
resolution recommendation to the City.Any open issues are
also discussed at every progress meeting including the follow-
up actions required from every responsible par ty.The goal is
to quickly identify and resolve unforeseen field issues before
impacting the project schedule and budget,and maintain
accountability and action.Th is appro ach to identifying and
resolving unforeseen and design issues has proven to be the
single most effective way of mitigating time and cost impacts.
►Change Orders:W hen unfo reseen issues ar e identified that
w ill require a Change O rder to the Contractor's contract,BCC
w ill ensure that the payments requested of the City ar e fair and
justified.BCC will immediately request a Change Order Request
(CO R)from the Contractor while concurrently pro ducing an
Engineer's Estimate (EE).BCC will estimate the labor,materials,
and equipment required to complete the extra work.Labor rates
and burden shall be estimated based on industry ra tes gathered
during BCC's substantial recent experience in managing
construction contra cts.Th e Contractor's actual labor ra tes
and burden ra tes may be used if certified by an Officer of the
Firm.Equipment ra tes shall be based on published Equipment
W atch Rental Rate Blue Book.Materials costs will be estimated
based on actual price quotes from an extensive collection of
vendors BCC has assembled.Utilizing these resources,and
our experience,an EE will be assembled for the extra work.
O nce the Contra ctor has submitted their CO R,the EE will be
utilized to negotiate the price until the City has received a
fair and justifiable Change O rder amount for the extra wor k.
►CEI Inspection Staff:O nce
construction begins,BCC will
coordinate with the City's Project
M anager for the addition of CEI staff
based on the project needs and the
agreed-to budget.In coordination with
the City,BCC will only submit personnel
appro val requests when warranted by
on-going co nstruction activities and
Aii
veto »+EIIIIEEL3III0 EI,E3 1UJAIL3 AIU I)II)III3
30!II I 0»3024-234 3))
TAB 3 3.1 APPROACH AND METHODOLOGY (CONT.l
bc
w ill reduce staff hours,or positions outright,as scope
com ponents ar e advanced and completed.Th e goal is the
efficient use of the City's budget w hile meeting the quality
dem ands of the pro ject.Th ro ugh the life of the contract,BCC
w ill provide the City's Pro ject M anager with an updated
monthly CEI Availability and Training Matrix.Th is will provide
the City's Pro ject M anager w ith an updated and easy to read
matrix of the qualified and available CEI staff available to serve
the City's needs.
►Maintenance of Traffic (MOT):Th e Proper Installation of
M O T Devices is essential fo r safe and efficient tra nsit thro ugh
any co nstruction pro ject undertaken by the City.BCC will take
a systematic appro ach to ensure that pro per MO T planning
and installation is accomplished on every assigned pro ject to
minimize any further inconvenience to the public.Pre-O peration
M eetings w ill be held w ith all interested par ties such as the City's
Pro ject M anager,the City of M iami Beach Police Depar tment,
Fire Rescue,and any other
affected businesses or residents.
►Contractor Payments:O n a
monthly basis,the Contra ctor shall
subm it to BCC a Payment Certificate
for the w ork accomplished during
the recently co m pleted w ork period.
BC C w ill review the Payment
Certifica te and w ill evaluate the
requested quantities of w ork and
their corresponding value.BCC w ill
recom m end appro val or reject ion of
the Payment Certificate to the City's
Project M anager based on BC C's field observations and the
results of any testing required by the Contract Documents.W e
w ill im m ediately conduct a meeting w ith the Contractor to discuss
any exceptions taken to their submitted Payment Certificate with
the goal of expediting the re-submittal of a Payment Certificate
agreeable to all par ties.Th is same pro cedure will be utilized
thro ugh the execution of the Contra ctor 's final Payment Certificate.
►As-Builts:During construction BCC shall ensure that the
Contra ct or is maintaining an As-Built set of plans documenting all
field changes and modifications.Th is set of As-Built documents
shall be review ed at least monthly w ith the Contractor to ensure
that any deviations fro m the appro ved design documents are
being recorded in a timely,accura te,and complete fa shion.
O nce construction has been completed,BCC shall tra nsmit the
Contract ors As-Built documentation to the EO R so that they
may revise the original design documents to "Final As-Builts."
►Substantial Completion,Final Acceptance,and
Project Closeout:Once the project scope of work has been
completed,the Contractor shall submit a Contractor's Request
for Substantial Completion Inspection.BCC shall perform a
thorough examination of the pro ject site and will reco mmend
execution of a Certificate of Acceptance for Substantial
Completion if the project has been found to be substantially
complete as per the Contract Documents.BCC will then
coor dinate with the City's Project Manager and representatives
for the City's Public W orks Depar tment to schedule and conduct
the Substantial Compliance Inspection.During this inspection,
a Punch List will be generated listing all deficiencies and
discrepancies noted in the W ork requiring correction by the
Contractor.The Punch List will also include any initial start-up,
testing,adjustment,and balancing of any specialty equipment
and/or systems;training of City personnel in the operation
and maintenance of said specialty equipment and/or systems;
and the final cleaning and debris
removal of the pro ject site.BCC will
track the completion of the Punch
List items and will notify the City's
Project Manager when the project
site is ready for Final Acceptance.
Prior to the execution of a
Certificate of Final Acceptance
and the Contractor's final Payment
Certificate,BCC will ensure
that all final documentation has
been submitted,reviewed,and
accepted.Final documentation will
all war ra nties,operating and maintenance manuals,As-Built
information,and any other documents required by the Contract
Documents.Once all documentation has been received and
approved,BCC will recommend the execution of a Certificate of
Final Acceptance and the Contractor's final Payment Certificate.
►Budget Monitoring and Control:Adhering to the
established CE!Services budget is vital in providing value to
the City.At the start of each assigned construction project,
BCC's Pro ject Manager will meet with the assigned CEI staff
to ensure that the Scope has been effectively communicated
and that each staff member understands the requirements of
their assignment,the approved weekly billable hours,as well
as the respective budgets.During the project,the BCC Project
Manager will provide co nstant monitoring of the hours being
billed to the project,the percentage of the budget expended,
and the remaining budget for completion of the assignment.
.nita«assnun¢
r M-a laAPPROACH TO ENSURE THATPROPERMOTPLANNINGANDINSTALLATIONISACCOMPLISHED-..--O N EVERY ASSIGNED PROJECTTOMINIMIZEANYFURTHER
INCONVENIENCE TO THE PUBLIC.
M IA M I BEA C H
«n o r ±I)IIE2RI9 2JIVE8 7JR1Y2III3 MI)1IJI)SI)1IE3
39 !1 tr 1 xv ±934 -2 9 4 -3)9
TAB 3 3.1 APPROACH AND METHODOLOGY [CONT.J
Th e BC C Pro ject M anager w ill utilize BCC's Deltek Vision
accounting and pro ject management softw ar e to perform these
checks to ensure the budget is being adequately controlled.
