Loading...
Agreement with EBS Engineering Inc ogorg- 3o53C/ AGREEMENT BETWEEN CITY OF MIAMI BEACH AND EBS ENGINEERING INC FOR PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL ANDREPLACEMENTPROJECTS PURSUANT TO REQUEST FOR QUALIFICATIONS NO. 2018-141-ND DISCIPLINE: ENGINEERING- ENVIRONMENTAL SERVICES & TESTING RESOLUTION NO. 2018-30534 1 TABLE OF CONTENTS DESCRIPTION PAGE L ARTICLE 1. DEFINITIONS 4 ARTICLE 2. BASIC SERVICES 9 ARTICLE 3. THE CITY'S RESPONSIBILITIES 14 ARTICLE 4. RESPONSIBILITY FOR CONSTRUCTION COST 16 ARTICLE 5. ADDITIONAL SERVICES 18 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. INSURANCE 23 ARTICLE 12. INDEMNIFICATION AND HOLD HARMLESS 24 ARTICLE 13. ERRORS AND OMISSIONS 24 ARTICLE 14. LIMITATION OF LIABILITY 25 ARTICLE 15. NOTICE 25 ARTICLE 16. MISCELLANEOUS PROVISIONS 26 2 SCHEDULES: SCHEDULE A Consultant Service Order 30 SCHEDULE B Consultant Compensation 31 SCHEDULE C Hourly Billing Rate Schedule 32 SCHEDULE D Approved Subconsultants 33 ATTACHMENTS: ATTACHMENT A Resolution & Commission Memorandum 34 ATTACHMENT B Request for Quailifications &Addendums 35 ATTACHMENT C Consultant's Response to the RFQ 36 3 AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND EBS ENGINEERING INC. FOR PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED-BASIS" This Agreement made and entered into this day of F-Zb ruur , 20 lei , (Effective Date), by and between the CITY OF MIAMI BEACH, a municipal cdrporation 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 EBS Engineering Inc., a Florida corporation having its principal office at 4715 NW 157 Street, Suite 202, Miami Gardens, FL. 33014 (hereinafter referred to as Consultant). WITNESSETH: WHEREAS, on September 17, 2014, the Mayor and City Commission approved the issuance of Request for Qualifications No. 2018-141-ND for Professional Architectural and Engineering Services in Specialized Categories On An "As-Needed-Basis" (the RFQ); and WHEREAS, the RFQ was intended to provide access to architectural and engineering firms in accordance with the Florida Consultant's Competitive Negotiation Act; and WHEREAS, on October 17, 2018, the City Commission approved Resolution No. 2018- 30534, respectively, authorizing the City to enter into negotiations with EBS Engineering Inc. 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 Department Head, 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 drily 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 Consultant pursuant to this Agreement, setting forth in detail the requirements for the construction of the Project. The Construction Documents shall set forth in full all details necessary -to complete the construction of the Project in accordance with the Contract Documents. Construction Documents shall not be part of the Contract Documents, until (a) the Consultant has submitted completed Construction Documents to the City and (b) they have been reviewed and approved by the City and any agencies having jurisdiction in accordance with the procedures as otherwise provided by the Contract Documents. 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 Construction Documents are constructible, in 5 compliance with all Applicable Laws and in accordance with the Contract Documents. CONSULTANT: The named entity on page 1 of this Agreement, the "Consultant" shall mean the qualified and properly professionally licensed design 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 design professional has been engaged by City and who will perform (or cause to be performed through Subconsultants acceptable to the City) all architectural, design and engineering services required under this Agreement and/or Consultant Service Order and will serve as the "architect of record" and/or "engineer of record" for the Project. 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 architectural, design, engineering 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 design 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 design 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 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. CONTRACT AMENDMENT: "Contract Amendment" shall mean a written modification to the Agreement approved by the City (as specified below) and executed between City and Consultant, covering changes, additions, or reductions in the terms of this Agreement including, without limitation, authorizing a change in the Project, or the method and manner of performance thereof, or an adjustment in the fee and/or completion dates. Contract Amendments shall be approved by the City Commission if they exceed fifty thousand dollars ($50,000.00). Even for Contract Amendments of fifty thousand dollars ($50,000.00) or less (or other such threshold contract amount as may be specified by the City of Miami Beach Procurement Ordinance), the City Manager reserves the right to seek and obtain concurrence of the City Commission for approval of any such Contract Amendment. CONTRACT DOCUMENTS: "Contract Documents" shall mean this Agreement (together with all exhibits, addenda, Consultant Service Orders and written amendments issued thereto), and all Design Documents and Construction Documents. The Contract Documents shall also include, without limitation (together with all exhibits, addenda, and written amendments issued thereto), the Invitation to Bid (ITB), 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. 6 • CONTRACT FOR CONSTRUCTION: "Contract for Construction" shall mean the legally binding agreement between City and Contractor for performance of the Work covered in the Contract Documents, including, without limitation, a general contractor, construction manager, design- builder or any other duly licensed construction contractor selected pursuant to any other procurement methodology available under Florida law. 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. FORCE MAJEURE: "Force Majeure" shall mean any delay occasioned by superior or irresistible force occasioned by violence in nature without the interference of human agency such as a hurricane, tornado, flood, loss caused ,by fire and other similar unavoidable casualties; or other causes beyond the City's or Consultant's control that are not due to any act, omission or negligence of either City or Consultant and, which have, or may be reasonably expected to have, a material adverse effect on the Project, or on the rights and obligations of City or Consultant under this Agreement and which, by the exercise of due diligence, such parties shall not have been able to avoid; provided, however, that inclement weather (except as noted above), the acts or omissions of Subconsultants, the Contractor and its sub-contractors, market conditions, labor conditions, construction industry price trends, and similar matters which normally impact on the construction process shall not be considered a Force Majeure. If the Consultant is delayed in performing any obligation under this Agreement due to a Force Majeure, the Consultant shall request a time extension from the Project Administrator within five (5) business days of said Force Majeure. Any time extension shall be subject to mutual agreement and shall not be cause for any claim by the Consultant for extra compensation, 7 unless Additional Services are required and approved pursuant to Article 5 hereof. PROJECT: The "Project" shall mean that certain City capital project described in the Consultant Service Order. Project Cost: The "Project Cost", shall mean the estimated total cost of the Project, as prepared and established by the City, including the estimated Construction Cost and Soft Costs. The Project Cost may, from time to time, be revised or adjusted by the City, in its sole discretion, to accommodate approved modifications or changes to the Project or scope of work. The estimated construction value shall be less than the amount established in Category 5, Section 287.017, Florida Statutes (currently $325,000 or as amended by law) or for a planning or study activity shall not exceed the amount established in Category 2, Section 287.017, Florida Statutes (currently $35,000 or as amended by law). Project Scope: The "Project Scope" shall mean the description of the Project, as described in the Consultant Service Order. PROJECT ADMINISTRATOR: The "Project Administrator" shall mean the individual designated by the City Manager who shall be the City's authorized representative to issue directives and notices on behalf of the City with respect to all matters concerning the Services of this Agreement (exclusive of those authorizations reserved to the City Manager or City Commission under this Agreement, or to regulatory or administrative bodies having jurisdiction over the Project). PROPOSAL DOCUMENTS: "Proposal Documents" shall mean the RFQ, together with all amendments or addenda thereto (if any), which is incorporated by reference to this Agreement and made a part hereof; provided, however, that in the event of an express conflict between the Proposal Documents and this Agreement, the Agreement shall prevail. Consultant's proposal in response to the RFQ is included for reference purposes only and shall not be incorporated as part of this Agreement, except with respect to Consultant's representations regarding the qualifications and experience of Consultant and its key personnel, its commitment to provide the key personnel listed therein, and its capability to perform and deliver the Services in accordance with this Agreement and consistent with the all representations made therein. SCHEDULES: "Schedules" shall mean the various schedules attached to this Agreement and referred to as follows: Schedule A— Consultant Service Order. Schedule B —Consultant Compensation. Schedule C — Hourly BillingRate Schedule. Schedule D --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. 8 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. 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 Consultant shall provide Basic Services for the Project, specifically described in the Consultant Service Order. Consultant acknowledges and agrees that this Agreement and the award of any work hereunder, is non-exclusive, and the City may, at its sole and absolute discretion, award similar services or work to other firms under contract with the City. No Consultant Service Order shall be issued to Consultant, and no work or Services shall be authorized under this Agreement, except at City's sole discretion. Consultant shall have no entitlement to perform any services hereunder, or to be compensated for any Services, unless set forth in a written Consultant Service Order 2.2 The Services will be commenced by the Consultant upon receipt of a written Consultant Service Order signed by the Department Head. Consultant shall countersign the Consultant Service Order upon receipt and return the signed copy to the City. 2.3 As it relates to the Services and the Project, Consultant warrants and represents to the City that it is knowledgeable: of and shall comply with all Applicable Laws. The Consultant agrees to comply with all Applicable Laws, whether now in effect or as may be amended or adopted from time to time, and shall further take into account all known pending changes to the foregoing of which it should reasonably be aware. 2.4 The Consultant warrants and represents to the City that all of the Services required under this Agreement shall be performed in accordance with the standard of care normally exercised in the design of 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 9 is responsible for the technical accuracy of the Services (including, without limitation, the Design Documents contemplated in Schedule "A" hereto). Consultant further warrants and represents that the approved and permitted Construction Documents shall constitute a representation by Consultant to City that the Project, if constructed as required by the Contract Documents, will be fully functional, suitable and sufficient for its intended purposes. 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. 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 Design Documents and Construction Documents, 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 Design Documents and the Construction Documents. 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. The Consultant shall coordinate 10 the Services with all of its Subconsultants, as well as other consultants, including, without limitation, City provided consultants (if any). 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, Contractor, and any and all other individuals and/or firms that have been contracted, or otherwise retained, to perform work on the Project. 2.9 The Consultant shall perform its duties under this Agreement, and under a Consultant Service Order, in a competent, timely and professional manner, and shall be responsible to the City for any failure in its performance, except to the extent'that acts or omissions by the City make such performance impossible. 2.10 The - Consultant is responsible for the professional quality, technical accuracy, completeness, performance and coordination of all Services required under the Agreement and under the Consultant Service Order (including the services performed by Subconsultants), within the specified time period and specified cost. The Consultant shall perform the Services utilizing the skill, knowledge, and judgment ordinarily possessed and used by a proficient consulting 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 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, (ii) or for the period of design liability required by applicable law, whichever is later. The Project Administrator shall notify the Consultant, in writing, of any deficiencies and shall approve the method and timing of the corrections. 2.10.1 The Consultant shall be responsible for deficient, defective Services and any resulting deficient, defective construction work re-performed within twelve (12) months following final acceptance and shall be subject to further re-performance, repair and 11 replacement for twelve (12) months from the date of initial re-performance, not to exceed twenty-four months (24) from final acceptance. 2.11 The City shall have the right, at any time, in its sole and absolute discretion, to submit for review to other consultants (engaged by the City at its expense) any or all parts of the Services and the Consultant shall fully cooperate in such review(s). Whenever others are required to verify, review, or consider any Services performed by Consultant (including, without limitation, contractors, other design professionals, and/or other consultants retained by the City), the intent of such requirement is to enable the Consultant to receive input from others' professional expertise to identify any discrepancies, errors or omissions that are inconsistent with industry standards for design or construction of 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, including, without limitation (and where applicable), via a set of marked-up drawings and specifications. 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. 12 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 CONSULTANT SHALL BE AT ITS SOLE DISCRETION AND SHALL NOT, IN ANY WAY, BE CONSTRUED, INTERPRETED AND/OR CONSTITUTE AN ''''ASSUMPTION BY THE CITY OF CONSULTANT'S OBLIGATIONS, A WAIVER OF CONSULTANT'S OBLIGATIONS AND/OR EXCUSE ANY BREACH BY CONSULTANT OF ITS OBLIGATIONS UNDER THE CONTRACT DOCUMENTS. THE PARTICIPATION IN THE PERFORMANCE OF ANY OF CONSULTANT'S OBLIGATIONS SHALL NOT PRECLUDE THE CITY FROM DECLARING CONSULTANT IN DEFAULT FOR CONSULTANT'S FAILURE TO PERFORM SUCH OBLIGATION, NOR SHALL IT LIMIT, IN ANY WAY, THE CITY'S RIGHTS AND REMEDIES IN CONNECTION THEREWITH. THE CONSULTANT EXPRESSLY ACKNOWLEDGES AND AGREES NOT TO RAISE OR ASSERT AS DEFENSE TO ANY CLAIM, ACTION, SUIT AND/OR OTHER PROCEEDING OF A SIMILAR NATURE, THE CITY'S PARTICIPATION, ASSISTANCE AND/OR FACILITATION IN THE PERFORMANCE OF CONSULTANT'S OBLIGATIONS. INCLUDING, WITHOUT LIMITATION, ASSISTING WITH OBTAINING PERMITS OR WITH COORDINATION WITH UTILITIES, OR OTHER MATTERS RELATED TO THE PROJECT. IN THE EVENT OF ANY CONFLICT BETWEEN THIS SECTION AND/OR ANY OTHER PROVISION OF THIS AGREEMENT OR OTHER CONTRACT DOCUMENTS, THIS SECTION SHALL GOVERN. 2.18 GREEN BUILDING STANDARDS: 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. 13 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 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 I 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 14 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 Except where otherwise expressly noted in the Agreement or the Contract Documents, the City Commission shall be the body to consider, comment upon, or approve any amendments or modifications to this Agreement. 3.6.2 The City Commission shall be the body to consider, comment upon, or approve any assignment, sale, transfer or subletting of this Agreement. Assignment and transfer shall be defined to also include sale of the majority of the stock of a corporate consultant. 3.6.3 The City Commission shall approve or consider all Contract Amendments that exceed the sum of fifty thousand dollars ($50,000.00) (or other such amount as may be specified by the City of Miami Beach Procurement Ordinance, as amended). 3.7 Except where otherwise expressly noted in this Agreement, the City Manager shall serve as the City's primary representative to whom administrative (proprietary) requests for decisions and approvals required hereunder by the City shall be made. Except where otherwise expressly noted in this Agreement or the Contract Documents, the City Manager shall issue decisions and authorizations which may include, without limitation, proprietary review, approval, or comment upon the schedules, plans, reports, estimates, contracts, and other documents submitted to the City by Consultant. 3.7.1 The City Manager shall have prior review and approval of the Project Manager (and any replacements) and of any Subconsultants (and any replacements). 15 3.7.2 The City Manager shall decide, and render administrative (proprietary) decisions on matters arising pursuant to this Agreement which are not otherwise expressly provided for in this Agreement. In his/her discretion, the City Manager may also consult with the City Commission on such matters. 3.7.3 At the request of Consultant, the City Manager shall be authorized, but not required, to reallocate monies already budgeted toward payment of the Consultant; provided, however, that the Consultant's compensation (or other budgets established by this Agreement) may not be increased without the prior approval of the City Commission, which approval (if granted at all) shall be in its sole and reasonable discretion. 3.7.4 The City Manager may approve Contract Amendments which do not exceed the sum of fifty thousand dollars ($50,000.00) (or other such amount as may be specified by the City of Miami Beach Purchasing Ordinance, as amended); provided that no such amendments increase any of the budgets established by this Agreement. 3.7.5 The City Manager may, in his/her sole discretion, form a committee or committees, or inquire of, or consult with, persons for the purpose of receiving advice and recommendations relating to the exercise of the City's powers, duties, and responsibilities under this Agreement or the Contract Documents. 3.7.6 The City Manager shall be the City Commission's authorized representative with regard to acting on behalf of the City in the event of issuing any default notice(s) under this Agreement, and, should such default remain uncured, in terminating the Agreement (pursuant to and in accordance with Article 10 hereof). • 3.8 The City's review, evaluation, or comment as to any documents prepared by or on behalf of the Consultant shall be solely for the purpose of the City's determining for its own satisfaction the suitability of the Project, orportions 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 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 the Consultant Service Order or other written directive of the Project Administrator. 