M onthly reports w ill be issued to the City's Project Manager
detailing the budget status of each assigned work order.
Q uality A ssurance/Q uality Control;BCC's commitment to
quality w ill begin w ithin 30 days after selection fo r an assignment
w ith the subm ittal of our CEI Q uality Assura nce Plan.The goal of
the Q A Plan is to ensure that BC C is pro viding quality CEI services
in compliance w ith the contra ctual documents including the CEI
Sco pe of Services.Th e Q A Plan w ill detail the procedures and
evaluation criteria utilized during bi-annual QA Reviews.QA
Review findings w ill be shar ed w ith the BCC Team at a post-
review meeting w ithin one w eek to implement improvements
w hen needed.A formal Q A Review report,with findings and
proposed impro vements,shall be submitted to the City's Project
M anager w ithin 2 w eeks of the review .Th ese efforts are also
designed to streamline the post-construction close-out phase.
Im m ediately af ter Final Acceptance,BCC will immediately
prepar e the final payment package for submittal to the City.All
permits shall be closed by this time,all w ar ra nties submitted,
Final As-Built Plans completed,and all material issues resolved.
3.1.4 GEOTECHNICAL ENGINEERING:
GC ES is a firm specializing in geotechnical engineering,
construction materials testing,and engineering services in South
Florida.W ith a history of successful pro jects in the public and
private sect ors,GC ES has established a strong track record.
Th eir team is highly experienced in providing geotechnical
engineering and construction materials testing services for
infrastructure projects,including seaw alls in South Florida.In
fa ct ,one of G C ES's ar eas of specialization is geotechnica l
support services fo r county and city projects in Miami-Dade
County,including the City of M iami Beach.For his seaw all
pro ject,G C ES w ill pro vide geotechnical engineering services
in genera l accordance w ith City of M iami Beach guidelines,
pro ject specifications,and other required guidelines and
standards.Relevant similar services G C ES has provided
include geotechnical evaluations to evaluate site conditions
and suitability for new and existing seaw alls by perfo rming
geotechnical borings and site analysis.GC ES is very familiar
w ith the specific soil,rock,gro undw ater conditions in South
Florida having pro vided recommendations on the most cost-
effective foundation options for planned structures considering
South Florida subsurface conditions such as limestone,har d
layers,sand,shell,organics requiring delineation on a site-by-
site basis,and high-w ater table.
MIAMI BEACH
In this way,our approach will include project initiation,existing
data collection,field reconnaissance,field exploration,
labora tory testing and report writing.Prior to beginning
each phase of the exploration,we will submit a detailed
boring location plan for review and meet with the City Project
Manager to review the project scope and requirements.The
geotechnical services will include a review of all existing soils
and foundations,information including exiting foundation
plans,as well as printed literature including USDA Soil Survey,
USG S Quadrangle maps and any existing geotechnical
info rmation.W e will supplement this data with additional
explora tions and laboratory testing progra ms,which will be
used for performing geotechnical engineering analysis to
provide recommendations for design of seawall structures.
These projects are expected to
involve coordination with an
approval of boring locations
by utility co mpanies prior to
beginning the field work.Utility
coordination will be done by
an engineering technician.
Drilling access permits and
property clearances,if
applicable,may be required for performing the geotechnical
borings.The boring progra m will be discussed with and
approved by the project manager prior to beginning the field
work and determine the appro priate course of action.Wh en
required,GCES performs field explorations with strict adherence
to the Maintenance of Traffic (M OT),rules,regulations,and
standar d practices.
Based on the field data collected and the laboratory test results,
an engineering report will be prepar ed which summarizes the
field and laboratory data generated and subsurface soil/
gro undwaterconditionsenco untered.Design recommendations,
genera l construction considerations,and discussion of any
special construction considerations will be presented in the report.
Th e project will be supported by GCES's full-service field and
labora tory testing department including experienced staff of
technicians and inspectors who hold a variety of certifications,
including those available thro ugh the Florida Department of
Transportation's (FDOT's)Construction Training Qualification
Progra m.All work performed by our team will be controlled by
a comprehensive internal Quality Assurance/Q uality Control
manual and would be tailored to meet and exceed the minimum
testing standards set by the Depar tment.At every level,we
employ standardized reporting methods,review process and
o
o »so+EVIE:EII)8J I:3 #1JS2I'JAI L8 II)1III)SELIE8
3 9 !1Ft!f10 34 3924 234-3)
TAB 3 3.1 APPROACH AND METHODOLOGY (CONT.)
be
BCC CURRENTLY HOLDS FOOT STRUCTURES MAINTENANCE/
REHABILITATION CONTRACTS IN DISTRICTS 1 AND 3 AND HAS HELD
THE FOOT DISTRICT 6 BRIDGE REHABILITATION PLANS PREPARATION
CONTRACT FOR TWO CONSECUTIVE 5-YEAR CYCLES.
standar dized report formats,so that errors,if any,are minimized.
Th e G C ES construction services group is also available to
pro vide com plete support during construction by pro viding
sheet pile,and prestressed concrete piles monitoring
services,and certified field-testing technicians to test items
like the soil density,concrete strength,and steel welding
quality.Field reports are prepared for the construction
manager,describing the field and laboratory test results.
3.1.5 COASTAL ENGINEERING:
Th e three prim ar y components of seaw all Coastal Engineering
involve Structural,Coastal Hydraulics,and Geotechnical
aspects.Regar ding Structura l,South Florida coastal
loca tions involve specific seaw all fa ilure mechanisms unique
to the ar ea.For example,scour effects can increase the
unsupported height of seaw alls beyond the height fo r which
they w ere originally designed.Additionally,the corro sive
effect of chlorides accelerates deteriora tion,particularly in
the "splash zone"w hich typically is subject to the lar gest
bending mom ent effect.As a result,the focus of analyzing
the structura l aspect is to consider anticipated hydra ulic
loading (scour,w ave effects,surge/overlapping)and
co nfirm structura l integrity and resiliency in the long term.
BCC has held continuing service 5-year FDO T Structure
M aintenance/Rehabilitation contracts fo r over a deca de.
In that regar d our coastal engineering experience has ra nged
from the Panhandle to Tampa Bay dow n through the Keys.
M ost Recently,BC C w as engaged immediately fo llowing the
landfa ll of Hurricane Ian in Fort M yers.Th ro ugh BC C's D l
DW Struct ures contract,BCC supported the reconstruction of
the Sanibel Causew ay w hich involved thousands of feet of
seaw all on both sides of the ro adw ay.For that assignment,
BC C funct ioned as "O w ner's Representative,"pro viding
oversight and Plans Review services to ensure structura l
integrity and FDO T co mpliance.Examples of recommendations
w e have pro vided have included perfo rming G PR to co nfirm
existing seaw all embedment,structura l analysis to determine
tolera ble embedm ent and section loss,spoil and crack repairs,
raising seaw all heights to account for SLR,use of innovative
methods such as Car bon Fiber Reinforced Polymer and
Cathodic Pro tection,selecting new seaw all type/material
M IAM I BEACH
(i.e.concrete,steel sheeting,pile/panel,sheet pile)optimal
for the location,and the design of both ca ntilever and tie-
back seawalls to provide the required level of resiliency.