4.2.1. At completion of the conceptual design (at such stage of completion of the 16 • 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 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 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 (+1-5%) 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 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 17 • 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 shallprovide 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 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 an hourly fee (in accordance with the rates in Schedule "B" hereto), with a "Not to Exceed" amount; Reimbursable Expenses (if any) with a "Not to Exceed" amount; the amended Construction Cost Budget (if applicable); the time required to complete the Additional Services; and an amended Project Schedule (if applicable). "Not to Exceed" shall mean the maximum cumulative hourly 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: 18 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 the Consultant Service Order (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 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. Except as specified herein, services that are required for completion of the Construction Documents shall be part of Consultant's Basic Services. ARTICLE 6. REIMBURSABLE EXPENSES 19 6.1 Reimbursable Expenses must be authorized, in advance, in writing, by the Project Administrator. Invoices or vouchers for Reimbursable Expenses shall be submitted to the Project Administrator (along with any supporting receipts and other back-up material requested by the Project Administrator). Consultant shall certify as to each such invoice and/or voucher that the amounts and items claimed as reimbursable are "true and correct and in accordance with the Agreement." Reimbursable Expenses may include, but not be limited to, the following: Cost of reproduction, courier, and postage and handling of drawings, plans, specifications, and other Project documents (excluding reproductions for the office use of the Consultant and its Subconsultants, and courier, postage and handling costs between the Consultant and its Subconsultants). Costs for reproduction and preparation of graphics for community workshops. Permit fees required by City of Miami Beach regulatory bodies having jurisdiction over the Project (i.e. City permit fees). ARTICLE 7. COMPENSATION FOR SERVICES 7.1 Consultant's "Lump Sum" or"Not to Exceed"fee for provision of the Services, or portions thereof, as may be set forth and described in the Consultant Service Order issued for a particular Project, shall be negotiated between the City and Consultant, and shall be set forth in the Consultant Service Order. 7.2 Payments for Services shall be made within forty-five (45) calendar days of receipt and approval of an acceptable invoice by the Project Administrator. Payments shall be made in proportion to the Services satisfactorily performed, so that the payments for Services never exceed the progress percentage noted in the Consultant's Progress Schedule (to be submitted with each invoice). No mark-up shall be allowed on subcontracted work. In addition to the invoice, the Consultant shall, for Hourly Rate authorizations, submit a progress report giving the percentage of completion of the Project and the total estimated fee to completion. 7.3 All Services shall be compensated in accordance with the hourly rates set forth in Schedule "C," attached hereto. Any request for payment of Additional Services shall be included with a Consultant payment request. No mark-up shall be allowed on Additional Services (whether sub-contracted or not). 7.4 Approved Reimbursable Expenses shall be paid in accordance with Article 6 hereto, up to the "Not to Exceed" Reimbursable allowance amount in the Consultant Service Order hereto. Any request for payment of Reimbursable Expenses shall also be included with Consultant's payment request. No mark-up shall be allowed on Reimbursable Expenses. 7.5 ESCALATION: The initial hourly rates shall remain constant for the Initial Term of the agreement. Ninety (90) days prior to expiration of the Initial Term, the City may consider an adjustment to the preceding year's unit costs for the subsequent year. Only request for increases based on a corresponding increase in the Consumer Price Index for All Urban Consumers; U.S. City average (1982-84=100), as established by the United States Bureau of Labor Statistics ("CPI"), or material adjustments to the scope or requirements of the RFQ by the City, including (but not limited to) living wage increases, will be considered. In the event that the City determines that the requested increase is unsubstantiated, the Consultant agrees to 20 perform all duties at the current cost terms. 7.6 No retainage shall be made from the Consultant's compensation on account of sums withheld by the City on payments to Contractor. 7.7 METHOD OF BILLING AND PAYMENT. Consultant shall invoice the Project Administrator in a timely manner, but no more than once on a monthly basis. Invoices shall identify the nature and extent of the work performed; the total hours of work performed by employee category; and the respective hourly billing rate associated therewith: In the event Subconsultant work is used, the percentage of completion shall be identified. Invoices shall also itemize and summarize any Additional Services and/or Reimbursable Expenses. A copy of the written approval of the Project Administrator for the requested Additional Service(s) or Reimbursable Expense(s) shall accompany the invoice. 7.7.1 If requested, Consultant shall provide back-up for past and current invoices that records hours for all work (by employee category), and cost itemizations for Reimbursable Expenses (by category). ARTICLE 8. CONSULTANT'S ACCOUNTING AND OTHER RECORDS 8.1 All books, records (whether financial or otherwise), correspondence, technical documents, and any other records or documents related to the Services and/or Project will be available for examination and audit by the City Manager, or his/her authorized representatives, at Consultant's office (at the address designated in Article 15 ["Notices"]), during customary business hours. All such records shall be kept at least for a period of three (3) years after Consultant's completion of the Services. Incomplete or incorrect entries in such records and accounts.relating personnel services and expenses may be grounds for City's disallowance of any fees or expenses based upon such entries. Consultant shall also bind its Subconsultants to the requirements of this Article and ensure compliance therewith ARTICLE 9. OWNERSHIP OF PROJECT DOCUMENTS 9.1 All notes, correspondence, documents, plans and specifications, designs, drawings, renderings, calculations, specifications, models, photographs, reports, surveys, investigations, and any other documents (whether completed or partially completed) and copyrights thereto for Services performed or produced in the performance of this Agreement, or related to the Project, whether in its native electronic form, paper or other hard copy medium or in electronic medium, except with respect to copyrighted standard details and designs owned by the Consultant or owned by a third party and licensed to the Consultant for use and reproduction, shall become the property of the City. Consultant shall deliver all such documents to the Project Administrator in their native electronic form, as required in the Consultant Service Order within thirty(30) days 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 CONSULTANT: The Consultant may only terminate this Agreement for cause, upon thirty (30) days prior written notice to the City, in the event that the City willfully violates any provisions of this Agreement or unreasonably delays payment of the Services or any portion thereof. In the event of a termination for cause by Consultant, the City shall pay Consultant for any Services satisfactorily performed and accepted up to the date of termination; provided, however, that the City shall first be granted a thirty (30) day cure period (commencing upon receipt of Consultant's initial written notice). 10.4.1 The Consultant shall have no right to terminate this Agreement for convenience. 10.5 IMPLEMENTATION OF TERMINATION: In the event of termination (whether for cause or for convenience), the Consultant shall immediately, upon receipt of the City's written notice of termination: (1) stop the performance of Services; (2) place no further orders or issue any other subcontracts, except for those which may have already been approved, in writing, by the Project Administrator; (3) terminate all existing orders and subcontracts; and (4) promptly assemble all Project documents (for delivery to the Project Administrator). ARTICLE 11. INSURANCE 11.1 At all times during the Term of this Agreement, Consultant shall maintain the following required insurance coverage in full force and effect. The Consultant shall not commence any work until satisfactory proof of all required insurance coverage has been furnished to the Project Administrator: (a) Workers' Compensation and Employer's Liability per the Statutory limits of the State of Florida. (b) Commercial General Liability on a comprehensive basis in an amount not less than $1,000,000 combined single limit per occurrence for bodily injury and property damage. (c) Automobile Liability Insurance covering all owned, non-owned and hired vehicles used in connection with the work, in an amount not less than $500,000 combined single limit per occurrence for bodily injury and property damage. (d) Professional Liability Insurance in an amount not less than $1,000,000 with the deductible per claim, if any, not to exceed 10% of the limit of liability. 23 11.2 The City must be named as and additional insured on the liability policies; and it must be stated on the certificate. 11.3 The Consultant must give the Project Administrator at least thirty (30) days prior written notice of cancellation or of substantial modifications in any required insurance coverage. All certificates and endorsements shall contain this requirement. 11.4 The insurance must be furnished by an insurance company rated A:V or better, or its equivalent, according to Bests' Guide Rating Book, and by insurance companies duly authorized to do business in the State of Florida, and countersigned by the company's Florida resident agent. 11.5 Consultant shall provide the Project Administrator with a certificate of insurance of all required insurance policies. The City reserves the right to require a certified copy of such policies, upon written request to Consultant. ARTICLE 12. INDEMNIFICATION AND HOLD HARMLESS 12.1 To the fullest extent permitted by Section 725.08, Florida Statutes, the Consultant shall indemnify and hold harmless the City and its officers, employees, agents, and instrumentalities, from liabilities, damages, losses, and costs, including, but not limited to, reasonable attorneys' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Consultant and other persons employed or utilized by the Consultant in the performance of this Agreement. The Consultant shall pay all claims and losses in connection therewith and shall investigate and defend all claims, suits, or actions of any kind or nature in,the name of the City, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney's fees which may issue "thereon. Consultant expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by Consultant shall in no way limit its responsibility to indemnify, keep, and save harmless and defend the City or its officers, employees, agents, and instrumentalities as herein provided. 12.2 The Consultant agrees and recognizes that the City shall not be held liable or responsible for any claims which may result from any negligent, reckless, or intentionally wrongful actions, errors or omissions of the Consultant in which the City participated either through review or concurrence of the Consultant's actions. In reviewing, approving or rejecting any submissions by the Contractor, or other acts of the Consultant, the City in no way assumes or shares any responsibility or liability of the Consultant (including, without limitation its 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 Contract Documents that were prepared by the Consultant 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 24 Consultant, including, without limitation, the direct, indirect and/or consequential damages resulting from the Consultant's errors and/or omissions or any combination thereof. Damages shall include delay damages caused by the error, omission, or any combination thereof. Should the Consultant disagree that all or part of such damages are the result of errors, omissions, or any combination thereof, the Consultant may appeal this determination, in writing, to the applicable Assistant City Manager. The Project Administrator's decision on all claims, questions and disputes shall be final, conclusive and binding upon the parties hereto unless such determination is clearly arbitrary or unreasonable. In the event that the Consultant does not agree with the decision of the Project Administrator, the Consultant shall present any such objections, in writing,--to the City Manager. The Project Administrator and the Consultant shall abide by the decision of the City Manager. This paragraph does not constitute a waiver of any party's right to proceed in a court of competent jurisdiction after the above administrative remedies have been exhausted. ARTICLE 14. LIMITATION OF LIABILITY The City desires to enter into this Agreement only if in so doing the City can place a limit on its liability for any cause of action for money damages due to an alleged breach by the City of this Agreement, so that its liability for any such breach never exceeds the "not to exceed" amount of the fee paid to Consultant under this Agreement, less any amount(s) actually paid to Consultant hereunder. Consultant hereby expresses its willingness to enter into this Agreement, with Consultant's recovery from the City for any damages for action for breach of contract to be limited to Consultant's "not to exceed" fee under this Agreement, less any amount(s) actually paid by the City to the Consultant hereunder. Accordingly, and notwithstanding any other term or condition of this Agreement, Consultant hereby agrees that..the City shall not be liable to Consultant for money damages due to an alleged breach by the City of this Agreement, in an amount in excess of the "not to exceed amount" of Consultant's fees under this Agreement, which amount shall be reduced by any amount(s) actually paid by the City to Consultant hereunder. Nothing contained in this subsection, or elsewhere in this Agreement, is in any way intended to be a waiver of the limitation placed upon City's liability, as set forth in Section 768.28, Florida Statutes. • ARTICLE 15. NOTICE All written notices given to City by Consultant shall be addressed to: City Manager's Office City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 Attn: Jimmy L. Morales, City Manager With a copy to: City Manager's Office City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 Attn: Eric T. Carpenter, Assistant City Manager 25 All written notices given to the Consultant from the City shall be addressed to: EBS Engineering Inc. 4715 NW 157 Street, Suite 202 Miami Gardens, FL. 33014 Tel: (305) 625-5252 Fax: N/A Email: bsessien@ebsengineering.com Attn: Benjamin S Essien All notices mailed to either party shall be deemed to be sufficiently transmitted if sent by certified mail, return receipt requested. ARTICLE 16. MISCELLANEOUS PROVISIONS 16.1 VENUE: This Agreement shall be governed by, and construed in accordance with, the laws of the State of Florida, both substantive and remedial, without regard to principles of conflict of laws. The exclusive venue for any litigation arising out of this Agreement shall be Miami-Dade County, Florida, if in state court, and the U.S. District Court, Southern. District of Florida, in federal court. BY ENTERING INTO THIS AGREEMENT, CONSULTANT AND CITY EXPRESSLY WAIVE ANY RIGHTS EITHER PARTY MAY HAVE TO A TRIAL BY JURY OF ANY CIVIL LITIGATION RELATED TO, OR ARISING OUT OF, THIS AGREEMENT. 16.2 EQUAL OPPORTUNITY EMPLOYMENT GOALS: Consultant agrees that it will not discriminate,against any employee or applicant for employment for work under this Agreement because of race, color, national origin, religion, sex, gender identity, sexual orientation, disability, marital or familial status, or age, and will take affirmative steps to ensure that applicants are employed and employees are treated during employment without regard to race, color, national origin, religion, sex, gender identity, sexual orientation, disability, marital or familial status, or age. 16.3 PUBLIC ENTITY CRIMES ACT: in accordance with the Public Entity Crimes Act (Section 287.133, Florida Statutes), a person or affiliate who is a consultant, who has been placed on the convicted vendor. list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to the City, may not submit a bid on a contract with the City for the construction or repair of a public building or public work, may not bid on leases of real property to the City, may not be awarded or perform work as a contractor, supplier, subcontractor, or subconsultant under a contract with the City, and may not transact business with the City in excess of the threshold amount provided in Section 287.017, Florida Statutes, for Category Two, for.a period of 36 months from the date of being placed on the convicted vendor list. For violation of this subsection by Consultant, City shall have the right to terminate the Agreement without any liability to City, and pursue debarment of Consultant 16.4 NO CONTINGENT FEE: Consultant warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for Consultant, to solicit or secure this Agreement, and that it has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for Consultant, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of this subsection, City shall 26 have the right to terminate the Agreement, without any liability or, at its discretion, to deduct from the contract price (or otherwise recover) the full amount of such fee, commission, percentage, gift, or consideration. 16.5 LAWS AND REGULATIONS: 16.5.1 The Consultant shall, during the Term of this Agreement, be governed by all Applicable Laws which may have a bearing on the Services involved in the Project. 16.5.2 Project Documents. In accordance with Section 119.07 (3) (ee), Florida Statutes, entitled "Inspection, Examination, and Duplication of Records; Exemptions," all building plans, blueprints, schematic drawings, and diagrams, including draft, preliminary, and final formats, are exempt from the provisions of Section 119.07(1), Florida Statutes (inspection and copying of public records), and s. 24(a), Article I of the State Constitution. Information made exempt by this paragraph, with prior written approval from the City Manager, may be disclosed to another entity to perform its duties and responsibilities; to a licensed architect, engineer, or contractor who is performing work on or related to the Project; or upon a showing of good cause before a court of competent jurisdiction. The entities or persons receiving such information shall maintain the exempt status of the information. 16.5.2.1 In addition to the requirements in this subsection 16.5.2, the Consultant'agrees to abide by all applicable Federal, State, and City procedures, as may be amended from time to time, by which the documents are handled, copied, and distributed which may include, but is not limited to, each employee of Consultant and Subconsultants that will be involved in the Project being required to sign an agreement stating that they will not copy, duplicate, or distribute the documents unless authorized by the City Manager, in writing. 16.5.2.2 The Consultant and its Subconsultants agree in writing that the Project documents are to be kept and maintained in a secure location. 16.5.2.3 Each set of the Project documents are to be numbered and the whereabouts of the documents shall be tracked at all times. 16.5.2.4 A log is developed to track each set of documents logging in the date, time, and name of the individual(s) that work on or view the documents. 16.6 CORRECTIONS TO CONTRACT DOCUMENTS: 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. 27 16.7 ASSIGNMENT: The Consultant shall not assign, transfer or convey this Agreement to any other person, firm, association or corporation, in whole or in part, without the prior written consent of the City Commission, which consent, if given at all, shall be at the Commission's sole option and discretion. However, the Consultant will be permitted to cause portions of the Services to be performed by Subconsultants, subject to the prior written approval of the City Manager. 