Regar ding Coastal Hydraulics,the focus is to model the region
in order to accurately predict scour,wave effects,and surge,
and work with the structural engineers to identify the failure
mechanisms of the original seawalls,develop the design of
new seawalls or repairs,and design any protection required at
the seawall toe,above the seawall,or at bridge abutments or
other seawalls that may flank the ends of City owned seawalls.
IN TERA's seawall work has encompassed much of the State of
Florida,with the majority of the work supporting the protection of
transportation infrastructure.Recently on the east coast,INTERA
was part of a multidisciplinary and interagency strike force
to identify vulnerable sections of Volusia and Flagler County
roadway,develop alternatives to address the erosion long-term,
and solicit public opinion on the pro ject.Recommendations
included a seca nt wall along two sections of the roadway
combined with dune restoration and beach nourishment.
INTERA is currently working with the design build team for the
seawall sections supporting the design through calculation of
dune ero sion and toe scour as well as assisting with the permit
application process.Another project performed for Florida
Department of Transportation District 7 involved evaluation
of more than two miles of seawall along the south side of the
Howar d Frankland Bridge causeway in Tampa,FL.Following
the heightened concern of wave induced damage to seawalls
associated with the Hurricane Ian landfall,the District requested
evaluation of the seawalls exposed to waves within Ta mpa
Bay to the south of 1-275.INTERA personnel performed a site
investigation of the seawall and recommended performing GPR
to determine the embedment depths of the sheet pile (as no as-
built information was located).Additionally,INTERA designed
toe protection for the walls as well as a splash apron to prevent
loss of fill material above the walls in the un-asphalted areas.
Installation of Wave Attenuation Devices offshore of the Causeway.
«roes ±IUIIEE.III9 E.II0EE3 HJ1 AILI.A IIJ AIU LJIIJ SIB:LIE3
0 ±1no»394-234-31 bc
eng neemng
TAB 3 3.1 APPROACH AND METHODOLOGY (CONT.J
Regar ding G eotechnical,our appro ach w ill include providing
support fo r the Structura l Engineer (soil properties for the
seaw all analysis)and the Coastal Hydra ulics Engineer (soil/
gra in size/composition info rmation for use in the sco ur
analysis).W e w ill first review all existing soils and fo undations,
info rm ation including exiting foundation plans,as well as
printed litera ture including USDA Soil Survey,USGS
Q uadrangle maps and any existing geotechnical info rmation.
W e w ill then supplement this data with additional explora tions
and laboratory testing pro gra ms,w hich will be used fo r
performing geotechnica l engineering analysis to pro vide
recom mendations for the seaw all structures.O ne of G CES's
ar eas of specialization is geotechnica l support services for
South Florida County and M unicipal projects in Miami-Dade,
including the City of M iami Beach.W e are very familiar with
the specific soil,ro ck,groundw ater conditions in South Florida
pro viding recommendations on the most cost-effective
fo undation options for new and rehabilitated structures,
including seaw alls.Additionally,GCES's construction services
gro up has also provided suppor t during construction by
pro viding sheet pile,and prestressed co ncrete piles monitoring
services,ond certified field-testing technicians to test items like
the soil density,concrete strength,and steel welding quality.
Field reports are prepared for the co nstruction manager,
describing the field and laboratory test results.In this way,the
BC C Team pro v id es a com p rehensive approach to
Coastal En gin e e rin g fo r this project.
3.1.6 ENVIRONMENTAL ENGINEERING:
Biological assessm ents of existing seaw alls must be conducted
to docum ent pro tected natura l resources including stony and
soft cora ls,seagra sses,and other pro tected species.Q ualified
biologists perform benthic surveys to document these protected
resources and this information can be used to develop
avoidance and minimization measures associated with seaw all
replacem ent,aid in project design and permit applications.
Permitting is vital to Structura l pro jects.Even a project as
simplified as a seaw all rehabilitation job can present issues if
the environm ental permitting is not prioritized and addressed
up front.
M iller Legg brings
environmental expertise to
the team w ith extensive
enviro nmental resource and
permitting experience,
w etland/mar ine assessment
and mitigation experience,ta.C.
Miller Le
.",e"P o
S fa ff alon Seawall
listed species experience,environmental assessment and
remediation experience and overa ll knowledge of ecology
and surface and gro undwater hydrology within South Florida.
Miller Legg has extensive experience with permitting coastal,
wetland and in-water projects at local,state and federal levels.
W e also have perfo rmed environmental support work for
Design and Permitting of major transportation improvement
projects in FOOT District 6 that are directly relevant to this City
of Miami Beach Seawall pro ject.
Replacing a seawall in Miami-Dade County involves
engagement with key regulatory bodies such as the South
Florida W ater M anagement District (SFW M D),the U.S.
Army Corps of Engineers (USACE),and Miami-Dade County
Environmental Resources Management (DERM ).Environmental
regulatory agencies are par ticular ly concerned about impacts
on coastal ecosystems,disturbance to protected species
habitats like seagrass beds and cora l reefs and maintaining
water quality standards during construction.Addressing these
concerns necessitates thoro ugh enviro nmental assessments and
surveys to identify sensitive habitats and species.
Essential permits include the Environmental Resource Permit
(ERP)from SFW M D,progra mmatic biological opinion (JaxBo)
from USACE,and a M iami-Dade County Class I Permit
from DERM .A SFW M D ERP is required for development or
construction activities to prevent flooding,protect the water
quality of Florida's lakes and streams from stormwater pollution,
and protect wetlands and other surface waters.Section 24-48
of the Miami-Dade County Code requires that a Miami-Dade
County Class I Permit be obtained prior to performing any work
in,on,over or upon tidal waters or coastal wetlands of Miami-
Dade County or of any of the municipalities located within
Miami-Dade County.A Class I Permit is utilized to manage
impacts from construction on coastal wetlands and tidal waters.
Th rough the Class I Permit Application process,proposed
projects ar e reviewed to identify potential environmental and
other impacts.Before the permit is issued,Miami-Dade County
may require modification of the pro ject to eliminate avoidable
impacts and to minimize other impacts.Compensation
(mitigation)is required for unavoidable impacts as par t of
the permit.M itigation plans are then developed to minimize
environmental impacts,including erosion control measures and
habitat restoration efforts.
In the permit application process,early engagement with
agencies,comprehensive documentation,and proactive
response to feedback are prioritized to streamline approvals.
Permit acquisition timelines typically range from 6 to 18 months,
M IAM I BEACH
woos+IIEE3JIU EI3 1)#JI.AILI3IJ LJJJlLIE3
39!IHI»2924-234-3)D)
TAB 3 3.1 APPROACH AND METHODOLOGY (CONT.J
w ith var iation depending on the agency and specific project
circum stances.Surveys for seagra ss,cora ls,and other sensitive
habitats are conducted meticulously by qualified biological
experts using appro priate methodologies,w ith findings
integra ted into project planning and mitigation stra tegies.