16.8 SUCCESSORS AND ASSIGNS: The Consultant and the City each binds himself/herself, his/her partners, successors, legal representatives and assigns to the other party of the Agreement and to the partners, successors, legal representatives, and assigns of such party in respect to all covenants of this Agreement. The Consultant shall afford the City (through the City Commission) the opportunity to approve or reject all proposed assignees, successors or other changes in the ownership structure and composition of the Consultant. Failure to do so constitutes a breach of this Agreement by the Consultant. 16.9 PROVISION OF ITEMS NECESSARY TO COMPLETE SERVICES: In the performance of the Services prescribed herein, it shall be the responsibility of the Consultant to provide all salaries, wages, materials, equipment, Subconsultants, and other purchased services, etc., as necessary to complete said Services. 16.10 INTENT OF AGREEMENT: 16.10.1 The intent of the Agreement is for the Consultant to provide design and other services, and to include all necessary items for the proper completion of such services for a fully functional Project which, when constructed in accordance with the design, will be able to be used by the City for its intended purpose. The Consultant shall perform, as Basic Services, such incidental work which may not be specifically referenced, as necessary to complete the Project. 16.10.2 This Agreement is for the benefit of the parties only and it does not grant rights to a third party beneficiary, to any person, nor does it authorize anyone not a party to the Agreement to maintain a suit for personal injuries, professional liability, or property damage pursuant to the terms or provisions of the Agreement. 16.10.3 No acceptance, order, payment, or certificate of or by the City, or its employees or agents, shall either stop the City from asserting any rights or operate as a waiver of any provisions hereof or of any power or right herein reserved to the City or of any rights to damages herein provided. 16.11 This document incorporates and includes all prior negotiations, correspondence, conversations, agreements, or understandings applicable to the matters contained herein; and the parties agree that there are no commitments, agreements, or understandings concerning the subject matter of this Agreement that are not contained in this document. Accordingly, the parties agree that no deviation from the terms hereof shall be predicated upon any prior representations or agreements whether oral or written. It is further agreed that no modification, amendment or alteration in the terms or conditions contained herein shall be effective unless memorialized in written document approval and executed with the same formality and of equal dignity herewith. 28 IN WITNESS WHEREOF, the parties hereto have hereunto caused these presents to be signed in their names by their duly authorized officers and principals, attested by their respective witnesses and City Clerk on the day and year first hereinabove written. Attest CITY OF MIAMI BEACH: d ' ?lc il 7 -4eR2,___,„,...."'-- - CITY C ERK AYOR Attest N. EBS ENGINEERING INC. 3 z'. 2_,2# ci,/ a—P SgSgnatu -.. ecret- / natu6P>sde t f� Print Name D 1 _ DA _ 9,0 19 Print Name OFFICIAL CORPORATE SEAL { %vavalkgmi�l ESS ENGINEERING INC. j� I 11 I FLORIDA 1994 a Iv, & ,,4,114 1:4\\., .... .., 00 IfVCORp APPROVED AS TO ORA 1�U.. / FORM &LANGUAGE , , .• ;t0 �� &FOR EXECUTION City Attorney pe Date i • 29 SCHEDULE A PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND EBS Engineering Inc. CONSULTANT SERVICE ORDER Service Order No. for Consulting Services. TO: EBS Engineering Inc. 4715 NW 157 Street, Suite 202 Miami Gardens, FL. 33014 PROJECT NAME: Project Name DATE: Pursuant to the agreement between the City of Miami Beach and Consultant for PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS (RFQ 2018-141-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: Days Original Service Order Amount: $ Total From Previous Additional Service Orders: $ Fee for this Service Order is Lump Sum/Not to Exceed amount of: Total Agreement to Date': $ City's Project Date Coordinator/Manager Assistant Director Date Consultant. Date Project Administrator-Director Date 1 Section 287.055,Florida Statutes,commonly known as the Consultant's Competitive Negotiation Act(CCNA),is applicable to the selection of professional services consultants(architecture,professional engineering,landscape architecture,or registered surveying and mapping)by public agencies for projects valued up to the amount established in Category 5,Section 287.017,Florida Statutes(currently$325,000 or as amended by law)or for a planning or study activity valued up to the amount established in Category 2,Section 287.017,Florida Statutes(currently$35,000 or as amended by law). 30 SCHEDULE B CONSULTANT COMPENSATION Schedule of Payments Planning Services * $XXX)0000( Design Services* $)000000( Bidding and Award Services $)0X)0000( Construction Administration ** $)XX)0000( Reimbursable Allowance*** $)0X)0000( Note*: These services will be paid lump sum based on percentage complete of each phase as identified in the individual tasks. Note**: Construction Administration will be paid on a monthly basis upon commencement of construction. In the event that, through no fault of the Consultant, Construction Administration services are required to be extended, which extension shall be subject to prior City approval, and what shall be at the City's sole discretion, the Consultant agrees to extend said services for$XXX)O0(, 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. 31 'SCHEDULE C HOURLY BILLING RATE SCHEDULE Project Principal $172.50 Project Engineer(Coastal or $116.15 Other) Project Manager $138.00 Sr. Field Services Professional $116.15 Senior Civil Engineer $138.00 Field Services Professional $ 80.50 Civil Engineer - $116.15 Threshold Inspector $138.00 Senior Electrical Engineer $138.00 Structural Special Inspector $109.25 Electrical Engineer $116.15 Technical Editor $ 74.75 Senior Mechanical Engineer $138.00 Senior GIS Specialist $116.15 Mechanical Engineer $116.15 GIS Specialist $ 86.25 Senior Structural Engineer $138.00 Staff Engineer/Geologist/Scientist $ 94.30 Structural Engineer $116.15 Landscape Designer $ 95.45 Senior Environmental Engineer $138.00 Planner $116.15 Environmental Engineer $116.15 Project Principal ( Structural Engineer) $172.50 Environmental Technician $ 74.75 Project Manager(Structural Engineer) $138.00 Environmental Specialist $ 63.25 CAD Technician (Structural) $ 63.25 Environmental Permit Specialist $ 63.25 Traffic Engineers $116.15 Project Scientist $120.75 Cost Estimator $ 74.75 Senior Surveyor $138.00 Specifications Writer $ 63.25 Surveyor $116.15 Construction Administrator/Manager $ 94.30 Surveyor Support Staff $ 69.00 Senior Project Manager $138.00 Senior Architect $138.00 MEP Project Engineer $138.00 Architect $116.15 Horticultural/maintenance Consultant $ 86.25 Senior Designer $138.00 Irrigation Engineer $ 94.30 Designer $ 95.45 Job Captain $ 92.00 Senior Urban Planner $138.00 Interior Designer $ 95.45 Senior CAD Technician $ 69.00 Principal/Director of Design $138.00 CAD Technician $ 63.25 Senior Landscape Architect $138.00 Landscape Architect $116.15 Clerical $ 40.25 Administrative Assistant $ 40.25 Survey Crew Party of2 $140.68 Survey Crew Party of 2 w/ GPS $168.51 Survey Crew Party of 3 $170.44 Survey Crew Party of 3 w/ GPS $197.01 Survey Crew Party of 4 $211.31 Survey Crew Party of 4 w/ GPS $250.13 Sr. Inspector(CEI) $103.50 Inspector(CEI, Field or $ 94.88 Construction) 32 SCHEDULE D APPROVED SUBCONSULTANTS 33 ATTACHMENT A RESOLUTION, COMMISSION ITEM, AND COMMISSION MEMORANDUM 34 RESOLUTION NO. 2018-30534 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER PERTAINING TO THE RANKING OF PROPOSALS PURSUANT TO REQUEST FOR QUALIFICATIONS (RFQ) NO. 2018-141-ND, FOR PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH WILLIAM B. MEDELLIN ARCHITECT P.A., CSA CENTRAL, INC.,' SCHINDLER ARCHITECTS, INC., TSAO DESIGN GROUP, INCORPORATED, CPH, INC., SOL-ARCH, INC., WILLIAM LANE ARCHITECT, INC., MOSS ARCHITECTURE AND DESIGN GROUP, INC., ALLEGUEZ ARCHITECTURE, INC., R.J. HEISENBOTTLE ARCHITECTS, AND P.A., VITALINI CORAZZINI, P.A., FOR THE DISCIPLINE OF GENERAL ARCHITECTURE; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH SAVINO & MILLER DESIGN STUDIO, P.A., KEITH AND SCHNARS, P.A., CPH, INC., CURTIS & ROGERS DESIGN STUDIO, INC., CHEN-MOORE ASSOCIATES, AND MILLER, LEGG & ASSOCIATES, INC., FOR THE DISCIPLINE OF LANDSCAPE ARCHITECTURE; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH SCHWEBKE-SHISKIN & ASSOCIATES, INC., CES CONSULTANTS, INC., CHEN-MOORE ASSOCIATES, 305 CONSULTING ENGINEERS, LLC, MILLER, LEGG & ASSOCIATES, INC., AND SRS ENGINEERING, INC., FOR THE DISCIPLINE OF CIVIL ENGINEERING; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH E SCIENCES, INC., TERRACON CONSULTANTS, INC., EBS ENGINEERING, INC., AND CSA CENTRAL, INC., FOR THE DISCIPLINE OF ENVIRONMENTAL SERVICES AND TESTING ENGINEERING; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH CSA CENTRAL, INC., 3FM ENGINEERING, INC., AND UCI ENGINEERING-INC., FOR THE DISCIPLINE OF MECHANICAL, ELECTRICAL, AND PLUMBING ENGINEERING; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH 305 CONSULTING ENGINEERS, LLC, EASTERN ENGINEERING GROUP COMPANY, CES CONSULTANTS, INC., MASTER CONSULTING ENGINEERS, INC., UCI • ENGINEERING INC., AND DIAZ, CARRENO, SCOTT! & PARTNERS, INC., FOR THE DISCIPLINE OF STRUCTURAL ENGINEERING; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH TSAO DESIGN GROUP, INCORPORATED, AND MC DESIGNERS, INC., FOR THE DISCIPLINE OF INTERIOR DESIGN / SPACE PLANNING; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH SCHWEBKE-SHISKIN & ASSOCIATES, INC. FOR THE DISCIPLINE OF SURVEYING; AND FURTHER AUTHORIZING THE MAYOR'AND CITY CLERK TO EXECUTE AN AGREEMENT WITH EACH OF THE RECOMMENDED PROPOSERS UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION. WHEREAS, on February 14, 2018, the City Commission approved the issuance of Request for Qualifications (RFQ) No. 2018-141-ND for Professional Architectural and Engineering Services for Capital Repair and Replacement Projects; and WHEREAS, Request for Qualifications No. 2018-141-ND (the "RFQ") was released on February 15, 2018; and WHEREAS, a voluntary pre-proposal meeting was held on February 27, 2018; and WHEREAS,on May 7, 2018, the City received thirty-seven (37) proposals; and WHEREAS, on February 26, 2018 the City Manager via Letter to Commission (LTC) No. 105-2018, appointed an Evaluation Committee (the "Committee"), consisting of the following individuals: Lily Alvarez, Construction Manager, Property Management Department, City of Miami Beach; Pilar Caurin, Construction Manager, Office of Capital Improvement Projects, City of Miami Beach; Elizabeth Estevez, Parks and Capital Projects Manager, Parks and Recreation Department, City of Miami Beach; and Francisco Garcia, Construction Manager, Property Management Department, City of Miami Beach;and WHEREAS, the Committee convened on August 6, 2018 to review and score the remaining proposals; and WHEREAS, the Committee was provided an overview of the project, information relative to the City's Cone of Silence Ordinance and the Government Sunshine Law, general information on the scope of services, and a copy of each proposal; and WHEREAS, the Committee was instructed to score and rank each proposal pursuant to the evaluation criteria established in the RFQ; and WHEREAS, the Committee's ranking for the discipline of General Architecture was as follows: William B. Medellin Architect P.A., as the first ranked proposer; CSA Central, Inc., as the second ranked proposer; Schindler Architects, Inc. and TSAO Design Group, Incorporated, tied as the third ranked proposers; CPH, Inc., as the fifth ranked proposer; Sol-ARCH, Inc., as the sixth ranked proposer; William Lane Architect, Inc., as the seventh ranked proposer; Moss Architecture and Design Group, Inc., as the eighth ranked proposer; Alleguez Architecture, Inc., as the ninth ranked proposer; R.J. Heisenbottle Architects, and P.A., as the tenth ranked proposer; Vitalini Corazzini, P.A., as the eleventh ranked proposer; ArcBuilders and Group Incorporated, as the twelfth ranked proposer; Alejandro Pardo Architecture, Inc., as the thirteenth ranked proposer; and UCI Design, Inc., as the fourteenth ranked proposer; and WHEREAS, the Committee's ranking for the discipline of Landscape Architecture was as follows: Savino & Miller Design Studio, P.A., as the first ranked proposer; Keith and Schnars, P.A., as the second ranked proposer; CPH, Inc., as the third ranked proposer; Curtis & Rogers Design Studio, Inc., as the fourth ranked proposer; Chen-Moore Associates, as the fifth ranked proposer; Miller, Legg & Associates, Inc., as the sixth ranked proposer; Calvin, Giordano & Associates, Inc., as the seventh ranked proposer; and Landscape DE, LLC, as the eighth ranked proposer;and WHEREAS, the Committee's ranking for the discipline of Civil Engineering was as follows: Schwebke-Shiskin & Associates, Inc., as the first ranked proposer; CES Consultants, Inc., as the second ranked proposer, Chen-Moore Associates, as the third ranked proposer, 305 Consulting Engineers, LLC, Miller, Legg & Associates, Inc., and SRS Engineering, Inc., tied as the fourth ranked proposers; CPH, Inc., as the seventh ranked proposer; and T.Y. Lin International, as the eighth ranked proposer; and WHEREAS, the Committee's ranking for the discipline of Environmental Services and Testing Engineering was as follows: E Sciences, Inc., as the first ranked proposer; Terracon Consultants, Inc., as the second ranked proposer; EBS Engineering, Inc., as the third ranked proposer; CSA Central, Inc., as the fourth ranked proposer; and Florida Technical Consultants, LLC, as the fifth ranked proposer; and WHEREAS, the Committee's ranking for the discipline of Mechanical, Electrical, and Plumbing Engineering was as follows: CSA Central, Inc. and Ross& Baruzzini, Inc., tied as the first ranked proposers; 3FM Engineering, Inc., as the third ranked proposer; and UCI Engineering Inc., as the fourth ranked proposer; and WHEREAS, subsequent to the evaluation of proposals, Ross & Baruzzini, Inc. submitted the a letter indicating that without local MEP resources it no longer wished to be considered for award; and WHEREAS, the Committee's ranking for the discipline of Structural Engineering was as follows: 305 Consulting Engineers, LLC and Eastern Engineering Group Company, tied as the first ranked proposers; CES Consultants, Inc., as the third ranked proposer; Master Consulting Engineers, Inc., as the fourth ranked proposer; UCI Engineering Inc., as the fifth ranked proposer; and Diaz, Carreno, Scotti & Partners, Inc., as the sixth ranked proposer; and WHEREAS, the Committee's ranking for the discipline of Interior Design / Space Planning was as follows: TSAO Design Group, Incorporated, as the first ranked proposer; and MC Designers, inc., as the second ranked proposer; and WHEREAS, the Committee's ranking for the discipline of Surveying was follows: Schwebke-Shiskin&Associates, Inc., as the first ranked proposer;and WHEREAS, after reviewing all the submissions and the results of the evaluation process, the City Manager recommends that the Administration be authorized to enter into negotiations as follows: William B. Medellin Architect P.A., CSA Central, Inc., Schindler Architects, Inc., TSAO Design Group, Incorporated, CPH, Inc., Sol-ARCH, Inc., William Lane Architect, Inc., Moss Architecture and Design Group, Inc. Atleguez Architecture, Inc., R.J. Heisenbottle Architects, and P.A., Vitalini Corazzini, P.A., for the discipline of General Architecture. Savino & Miller Design Studio, P.A., Keith and Schnars, P.A., CPH, Inc., Curtis& Rogers Design Studio, Inc., Chen-Moore Associates, and Miller, Legg &Associates, Inc., for the discipline of Landscape Architecture. Schwebke-Shiskin & Associates, Inc., CES Consultants, Inc., Chen-Moore Associates, 305 Consulting Engineers, LLC, Miller, Legg & Associates, Inc., and SRS Engineering, Inc., for the discipline of Civil Engineering. E Sciences, Inc., Terracon Consultants, Inc., EBS Engineering, Inc., and CSA Central, Inc., for the discipline of Environmental Services and Testing Engineering. CSA Central, Inc., 3FM Engineering, Inc., and UCI Engineering Inc., for the discipline of Mechanical, Electrical, and Plumbing Engineering. 305 Consulting Engineers, LLC, Eastern Engineering Group Company, CES Consultants, Inc., Master Consulting Engineers, Inc., UCI Engineering Inc., and Diaz, Carreno, Scotti & Partners, Inc., for the discipline of Structural Engineering. TSAO.Design Group, Incorporated, and MC Designers, Inc., for the discipline of Interior Design/Space Planning. Schwebke-Shiskin &Associates, Inc. for the discipline of Surveying. 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 pertaining to the ranking of proposals pursuant to Request for Qualifications (RFQ) No. 2018-141-ND for Professional Architectural and Engineering Services for Capital Repair and Replacement Projects; authorizing the administration to enter into negotiations with William B. Medellin Architect P.A., CSA Central, Inc., Schindler Architects, Inc., TSAO Design Group, Incorporated, CPH, Inc., Sol- ARCH, Inc., William Lane Architect, Inc., Moss Architecture and Design Group, Inc., Alleguez Architecture, Inc., R.J. Heisenbottle Architects, and P.A., Vitalini Corazzini, P.A., for the discipline of General Architecture; authorizing the Administration to enter into negotiations with Savino & Miller Design Studio, P.A., Keith and Schnars, P.A., CPH, Inc., Curtis '& Rogers Design Studio, Inc., Chen-Moore Associates, and Miller; Legg & Associates, Inc., for the discipline of Landscape Architecture; authorizing the Administration to enter into negotiations with Schwebke-Shiskin &Associates, Inc., CES Consultants, Inc., Chen-Moore Associates, 305 Consulting Engineers, LLC, Miller, Legg & Associates, Inc., and SRS Engineering, Inc., for the discipline of Civil Engineering; authorizing the Administration to enter into negotiations with E Sciences, Inc., Terracon Consultants, Inc., EBS Engineering, Inc., and CSA Central, Inc., for the discipline of Environmental Services And Testing Engineering; authorizing the Administration to enter into negotiations with CSA Central, Inc., 3FM Engineering, Inc., and UCI Engineering Inc., for the discipline of Mechanical, Electrical, And Plumbing Engineering; authorizing the Administration to enter into negotiations with 305 Consulting Engineers, LLC, Eastern Engineering Group Company, CES Consultants, Inc., Master Consulting Engineers, Inc., UCI Engineering Inc., and Diaz, Carreno, Scotti & Partners, Inc., for the discipline of Structural Engineering; authorizing the Administration to enter into negotiations with TSAO Design Group, Incorporated, and MC Designers, Inc., for the discipline of Interior Design I Space Planning; authorizing the Administration to enter into negotiations with Schwebke-Shiskin & Associates, Inc. for the discipline of Surveying; and further authorizing the Mayor and City Clerk to execute an agreement with each of the recommended proposers upon conclusion of successful negotiations by the Administration. /��1 / PASSED AND ADOPTED this /7 day of ebUer 2018. ATTEST: ttheitY RAF EL E. GRANADO, CITY CLF,R. .T DAN GELBER, MAYOR FAPURCISoficitations1201812018-141-ND Q`{�a�r Fl/3r.