By adhering to regulatory requirements and engaging
stakeholders effectively,proponents can ensure a smooth
seaw all replacem ent pro cess in M iami-Dade County w hile
minimizing enviro nm ental impacts.
A recent,relevant pro ject M iller Legg is currently handling is
the City of M iami Beach Seaw all 48th Street Coral Relocation.
For this pro ject,M iller Legg is tempora rily relocating cora ls
during N Bay Road and 48th Street End Seaw all pro ject.
O nce co nstruction is com plete,and the turbidity curtains ar e
removed,the biologists w ill survey the new ripra p to determine
a loca tion that w ill afford the cora l the best chance fo r stability
and long-term survival.
The co ra l w ill be placed w ithin the ripra p so that its orientation
and depth are co m para ble w ith its original position.A post
relocation report w ill be com pleted,including a site plan that
identifies the relocated cora l,pre-and post-locations of the
cora l,and the anticipated survivability.In addition,M iller
Legg w ill prepar e a one w eek,one month and six months
post relocation coral monitoring reports.Per the DERM Class
I Construction Perm it (C LU-2022-0004),in order to avoid
im pact s,2 stony cora ls located at the footprint of the pro posed
w ork at 50 LF from the north pro perty line shall be temporarily
relocated to an ar ea of sim ilar light and depth.•s.•
48"Street at N.Bay Road and Flamingo Drive at 29 Street Survey
3.1.7 RISK ASSESSMENT &MITIGATION:
O ur appro ach to risk assessment and mitigation is methodical
and sim ple.In fa ct,w e have already perfo rmed a risk assessment
for this project.O ur risk assessment appro ach is based on the
FD O T's "Risk Based G raded Approach Analysis"w hich assigns
point values to "risk assessm ent"and "priority"items in order
to identify ar eas of focus at the onset of the job.Based on our
experience designing and co nstruct ing seaw alls in the City of
M IA M I BEA CH
Miami Beach,we took the FDOT risk analysis and customized
it to evaluate risk specifically for City of Miami Beach seawall
pro jects.The below table provides a genera l risk assessment for
seaw all pro jects in the City of Miami Beach.For example,we
know that,in general,items such as Utilities,Environmental,and
Constructability will need to be considered early on in a project
in order to avoid unnecessar y delays dow n the line.These
items appear in the below analysis as "5 by 5's"indicating
that they are high risk and require attentiveness from the onset
of the contract.Th erefore,our first step to mitigating these risks
w as to right-staff the team with BCC personnel and specialty
subconsultants who can address these risk items.BCC's utility
coordinator,Rick Dura n,is intimately familiar with City of M iami
Beach utilities,having handled utility coordination for projects
such as the Julia Tuttle Causew ay and City of M iami Beach
ITS and Smart Par king Design-Build.Similar ly,Enviro nmental
Permitting w ill be handled by Miller Legg,whose recent City
of Miami Beach seaw all experience includes the Seawall 48th
Street Cora l Reloca tion.And to address constructability,BCC's
CE!ar m provides constructability reviews prior to every phase
submittal.Tying all this together is BCC's PM,Christian Aquino,
w ho begins utility coordination and permitting at the 30%plans
phase,establishing deadlines and tracking progress.
FOOT "RISK BASED GRADED APPROACH ANALYSIS"
#@Eis«es CITY OF MIAMI BEACH SEAWALLS -GENERAL&@&8
ITEM RISK ELEMENT RISK TOTALASSESSMENTPRIORITY
1 [U tilities 5 5 33]
2 Project Schedule 2 3 6--+--
3 Coordination 3 3 9
4 I Environmental 5 5 25]
5 Right-of-W ay Involvement 3 3 9
6 Contamination 2 3 6
7 Regulatory Involvement 3 3 9~-
8 Material Availability 1
9 Experience /Capability 1 3 3
10 Politica l Visibility 3 3 9
11 Public Involvement 3 2 6
12 Safety 1 3 3
13 [Construction_/M O T 5 5 25 Ii-
14 Maintenance 3 3
15 Port /Security 3 3
Risk Score=0-90 Low Risk
Risk Score =91-150 Medium Risk
Risk Score >150 High Risk
«osoor ±IIE:EU 3RIIS #IE}AILI)III8 ALI)LI)II9I1IE3
39 !II»ft0 y 2924-204-3/2
TAB 3 3.1 APPROACH AND METHODOLOGY CCONT.J
bcengroemng
For each specific project,BC C w ill simply update the above
matrix in order to identify w hich risk items ar e "5 by 5's"for
that specific project.Fo r example,seaw alls near the Port may
elevate Item 15 to a "5 x 5".O r seaw alls in the Star Island ar ea
may elevate Item 11 to a"5 by 5"status.Then,BC C w ill take
the sam e approach as that taken to address general risk,and
right-staff the pro ject and monitor progress to ensure that risk
is pro perly mitigated.N otably,this does not absolve the team
from monitoring universally important risk items,such as safety
regulations and standar ds.If the risk item is in the matrix,but
received a low er sco re,it is still im portant and w ill be monitored
along w ith all of the other risk item s.
3.1.8 PROJECT DOCUMENTATION &REPORTING:
"engineering,"the aspect of "documentation
and reporting"touches all aspects of a pro ject.
Th erefo re,documentation is vital
to keeping a pro ject organized,
moving forw ar d,and completed in
the best interest of all stakeholders.
M oreover,w ith respect to seaw alls,
the City maintains ow nership and
maintenance responsibility fo r
the seaw all in perpetuity,long
after design and construction is
complete."Pro per docum entation and a comprehensive pro ject
file pro vide invaluable resources fo r future reference thro ughout
the lifespan of the seaw all.O ne thing that our extensive Florida
structure maintenance and rehabilitation experience has
taught us is w hen it com es to assessing an existing structure,
there can never be "too much"documentation w hen it comes
to considering a structure's histor y w hen addressing conditions
and deficiencies.For these reasons,BC C has established
m echanism s to ensure proper documentation and reporting
thro ughout the pro ject.Pro ject documentation includes
pro duction and delivera bles,schedule,and financial as w ell
as correspondence,design decisions,and miscellaneous
adm inistrative.The fo llow ing summar izes our comprehensive
approach to project docum entation and reporting,from the
pro ject onset through Post Design Services.