~,s110-Award\RESO 2018-141-ND.doc � 1APPROVED AS TO ' `' = '�%` y FORM &LANGUAGE -'" &FOR EXECUTION * .;NOW( 'ORATED ." -1701---1 26. ��y ' `'City Attorney p PDale Resolutions-C7 P MIAMI BEACH • COMMISSION MEMORANDUM TO: Honorable Mayor and Members of the City Commission • FROM: Jimmy L. Morales, City Manager DATE: October 17, 2018 SUBJECT A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER PERTAINING TO THE RANKING OF PROPOSALS PURSUANT TO REQUEST FOR QUALIFICATIONS (RFQ) NO. 2018-141-ND, FOR PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH WILLIAM B. MEDELLIN ARCHITECT P.A., CSA CENTRAL, INC., SCHINDLER ARCHITECTS, INC., TSAO DESIGN GROUP, INCORPORATED, CPH, INC., SOL-ARCH, INC., WILLIAM LANE ARCHITECT, INC., MOSS ARCHITECTURE AND DESIGN GROUP, INC_, ALLEGUEZ ARCHITECTURE, INC., R.J. HEISENBOTTLE ARCHITECTS, AND P.A., VITALINI CORAZZINI, P.A., FOR THE DISCIPLINE OF GENERAL ARCHITECTURE; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH SAVINO & MILLER DESIGN STUDIO, PA, KEITH AND SCHNARS, P.A., CPH, INC., CURTIS & ROGERS DESIGN STUDIO, INC., CHEN-MOORE ASSOCIATES, AND MILLER, LEGG & ASSOCIATES, INC., FOR THE DISCIPLINE OF LANDSCAPE ARCHITECTURE; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH SCHWEBKE- SHISKIN & ASSOCIATES, INC., CES CONSULTANTS, INC., CHEN-MOORE ASSOCIATES, 305 CONSULTING ENGINEERS, LLC, MILLER, LEGG & ASSOCIATES, INC., AND SRS ENGINEERING, INC., FOR THE DISCIPLINE OF CIVIL ENGINEERING; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH E SCIENCES, INC., TERRACON CONSULTANTS, INC., EBS ENGINEERING, INC., AND CSA CENTRAL, INC., FOR THE DISCIPLINE OF ENVIRONMENTAL SERVICES AND TESTING ENGINEERING; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH CSA CENTRAL, INC., 3FM ENGINEERING, INC., AND UCI ENGINEERING INC., FOR THE DISCIPLINE OF MECHANICAL, ELECTRICAL, AND PLUMBING ENGINEERING; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH 305 CONSULTING ENGINEERS, LLC, EASTERN ENGINEERING GROUP COMPANY, CES CONSULTANTS, INC., MASTER CONSULTING ENGINEERS, INC., UCI ENGINEERING INC., AND DIAZ, CARRENO, SCOTT! & PARTNERS, INC., FOR THE DISCIPLINE OF STRUCTURAL ENGINEERING; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH TSAO DESIGN GROUP, INCORPORATED, AND MC DESIGNERS, INC., FOR THE DISCIPLINE OF INTERIOR DESIGN 1 SPACE PLANNING; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH SCHWEBKE- SHISKIN & ASSOCIATES, INC. FOR THE DISCIPLINE OF SURVEYING; AND FURTHER AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN Page 436 of 1637 AGREEMENT WITH EACH OF THE RECOMMENDED PROPOSERS UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION. RECOMMENDATION Adopt the Resolution ANALYSIS On September 28, 2004, through Resolution 2004-24697, the City Commission created the Capital _ Renewal and Replacement Program (the "CRR Program"). The intent of the CRR Program is to provide funding for proactive renewal and replacement of the City's facilities and the building systems within those facilities (e.g., HVAC, roofs, fire safety systems, etc). The CRR program is also used to execute small repairs, remodels or renovation projects, with total project budgets under $325,000. The average value of the current CRR projects is approximately $158,000, but can be as low as $25,000 or less. In addition to CRR projects, award(s) of this RFQ may also be used for other small projects. Section 287.055, Florida Statutes, commonly known as the Consultant's Competitive Negotiation Act (CCNA), is applicable to the selection of professional consultant services (architecture, professional engineering, landscape architecture, or registered surveying and mapping) by public agencies for projects valued up to the amount established in Category 5, Section 287,017, Florida Statutes • (currently $325,000 or as amended by law) or for a planning or study activities valued up to the amount established in Category 2, Section 287.017, Florida Statutes (currently $35,000 or as amended by law). Even for projects below these thresholds,an architect or engineer is often required to develop construction documents for construction and permitting. Award of this RFQ will expedite the selection of architects and engineers as required for small projects. In order to maximize the cost effectiveness of small projects, through this RFQ the City sought to establish a pool of qualified architectural and engineering consultants interested in providing the City with professional services for small projects. The categories of work are, as further defined in Appendix C, Architecture — General, Architecture — Landscape Architecture, Engineering — Environmental Services and Testing, and Engineering — Mechanical, Electrical & Plumbing, Engineering—Structural. RFQ PROCESS On February 14, 2018,the City Commission approved to issue the Request for Qualifications (RFQ) No. 2018-141-ND for Professional Architectural and Engineering Services for Capital Repair and Replacement Projects. On February 15, 2018, the RFQ was issued. A voluntary pre-proposal conference to provide information to proposers submitting a response was held on February 27, 2018. Seven addenda were issued. The Procurement Department issued bid notices to 275 companies utilizing www.publicpurchase.com website. 263 prospective bidders accessed the advertised solicitation. RFQ responses were due and received on May 7, 2018, The City received proposals in response to the RFQ from the following 37 firms for a variety of categories as indicated in Attachment A: 305 Consulting Engineers, LLC 3FM Engineering, Inc. Alejandro Pardo Architecture, Inc. AlleguezArchitecture, Inc. ArcBuilders and Group Incorporated • Page 437 of 1637 Calvin, Giordano&Associates, Inc. CES Consultants, Inc. Chen-Moore Associates CPH, Inc. CSA Central, Inc. Curtis & Rogers Design Studio, Inc. Diaz, Carreno, Scotti&Partners, Inc. E Sciences, Inc. Eastern Engineering Group Company EBS Engineering, Inc. Florida Technical Consultants, LLC Keith and Schnars, P.A. Landscape DE, LLC Master Consulting Engineers, Inc. MC Designers, Inc. Miller, Legg&Associates, Inc. Moss Architecture and Design Group, Inc. R.J. Heisenbottle Architects, P.A. Ross&Baruzani, Inc. Savino &Miller Design Studio, P.A. Schindler Architects, Inc. Schwebke-Shiskin&Associates, Inc. Sol-ARCH, Inc. SRS Engineering, Inc. T.Y. Lin International Terracon Consultants, Inc. TSAO Design Group, Incorporated UCI Engineering Inc. UCI Engineering, Inc. D/B/A UCI Design, Inc. �ltalini Corazzini, P.A. William B. Medellin Architect P.A. William Lane Architect, Inc. On February 26, 2018, the City Manager appointed the Evaluation Committee via LTC # 105-2018, The Evaluation Committee convened on August 6, 2018, to consider proposals received. The Committee was comprised of Lily Alvarez, Construction Manager, Property Management Department, City of Miami Beach; Pilar Caurin, Construction Manager, Office of Capital Improvement Projects, City of Miami Beach; Elizabeth Estevez, Capital Projects Manager, Parks and Recreation Department, City of Miami Beach; and Francisco Garcia, Construction Manager, Property Management Department, City of Miami Beach. The Committee was provided an overview of the project, information relative to the City's Cone of Silence Ordinance and the Government Sunshine Law. The Committee was also provided with general information on the scope of services 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 evaluation process resulted in the ranking of proposers as indicated in Attachment A. Subsequent to the evaluation of proposals, Ross & Baruzani, Inc. submitted the attached letter indicating that without local MEP resources it no longer wished to be considered for award. Due to the large number of responses, a summary of each top-ranked firm or the firm's proposal is available upon request. Page 438 of 1637 CONCLUSION After reviewing all the submissions and the results of the evaluation process, I note that the City is fortunate to have received a large number of responses to the RFQ. In determining the number of firms to award in each category,staff has recommended the number of firms believed to be necessary to complete the volume of work available for each category. Awarding too many firms in any given category would not be in the City's best interest as,an insufficient volume of projects may cause, the awarded firms to become disinterested and not provide the necessary level of service to the City. Therefore, I recommend that the Mayor and City Commission approve the Resolution authorizing the Administration to enter into negotiations as follows: William B. Medellin Architect P.A., CSA Central, Inc., Schindler Architects, Inc., TSAO Design Group, Incorporated, CPH, Inc., Sol-ARCH, Inc., William Lane Architect, Inc., Moss Architecture and Design Group, Inc., Alleguez Architecture, Inc., R.J. Heisenbottle Architects, and P.A., Vitalini Corazzini, P.A., for the discipline of General Architecture. Savino & Miller Design Studio, P.A., Keith and Schnars, RA., CPH, Inc., Curtis & Rogers Design Studio, ,Inc., Chen-Moore Associates, and Miller, Legg & Associates, Inc., for the discipline of Landscape Architecture. Schwebke-Shiskin & Associates, Inc., CES Consultants, Inc., Chen-Moore Associates, 305 Consulting Engineers, LLC, Miller, Legg & Associates, Inc., and SRS Engineering, Inc., for the discipline of Civil Engineering. E Sciences, Inc., Terracon Consultants, Inc., EBS Engineering, Inc., and CSA Central, Inc., for the discipline of Environmental Services and Testing Engineering. CSA Central, Inc., 3FM Engineering, Inc., and UCI Engineering Inc.,for the discipline of Mechanical. Electrical,and Plumbing Engineering. 305 Consulting Engineers, LLC, Eastern Engineering Group Company, CES Consultants, Inc., Master Consulting Engineers, Inc., UCI Engineering Inc., and Diaz, Carreno, Scotti & Partners, Inc., • for the discipline of Structural Engineering. TSAO Design Group, Incorporated, and MC Designers, Inc., for the discipline of Interior Design / Space Planning. Schwebke-Shiskin &Associates, Inc.for the discipline of Surveying. and further authorize the Mayor and City Clerk to execute an agreement with each of the recommended proposers upon conclusion of successful negotiations by the Administration. KEY INTENDED OUTCOMES SUPPORTED Build And Maintain Priority Infrastructure With Full Accountability FINANCIAL IN FORMATION The cost of the related services, determined upon successful negotiations, are subject to funds availability approved through the City's budgeting process. Legislative Tracking Property Management/Procurement Page 439 of 1637 ATTACHMENTS: Descript ion o Attachment A ❑ Ross and Barazzuni Letter ❑ Resolution Page 440 of 1637 ATTACHMENT A • - ARCHITECTURE-GENERAL • REO 10t14114DPROFESSWNAL i AliCHBECIURAL AND ENCINEERNG Co Cr. e Low I e Lily Alvarez Pilar Caurin Elizabeth Estavez Francisco Garcia Y SERVICES FOR CAPITAL RENEWAL AND it Y .0 c C REPLACEMENT PROJECTS I a b c Aggregate rc ar __ et _ .. ,— Pe Totals ;K Qualitative Quantitative I Subtotal Qualitative J Quantitative J Subtotal j Qualitative Quantitative Subtotal I Qualitative Quantitative Subtotal William B.Medellin Architect ---'—'I P.A. _ 98 0 96 1 95 0 95 4 92 - 0 92 3 • 100 0 100 I 1 9 1 CSA Central,inc. _ 96 0 96 1• 98 0 - 98 1 91 0 91 4 98 ' 0 98 5 i© ,CSA Architects.Inc. 95 0 95 6 94 0 94 5 95 0 95 1 99 0 — 99 3 15 3 TSAO Design Group, Incorporated 95 0 95 6 93 0 93 6 94 0 94 2 100 0 100 1 15 3 CPH,Inc. 96 0 96 1 97 0 97 384 0 84 9 99 _ 0 99 3 16 5 Sol-ARCH,Inc. I 95 0 95 6 98 0 98 1 86 0 86 7 98 0 ( 98 5 IS 6_ William Lane Architect.Inc. 96 0 _ 96 I t 87 0 87 10 90 0 90 5 93 0 93 11 27 7 Moss Architecture and Design - I Group.Inc. 95 0 95 •6 90 0 90 8 86 0 86 7 97 0 97 8 29 8 Alleguez Architecture.Inc. 96 0 86 .1 89 0 89 9 80 0 80 11 94 0 94 9 30 9 R.J.Heisenbottle Architects, ' _ PA. 0 94 10 91 0 91 7 88 0 88 6 94 0 _ _ 94 9 32 10 Vitbbni Cocazzini,PA. 94 0 94 •10 82 0 82 12 82 0 62 10 98 0 98 5 37 •;11 • ArcBuilders and Group '— -- - — —••— Ineorparated 94 0 94 10 84 _ 0 64 11 75 0 1 75 14 84 0 84 12 47 12 Alejandro Pardo Architecture. • Inc. 93 0 j 93 13 80 0 _—i 60 .13 79 0 79 12 79 0 79 13 51 13 UCI Design.Inc. �'°� 88 0 88 141 69 0 j _ 69 _J14 78 I 0 78 .13 78 0 78 14 55 !14 ' Proper vslPan's Doing teal OawaRsrls - Nova.PaA4 N<Ni lu40..c. 0 0 AlNasr A.NSaclv.s.Inc 0 ! 0 . NcOucac i,9Goa;Iniapa ted 0_ 0 - G.M.Inc 0• 0 CSA canna Int 0 0 w Inas Nuem RheuaaadOgsCCC.Mt. ..-U —•-0 -` RI MacCD>nb A.atocn.PA 0 0 .:OmobNwa4s Inc 0 0 96.NtG1,K -• 0 0 ISAGOesq Gray.Olta.Desed a o LCI Enonnanu.Inc DOA UC.Oa go,Inc 0 •a vao'Wcuaaint,PA a 0 WAma NuennathnstpA i0 _- 0 Wasp urANmer,we -_..4 _�--U -__, FOR DISPLAY PURPOSES ONLY.FINAL RANKING DOES NOT CONSTITUTE AN AWARD RECOMMENDATION. Page 441 of 1637 ATTACHMENT A ARCHITECTURE-LANDSCAPE ...RF0201a•N19*3 PRr*FSSRINAL 1 .-. ARCRnE'C7URALANO EN081t�tIRO "- --• mt ea j ci i rp . LgyAlvarez P3ar Caurin 'E Elizabeth Eslevu :c Low T� SERVICES FOR CAPITAL RENEVt LARD x ;;c I Francisco Garda RFPlACD1ENT PROJECTS t I I m 1 - -- J Aggregate Qualitative Quantitative Suetotal Qualitative Quantitative Subtotal 1 Qualitative Quantitative Subtotal I Qualitativo Quantitative I Subtotal I Savino&Miller Design Studio. '---'-'-- '• '—•--' PA. 97 0 97 _ 1'__95 0 95 4 94 0 94 1 100 0 100 •1 7 1 Keith and Schnars.P.A. - - -96 ___ 0 _ •86 • 3 97 0 97 2 92 0 92 2 100_ .. ,0 —. -_100 1i -11--- 8 2 CPH.Inc. 96 •0 96_ ,3, 97 Q 97 2 86 0 86 6 100 0 l 100 1 1 Z—rS Curtis&Rogers Design Studio. .• - Inc. _ 96 _ 0 _ 96 3 98 0 98 1 87 0 _ _ 87 5 98 0 98 6 14 •4 Chen•Mowe Associates _ 97 0 97 1 • 91 0 91 8 99 0 90 •• 4 98 0 1 08 :6--_] 16 :6 Miller.Legit&Associates.Inc. 95 0 95 6 -, 88 0 88 7 91 0 913 100—- - 0- - 100 - •1 i 17 i 6 Calvin.Giordano&Associates. - — • Inc. 95 0 95_ 6 92 0 92 _5 ___ .. 86 0 86 6 96 0 96 .7 1 24 7 Landscape DE•LLC 93 0 93 __ 8 • •83 , 0 83 8 80 0 80 8 96 0 96 7 j 31 •8 P..peac uowv.vana Tel•100u0a*. c+.n Madan,•Ana...low 0 0 c.owaar.aKaaaso a K CPar. __...0.... 0 • cans aFlown Dana aua0X. a M .. Ktlh.d Saw.PA. O O li0so co.LIZ 0 0 ' 1400/l.yt4AaocSa.vc 0 0 Saimaa.Dab octan 0444 P.A. 0 a FOR DISPLAY PURPOSES ONLY.FINAL RANKING DOES NOT CONSTITUTE AN AWARD RECOMMENDATION. • • Page 442 of 1637 ATTACHMENT A ENGINEERING-CIVIL i 810901.141410 PROTE5501AL — _ ___...� o w w 'i c LOW ra >;ERrtt tiENEwuatlo Lily Alvarez Mar Gamin x Elizabeth Eslevez Y I Francisco Garcia REPLACEMENT PROJECTS e Aggregate ---. Z IC ____ 2 Tools a atwimuve Quantitative Subtotal Quastative I 04551114Wa Subtotal QUalitativv 1 Quantitative Subtotal Oubftativa j Quantitative Subtotal Schvrebke-Sbiskin& ---- "'—1 Assoaales.Inc. 95 0 95 5 97 0 97 3• 95 0 95 1 100 0 100 2 11 1 CES Consultants,Inc. 97 0 97 2 95 0 95 4• 92 0 92 5 100 0 100 2 13 2 Chon-Moore Assoc ates _ _97 _0 67 2 91 0 91 7 i 93 0 93 3 100 0 100 2 14 3 305 Consulting En�lleers_LLC-- 95 _ 5 •.•-u 100 1 54 5 89 8l 87 6 92 5 98 5 103 1 15 4 Miller.Legg SAssociates.inc. 95 0 95 5 94 0 84 5• ..,93 0 93 3 100 0 100 2 15 4 SRS Engineer Inc. 95 0 95 5 •• 98 ..0__ 98 - 1 94 .• 0 94 2 98 0 98 •7 _ 15 4 CPH.Inc. 94 0 94 8 •-_ 98 0 98 1 91 0 91 7 100 0 100 2 187 TY.Lin International 97 0 97 ^2� •92 •• 0 92 6 90 _ 0 90 6 96 0 98 7 — 2T-- 6, - • rev=... Ycs`dYrwvo I104t- 1 305 Coe/re Crvaneen.U.0 0 1 5 . S,ES Cm.w.l< 0 0 G,i Neve Mauie4 0 0 C0N•4< 0 0 464 le0t 6M000a..00 0 0 SC.e1315-5tn51&4550.5e be a a CRS iq:merg to - 0 0 r.r lin.555.555,51 a 0 FOR DISPLAY PURPOSES ONLY.FINAL RANKING DOES NOT CONSTITUTE AN AWARD RECOMMENDATION. Page 443 of 1637 ... ATTACHMENT A ENGINEERING-ENVIRONMENTAL SERVICES AND TESTING ' —- RIO 21116441-1113 PeOfESSIONAL ..•. a oi AECIOTECTURC.AND&IMMURES E. .S. - Low 506685T Lily Alvarez Pilar Caurin Elizabeth Estevez 1 Francisco Garcia Low SERVICES FOR CAPITAL ROJEWALAND oe -N REPLACEMENT PROJECTS ,... ZE c g cii _... ga gregatt 2 cr Totals a Qualitative Quantitative Subtotal Qualitative Quantitative Subtotal Qualitative • Quantitative Subtotal ' qualliatkie Quantitative Subtotal.... . 5 Sciences.Inc. 96 0 96 1 95 0 9S :2 96 0 86 1 100 0 100 1 • • 5 1 Terrecon Consultants,Inc 96 0 96 1 95 0 95 ,2 88 0..- -86 3 100 0 100 1 •i - • • 2 EBS Engineering,Inc. • 95 0 95 4 96 0 98 ;1 92 0 82 2 100 0 100 1 CSA Central.Inc. 96 0 96 1 89 0 89 1 4 . 87 0 87 4 100 0 , 100 1 10 .4. - Honda Technical Consultants. LLC 94 0 94 5 82 0 82 i 5 82 p 82 5 94 0 94 5 20 . _5_ .• 1::i•-?:•..••-•..o•q•i,i••,,,olvtoillsoi•o•pliou;7•.• ''''' Mepoe. 000,001P001. MAN Oninntann OSA nennal.kc 0 1 a E ScorKos ite , a I a FR0 F00r0n00 vc 0 1 0 MAL TeeMseleznAttvas tin n ; o :ie..,c.o..... o I 0 FOR DISPLAY PURPOSES ONLY.FINAL RANKING DOES NOT CONSTITUTE AN AWARD RECOMMENDATION. ,._ • • . . • Page 444 of 1637 . - ATTACHMENT A . ENGINEERING-MECHANICAL ELECTRICAL AND PLUMBING REGaHa.141410 PR0E0$S10NAL - ----•---•---'--._._.._.... ... . _•_ -' - - . . ._• ARCHITECTURAL AND EX0RfEERINO c e P .9 �' SERVICES FOR C/➢fULRENEWAL AHD Llly Alvarez a Pilar Catwin x Elizabeth Estevez s Francisco Garcia Low c REPLACEMENT PROJECTS n m c Aggregate _ .� 12 tz __ y'9 Totals Qualitative Quantitative Subtotal Qualitative I Quantitative i Subtotal Qualitative I Quantitative Subtotal Qualitative Quantitative ' Subtotal ICSA CenboL Inc. 95 0 95 1 96 0 1 96 1 89 0 89 2 ' 100 � 0 100 1 5 • I Ross 5 Bnruzzinl,Inc. 95 - 0 95 1 95 0 95 2 92 T_ 0'_ 9T�- 1 — 100 0 100 ' I 5 _ 1 •3FM Engineering.Inc._ _ 90 0 90 _3 94 _ 0 _ �_ 94 3 88 0 ^88 98 0 ! 98 4 i 13 _ 3 IUCI Engineering.Inc. 90 0 90 3 90 0 90 _ 4 86 0 86i___4 - 99 0 _� 99 3 1 14 4 • ' Warne Velma roinb TCulouWJYSN Caa cuo/_irc. __ S Roof E Buumn IV o • UG En¢woYq_I n ai FOR DISPLAY PURPOSES ONLY.FINAL RANKING DOES NOT CONSTITUTE AN AWARD RECOMMENDATION. • 1 • • • Page 445 of 1637 • ATTACHMENT A ENGINEERING-STRUCTURAL RFO 1018441.N0 PROFESE0NAL . ARCNIItTruRAL ARO EtIGuIEERatr> Lily Alvarez Pilar Caurin ° Elizabeth Estevez S Francisco Garcia----_e Low el SERVICES FOR CAPITAL RENEWAL MDn f Aggregate REPSACEMENTPRO ECT5 a m i ___Quabtalina_ SubtotalQuaQuantitative Quantitative Subtotal Qualitative Quantitative i Qualitative I Subtotal Qualitalive� Quantitative Subtotal !es Totals a i 305 Consulting Engineer.,LLC 95 5 100 1 88 5 93 1 79 5 84 5 100 5 105 ' 1 S 1 Eastern Engineering Group • -"" . Company 95 0 95 3 92 0 92 2 90 0 _ 90 1 100 0__ 100 2 8 1 CESConsultanta,Inc. 97 0 97 2 91 0 91 3 87 0 87 3 100 0 - 100 :2 J 10 3 Master Consulting Engineers, --• • ' Inc. 95 0 95 3 84 0 84 5 89 0 89 2 i 98 0 98 .4 _ 14 4 UCt Engineering.Inc. 94 ,_ 0 ____.94__ 5 . 91 91 0 91 3 87 0 87 3 1 94 0 945 i 16 5 1 Diaz.Carreno.Scott a -"'" 'T" 1 Partners,Inc, 92 0 92 6 81 0 __81 _ 6 75 0 75 6 92 F 0 _ -_ 92 5 1 24 '8 j . 1.14.4011.14.401v.a..n%Peau. TanlaveaaYea 305 COPP0.2 b•ywen.UC 5 3 CESC&'e.Taai M. a , a I nw.COW..P..0016 Ppm..,I. p 0 ' Fsv.n Fnpn.n.p Sump CP•r+n F 0 Mast Camwnp GIMPY..In a 0 I . FOR DISPLAY PURPOSES ONLY.FINAL RANKING DOES NOT CONSTITUTE AN AWARD RECOMMENDATION. • Page 446 of 1637 c ATTACHMENT A INTERIOR DESIGN I SPACE PLANNING _... RTO 1010441440 PROFESSIONAL t • I 1 44 JuiC1111EOTDRALAxO ENGINEERWG a I c • c e Low LII Alvarez PilarCaurin Elizabeth Estevez Francisco Garcia 581VICE5F0a CAPITAL IIDIRVAL AND Y Y e e c A99regate REPLACEMENT PROJECTS Avec: et ate Quantitative Subtotal qualitative quanUlative 1 Subtotal i QYdRta11v0 Quantitative Subtotal Qualitative Quantitative f Subtotal TSAODesign Group, -- —— Incorporated 95 0 95 1 93_^.. 0 93 1 93 •__._ •.0 _ 93 1 100 0 100 _ 1 A t MG Designers,Inc. 1-93 0 93 2 87 _ 0 __ 87 2 89 0 89 • 2 98 0 00 _ 2 8 - 12 :::i::,,:Oeq@nlle real.. •...... . • onvpnn v.nm'.Pann To,ypus.gya. .,C Dag...0. o P ' TS.O aal9n Gap Ys01Par4'Q 0 0 FOR DISPLAY PURPOSES ONLY,FINAL RANKING DOES NOT CONSTITUTE AN AWARD RECOMMENDATION, • • Page 447 of 1637 • • ATTACHMENT A SURVEYING RFO701a411.00 PRIIFESSICNAL _ ARQUECTutUd.AN'O ENCSIEERINC ••• ca •e Low ar Lily Alvarez = FilarCaurin Elizabeth `E Francisco Garcia SERVICES FCaCAPfIAL RENEWAL ANO I e A98regate ;c, x REPLACEMENT PROJECTS °a - cc I re _ �;a Tobte ��I Qualitative Quantitative Subtotal Quatltateve QuanllutNe Subtotal Qualitative Quantitative Subtotal Qualitative Quantitative Subtotal Schwebke-Stiiskin Aseoiates,Ino._ _ 95 0 95 1 98 o 98 1 95 0 95 1 100 0 100 1 4 _ _I T 1 Pm/vow YMaRa PWea;icaatOianhale Isorwwasra.. kcwnus.me I o, i a FOR DISPLAY PURPOSES ONLY.FINAL RANKING DOES NOT CONSTITUTE AN AWARD RECOMMENDATION. • • Page 448 of 1637 Ross&aruzzrnl 7200 NW 19'"Street,Suite 305 • Miami,Florida 33126 305.477.8338 October 2,2018 Ms.Natalia Delgado City of Miami Beach Procurement Department 1755 Meridian Avenue,3'Floor Miami Beach,Florida 33139 RE: RFQ 2018-141-ND,Professional Architectural and Engineering Services for Capital Renewal and Replacement Projects,Engineering—Mechanical,Electrical&Plumbing Dear Ms.Delgado and Members of the Selection Committee, This letter is a follow-up to our submission submitted to the City of Miami Beach on May 7 relative to On-Call Mechanical/Electrical/Plumbing (MEP) Engineering Services. We understand that Ross & Baruzzini is being considered as a candidate for award of the On-Call Contract. We wanted to inform the City of Miami Beach that our local resources have changed since we submitted our Proposal; • • Our local office remains strong in the security,communications and technology disciplines and our firm will continue to offer these services form our local office. • We no longer have mechanical,electrical and plumbing(MEP)resources in our local office;but do have these resources within our headquarters in St.Louis. We remain interested in the contract relative to security,communications and technology focused projects;but without local MEP resources it may be in your best interest to consider firms with local MEP resources for projects that are MEP focused. We thought it best to inform the City of Miami Beach of this change in local resources since our submission and understand any ramifications relative to selection of firms for the contract. Respectfully, jeo Michael E.Shea,AIA Senior Vice President,Government Market M:314.378.6082;mshea@rossbar.com Cc:Susan Dimond,Bill Overturf rossbar.com Page 449 of 1637 ATTACHMENT B REQUEST FOR QUALIFICATIONS (RFQ) &ADDENDUMS 35 Y I nM I BEAC Procurement Department 1755 Meridian Ave,3rd Floor, Miami Beach, Florida 33139 www.miamibeachfl.gov. • ADDENDUM NO.7 REQUEST FOR QUALIFICATIONS NO. 2018-141-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND . REPLACMENT PROJECTS(the RFQ) April 18,/018 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). 