Pro je ct S e tu p
A t the onset of a project,a project folder w ith a regimented
ar ra ngem ent of subfo lders is created on the BCC N etw ork for
the purposes of filing pro ject documents and files in an orderly
and intuitive manner,ranging from existing as-built info rmation
and historic data to field review /inspection photographs,
MIAMI BEACH
to environmental and utility information,to schedule,to
deliverables/submittals,to administrative.After BCC dra fts the
Scope of Services and Staff Hour Estimate (Fee Proposal)for
City review,updated versions of each are saved to the project
file w ith a".V 2"or"..NV 3"naming convention to document
the negotiations pro cess.Th e file name for the final version uses
".FIN AL"and the date.O nce the W ork Order is issued,BCC
provides the final versions with a completed "Ta sk Setup"matrix
to BCC Finance to set up the pro ject number for BCC billing and
tracking purposes,as well as to document the involvement of
any subco nsultants.Although this step is in lar ge part internal to
BCC,it is indicative of our commitment to project documentation,
and the importance of establishing complete records fro m the
start.As another example,the pro ject schedule is prepared,
and updates tracked and filed using the same "..V#"naming
system.In this way,the pro ject setup initiates an orderly flow of
documentation that extends thro ughout the life of the pro ject.
y.geegrwt
5 ·«
798 Sout Pointe Drive
Site Inspect io n
O ur Team utilizes a prepar ed inspection field book to organize
and collect field data to ensure a comprehensive inspection and
document the conditions observed.Th is field book will include
checklists that are required to be filled out prior to leaving the
site to ensure all data is collected and avoid the need fo r return
visits.O ne innovative aspect our above-water team has found
effective is to prepar e an electronic inspection report document
using a laptop containing the inspection report spreadsheet
template to populate the inspection report in real time as the
inspection progresses.Th is includes conditions,as well as
deficiency dimensions and repair limits used to calculate repair
quantities and construction costs.In this way,the inspection
report documentation is gathered,completed,and put to the
pro ject file for future reference.After the inspection,a Technical
M emorandum is prepared summar izing the inspection findings
Along w ith
«r«sos»+EIUIEEE2RINI SJ)03 1JI\III13 JI)10)I)III3
39!If»no»3924-234-3))
TAB 3 3.1 APPROACH AND METHODOLOGY (CONT.1
and recom m endations for City review and concurrence.Th is
step further documents the direct ion of the pro ject.At this time,
any significant pro ject changes are identified and discussed
w ith the City to confirm the correct path moving forwar d.
Coordination
Ea rly pro ject coordination includes key
documentation aspects such as utility
coordination,environmental permitting,
cultura l resources,and public involvement.
For Utility Coordination,we prepar e a
utility matrix of all Utility Agency O wners
identifying fa cility type and size,orientation,and location,and
co ntact info rmation.All documentation forw arded to,and
received from,utility ow ners is put to the pro ject file.Similar ly,
Environm ental Agency permit application information,permit
sketches,and correspondence is captured and filed for future
reference.Any commitments made to the public are also filed to
establish a history of
com munication and ensure
that the pro ject complies w ith
the goals and commitments
established from the
beginning.
Production
Design,CADD,Specifications,
and Reports ar e filed in their
respect ive subfolders,w ith
pdf's created and dated
at key milestones,such as the Q uality Control stage prior to
phase submittals.Q uality Control prints ar e either created
electronically or hard copies scanned and filed to document
the process.Ea ch document also has a "W orking File"
subfo lder that contains the w orking (seed)file fo r reference.
A "Delivera bles"subfolder documents all material submitted
to the City by the date,and can include Plans,Specifications,
Calculations,Fo rms,M emorandums,Reports,Cost Estimates,
Schedules,and M iscellaneous Documentation.In this way,
there is a living file alw ays up to date with w hatever was
produced and submitted at any stage during the pro duction
effort.Phase review documentation includes pro viding written
responses to City co mments on the Plan markups as well as using
a Comm ent-Response W ord document that captures notes from
the discussion at the phase review meeting.Th e phase review
process is one opportunity for pro ject changes,since depending
on the Plan Review er or source of the comment,scope changes
can be intro duced.W e take a methodical approach to
documenting this occurrence through the comment-response
documentation process.Specifically,the comment is discussed
with the City along with potential solutions,design and
construction costs,and recommendations so that the City can
make an info rmed decision and the project change documented
appro priately and using the proper decision-making channels.
Management
Documentation centers aro und correspondence such as
telephone conversations,emails,and meetings.W e take a
disciplined approach to documenting correspondence.All
project emails are filed in an Outlook folder created for each
pro ject to document what was received and when.Discussion/
meeting minutes and notes are taken and distributed to all
participants immediately afterwar ds for review and any needed
edits.The key to this step is to not overly complicate the process.
To ols such as M icro soft W ord Dictate and Teams Transcription
ar e helpful,however we find that the BCC Pro ject Manager still
needs to filter the information
for accuracy and key points.
Discussion attendees are
identified up front,and the key
points of the discussion noted
along with Action Items,due
dates,and any follow up.Th is
approach is especially useful
for occa sions when the City
PM ,due to busy schedule or
urgent matters,is conflicted
from participating in a meeting
or discussion.In these ca ses,should the City PM indicate that
the meeting is to proceed without them,detailed meeting notes
enable updating the City PM and providing a means for the City
PM to provide valuable input and feedback on the discussion.
On more than one occasion,this has enabled BCC and the
City to jointly avoid matters of scope changes and scope creep
by proactively identifying the source of the potential change
and working to correct it before it adversely affects the project.
On the administrative side,documentation and reporting
includes invoices submitted monthly along with a Payout Curve
and a Progress Report that identifies activities,milestones,
upcoming deadlines,financial and schedule information,and
compares the "%Complete"with the "%Budget Expended"
to ensure progress is steadily tracked from all standpoints.
Post Design
From the Engineer of Reco rd standpoint,documenting
conversations and meetings is par ticularly important during
WE IE A DISEPLIED ARAIDOCUMENTINGCORRESPONDENCE
i >~;~--:~·,,·..·.·..~-',~'·.,:'.~·-·-.'?''•/;':_.
e a2"°
M IAM I BEA C H Do
«coos ±IIEEE7I)J3RI)IVE3 71#±III13 III)LJIIIIJ SILIS
39!If 04 2024-234-3/)
begineering
TAB 3 3.1 APPROACH AND METHODOLOGY [CONTJ
Post Design to clear ly document w hat w as discussed and
by w hom,and w hat act ions w ere taken to keep construction
pro gressing.Site inspection documentation identifies
par ticipants,the purpose fo r the inspection,the conditions
observed,and action item s and dates to be delivered.
3.1.9 MAINTENANCE &REHABILITATION:
Th e prepara tion of technically sound,high-quality,structura l
m aintenance and rehabilitation Plans and Specifications is
another of BC C's strengths.
In the past 10 years alone,BC C has completed 77 major
m aintenance and rehabilitation pro jects involving coastal
Florida bridges and seaw alls.Experience is para mount w hen
it comes to structure maintenance and rehabilitation.BCC
staff has been involved w ith Florida structure maintenance
and rehabilitation for over 4 decades.O ne bypro duct of that
w hich w ill apply direct ly to this City of M iami Beach contract
is our active contra cts keep us in constant communication
w ith FD O T struct ure maintenance and materials staff at the
highest levels in the State.In this w ay,BC C is alw ays at the
cutting edge of structure rehabilitation,methods,applications,
ideas,technologies,and real-time lessons learn ed that can be
im mediately applied to this City of M iami Beach seaw all contra ct.