1. RFQ DUE DATE AND TIME. The deadline for receipt of submittals is extended until 3:00 p.m., Monday, May 7,2018,at the following location: City of Miami Beach . Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Late submittals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. No further questions will be considered. 2. RESPONSES TO QUESTIONS RECEIVED. Q1: The answer to Q17 states that the City already has a pool of professional surveyors and the City will . not consider adding this category to the list of services. Under the Revised Statement of Work Required—Exhibit B (Revised Exhibit C), Surveying has been listed as a category of work. Please clarify whether surveying is included as a category in this RFQ proposal or not. Al: Please refer to Addendum No. 5, Exhibit B: Revised Appendix C, Minimum Requirements &Specifications,surveying has been added to the categories of work. Any questions regarding this* Addendum .should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.gov Contact: Telephone: Email: ' Natalia Delgado 305-673-7000 ext. 6263 nataliadelgado@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Potential . propIrs that have elected not to submit a response to the RFQ are requested to complete and return the"Notice to Pr sive Bidders"questionnaire with the reason(s)for not submitting a proposal. Siny, • lex - is �r� Proment Director . RFQ No.2018-141-ND Addendum#7 1 4/18/2018 MI�f v� Procurement Department I Y 1 V 1 1755 Meridian Ave,3rd Floor, Miami Beach, Florida 33139 www.miamibeachfl.gov ADDENDUM NO.6 , REQUEST FOR QUALIFICATIONS NO.2018-141-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING.SERVICES FOR CAPITAL RENEWAL AND REPLACMENT PROJECTS(the RFQ) April 16,2018 This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers,. or other clarifications and revisions issued by the City. The RFQ is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). 1. RFQ DUE DATE AND TIME. The deadline for receipt of submittals is extended until 3:00 p.m., Mondays April 30, 2018,at the following location: City of Miami Beach Procurement Department 1755 Meridian Avenue, 3`d Floor Miami Beach, Florida 33139 • I Late submittals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. No further--questions will be considered: Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.gov Contact: , Telephone: - Email: I Natalia Delgado 305-673-7000 ext.6263 nataliadelgado@rniamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission.- Potential proposers that have elected not to submit a response to the RFQ are requested to complete and return the"Notice to Pros ctive Bidders"questionnaire with the reason(s)for not submitting a proposal. 'n fely, / IexD-•' Procurement Director RFQ No.2018-141-ND Addendum#6 4/16/2018 MIAMI Procurement De artment 1755 Meridian Ave 3rd Floor Miami Beach, Florida 33139 www.miamibeachfl.gov ADDENDUM NO.5 REQUEST FOR QUALIFICATIONS NO,2018-141-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACMENT PROJECTS (the RFQ) April 13,2018 This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFQ is amended in the following particulars only(deletions are shown by strikethrough and additions are underlined). • 1. REVISION: Delete Section 0300, Submittal Instructions and Format, on page 12—13 of the RFQ,in its entirety and Replace with Revised Section 0300,Submittal Instructions and Format, attached hereto as Exhibit A. • 2. REVISION: Delete Appendix C, Minimum Requirements & Specifications, on page 27—28 of the RFQ, in its entirety and Replace with Revised Appendix C, Minimum Requirements & Specifications, attached here to as Exhibit B. 3. ATTACHMENTS. Exhibit A: Revised Section 0300, Submittal Instructions and Format. Exhibit B: Revised Appendix C, Minimum Requirements&Specifications 4. RESPONSES TO QUESTIONS RECEIVED. Q1: Could you please clarify what is needed for the three references? Do we need reference letters or just contact information? Al: As stipulated in Appendix A, Response Certification, Questionnaire & Requirements Affidavit, 3. References & Past Performance, for each reference submitted, the following information is required:' 1) Firm Name, 2) Contact Individual Name & Title,.3) Address, 4) Telephone,5)Contact's Email and 6)Narrative on Scope of Services Provided. Q2: Do only originals need to be in 3 ring binders or the 10 copies also? A2: As stipulated in Section 0300, Submittal Instructions and Format, 1. Sealed Responses, the City prefers that the original be in a 3-ring. Additionally,that the Proposer submit ten (10) bound copies and one(1)electronic format(CD or USB format). How the copies are bound is up to the proposer. Q3: Pg 13, Section 2.3.1 Audited Financial Statements in lieu of D&B SQR. Will a current (2017-2018) certification letter from FDOT suffice for Audited Financial Statements?or do you require the Audited Financial Statement itself as submitted to FDOT for Certification? A3: Please refer to Exhibit A: Revised Section 0300, Submittal Instructions and Format. Neither is requested at this time. RFQ No.2018-141-ND Addendum#5 4/13/2018 MIAMI B E " C H Procurement Department 1755 Meridian , , Miami Beach, Florida 33139 www.miamibeachfl.gov Q4: Are the proposing firms required to submit sub-consultants to address all the service areas identified on p. 28 of Appendix C? A4: Proposers may but are not required to submit proposals for all categories of work stated within the RFQ. Proposals must be limited to a single category of work. Those Proposers wishing to submit proposals for multiple categories of work must submit a separate proposal for each category. For example, if a Proposer wishes to submit a proposal • for Architecture-General AND for Engineering-Structural, the Proposer must submit a single proposal for Architecture-General and a separate and distinct proposal for Engineering Structural. Proposals are not to include sub-consultants at this time.Proposals shall only be submitted for the areas of work that will be completed by the submitting firm. • Q5: Under"Experience and Qualifications of the Firm", you have asked for an SF330. Then, under "Experience and Qualifications of the Team", you have asked, "A resume of each individual, including education, experience, and any other pertinent information, shall be included for each respondent team member to be assigned to this contract", The SF330 includes resumes. Are you looking for resumes to be included twice in two separate sections? A5: Please refer to Exhibit A: Revised Section 0300,Submittal Instructions and Format. Q6: Under"Experience and Qualifications of the Team", you are asking for "Project Experience: For each architect and engineer, include information for three (3) relevant projects, performed in the last five years, for public or private sector clients."Does"architect and engineer' refer to each individual on the team,or rather to the firm as a whole?Projects are included in the SF330.Are you looking for • projects to be included twice in two separate sections? A6: See response to item Q5 above. Q7: Do we have to submit info for both Tab 2 and Tab 3.or just Tab 2 since we are submitting as a firm and not as a Team? A7: See response to item Q4 above. Q8: In the RFQ, under the Format section, for Tab 2.2 (Qualifications of Proposing Firm), are we to use SF 330 section F to present this information? A8: See response to item Q5 above. Q9: We are a consulting engineer (Mechanical, Electrical, and Plumbing) firm, do we have to be listed under an architect in the proposal or can we submit our own proposal? A9: See response to item Q4 above. • RFQ No.2018-141-ND Addendum#5 • 4/13/2018 AJV ( B E/ C n Procurement Department 1755 Meridian , Miami Beach, Florida 33139 www.miamibeachfl.gov • Q10: Insurance Requirements-Are we required to carry Workers'Comp,General Liability, and Automobile Liability?We do carry the 1 M professional liability being an engineering firm. MO: Yes, the Consultant will need to maintain the minimum levels of insurance indicated in Appendix D, Insurance Requirements. Q11: Could the City please clarify intent?"Teams"with the"Prime"being the discipline under which you • are submitting or Single-discipline proposals with no sub-consultants included?or will both types of submittals be allowed in which case..is it up to the Proposer? All: See response to item Q4 above. Q12: Tab 2 Section 2.2 asks for client references,Tab 3 Section 3.1.1 also asks for client references, and item 3 of the Response Certification, Questionnaire & Requirements Affidavit also asks for references. Can these references be the same? Al2: No, references requested under Appendix A and Tab 3 are for the firm. References requested under Tab 4 are for the Proposer's individual team members (architects and engineers). Q13: Can the proposer include references from City of Miami Beach staff? A13: Yes,the proposer can include references from the City, providing they are specific to a project. Q14: Is there a preponderance of vertical or horizontal tasks anticipated from this contract? A14: The City anticipates there to be a preponderance of vertical tasks resulting from the award of this solicitation. Q15: While we understand that the industry is generally called Architectural/Engineering Services, Page 27 item C2 lists categories being sought grouped categorically as either "Architecture" or "Engineering". In the case of, for\example, "Architecture — Landscape", the fact that it is written where landscape is appended to architecture it could be misunderstood to read_that a landscape • architectural firm must be a sub or part of architectural team because of the way it is written. Please • clarify that it is not the intent of the City to force landscape architecture services to be solely provided as a sub to an architectural prime, and instead landscape architectural services can be submitted independently. A15: See response to item Q4 above. Q16: "Engineering — Structural" is listed twice, Can the City clarify if one of those was intended to be "Engineering—Civil" A16: Please refer to Exhibit B: Revised Appendix C, Minimum Requirements & Specifications. RFQ No.2018-141-ND Addendum#5 4/13/2018 MIAMI D EAC -1 Procurement Department 1755 Meridian , , Miami Beach, Florida 33139 www.miamibeachfl.gov Q17: Does the City already have a pool of Professional Surveyors? If not, will the City consider adding this category to the list of services? A17: The City already has a pool of Professional Surveyors. Hence, the City will not consider adding this category to the list of services. Q18: Mechanical, Electrical and Plumbing services are all grouped together, however there are many highly qualified firms that provide one and not all three of those services. Will the City consider • breaking each of these out into separate categories? A18: See response to item Q16 above. Q19: If the City will not break-out Mechanical, Electrical and Plumbing services into separate categories, will the City clarify if a firm that does not provide all three services in-house will preclude them from being eligible to submit. • A19: 'See response to item 016 above. Q20: During the Pre-Proposal Conference it was stated that firms could submit individually or as a part of a team. Concerns were brought up by several of the participants and attendees that that structure would result in disadvantageous situations for the applicants. Seldom are projects, even the small ones, only the product of one sole discipline. Therefore, an applicant may be selected by the City as part of a 'pool', for example for.Landscape Architectural or Civil Engineering Services. If, for example, a project is then given to an Architect for a building renovation or annex that will also require landscape and civil work, and if that Architect's RFQ submittal included a Civil Engineer or Landscape Architect as a part of their 'team', then the contracted firm in the pool of qualified • consultants selected by the City will not see the benefits of having submitted to perform any necessary intersecting services required as a part of the scope for that specific building renovation project. We think that the option to submit independently or as a part of a team may result in (a) bulking-up all the RFQ responses that will be received by the City to include both prime and consultant services which will make the task of an apples-to-apples comparison by the evaluation committee very difficult — or it may (b) dissuade qualified applicants from submitting altogether because they have not formed the established relationships other 'teams' may have in place — ultimately reducing the options for qualified professionals available for the City to choose from and setting the City at a disadvantage. We would respectfully recommend that all responses be made solely for the primary in-house service offered and that the option to also submit as part of a team be eliminated. That way, each applicant will be solely evaluated based on that primary service they are providing. The City could request that each applicant could state what firms they have had past experiences with thatprovide what would be sub-consultant services in a new Tab 2.4 to be included in Page 13. The City could then clarify that as a project becomes available, it would be the City's responsibility to assemble the. project team solely from those within the pool. If a prime has a stated working relationship with another firm that is also in the pool, then the City could favorably select that second firm to be a part • of the team, or not. Ultimately,this will be in the City's best interest because(a) it will ensure that all team-members have been properly vetted through the selection process, and (b) it will clarify the process to those of us responding to this RFQ. RFQ No.2018-141-ND Addendum#5 4/13/2018 NII ANI I B EACHProcurement Department 1755 Meridian Ave,3rd Floor, Miami Beach, Florida 33139 www.miamibeachfl.gov Given the above, please confirm if it is still the intent of the City to allow submittals to be independently submitted as well as a part of a team. A20: See response to item Q4 above. Q21: We understood from the statements made during the Pre-Proposal Conference that, for ease and facility of review, all submittals for each different service category should be submitted as separate packages, independently. Therefore, 1 firm who submits for 3 different service categories will . , provide 3 separate submittals. We certainly understand the effectiveness of this request;we simply want to confirm if our understanding is correct. A21: The City confirms that for ease and facility of review all submittals for each different service category must be submitted as separate packages,independently. Q22: Appendix A.What tab does the questionnaire affidavit fall under.Should Appendix A be a tab unto itself? A22: See response to item Q5 above. Q23: 2.3 Financial Capacity. Do we request D&B SQR after the bid opening,upon notification from the City or do we have D&B send the SQR to the City now? A23: As stipulated in Section 0300, Submittal Instructions and Format, 4. Financial Capacity, Proposer shall arrange for Dun & Bradstreet to submit a Supplier Qualifier Report (SQR)within three(3)days of request by the City. Q24: The numbering under the Submittal Instructions and Format seems to be off starting on page 12.Will you be updating that? A24: See response to item Q5 above. Q25: Are you looking for teams or individual firms for each"category"? A25: See response to item Q4 above. Q26: Civil engineering is not listed but structural is listed twice. Please clarify. A26: See response to item Q16 above. Q27: Is the City of Miami Beach looking to award individual Agreements for each Discipline or only (1) Agreement with a Prime and Sub-consultants. Also, if it willionly be(1)Agreement,who shall be the - Prime? A27: Sub-consultants are not being considered at this time. The City of Miami Beach is looking to award individual agreements for each discipline. In the case were a firm is awarded various disciplines, one agreement will be executed and will indicate the various disciplines. • RFQ No.2018-141-ND Addendum#5 4/13/2018 Procurement Department M IA A�//y I B E //`"'� 1755 Meridian Ave,3rd Floor, Miami Beach, Florida 33139 www.miarnibeachff.gov Q28: Would the City be able to provide a list of the firms that currently hold contracts and expiration date of those contracts? • A28: The City currently does not have a contract for professional architectural and engineering services for capital renewal and replacement projects. Q29: Is the Architectural and Engineering Services for this RFQ associated with the cost less than $325,000? A29: Yes, this RFQ is for professional architectural and engineering services for capital renewal and replacement projects usually expected to cost less than$325,000.. Q30: Page 27 lists Engineering-Structural as a category two times. Is another category of engineering required? A30: See response to item Q16 above. Q31: Please elaborate on the type of testing &inspection services required under the Master Agreement. A31: No testing or inspection services are required.See response to item Q16 above. Q32: Can,a firm submit as a prime consultant&be a subconsultant on other firm's teams? A32: See response to item Q4 above. • Q33: Under which category(ies)does the following services fall under? • -Lab Testing • -Soils&Geologic Studies, Foundations -Roofing Assessments, Replacements • -Testing &Inspection Services A33: See response to item Q16 above. Soils & Geologic Studies, Foundations falls under the Engineering — Environmental Services and Testing category. Roofing Assessments, Replacements falls under the Architecture—General category. Q34: Please provide information on what type of testing services are required for the Engineering- Environmental Services category. A34: Various, including, but not limited to: surveys for asbestos containing materials (or ACM);lead based materials,Asbestos/Lead Abatement,and indoor air monitoring services. . Q35: Please provide clarification as to what lab testing services are required under the Master Agreement. A35: The category for lab testing services was deleted from Appendix C, Minimum • Requirements&Specifications. RFQ No.2018-141-ND Addendum#5 4/13/2018 V I1v I B E c [j Procurement Department 1755 Meridian , ,Miami Beach, Florida 33139 www.miamibeachfl.gov Q36: Page 12, TAB 2 reads 1.3.Should this be part of TAB 1 or TAB 2? A36: See response to item Q5 above. Q37: Under "SECTION 0300/SUBMITTAL INSTRUCTIONS AND FORMAT", please clarify where APPENDIX A, B, D&E are to be placed in RFQ Submittal package. A37: See response to item Q22 above. Appendix B is to be submitted if the Proposer has elected not to submit a proposal. Hence, it is not mentioned in Section 0300, Submittal instructions and Format. Appendix D and E are not to be included in the proposal. Q38: Section 2.2(Qualifications of Proposing Firm) ask to submit information regarding experience on non-residential small projects, construction cost below 325,000. Is it possible to include private offices, retail, restaurants, city projects such as certifications, zoning consulting and private historical like Deering Estate or Woman's Club at Coconut Grove?' A38: Yes, when submitting information regarding experience you can' include private offices, retail, restaurants, city projects such as certifications, zoning consulting and private historical projects. Q39: For section 3.1.1 it seems to duplicate section 2.2.Are we to provide small projects in both sections? ' and are the projects supposed to be individual experience, firm experience or subconsultant experience? A39: Tab 3, Section 3.1 Qualifications of Proposing Firm, requests firm's history and relevant experience and proven track record of providing architecture or engineering . services, preferably to public sector agencies, for non-residential small projects. Tab 4, Section 4.1.1. Project Experience, requests the experience of the firm's individual team members on small projects as defined in Section 3.1. Proposals are not to include sub • - consultants at this time. Q40: Should the DUNS information required in Tab 2.3 be sent to you? A40: Not at this time. As stipulated in Section 0300, Submittal Instructions and Format, 4. Financial Capacity, Proposer shall arrange for Dun&Bradstreet to submit a Supplier Qualifier Report(SQR)within three(3)days of request by the City. The Supplier Qualifier Report(SQR) • • shall be sent via email to nataliadelgado anrniamibeachfl.gay. Q41: In Section C2. Statement of Work Required (Page 27 of RFQ), could the City please clarify what the scope of items are for the Engineering—Environmental Services and Testing category? A41: See response to item Q34 above. Q42: We would like to know how we should structure the proposal in regards to Tab 2(Page 12 of RFQ). • Would the City like two tabs for#2, one in front of item 1.3 and one in front of item 2.1? A42: See response to item Q5 above. RFQ No.2018-141-ND Addendum#5 4/13/2018 MIAMI BEACHProcurement Department 1755 Meridian Ave,3rd Floor, Miami Beach, Florida 33139 www.miamibeachfl.gov Q43: Are there any subs which may be excluded from participating on teams, as they may be on existing contracts with the City? A43: See response to item Q36 above. Q44: We understand that "testing," as it relates to geotechnical, laboratory services, and/or building materials testing, is included in the"Environmental—Environmental Services and Testing"category. Is this correct? If no,then what categories do each of the following services fall under? • Lab Testing • Soils&Geologic Studies, Foundations • Roofing Assessments, Replacements • Testing & Inspection Services A44: See response to item Q33 above. Q45: Can a firm submit as a prime consultant&be a subconsultant on other firm's teams? A45: See response to item Q32 above. Q46: Page 27 lists "Engineering—Structural"as a category two times. Is another category of engineering required? A46: See response to item Q16 above. Q47: Who are the incumbents? A47: See response to item Q28 above. Q48: Page 12: Please confirm that the hard copy submittal requires tab label of"0400" or if it can be labeled as outlined in the Proposal format(Tab 1,Tab 2,etc.). A48: It is strongly recommended that the Proposals be organized and tabbed in accordance with Section 0300,Submittal Instructions and Format. Q49: Page 13: Please clarify minimum required small projects of as minimum of three or five. A49: See response to item Q5 above. Q50: Page 13: Section 3.1.1. cites small projects as defined in 2.1. Please clarify that definition of small projects is per Section 2.2. A50: See response to item Q5 above. Q51: Where should we include Appendix A? A51: See response to item Q5 above. RFQ No.2018-141-ND Addendum#5 4/13/2018 • V Il1 B E1( F Procurement Department 1755 Meridian , ,Miami Beach,Florida 33139 www.miamibeachfl.gov Q52: Regarding the proposal format, noticed that you have Tab 2 twice. Should the second Tab 2 be changed to Tab 3 and so on.. A52: See response to item Q5 above. Q53: Could you please make clarification in reference to the requested structure of the response. On tab 2, section 2.1 is requesting the use of Standard Form 330. On this form, it is a requirement to show • 10 projects that show qualification of the firm and the key people involved (which is reflected in the matrix section G of the SF330). A53: See response to item Q5 above. Q54: _ On the "Submittal Instructions and Format" proposed by Miami Beach, is the information to be included in Tab 2#2.2"Qualifications of Proposing Firm"the Form 330 Section E or Section F from • Form 330? Section E lists 5 relevant projects to be entered in that section while we are required to submit three (3) Section F "Example Projects" as per Tab 3 on the "Submittal Instructions and Format"proposed by Miami Beach, A54: Tab 3 Section 3.1 requests the Qualifications of the Proposing Firm. Form 330 Section E and F make reference to the key personnel and team. Q55: Regarding Form 330 Section F, I understand we need to submit three (3) small projectsrelevant to the category of work for this proposal/RFQ (Three (3) small projects are specified in Tab 3 on the "Submittal Instructions and Format" proposed by Miami Beach). Is Section F the same information that is specified to be included in Tab 3 on the "Submittal Instructions and Format" proposed by Miami Beach? If so,do I place a copy of those three(3)Section F example projects together with the Form 330 in Tab 2 and another copy of the Section F three(3)small projects in Tab 3 as well? A55: See response to item Q5 above. • • Any questions regarding this Addendum should be submitted in writing to the Procurement Management • Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.gov Contact: Telephone: Email: Natalia Delgado 305-673-7000 ext.6263 nataliadelgado@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Potential proposers that have elected not to submit a response to the RFQ are requested to complete and return the"Notice to Prospective Bidders"questionnaire with the reason(s)for not submitting a proposal, Si ;rely, Al-xD- ' • •curement Director RFQ No.2018-141-ND Addendum#5 4/13/2018 I 1A/\'\ I ] E I H Procurement Department 1755 Meridian , , Miami Beach, Florida 33139 www.miamibeachfl.gov • Exhibit A Revised Section 0300, Submittal Instructions and Format • • RFQ No.2018-141-ND Addendum#5 4/13/2018 MIAMI BEACH SECTION 0300 SUBMITTAL INSTRUCTIONS AND FORMAT 1. SEALED RESPONSES. One original Proposal (preferably in 3-ring binder) must be submitted in an opaque, sealed envelope or container on or before the due date established for the receipt of proposals.Additionally,ten (10) bound copies and one (1) electronic format (CD or USB format) are to be submitted. The following information should be clearly marked on the face of the envelope or container in which the proposal is submitted: solicitation number,, solicitation title, proposer name, proposer return address. Statement of Qualifications received electronically, either through email or facsimile, are not acceptable and will be rejected. 2. LATE BIDS. Statement of Qualifications is to be received on or before the due date established herein for the • receipt of Bids. Any Bid received after the deadline established for receipt of Statement of Qualifications will be considered late and not be accepted or will be returned to proposer unopened. The City does not accept responsibility for any delays,natural or otherwise. 3. STATEMENTS OF QUALIFICATIONS FORMAT. In order to maintain comparability, facilitate the review process and assist the Evaluation Committee in review of Statement of Qualifications, it is strongly recommended that Statement of Qualifications be organized and tabbed in accordance with the sections and manner specified below. Hard copy submittal should be tabbed as enumerated belowand contain a table of contents with page references. Electronic copies should also be tabbed and contain a table of contents with page references. TAB 1 Cover Letter&Table of Content 1.1 Cover Letter.The cover letter must be signed by a principal or agent able to the bind the firm and contain the following: (a) Prime Proposer. Include the name and location of the Prime Proposer, Primary Proposer's Representative for the RFQ, Representative's Contact.Joint Ventures are not allowed under this RFQ. (b) Selected Category of Work. Proposer must indicate the category of work for which proposal is submitted. Categories of :Work; include: Architecture — General;_Architecture — Landscape; Engineering — Environmental; Engineering—Mechanical,Electrical&Plumbing; Engineering—Structural. Proposers shall submit separate proposals for each category of work for which a proposal is ' submitted. Example: a firm which provides general architecture and landscape architecture shall submit one proposal for Architecture—General and a separate and distinct proposal for Architecture—Landscape. 1.2 Response Certification, Questionnaire & Requirements Affidavit (Appendix A). Attach Appendix A fully completed and executed. TAB 2 i Minimum Requirements • 2.1 Minimum Qualifications Requirements. Submit verifiable information documenting compliance,with the minimum qualifications requirements established in Appendix C Minimum Requirements and Specifications, including a) Architect /. Engineering Firm. Provide copies that the firm is certified by the Florida Department of Business and Professional Regulation to do business in Florida. b) Principle and Account Representatives. For the principle and account representative(s) submitted under Tab 2 below, submit copies that individuals are licensed by the Florida Department of Business and Professional Regulation to do business in Florida. Proposer should also submit copies of architect/engineer license for all licensed firm employees. RFQ 2018-141-ND __.:...,_.._. ... • >.., MIAMI BEACH TAB 3 Experience&Qualifications of the Firm 3.1 Qualifications of Proposing Firm. Submit detailed information regarding the firm's history and relevant experience and proven track record of providing architecture or engineering services, preferably to public sector agencies, for non-residential small projects (construction costs below $325,000 and planning/studies below $35,000). Submit at least three(3) small projects relevant to the category of work for which the proposal has been submitted, performed in the last five (5) years as.evidence of requested experience, preferably to public sector agencies. For each small project submitted,the following is required: • project name, • project description (including cost/budget), • agency/client name, • agency/client contact, • contact telephone&email, • • and year(s) and term of engagement. • TAB 4 Experience&Qualifications of the Team 4.1 Qualifications of Proposer's Individual Team Members (Architects and Engineers). Provide an organizational chart which indicates, at a minimum,the principles of the firm, account representatives and individual team members to be assigned to any award by the City of Miami Beach pursuant to this RFQ. Include details on the role that each team member will play in providing the services detailed herein 'and each team members' qualifications. A resume of each individual, including education, experience, and any other pertinent information, shall be included for each respondent team member to be assigned to this contract. THIS SECTION IS NOT DIRECTED AT SUB-CONSULTANTS;SUB-CONSULTANTS ARE NOT TO BE SUBMITTED AT THIS TIME. 4.1.1 Project Experience. For each architect and engineer (Firm's individual team members), include information for three (3) relevant projects, performed in the last five (5) years for public or private sector clients. Relevant projects shall include those projects similar.in scope to those services listed in Appendix C. Submit'at least three (3) small projects (as defined in_Section 3.1 above) relevant to the category of work for which the proposal has been submitted, performed in the last five (5) years as evidence of requested experience, preferably to public or private sector agencies. For each small project submitted,the 'following is required: • project name • project description, • 'agency/client name, • • agency/client contact, • contact telephone&email, • • and year(s) and term of engagement. TAB 5 Required Forms 5.1 Standard Form 330.The proposing firm shall submit a completed Standard From 330 (attached). No proposal will be considered without this required form. In addition to experience and qualifications considerations,the City may use this information to consider the firm's previous and current workload. • 4. FINANCIAL CAPACITY.Within three (3) business days of request by the City, each Proposer shall arrange for Dun &Bradstreet to submit a Supplier Qualification Report(SQR)directly to the Procurement Contact named herein. No proposal will be considered without receipt, by the City, of the SQR directly from Dun & Bradstreet. The cost of the preparation of the SQR shall be the responsibility of the Proposer. The Proposer shall request the SQR report RFQ 2018-141-ND MIAMI BEACH from D&B at: https://suppiierportal.dnb.com/webapp/wcs/stores/servlet/SupplierPortal?storeld=11696 Proposers are responsible for the accuracy of the information contained in its SQR. It is highly recommended that each Proposer review the information contained in its SQR for accuracy prior to submittal to the City.and.as early as possible in the solicitation process. For assistance with any portion of the SQR submittal process,contact Dun &Bradstreet at 800-424-2495. 5. ADDITIONAL INFORMATION OR CLARIFICATION. After proposal submittal, the City reserves the right to • require additional information from Proposers (or Proposer team members or sub-consultants) to determine: qualifications (including, but not limited to, litigation history, regulatory action, or additional references); and financial capability (including, but not limited to, annual reviewed/audited financial statements with the auditors notes for each of their last two complete fiscal years). • • • RFQ 2018-141-ND MProcurement Department(//�-1!n /�V 1 I B EAS H 1755 Meridian Ave,3rd Floor, Miami Beach,Florida 33139 • www.miamibeachfl.gov Exhibit B Revised Appendix C, Minimum Requirements & Specifications • • • • J ' RFQ No.2018-141-ND Addendum#5 4/13/2018 Cl. Minimum Eligibility Requirements.The Minimum Eligibility Requirements for this solicitation are listed below. Proposer shall submit, with its proposal, the required submittal(s) documenting compliance with each minimum requirement. Proposers that fail to include the required submittals with its proposal or fail to comply with minimum requirements shall be deemed non-responsive and shall not have its proposal considered. 1. Firms. Firms must be certified by the Florida Department of Business and Professional • Regulation as architecture or engineering business. 2. Architects/Engineers. Architects and engineers must be licensed by the Florida Department of Business and Professional Regulation for their area of work. C2.Statement of Work Required. It is the intent of the City of Miami Beach to select multiple firms within each category that may be contacted on an "as-needed basis" during the term of the contract to submit consulting proposals on small projects whose estimated construction value is less than the amount established in Category 5, Section 287.017, Florida Statutes (currently$325,000 or as amended by law) or for a planning or study activity,valued up to the amount established in Category 2, Section 287.017, Florida Statutes(currently$35,000 or as amended by law).. • • The categories of work shall include: •Architecture—General 'Architecture—Landscape •Engineering—Environmental Services and Testing •Engineering—Mechanical,Electrical &Plumbing •Engineering-Electrical •Engineering—Plumbing ' •Engineering-Mechanical •Engineering—Structural •Engineering—Civil • Interior Design/Space Planning •LEED Commissioning •Surveying The Administration will negotiate with a consultant(s)deemed to best qualified for the project based • on an hourly rate (see Appendix E) or on a negotiated lump sum basis per project. If agreement is reached with the consultant for a specific project, a Consultant Service Order(CSO) will be issued, along with a Purchase Order(PO). No work is authorized, nor shall the City be liable for payment, until the CSO and PO are issued. The select consultant will be required to perform the architectural and engineering services in accordance with the Master Agreement(Appendix E) and the CSO.The highest professional standards shall be utilized for all work. RFQ 2018-141-ND 27 • The selected consultant will be required to retain and be responsible for all sub-consultants necessary to achieve the assigned scope of work. Sub-consultants shag be included in the CSO. The City may reject the use of any sub-consultant. The services authorized under the resulting Master Agreement, include(but are not limited to): Acoustics,Noise Abatement • Fire Protection • Air Pollution Control • Heating;Ventilating;Air Conditioning • Auditoriums and Theaters • Interior Design;Space Planning • Automation;Controls;Instrumentation • Irrigation;Drainage • .Boundary Survey • Landscape Architecture • Codes;Standards;Ordinances • Lighting(Interior,Display,Theater,etc.) • Communications Systems;TV;Microwave • Lighting(Exterior,Streets,Memorials,Athletic Fields, • Conceptual Studies etc.) • Construction Administration • Plumbing and Piping Design • Cost Estimating • Recreation Facilities(Parks,Marinas,etc.) • Energy Conservation/Energy Sources • Rehabilitation, Remodel, Renovate (Buildings, • Electrical Structures,Facilities,etc.) • General Environmental Services: • Safety Engineering;Accident Studies;OSHA Studies o Environmental Assessments • Security Systems;Intruder&Smoke Detection o Air -and Water quality testing and • Soils&Geologic Studies;Foundations monitoring • Storage Tank Repair and Monitoring o Environmental sustainability planning • Structural Design;Special Structures services • Surveying,Mapping,GIS,and other*services: o Environmental support services to • Platting;Mapping;Flood Plain Studies achieve and maintain regulatory Roofing Assessments,Replacements compliance • Swimming Pools • Contamination Assessment: . • Topographical Survey o Environmental Site Assessments • Urban Renewals;Community Development o Oversee and coordinate remedlation • Value Analysis;Life-Cycling Costing project • Any other professional services normally considered o Preparation of sampling and remediation under the disciplines of architecture and engineering. plans and other related documents • Improve Building Performance o Other associated tasks related to • regulatory compliance The selected architectural and/or engineering firms will be responsible for reviewing all existing City of Miami Beach Zoning Ordinances and Building Codes, as well as any other applicable law or regulation. The teams will be responsible for incorporating all the above data into complete construction documents, including final working drawings, specifications, and bid'documents • necessary for the bidding and construction of the project, and in some instances, for construction management. The construction documents and drawings must comply with the City of Miami Beach with all applicable local,state and federal regulations. C3.Term of Contract: It is expected that any resulting agreement shall be valid for a term of three (3) years from effective date. The City Manager may approve two (2) additional one (1) year renewal periods based on satisfactory performance, C4. Fee Standards: For determination of project fees the City will use the Design Professional Fee Guidelines for "Basic" Architectural and Engineering Services available at httos://fp.state.fl.us/docs/D MSAEFeeGuidedef in ition.asp RFQ 2018-141—ND 28 h /� I /� /� Procurement Department 1/ 1 /-1' �/.1 1755 Meridian Ave,3rd Floor,Miami Beach, Florida 33139 www.miamibeachfl,gov ADDENDUM NO.4 REQUEST FOR QUALIFICATIONS NO.2018-141-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACMENT PROJECTS (the RFQ) April 11,2018 This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFQ is amended in the following particulars only(deletions • are shown by strikethrough and additions are underlined). 1. RFQ DUE DATE AND TIME. The deadline for receipt of submittals is extended until 3:00 p.m., Monday, April 23,2018,at the following location: City of Miami Beach Procurement Department 1755 Meridian Avenue, 3`d Floor Miami Beach, Florida 33139 Late submittals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. A FORTHCOMING ADDENDUM WILL CONTAIN RESPONSES TO QUESTIONS RECEIVED. • Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl,gov Contact: Telephone: Email: Natalia Delgado 305-673-7000 ext.6263 nataliadelgado@miamibeachfl.gov • Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Potential proposers that have elected not to submit a response to the RFQ are requested to complete and return the"Notice to Pros ective Bidders"questionnaire with the reason(s)for not submitting a proposal. . c ly, • • AxDes rocu ent Director • • • r ' { � I RFQ No.2018-141-ND I Addendum#3 4/11/2018 • ,4tv ( B EAC H Procurement Department 1755 Meridian , , Miami Beach, Florida 33139 www.miamibeachfl.gov ADDENDUM NO.3 REQUEST FOR QUALIFICATIONS NO. 2018-141-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACMENT PROJECTS(the RFQ) . March 28,2018 This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFQ is amended in the following particulars only(deletions are shown by strikethrough and additions are underlined). 