In this w ay,coastal Florida structure maintenance and
rehabilitation is a niche industry in w hich BCC has a firm
fo othold.M aintenance and Rehab w ork is unique in that
there is no "one size fits all"repair.Rather,repairs must be
customized to fit each specific application.Th e devil is in the
details,and Engineering pra cticality and technica l expertise
m ust be applied in equal measures.Project plans must clear ly
outline the w ork to be done but not dictate Contractor M eans
and M ethods unless the situation demands a specific approach
to ensure safety or quality.M aintenance and Rehabilitation
projects fo llow a defined pro cess from concept to completion
that requires specific and tim ely actions on the par t of the
design team in order to deliver the project on schedule.
Th e key aspects that distinguish structura l maintenance
and rehabilitation projects from normal pro jects include:
•W orking w ithin the constra ints of existing conditions
•Enhanced field review s and inspections in the absence of
existing plan information
•Recognizing signs of deficiencies not visible to the naked
eye,such as incipient spoils or previous repairs that can
conceal the true level of deterioration
•W orking w ithin a fixed,pre-established construction
budget.
•Addressing the root cause of the deficiency (not providing
just a "Band-Aid"repair).
•Completing quality repairs that provide the required
longevity.
•Completing repairs with minimal disruption and impacts.
•Maximizing the remaining service life,or if the structure
is planned for replacement,prioritize repairs to get to the
replacement year at minimal cost.
•Providing clean,constructible designs and easy-to-
understand plans and specifications.
•Avoiding cost overruns,such as ensuring concrete
repair quantities account for the required repair volume
exceeding the size of the deficiency measured in the field,
and additional deterioration from the time of the initial
inspection to the time actual construction takes place.
•M aintenance and rehabilitation pro jects require
enhanced attentiveness during construction.Contractors
aggressively bid maintenance and repair jobs with
the intent to submit claims and recognize overruns -
Contractors are especially motivated fo r relatively small
jobs such as seaw alls where successful claims ca n have a
more direct impact on the Contractor'pro fit.
Determining the appro priate repair solution hinges on identifying
the ro ot cause of the deterioration or deficiency.Understanding
the site-specific conditions,wall orientation,gro und conditions
(loss of fill behind walls),the results of hammer soundings
during inspections,and taking note of the type and importance
of pro perties and facilities supported by the wall ar e all key in
this determination.
O ur Team has extensive experience not only evaluating existing
w alls that have deteriorated but also experience designing
and constructing seaw alls through many of our Design-Build
contracts.Know ing what it takes to build these walls is also
important w hen determining optimal repairs and the viability of
constructability aspects such as in-place repairs vs.the need for
tempora ry shoring and suppor t.Issues affecting co nstruction
ar e things like shallow water,limited access,presence of utilities
or submerged resources,and har d soil pro files.
Typical co ncrete repair
details include spoil
repairs (shall and deep
with exposed rebar),
pile jackets,and epoxy
injection &sealing of
,sji#j
a¢
r
Concrete Repairs
M IAM I BEACH
«wo o +»±IEE5 5:IEE8 70)1Y±LIIV3AII)LJIIJ #ELIE3;
39£Irr»2934-234-49
TAB 3 3.1 APPROACH AND METHODOLOGY (CONT.J
cra cks.Innovative repair ideas our Team has to further increase
the possibility for repair over replacement of existing seaw alls
are:
►Post-Installed Drainage W eep Holes (relieve pore water
pressure behind w alls)
►Cathodic Protection Systems (Corrosion Inhibitor)
►Use of G lass Fiber and Basalt Rebar (less costly than
car bon fiber rebar)
►Zinc M esh Act ivating M ortar Cathodic Protection.
►Solar pow ered impressed current Cathodic Protection
systems.
Below ,w e have outlined the 10 steps of a typical seaw all
maintenance and rehabilitation pro ject.0 Scoping.Senior structures staff experienced w ith repair
and rehabilitation w ork review available data and
prepar e the scope and fee estimate.
Using senior staff is impera tive to firm
up the scope from the beginning and
avoid unnecessar y Supplemental fee
requests w hich can delay the design
schedule and bring unw anted scrutiny
on the City Pro ject M anager.
f)Negotiations.Update the
design Team per Step (1)and
com pile the SH E.Complete
negotiations w ithin l w eek Receive
N otice to Proceed.Complete sub
consultant Agreements.Disciplines
finalize their Staff Hour Estimate (SHE),providing detailed
com m ents and backup.9 Project Kickoff.All disciplines and specialists involved.
Submit schedule.Also submit our Q uality Control Plan that
is fine-tuned for rehab w ork,such as requiring a plans-in-hand
field review at 90%completion.Factors confirmed up front
include criteria,third-par ty involvement,permits,need fo r
permitting sketches,constructability.Keep City PM in the loop
moving forw ard.0 Inspection and Assessment.Th e basis for the Plans.
Prepar e sketches to aid the Field Review .Experienced staff
and specialists.Review all available information.Schedule and
complete inspections.It is important to use data such as
inspection reports or repair histor y as a guide but perform a
thoro ugh inspection from the "Engineer of Record"perspective.
Inspect ions include above and below w ater and inspectors
M IAM I BEACH
look for signs of global and localized distress.Anything
affecting safety is red flagged for immediate attention.Another
benefit of the Engineer of Reco rd performing inspections is
prospective repairs are added to the inspection notes at that
time,facilitating plan development and promoting repair
effectiveness.Our Engineers also coordinate with the City to
confirm the capabilities of City Maintenance crews to address
routine maintenance such as localized sand cement bag
shoring,vegetation removal,or minor grout troweling to protect
against fill leakage,vs.repairs that require more specialized
Contractor work and therefore require advertising a repair
pro ject.0 Inspection/Assessment Memo.Document inspection
findings and provide to City PM in order to co nfirm scope
and the recommended repairs and upgrades.Each
recommendation is accompanied by a photograph,description
of the condition,and general type/scope of repair.The same
goes for recommendations of inaction.
For example,in some cases,minor
deficiencies do not war rant repair due
to factors such as redundancy of the
structural system or the structural
importance of the member does not
justify using intrusive methods to
address.Such cases are also
documented in the memo to provide
documentation for why design
decisions were made for future
reference and enable the City to make
informed decisions moving forward.0 Plans Production.Seawall rehabilitation projects are
relatively straightforward and do not require an
abundance of phase submittals.Typically,repair projects follow
a 60%/90%/10 0%Submittal Schedule.Customizing our
libra ry of typical/co mmon repair details to be project-specific
minimizes effort and reduced schedule.Repair projects typica lly
do not impact utilities and involve simplified permitting,however
it is still important to begin the utility coordination as well as the
permitting pro cess with DERM ,Army Corps,etc.immediately to
avoid unnecessar y delays down the line.W e also like to bring
the "60%Submittal"up to "90%Submittal"level of detail and
completion.Th is makes for a higher quality project and,for
example,makes for more detailed feedback resulting from
Public W orks phase reviews.