1. RFQ DUE DATE AND TIME. The deadline for receipt of submittals is extended until 3:00 p.m., Monday, • April 16,2018,at the following location: •• i J City of Miami Beach , • Procurement Department 1755 Meridian Avenue, 3`d Floor ' 1 Miami Beach, Florida 33139 • Late submittals will not be accepted. Proposers are cautioned to plan sufficient time to allow ' for traffic or other delays for which the Proposer is solely responsible. A FORTHCOMING ADDENDUM WILL CONTAIN RESPONSES TO QUESTIONS RECEIVED. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.gov Contact: Telephone: . Email: Natalia Delgado .305-673-7000 ext. 6263 nataliadelgado@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Potential proposers that have elected not to submit a response to the RFQ are requested to complete and return the"Notice to Prosp- ' : Bidders"questionnaire with the reason(s)for not submitting a proposal. c:re • ri 'Warr is tt0,�l'''-'—o urement Director I I i RFQ No.2018-141-ND Addendum#3 3/2812018 r . V 11AM f I B EAC H Procurement Department 1700 Convention Center Drive,Miami Beach, Florida 33139 • www.miamibeachfl,gov ADDENDUM NO.2 REQUEST FOR QUALIFICATIONS NO. 2018-141-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACMENT PROJECTS (the RFQ) March 6,2018 This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFQ is amended In the following particulars only. 1. ATTACHMENTS: Exhibit A: Pre-Proposal Meeting Sign-In Sheet - • A FORTHCOMING ADDENDUM WILL CONTAIN RESPONSES TO QUESTIONS RECEIVED. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl,gov Contact: Telephone: Email: • Natalia Delgado 305-673-7000 ext.6263 nataliadelgado@miamibeachfl.gov , Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Potential proposers that have elected not to submit a response to the RFQ are requested to complete and return the"Notice to Prospective Bidders'questionnaire with the reason(s)for not submitting a proposal. c rely, Ale IPnis Pur- Pro KPr ement Director • • RFQ No.2018-141-ND Addendum#2 3/6/2018 MI //� A /� I EAProcurement Department J V , 1700 Convention Center Drive, Miami Beach, Florida 33139 www.miamibeachfl.gov Exhibit A Pre-Proposal Meeting Sign-In Sheet • • RFQ No.2018-141-ND j Addendum#2 3/6/2018 M1AMIBEACH CITY OF MIAMI BEACH PRE-SUBMITTAL MEETING SIGN-IN SHEET DATE: February 27,2018 TITLE: RFQ-20181141-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS ('iritui ie'7�cf� e' hx ;rirk ?} # s z. s � z .. was Asx r n. q t .y +� II'S' ' t K" ` lY SSI i '� #a ) , dal ,+ 1747 . '9.41i � tccl yss , ��a «51 tr'� if �tiAJAil lar: ra �,5 .044„$[..,.�iZLL I' gav P it 4 \.,,,,k,4:-.0.44,i$ �n r x k".""' �a���'+i� p+ ; � � J+� 7.zY.rt..w tp 3. l\i ,t uta s. m, r„k.,,,�.. sx,.sc,�,. ,.,. Natalia Delgado Procurement-CMB 305-673-7000 nataliadelgado@miamibeachfl.gov Ext.6263 ?P�aE:2rT• _ 3o S--673^ � -7DOU .t dm.ews.{azaaL.-fl.fou X 2�.95l v tc� >< 61b2 0Ed P2C 1. --Cm-S4rls. I( {u� ` o `p(f 1 \1 30 WI fi�� IS���j{- �ONgJw�' �on01 �S�QG'. -�J7r'�'c"ludo.) IfE;- 4LQ .. 1� lJ K�oyPr P do�f 1- 3yS0 x� 3�a . `/�a.Stdo •b�2 3os-200— fia„I"a-A, bou on.. 524 1 �, �� Ex4. 1oS Utt✓ � R'/ 1t�G. s, t,lss,� . R0t6 EGAR C?G S•.CoM al- t =,011i1,,- f;so1 /yL (��)29a- (off c.t.„,L aw,,,,c,..._ rc ccs ca Ga�uc @ hu"ati�Lto,hr1 &;// f�rr i'a a. 7Y 4�•/ gy v"t how 3o r ,(-7 V • t.iWerr++o.AnidoLD!1./;,_corq Oro DP 34 e as4evc\ enslruQn c 1(tx.v S vovNettj Thl-C6o • C l(\Q.A.I nj PC as\ev'(NPCII .c.AMCNI DB .41_41V) 1 M1AMIBEACH CITY OF MIAMI BEACH PRE-SUBMITTAL MEETING SIGN-IN SHEET DATE: - February 27,2018 TITLE: RFQ-2018-141-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS � Y G iN1i ? i - ti . , F .'1.1- eG i " 4V4 1 , 15.d.' ''1 ./IG cr ri ''` T 4 ,41 g reint )s i i rAIT, 1 ^. ea abt� « ,7. Dg$ ETIGtNEEICS AND A-ECHIrarS SHatrz,urL 511717tCQt7G 5s1Dt3I620UaDs-EnIa.c4tu '7.86-44-1-512.0 I2ic f}nnigo�- b$13 �ngi,ateTcs akQ Atcl.tl 3-P.-441-51W kamlojo,I-L t -E,16.eom 6-E:c.„tL'( 1vtFNDc2 GtAF,N A'looW ,A-lloc►Na1 C FnJAE2��cad C -0,-..),A.on'.Coen 3�1J��'2 y0 8 F F k z -j�rw I 1 ' 9.x"4 z.(c1-7�, , JA.--240-e 2- aasc d.MCOQ6tr -lam.cul V \CNOr NiC{,tb(l',Astt2ol S3u,;1d1naen(':ty•Com 3t0S-0 1 qq 70\ _Vl'(AZ 61AI IPinq �n��,,.1�! Sat iG V/Q$. Prnot e4,- IJ I k1 to rl t t(1 e-rty 04+a. tom (54)110?1175. Lter Val4- t'r N .r,Hear)sc. .6,6 . L-fsrrtte,,,seV 1-1a��atc-co„-, L. )26'I6�67 3\ 11E 61MfVEZ 1S6‘0 DES1GM (,e0ip 30s-6/4 sax, 5i3E-DBE 8c.1,80 6 ewe , trneriF z Q-CSAonAs t 6u.mM- Dui.c. GoniDe SOL-Al2Gk , INC. SOL,—AILD / ItJC...- 3oS740 0123 3os74001118 be sot_-AP-C-1I-e,or( -1-iy,-3 toi-z35z ` . j?abo-®'(N(zcAky.t 4.ol .c...... GIB SAN sg Afdl-itt fA 369-C61o512. 3P9--6a-\ft--79 .6 disc ttc? &ea ems. vtP ,N.--4.4..6-t,--6,:? 1.P4-0-e>0.zi6 v-skh4,4_, Vki4 •30 —?7?- co wt. AA1AMIBEACH CITY OF MIAMI BEACH PRE-SUBMITTAL MEETING SIGN-IN SHEET DATE: February 27,2018 TITLE: RFQ-2018-141-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR' CAPITAL RENEWAL AND REPLACEMENT PROJECTS l� �� �' �A Pn`I�� a 7;� '�,y�� (y�q°�qI x (py kr S� j r�.� (� ]y�1 4' py �� y } �`,• ero Lk 4Ak'Yg alt ?Wbi'S' 1"'SNs'S oi,, 44,4!211q 4 p1..! T_` t '`4 r t t , �J• f i V rl.�s, T54,!is 3�d f 4i:1111 ','‘,.:-.'110,4,, °�-�,J 1 l E 4�E3O`f�/ 3o.5-416319 qY DAu las T07 LaturScciDE Joo- LE&LG.�dsc.�peD Gap . sos-21s-9683 14 : 11. g, e, :1"), ak , 30s-vm,Q. • AlVan G? Jc A Akco S ac+-,LI,G 5(%59,1 nar6 k,r,: rrkir_p1fie .cn CA-73- cGi1( i1CSDt IN Dti-2 kLj-h i 5 1syls10 63n To5 Z- To5 Gdstf}-rita (41-c te-7s, iLKeR UzUN cP' -k iozont�a cphcA(p.c.°N1 3052?4400 302,71130 . AR44)50-G1t3G 9-ri grid-9563 1-ucA5•'gAseaStY0T Zoti1 kL6���J Ca�zK��jajc Oa 3 Cacz2exz)5c04-[-Fia rar-EacY SOc*. c-Co . c2-rv'eRavcsr-2e.Com CI cu4d4t., a�R Fho� .56 i- 601 (4o})8m6- i,.lanCZetc122 rOnmerllA 4 l lS9.i X822 ch1anr r,.ve4OUa.£nVifOilvnen-0.42 . qa 7--135 I-sof) 6'1 ----&0g,' t NVLcx'c l+ecfre P.i6.5. 303 N vILL� , 3oevi)I rie akoo.cci --)42,4E, M!AMI E C . CITY OF MIAMI BEACH PRE-SUBMITTAL MEETING SIGN-IN SHEET DATE: February 27,2018 TITLE: RFQ-2018-141-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWALANDREPLACEMENT PROJECTS 1j ;ti i� f'� �fitimvowAiogyrilop-L!< P d ' g kI ' � � ,L::-'4',',7-: `! 0.#4,... 4, _ , i ,a � v 'Y". � n� gt?�, kAt fLS .�3f ,�.{:i.4i� 7 &�iE„e!•:�• r sswt '.Ii�^°` 7� ?.�'. r Ik� Chi l s f . VG, 1" ' Q1*— �... g8� arkaVZ-,@ a2cuawork], Cow 4000 1&tYLZ At$00k—S .5°S-6.6-7 $n1) ? 5 )C0,00c, -e'V\ir[-ok Coc.V.Vt s,CAPn C41 LI ' ` r` -5°S-�Zsz- ({1� �CIU[5 �U11(lQGlktnt oGQIL�Utt/� �f Ka1t `c[�� 'YJ Ccttris-VAv i'irtiv vlikoA 00.Ot t 1.0vvn t:1ei lAh 1 6-2g5.1 sq/ 5cS_7y9-i5 es. )4/Z(1m-0 L IA:0-\a-u :TAA.j ti.)v;t, ` / V iNE -Me\ie-,0..0,e• 3o5-at34- vz. 3os"4t S.-74-t. o Ecino, Yb 'l 3o1`- -t5—,H5o eAnCGVV i @ G.•la4QA1er.corn t4 EWA o'2frCz4 [•(AKS4Engtaaai.r,Xrek..-Facl-skG..dSu r '"' 8e5 .6R8.Bc['llo. 0o-r'Et2o a0 HA k5..N S7• 7 Sb.22Q.2o(c I 4-vs")$ Kann I Fra 1.K NP GYns(-44(-a-.4-fs r-r/Ci dui Pttb-2g 7 3 5 `2 411CA b t-t .cL(NA `reist tON 6,rdrnr4rc'1 �. d_ 303-30-IIZS ,../,. Medrive+a e. msttceco,-E.,,(Ars 1111 t�Jo4.-9D,04. �tt st•1 i 1�7A- 3D5111}co11%`l'-1 UoSV, S(1RNIE.NTD „ 'sk-- iL4.Klr•-'-vo e•voou-rool\o2- H•r....w-t ,X 'l03 k7 P07:0bL"'•3 .i:- Q r)-sc kAmpeer4E, aahle•Lori g;,,.2°9•13/1. 4/11, E /VI°5 breiCnms,`,6-,,,am 305-7q/-6677- 1,..514(s_...,.\ no55i-ak. fDfis,f14 W UA 4, cf-D to [ co�Fc 'tom-c,�n ,i�k 3� v$31 4 • MIAMI DAH • CITY OF MIAMI BEACH PRE-SUBMITTAL MEETING SIGN-IN SHEET - DATE: February 27,2018 TITLE: RFQ-2018-141-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS ��° a�1V�ANI� dd-r�"" N4—�'1 Id F�C�i1Rrt {y k�� �,� �e �3v��_"k '�'+{��a "i� y I • �w � -� #- 4 �v"1V I f 6 .n .xx, e-r v r,'*+ic t T ' +� u� t S a 1 [� ,{'��g'� v pyo*�yY r i � K�` 3� v '� r�(.}„NA`.�� �"` 5. k is 1y�y 4# A°' 11 p..}}5 R °.t .r 4 *ti�� i 'Ift 'Al x �tv �;' iY,..t. rit,'ry4.4�Wr �i.F,'"'j r ,,?;.:,;w7,� �, 5�.h�g.,,k." !!Ain -, vJ. ,4*� . d. R .,4,.. v , E �;.da°:kko*t y^ Isim ER'..' ? C, � h& » .. � �G v1�7 1\11012)2... t► Qm 0)2.4.3_11,h \II<<ltiQm +44,1<<n Ami--ee* `?•A - I i . \h.Sc` ,,a�.n.. .4 ( `'y�,ae, - b-• y 2. . . 0e.ci9., ..)civ,,,, , n A . nQ {1l ac ) 2 .e, .tis.Q.r.\ . lwA\Ci esziLn Nrch t i e.e9.-s, '.A . -� �^ t\1OVO -� , , soilL' o r i C. Int ICO-1- ...."9 041-&e112._ ‘4.2.01')11Q,C Q-2) a--_,,,:::t,-, . acl apt(r7. Gtcl k3oN-Yiq --5es -E,°c2vis.424i .e0A 0 rialsi,ot 2 MIAMI BEACH CITY OF MIAMI BEACH PRE-SUBMITTAL MEETING SIGN-IN SHEET DATE: February 27,2018 TITLE: RFQ-2018-141-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS e? wrnn` '4s tklr• $s rc�� 53.1 ll +` x � t�iki51I11I § =� >' �. Ti E, '&,-ka 2A-. . t2 ,J. =S PACQt aSitG 4€ s. Qe, I s - H-ctr -s. �-�dvc._O1 ►'s I-�x►J�s C }' 4-e..est-s. 0-2-vnar0 0 0-rpa-etp s r> 4.E -Kss4 1.42-2110 2.402. 1/), 3 M1 /� � /� I EI2 � Procurement Department /`-�/ �/ `'� 1700 Convention Center Drive, Miami Beach, Florida 33139 www.miamibeachfl.gov • ADDENDUM NO.-1 REQUEST FOR QUALIFICATIONS NO. 2018-141-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACMENT PROJECTS(the RFQ) February 26,2018 This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City.The RFQ is amended in the following particulars only. • 1. REVISION: Section 0200—Instructions to Respondents &General Conditions, 5. Pre-Proposal Meeting or Site • Visit(s) on page 4 of the RFQ, is hereby amended as follows. (deletions are shown by strikethrough and • additions_are underlined).:__._._ _ ._ _ _ Only if deemed necessary by the City, a pre-proposal meeting or site visit(s) may be scheduled. A Pre-PROPOSAL conference will be held as scheduled in Anticipated RFQ Timetable section above at the following address: - City of Miami Beach Procurement Department Conference Room 1755 Meridian Avenue,3rd Floor Miami Beach,Florida 33139 Attendance (in person or via telephone) is encouraged and recommended as a source of information, but is not mandatory. Proposers interested in participating.in the Pre-Proposal Submission Meeting via telephone must follow these steps: (1) Dial the TELEPHONE NUMBER: 1-888-270-9936(Toll-free North America) (2) Enter the MEETING NUMBER: 1142614 9415468 Proposers who are interested in participating via telephone should send an e-mail to the contact person listed in this RFQ expressing their intent to participate via telephone. • Any questions regarding this Addendum should be submitted in writing to the Procurement Management • • Department to the attention of the individual named below, with a copy to the City Clerk's Office •at . • RafaelGranado@miamibeachfl.gov • Contact: Telephone: Email: Natalia Delgado 305-673-7000 ext.6263 .nataliadelgado@miamibeachfl.gov • Proposers are reminded to acknowledge receipt 'of this addendum as part of your RFQ submission. Potential proposers that have elected not to submit a response to the RFQ are requested to complete and return the"Notice to • Prospective Bidders"questionnaire with the reason(s)for not submitting a proposal. •• • • IY K ex De, rocur- 'ent Director ! RFQ No.2018-141-ND Addendum#1 2/26/2018 REQUEST FOR QUALIFICATIONS ( RFQ ) PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR _CAP_ITAL_RENEWAL �AND_ REPLACEMENT PROJECTS RFQ 2018-141-ND RFQ ISSUANCE DATE: FEBRUARY 15, 2018 RESPONSES DUE: APRIL 2, 2018 @ 3:00 PM ISSUED BY: NATALIA DELGADO MIAMIBEACH PROCUREMENT DEPARTMENT 175.5 Meridian Avenue; 3RD Floor, Miami, Beach, FL, 33139 305.6.73.74901 www.miamibeachfl.gov MIAMI BEACH TABLE OF CONTENTS SOLICITATION SECTIONS: ,PAGE 0100 NOT UTILIZED N/A 0200 INSTRUCTIONS TO RESPONDENTS &GENERAL CONDITIONS 3 0300 SUBMITTAL INSTRUCTIONS& FORMAT 12 0400 EVALUATION PROCESS 15 APPENDICES: PAGE APPENDIX A RESPONSE CERTIFICATON, QUESTIONNAIRE AND AFFIDAVITS 17 APPENDIX B "NO BID" FORM 24 APPENDIX C MINIMUM REQUIREMENTS &SPECIFICATIONS 26 APPENDIX D INSURANCE REQUIREMENTS 29 APPENDIX E SAMPLE CONTRACT 31 APPENDIX F STANDARD FORM 330 62 RFQ 2018-141-ND 2 MIAMI BEACH SECTION 0200 INSTRUCTIONS TO RESPONDENTS&GENERAL CONDITIONS 1.GENERAL.This Request for Qualifications(RFQ)is issued by the City of Miami Beach, Florida(the"City"), as the means for prospective Proposer to submit their qualifications, proposed scopes of work and cost Proposals (the "proposal") to the City for the City's consideration as an option in achieving the required scope of services and requirements as noted herein. All documents released in connection with this solicitation, including all appendixes and addenda, whether included herein or released under separate cover, comprise the solicitation, and are complementary to one another and together establish the complete terms,conditions and obligations of the Proposer and,subsequently,the successful proposer(s)(the"contractor[s]") if this RFQ results in an award. The City utilizes PublicPurchase_(www.DublicDurëhase.com) for automatic notification of competitive_solicitation_ opportunities and document fulfillment, including the issuance of any addendum to this RFQ. Any prospective proposer who has received this RFQ by any means other than through PublicPurchase must register immediately with PublicPurchase to assure it receives any addendum issued to this RFQ. Failure to receive an addendum may result in disqualification of proposal submitted. 2. PURPOSE. On September 28, 2004, through Resolution 2004-24697, the City Commission created the Capital Renewal and Replacement Program (the "CRR Program"). The intent of the CRR Program is to provide funding a proactive renewal and replacement of the City's facilities and the systems within those facilities (e.g., HVAC, roofs, fire safety systems, etc). The CRR is also used for approved for small repair, remodel or renovation projects,usually expected to cost less than$325,000.The average value of the current CRR Projects is approximately$158,000,but can be as low as$25,000 or less. In addition to CRR projects,award(s)of this RFQ may also be used for other small projects. Section 287.055, Florida Statutes, commonly known as the Consultant's Competitive Negotiation Act (CCNA), is applicable to the selection of professional services consultants (architecture, professional engineering, landscape architecture, or registered surveying and mapping) by public agencies for projects valued up to the amount established in.Category 5, Section 287.017, Florida Statutes.(currently$325,000 or as amended by law) or for a planning or study activity valued up to theamountestablished in Category 2, Section 287.017, Florida Statutes (currently$35,000 or as amended by law).THEREFORE,CCNA IS NOT APPLICABLE TO THIS RFQ. In order to maximize the cost effectiveness of small projects, through this RFQ the City seeks to establish a pool of qualified architectural and engineering consultants for those projects whose value is below the thresholds stipulated in. CCNA. The categories of work are, as further defined in Appendix C, Architecture — General, Architecture — Landscape, Engineering — Environmental Services and Testing, Engineering Mechanical, Electrical & Plumbing, Engineering—Structural. Because of the nature and size of the small projects being considered under this RFQ, the City desires to engage firms with sufficient experience in small projects. 3.SOLICITATION TIMETABLE.The tentative schedule for this solicitation is as follows: Solicitation.Issued FEBRUARY 15,2018 Pre-Submittal Meeting FEBRUARY 27,2018. @ 10:00AM EST Deadline for Receipt of Questions MARCH 23,2018 @ 5:00 PM EST Responses Due APRIL 2,2018 @ 3:00 PM EST Evaluation Committee Review TBD RFQ 2018-14.1-ND 3 MIAMI BEACH Proposer Presentations(if deemed necessary) TBD Tentative Commission Approval TBD 4. PROCUREMENT CONTACT.Any questions or clarifications concerning this solicitation shall be submitted to the Procurement Contact named herein, in writing,with a copy to the City Clerk's Office, Rafael E. Granado via e-mail: RafaelGranadoc miamibeachfl.aov ; or facsimile: 786-394-4188. The Bid title/number shall be referenced on all correspondence. All questions or requests for clarification must be received no later than ten.(10) calendar days • prior to the date Proposals are due as scheduled in Section 0200-3. All responses to questions/clarifications will be sent to all prospective Proposer in the form of an addendum. Procurement Contact: Telephone: Email: NATALIA DELGADO 305.673.7000 Ext.6263 NATALIADELGADO@MIAMIBEACHFL.GOV 5. PRE-PROPOSAL MEETING OR SITE VISIT(S).Only if deemed necessary by the City,a pre-proposal meeting•or site visit(s)may be scheduled. A Pre-PROPOSAL conference will be held as scheduled in Anticipated RFQ Timetable section above at the following address: City of Miami Beach Procurement Department Conference Room 1755 Meridian Avenue,3rd Floor Miami Beach, Florida 33139 Attendance (in person or via telephone) is encouraged and recommended as a source of information, but is not mandatory. Proposers interested in participating in the Pre-Proposal Submission Meeting via telephone must follow these steps: (1) Dial the TELEPHONE.NUMBER: 1-888-270-9936(Toll-free North America) (2)Enter the MEETING NUMBER: 1142644 Proposers who are interested in participating viatelephone shouldsend an e-mail to the contact person listed in this • RFQ expressing their intent to participate-via'telephone. 6. PRE-PROPOSAL INTERPRETATIONS. Oral information or responses to questions received by prospective Proposers are notbinding:on the City and will be without legal effect, including any information received at pre- submittal meeting or site visit(s). The City by means of Addenda will issue interpretations or written addenda clarifications considered necessary by the City in response to questions. Only questions answered by written addenda will be binding and may supersede terms noted in this solicitation. Addendum will be released through PublicPurchase Any prospective proposer who has received this RFQ by any means other than through PublicPurchace must register immediately with. PublicPurchase,to assure it receives any addendum issued to this RFQ. Failure to receive an addendum may result in disqualification of proposal. Written questions should be received no later than the date outlined in the Anticipated RFQ Timetable section. 7. CONE OF SILENCE. This RFQ'is subject to, and all proposers are expected to be or become familiar with, the City's Cone of Silence Requirements, as/codified in Section 2-486 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Cone of Silenceare complied with, and shall be subject to any and all sanctions, as prescribed therein, including rendering their response voidable,'in the event of RFQ 2018-1.41-ND 4 _ I MIAMI BEACH such non-compliance. Communications regarding this solicitation are,to be submitted.in writing to the Procurement Contact named herein with a copy to the City Clerk at rafaelgranado@miamibeachfl.gov 8. SPECIAL NOTICES. You are hereby advised that this solicitation is subject to the following ordinances/resolutions,which may be found on the City Of Miami Beach website: II httD:f/www.miamibeachfl.gov/city-hall/Drocurementlgrocurement-related-ordinance-and-Droceduresl • CONE OF SILENCE CITY CODE SECTION 2-486 • PROTEST PROCEDURES CITY CODE SECTION 2-371 • DEBARMENT PROCEEDINGS CITY CODE SECTIONS 2-397 THROUGH 2-485.3 • LOBBYIST REGISTRATION AND DISCLOSURE OF FEES CITY CODE SECTIONS 2-481 THROUGH 2-406 • CAMPAIGN CONTRIBUTIONS BY VENDORS CITY CODE SECTION 2-487 ▪ CAMPAIGN-CONTRIBUTIONS BY LOBBYISTS ON PROCUREMENT ISSUES - -CITY CODE SECTION 2-488 - • REQUIREMENT FOR CITY CONTRACTORS TO PROVIDE EQUAL BENEFITS FOR CITY CODE SECTION 2-373 DOMESTIC PARTNERS • LIVING WAGE REQUIREMENT CITY CODE SECTIONS 2-407 THROUGH 2-410 • PREFERENCE FOR FLORIDA SMALL BUSINESSES OWNED AND CONTROLLED BY CITY CODE SECTION 2-374 VETERANS AND TO STATE-CERTIFIED SERVICE-DISABLED VETERAN BUSINESS ENTERPRISES • FALSE CLAIMS ORDINANCE CITY CODE SECTION 70-300 • ACCEPTANCE OF GIFTS.FAVORS& CITY CODE SECTION 2-449 SERVICES 9. PUBLIC ENTITY CRIME. A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crimes may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as a contractor, supplier, sub-contractor, or consultant under a contract with a public entity,, and may not transact business with any public entity in excess of the threshold amount provided in Sec. 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 10. COMPLIANCE WITH THE CITY'S LOBBYIST LAWS.This.RFQ is subject to,and all Proposers are expected to be or become familiar with, all City lobbyist laws. Proposers shall be solely responsible for ensuring that all City lobbyist laws are complied with, and shall be subject to any and all sanctions, as prescribed therein, including, without limitation,disqualification of their responses,in the event of such non-compliance. 