W hen developing seawall repairs,we focus on using
engineering judgment to maintain safety and minimize
WHEN DEVELOPING+#A $ENGINEERING JUDGMENTTOMAINTAINSAFETYANDMINIMIZEDISRUPTION.••'»
o
woos :.IIEERII9 YE.))IEE;HJ182III15 I)LJJIJ ELI}
J9!1fr!no»2024-234-31D)
TAB 3 3.1 APPROACH AND METHODOLOGY (CONT.J
disruption.For example,repairs are completed "in-place"to
restore any sect ion loss.W e also co nsider the type of wall and
structura l system .For example,tie-back walls require special
care in the ar ea of the tie-back,tie-cap connection in order to
maintain structura l integrity and stability.To mitigate this,Plans
include restricting live load to areas aw ay from the portion of
w all being repaired.Also,the Plans specify the progression of
w ork and detail the sequence of repairs in order to ensure that
safety is maintained and avoid the need for extensive tempora ry
support/shoring measures,w hich could increase impacts to
the environment.Specific Plan language is used in order to
enable the Contractor to complete the job within the required
fram ew ork,but also not be overly restrictive regarding M eans
and M ethods.Given the lar ge fluctuation in repair material unit
costs,such as spall repairs,w e also confirm cost esco lation and
provide interim quantity/cost updates as needed.Along with
BC C's ow n database of rehabilitation pro ject unit costs,we use
our access to FDO T resources,such as prior District 6 pro ject
bid results and FD O T Highw ay Construction M aterial Studies to
capture local effects and cost escalation.0 Quality Control.All rehabilitation work products (plans,
mem os,specifications,estimates,technical special
pro visions,etc.)w ill be prepar ed in accordance with a
docum entable Q uality Control (Q C)Plan that assures
accountability,accuracy,completeness,legibility,application
of appropriate design criteria,and good engineering practice.
It is important to note that w hile there is general guidance and
successful repair details,there is no "Standard"w hen it comes
to maintenance and repairs.Repair details must be customized
for the specific project and application.Th is places added
emphasis on the im portance of Q uality Control for maintenance
and rehabilitation pro jects.It is important to recognize that the
purpose of City phase review s is not to provide Q uality Control
fo r BC C's w ork product.BC C w ill prepar e a contra ct specific
Q uality M anagem ent Plan (Q M P)that addresses the specific
review pro cess for each type of document and assigns specific
review ers experienced in rehabilitation work to each task.0 Plans Reviews.W e provide the City with a plan set PDF
at each phase,and Public W orks reviews internally and
pro vides comm ents in the form of plan mar kups.So w e provide
w ritten responses and return them to the City to co nfirm that the
City is satisfied w ith how w e propose that review comments and
mar kups be addressed in the Plans.W e also ensure phase
review com m ent close out by incorporating a backcheck of
City co mm ents/mar kups into the Q uality Control process.
0 Advertisement.Review Pre-Bid questions and draft_Pre-
Bid responses for City co ncurrence ASAP.Th is is
par ticularly important for rehabilitation projects that involve
many unique aspects different than a "typical"infrastructure
project.
CD)Post Design Services.Review Materials Submittals and
conduct Field Reviews as needed.Acknowledge RFl's
immediately and respond/resolve within l day.W e attend the
PreCon M eeting,emphasizing any key aspects of the project.
Our ro le is support,bringing expertise to the table to support
construction and keep the pro ject on schedule.
3.1.10 OTHER VALUE-ADDED SERVICES:
Th e value-added services that the BCC Team provides range
from direct services to the "intangibles"that make a project truly
successful.
Direct Services
►Graphics/Rendering Services.BCC's Graphics team
specializes in preparing infrastructure gra phics depicting
existing,interim,and final conditions that are extremely
effective at conveying the project purpose and need,as
well as the project vision,to key stakeholders.Often times
after a project is completed,actual photos are compared to
previous renderings,and it is difficult to distinguish "the real
thing"from the rendering;on example is shown below.
..
#afli'•u SN@#eff
BCC's Howard Frankland roiect -in-house drone shot.
M IAM I BEAC H
«moos ±I.IIE±RIIJ SERI0,SJ #)±LILI3 AII)I)IDI I1IS
19±IHf Io»1 394-234 -3))
TAB 3 3.1 APPROACH AND METHODOLOGY [CONT.J
b Drone Pilot Services.BC C 's ..,
FAA -certified dro ne pilots ar e -..!.'•r-
available to deploy to any location r -~
in the City to pick up footage involving °
seaw alls or any other City interest.Airport
pro xim ity may require advance notice in some cases
to acquire FAA approval.How ever,in most cases we can
be on site picking up data w ithin a day from the request.
►Design-Build Experience.BCC has gained valuable
construction experience completing over $6.2 Billion of FDOT
Design-Build project s.Th is extensive experience w ill benefit the
City of M iam i Beach,since BC C w ill be draw ing from our field
experience and fa miliarity w ith ongoing construction methods
to pro vide cost effective solutions that minimize risk and avoid
claim s.In this w ay,w e have found that our Design-Build
experience has translated extremely well to conventional
pro jects such as seaw all replacement and rehabilitation.
A nother positive bypro duct of Design-Build work is it requires a
relatively large number of structura l resources to pursue and
deliver.As a result,Design-Build success has burgeoned BCC's
Florida struct ures gro up to 50 stro ng (29 PE's},all with Florida
coastal structure design and repair experience,and including
experience firm ly gro unded in South Florida.
►In-H ouse Construct ion Engineering Inspection (CEI}
Services.BC C's in-house CE!ar m pro vides vast resources in
the construct ion projects involving replacement and repair of
coastal structures.Th is is not only a value-added feature for
construction support,but during the design phase when,as
part of the Quality Control Process,the CEI team provides
Constructability Reviews on the Plans and Specifications.
Grant Application Support.
BCC offers services in the area of
capturing funding sources for
municipal projects.Recent grant
application experience includes
"Vision Zero"programs for the
City of Coral Springs and Miami
Dade County Depar tment of
Transportation and Public Works.
For the DTPW assignment,BCC
led the preparation of an application
to request federal funds from the Safe
Streets and Roads for All (SS4A)
Grant Pro gram to fund the implementation of a portion of the
To p 100 locations for implementation within Miami-Dade
County.W e find that an important aspect of gra nt applications
is to "tell the story"behind the application that makes the
submittal meaningful and compelling.In addition,in our role as
a Consultant with FDOT providing oversight to the Miami-Dade
TPO,BCC has helped coordinate the periodic reporting of
existing gra nts such as the Walk Safe Progra m managed by the
University of M iami as well as gra nts for municipal planning
studies administered through the Transportation Alternatives
Progra m.W e are therefore familiar with the reporting
requirements of grants and will be oble to ensure that the City
remains compliant with any grants that will be received.
MIAMI-DADE COUNTY
VISIONZERO
Th e true mar k of this experience is not the number of
applications submitted,rather,the result of the applications.
Below are a few recent examples of our grant work:
►Road to Zero Grant:Miami-Dade County DTPW
received a gra nt of $150,000 from the National Safety
County to develop a Vision Zero Dashboard and conduct
a Loca l Community Liaison Pilot Project.
►Highw ay Safety Improvement Program (HSIP}
G rant:Miami-Dade County DTPW received an HSIP
Federa l grant to fund 3 Vision Zero Implementation
Pro jects.
►Safe Streets and Roads for All (SS4A)Grant:Miami-
Dade County DTPW received a Federal grant for $16.2
M illion Dollars to fund at 24 Vision Zero safety projects
and additional safety planning activities.
W e look fo rw ard to helping the City of Miami Beach in
the same way!
M IA M I BEA C H
o »s oar ±I.IEE:JIU SJ)I3 )J3II1IS MIU LJ)I)SI LIS
39±1Hr04 ±924-234-)
TAB 3 3.1 APPROACH AND METHODOLOGY lCONT.J
be
►GIS.GIS is an area where our Team excels and has the
experience lo deliver a product that is comprehensive and easy
for all to use.As part of BC C's City of Fort Lauderdale Seawall
Master Plan project,we provided comprehensive GIS services.
For this contract,our Team would create a geodatabase of
all municipal seawalls,beginning with existing information
available to-date.The geodatabase will contain all the relevant
seawall information and be easily searched and cataloged for
necessary.Maintenance,monitoring of life expectancy and
any repairs that may be needed.The database will hold critical
information about each seawall,including repair plans,costs,
funding sources,resiliency needs and condition assessment
ratings.This can be coupled with general information about
each structure,from geographic location,size,type of
construction,and even drone imagery of each structure to
document current condition,in case of any catastrophic event,
the condition will be well documented.
Any maintenance reports and
inspections will also be cataloged
in the database,to assist in tracking
current conditions.The database
will be completely searchable by
selecting the structure on the map.The
information in the geodatabase will
have the capability to be converted
to Google Earth ".kml"files,so field
inspectors could use Google Earth to
pull any information about a bridge
in the field,on a tablet or other
portable device.The database will
also be made into a web application
that allows searches,by not only
the seawall name,but any of the tracked asset information,
again allowing the client to better budget and track needed
improvements.
Our Team feels that this approach will serve the project well
but can still be tailored to meet any adjustments the City may
want.The information in the geodatabase will match the
seawall assessment system and naming convention established
as part of the project.It can include the information from the
condition of seawalls from the field evaluations,elevations,
boundaries of the seawalls,stakeholder information and any
additional information that City staff would like to include.
►Qualifications.BCC's services include the complete project
cycle from concept to design lo construction to maintenance.
CC holds FDOT Qualifications ranging from PD&E Studies to
Roadway Design,all Structures Work Groups through Concrete
MIAMI BEACH
Segmental,Inspection,Traffic Engineering,Traffic Operations,
CE!,Engineering Contract Administration and Management,
and Planning.Therefore,under one roof,BCC is able to support
the City in whateverneed may arise through this seawall contract.
"The Intangibles"
The BCC Team would bring several intangibles to this contract.
First,building upon experience is critical to seawall projects,
and our Team assembles firms and individuals that have
based their careers on the design and rehabilitation of coastal
Florida structures including seawalls.That experience extends
to include former FDOT staff that held key structural positions
locally (FDOT District 6 Structures Design Engineer)to the state
level (FDOT Central Office Assistant State Structures Design
Engineer).Furthermore,BCC currently holds three FDOT
Districtwide Bridge Repair contracts,including the FDOT District
6 Bridge Repair/Rehabilitation Plans
Preparation contract local to Miami-
Dade County.This would enable
BCC to provide the City with a direct,
real-time conduit to South Florida
coastal structure rehabilitation
technology and lessons learned.No
other firm submitting for this project
can provide such an overwhelming
resource of relevant local,regional,
and statewide experience.
Second,BC C's number one goal with
this contract is not just to complete
seawall projects.We want to continue
to serve as a trusted advisor to the City
and make this seawall contract the "Gold Standard"by which
all other City contracts are compared.The key to our approach
is our assigned Project Manager,Christian Aquino.Mr.Aquino
and his same support staff assigned to this contract,recently
delivered this exact same projectlo the City in the Jefferson Street
End Seawall project.As part of that,Mr.Aquino developed what
has become the City's Standard Seawall Plans.That embodies
Mr.Aquino's approach to this seawall contract -he hopes to
continue to build upon the solid relationship that he has fostered
with the City of Miami Beach over the past several years.
Why choose BCC?
Lastly,Miami is our home.This is where we live,work,ond
play.Simply stated,we will take ownership of this contract like
no one else can.To us,this contract is personal.We are
proud lo say that.And we would be honored to continue to
uphold our shared quality of life through this contract.
4119 Indian Creek Drive
«nor ±III:EIII SRI$J'III8 III)LJIII)3 ELIE;
30±If 0y 2924-234-3)
TAB 3 3.2 SUPPLIER DIVERSITY PLAN
BCC is committed to fostering diversity and inclusion in our contracting practices,striving to meet all
regulatory goals.Our Team includes Manuel G.Vera &Associates,a Disadvantaged,minority-owned
business,and Media Relations Group,a Disadvantaged,and minority/women-owned business.We
actively engage with small,disadvantaged and minority businesses.
Inclusion is extrem ely important to us,as we started as a small,woman-owned business ourselves.By
prioritizing these enterprises in our pro curement policies and providing support,we aim to create a more
inclusive and equitable contracting enviro nm ent.O ur commitment is further reinforced by regular monitoring
and tra nsparent reporting of our progress in these efforts.
A plan of action would be built around the following principles:
•Supplier Diversity Goals:Establish clear,measurable goals for contracting with small and minority businesses,women's
business enterprises,and firms in labor surplus areas.
•Outreach and Engagement:Develop stra tegies to identify and engage with diverse suppliers.This can include attending
relevant industry conferences,netw orking events,etc.
•Capacity Building and Support:Im plem ent progra m s to support the gro w th and development of diverse suppliers.Provide
resources to help them im prove competitiveness,and meet pro curement requirements.
•Inclusive Procurement Policies:Ensure that procurement teams are trained to recognize and address barriers diverse
suppliers might face.
•Monitoring and Reporting:Establish a system for monitoring and reporting on diversity efforts.Track progress against
diversity goals,assess the effect iveness of outreach,and tra nsparently co m municate outcom es.
M IA M I BEA C H .@
enginee ring
GETTING THEREJUSTGOTEASIER'