11. DEBARMENT ORDINANCE: This RFQ is subject to, and all proposers are expected to be or become familiar with,the City's Debarment Ordinance as codified in Sections 2-397 through 2-406 of the City Code. 12. WITH THE CITY'S CAMPAIGN FINANCE REFORM LAWS. This RFQ is subject to, and all Proposers are expected to be or become familiar with, the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code..Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with, and shall be subject to any and all sanctions, as prescribed therein, including disqualification of their responses, in the event of such non-compliance. 13.CODE OF BUSINESS ETHICS. Pursuant to City Resolution No.2000-23879,the Proposer shall adopt a Code of Business Ethics ("Code") and submit that Code to the Procurement Department with its response or within five (5) days upon receipt of request. The Code shall, at a minimum, require the Proposer, to comply with allapplicable governmental rules and regulations including, among others,the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade.County. 14.AMERICAN WITH DISABILITIES ACT(ADA)..Call 305-673-7490 to request material in accessible format; sign RFQ 2018-141-ND 5 MIAMI BEACH language interpreters(five(5)days in advance when possible),or information on access for persons with disabilities. For more information on ADA compliance, please call the Public Works Department, at 305-673-7000, Extension 2984. 15. POSTPONEMENT OF DUE DATE FOR RECEIPT OF PROPOSALS. The City reserves the right to postpone the deadline for submittal of proposals and will make a reasonable effort to give at least three (3) calendar days written notice of any such postponement to all prospective Proposers through PublicPurchase. 16. PROTESTS. Proposers that are not selected may protest any recommendation for selection of award in accordance with eh proceedings established pursuant to the City's bid protest procedures,as codified in Sections 2- 370 and 2-371 of the City Code (the City's Bid Protest Ordinance). Protest not timely made pursuant to the _requirements_of_the_City's_Bid_Protest_Ordinance shall.be barred. — - -- 17. JOINT VENTURES. Joint Ventures are not allowed. Proposals shall be submitted only by the prime contractor who will serve as the CMR. The City will only contract with the prime contractor who will serve as the CMR. Proposals may, however, identify other sub-contractors or sub-consultants to the prime Proposer who may serve as team members. 18.VETERAN BUSINESS ENTERPRISES PREFERENCE. Pursuant to City Code Section 2-374,the City shall give a preference to a responsive and responsible Proposer which is a small business concern owned and controlled by a veteran(s) or which is a service-disabled veteran business enterprise, and which is within five percent (5%) of the lowest responsive, responsible proposer, by providing such proposer an opportunity of providing said goods or contractual services for the lowest responsive proposal amount (or in this RFQ, the highest proposal amount). Whenever, as a result of the foregoing preference, the adjusted prices of two (2) or more proposers which are a small business concern owned and controlled by a veteran(s) or a service-disabled veteran business enterprise constitute the lowest proposal pursuant to an RFQ or oral or written request for quotation, and such proposals are responsive, responsible and otherwise equal with respect to quality and service,then the award shall be made to the service-disabledveteran business enterprise. 19. DETERMINATION OF AWARD. The final ranking results of Step 1 &2 outlined in Section 0400, Evaluation of Proposals, will be considered'by the City Manager who may recommend to the City Commission the Proposer(s) s/he deems to be in the best interest of the City or may recommend rejection of all proposals. The City Manager's recommendation need not be consistent with the scoring results identified herein and takes into consideration Miami Beach City Code.Section 2-369,including the following considerations: (1)The ability,capacity and skill of the Proposer to perform the contract. (2)Whether the Proposer can perform the contract within the time specified,without delay or interference. (3)The character,integrity,reputation,judgment, experience and efficiency of the Proposer. (4)The quality of performance of previous contracts. (5)The previous and existing compliance by the Proposer with laws and ordinances relating to the contract'. The City Commission shall consider the City Manager's recommendation and may approve such recommendation. The City Commission may also,at its option,reject the City Manager's recommendation and select another Proposal or Proposals which it deems to be in the best interest of the City,or it may also reject all Proposals. 20. NEGOTIATIONS. Following selection, the City reserves the right to enter into further negotiations with the selected Proposer. Notwithstanding the preceding, the City is in no way obligated to enter into a contract with the selected Proposer in the event the parties are unable to negotiate a contract. Itis also understood and acknowledged by Proposers that no property, contract or legal rights of any kind shall be created at any time until and unless an Agreement has been agreed to;approved by the City;and executed by the parties. RFQ 2018-141-ND 6 MII BEACH 21. POSTPONEMENT/CANCELLATION/ACCEPTANCE/REJECTION. The City may, at its sole and absolute discretion, reject any and all, or parts of any and all, responses; re-advertise this RFQ; postpone or cancel, at any time,this RFQ process; or waive any irregularities in this RFQ, or in any responses received as a result of this RFQ. Reasonable efforts will.be made to either award the proposer the contract or reject all proposals within one-hundred twenty(120)calendar days after proposal opening date.A proposer may withdraw its proposal after expirationof one hundred twenty(120) calendar days from the date of proposal opening by delivering written notice of withdrawal to the Department of Procurement Management prior to award of the contract by the City Commission. 22. PROPOSER'S RESPONSIBILITY. Before submitting a response, each Proposer shall be solely responsible for making any and all investigations, evaluations, and examinations, as it deems necessary, to ascertain all conditions _. _ _ ___and_requirements-affecting_the_full performance of the_contract.__Ignorance_of such_conditions and.requirements,__ _ _ and/or failure to make such evaluations, investigations, and examinations, will not relieve the Proposer from any obligation to comply with every detail and with all provisions and requirements of the contract, and will not be accepted as a basis for any subsequent claim whatsoever for any monetary consideration on the part of the Proposer. 23. COSTS INCURRED BY PROPOSERS.All expenses involved with the preparation and submission of Proposals, or any work performed in connection therewith, shall be the sole responsibility (and shall be at the sole cost and expense)of the Proposer,and shall not be reimbursed by the City. 24. RELATIONSHIP TO THE CITY. It is the intent of the City, and Proposers hereby acknowledge and agree, that the successful Proposer is considered to be an independent contractor, and that neither the Proposer, nor the Proposer's employees, agents, and/or contractors, shall, under any circumstances, be considered employees or agents of the City. . 24. OCCUPATIONAL HEALTH AND SAFETY. In compliance with Chapter 442, Florida Statutes, any toxic substance listed in Section 38F-41.03 of the Florida Administrative Code delivered as a result of this proposal must be accompanied by a Material Safety Data Sheet(MSDS)which may be obtained from the manufacturer. 25. ENVIRONMENTAL REGULATIONS. The City reserves the right to consider a proposer's history of citations and/or violations of environmental regulations in investigating a proposer's responsibility, and further reserves the right to declare a proposer not responsible if the history of violations warrant such determination inthe opinion of the City. Proposer shall submit with its proposal, a complete history of all citations and/or violations, notices and dispositions thereof. The non-submission of any such documentation shall be deemed to be an affirmation by the Proposer that there are no citations or violations. Proposer shall notify the City immediately of notice of any citation or violation which proposer may receive after the proposal opening date and during the time of performance of any contract awarded to it. 26.TAXES.The City of Miami Beach is exempt from all Federal.Excise and State taxes. 27. MISTAKES. Proposers are expected to examine the terms, conditions, specifications, delivery schedules, proposed pricing,and all instructions pertaining to the goods and services relative to this RFQ. Failure to do so will be at the Proposer's risk and may result in the Proposal being non-responsive. 28. PAYMENT. Payment will be made by the City after the.goods or services have been received, inspected, and found to comply with contract, specifications,,free of damage or defect, and are properly invoiced. Invoices must be consistent with Purchase Order format. RFQ 2018-141-ND 7 f IAM!BEACH 29. COPYRIGHT, PATENTS&ROYALTIES. Proposer shall indemnify and save harmless the City of Miami Beach, Florida, and its officers,employees,contractors,and/or agents,from liability of any nature or kind,including cost and expenses for,or on account of,any copyrighted, patented,or unpatented invention, process,or article manufactured or used in the performance of the contract, including its use by the City of Miami Beach, Florida. If the Proposer uses any design, device or materials covered by letters, patent, or copyright, it is mutually understood and agreed, without exception, that,the proposal prices shall include all royalties or cost arising from the use of such design, device,or materials in any way involved in the work. 30. DEFAULT. Failure or refusal of the selected Proposer to execute a contract following approval of such contract by the City Commission,or untimely withdrawal of a response before such award is made and,approved, may result _ in_a_claim for damages by_the_City_and_may be grounds.for-removing-the-Proposer-from-the-City's vendorlist. - - -- -- - i 31. MANNER OF PERFORMANCE. Proposer agrees to perform its duties and obligations in a professional manner and in accordance with all applicable Local, State, County, and Federal laws, rules, regulations and codes. Lack of knowledge or ignorance by the Proposer with/of applicable laws will in no way be a cause for relief from responsibility. Proposer agrees that the services provided shall be provided by employees that are educated,trained, experienced, certified, and licensed in all areas encompassed within their designated duties. Proposer agrees to furnish to the City any and all documentation, certification, authorization, license, permit, or registration currently required by applicable laws, rules, and regulations. Proposer further certifies that it and its employees will keep all licenses, permits, registrations, authorizations, or certifications required by applicable laws or regulations in full force and effect during the term of this contract. Failure of Proposer to comply with this paragraph shall constitute a material breach of this contract. Where contractor is required to enter or go on to City of Miami Beach property to deliver materials or perform work or services as a result of any contract resulting from this solicitation, the contractor will assume the full duty, obligation and expense of obtaining all necessary licenses, permits,, and insurance, and assure all work complies with all applicable laws.The contractor shall be liable for any damages or loss to the City occasioned by negligence of the. Proposer,or its officers,employees,contractors,and/or agents,for failure to comply with applicable laws. 32. SPECIAL CONDITIONS. Any and all Special Conditions that may vary from these General Terms and Conditions shall have precedence. ' 33. NON-DISCRIMINATION. The Proposer certifies that it is in compliance with the non=discrimination clause contained in Section 202, Executive Order 11246, as amended by Executive Order 11375, relative to equal employment opportunity for all persons without regard to race, color, religion, sex or national origin. In accordance with the City's Human Rights Ordinance, codified in Chapter 62 of the City Code, Proposer shall prohibit discrimination by reason of race, color, national origin, religion, sex, intersexuality, gender identity, sexual orientation,marital and familial status,and age or disability. 34. DEMONSTRATION OF COMPETENCY. The city may consider any evidence available regarding the financial, technical, and other qualifications and abilities of a Proposer, including past performance (experience) in making an award that is in the best,interest of the City,including: A.Pre-award inspection of the Proposers facility may be made prior to the award of contract. B. Proposals will only be considered from firms which are regularly engaged in the business of providing the goods and/or services as described in this solicitation. C. Proposers must be able to demonstrate a good record of performance for a reasonable period of time, and have sufficient financial capacity, equipment, and organization toensure that they can satisfactorily perform the. servicesif awardeda contract under the terms and conditions of this solicitation. RFQ 2018-141-ND 8 MIAMI BEACH D. The terms "equipment and organization", as used herein shall, be construed to mean a fully equipped and well established company in line with the best business practices in the industry, and as determined by the City of Miami Beach. E.The City may consider any evidence available regarding the financial, technical, and other qualifications and abilities of a Proposer, including past performance(experience),in making an award that is in the best interest of the City. F.The City may require Proposer s to show proof that they have been designated as authorized representatives of a manufacturer or supplier,which is the actual source of supply. In these instances, the City may also require material information from the source of supply regarding the quality, packaging, and characteristics of the products to be supply to the City. 35. ASSIGNMENT. The successful Proposer shall not assign, transfer, convey, sublet or otherwise dispose of the contract, including any or all of its right, title or interest therein, or hislher or its power to execute such contract, to any person,company or corporation,without the prior written consent of the City. 36. LAWS, PERMITS AND REGULATIONS. The Proposer shall obtain and pay for all licenses, permits, and inspection fees required to complete the work and shall comply with all applicable laws. 37. OPTIONAL CONTRACT USAGE. When the successful Proposer(s).is in agreement, other units of government or non-profit agencies may participate in purchases pursuant to the award of this contract at the option of the unit of government or non-profit agency. 38. VOLUME OF WORK TO BE RECEIVED BY CONTRACTOR. It is the intent of the City to purchase the goods and services specifically listed in this solicitation from the contractor. However, the City reserves the right to purchase any goods or services awarded fromstate or other governmental contract, or on an as-needed basis through the City's spot market purchase provisions. 39. DISPUTES. In the event of a.conflict between the documents,the order of priority of the documents shall be as follows: A. Any contract or agreement resulting from the award of this solicitation;then. B. Addendum issued for this solicitation,with the latest Addendum taking precedence;then C. The solicitation;then D. The Proposer's proposal inresponse tothe solicitation. 40. INDEMNIFICATION.The Proposer shall indemnify and hold harmless the City and its officers,employees,agents and instrumentalities from any and all liability, losses or damages, including attomey's fees and costs of defense,. which the City or its officers, employees, agents or instrumentalities may incur as a result of claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to or resulting fromthe performance of the agreement by the contractor or its employees, agents, servants, partners, principals or subcontractors. The contractor shall pay all claims and losses inconnection therewith,and shall investigate and defend all claims,suits or actions of any kind or nature in the name of the City,where applicable,including,appellate proceedings, and shall pay all costs,judgments, and attorney's fees which may be incurred thereon. The Proposer expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by the contractor shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided.The above indemnification provisions shall survive the expiration or !! termination of this Agreement. 41. CONTRACT EXTENSION. The City reserves the right to require the Contractor to extend contract past the RFQ 2018-141-ND 9 MIAMI BEACH stated termination date for a period of up to 120 days in the event that a subsequent contract has not yet been awarded.Additional extensions past the 120 days may occur as needed by the City and as mutually agreed upon by the City and the contractor. 42. FLORIDA PUBLIC RECORDS LAW. Proposers are hereby notified that all Bid including,without limitation, any and all information and documentation submitted therewith, are exempt from public records requirements under Section 119.07(1), Florida Statutes, and s.24(a),Art. 1 of the State Constitution until such time as the City provides notice of an intended decision or until thirty (30) days after opening of the proposals, whichever is earlier. Additionally, Contractor agrees to be in full compliance with Florida Statute 119.0701 including, but not limited to, agreement to (a) Keep and maintain public records that ordinarily and necessarily would be required by the public _ _agency in_order to perform_the_services;_(b)_provide_the_public_with_access_to public records_on_the.same_terms and _ conditions that the public agency would provide the records and at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law; (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law; (d) Meet all requirements for retaining public records and transfer, at no cost, to the publicagency all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the public agency in a format that is compatible with the information technology systems of the public agency. 43. OBSERVANCE OF LAWS. Proposers are expected to be familiar with,and comply with, all Federal,State, County, and City laws, ordinances, codes, rules and regulations, and all orders and decrees of bodies or tribunals having jurisdiction or authority which, in any manner, may affect the scope of services and/or project contemplated by this RFQ (including, without limitation, the Americans with Disabilities Act, Title VII of the Civil Rights Act, the EEOC Uniform Guidelines, and all EEO regulations and guidelines). Ignorance of the law(s) on the part of the Proposer will in no way relieve it from responsibility for compliance. 44. CONFLICTOF INTEREST. All Proposers must disclose, in their Proposal, the name(s) of any officer, director, agent, or immediate family member(spouse, parent,sibling,and child)who is also an employee of the City of Miami Beach. Further, all Proposers must disclose the name of any City employeewho owns, either directly or indirectly, an interest of ten(10%)percent or more in the Proposer entity or any of its affiliates. 45. MODIFICATION/WITHDRAWALS OF PROPOSALS..A Proposer may submit a modified Proposal to replace all or any portion of a previously submitted Proposal up until the.Proposal due-date and time. Modifications received after the Proposal due date and time will not be considered. Proposals shall be irrevocable until contractaward unless withdrawn in writing prior to the Proposal due date,or after expiration of 120 calendar days from the opening of Proposals without a contract award. Letters of withdrawal received after the Proposal due date and before said expiration date,and letters of withdrawal received after contract award will not be considered. 47. EXCEPTIONS TO RFQ. Proposers must clearly indicate any exceptions they wish to take to any of the terms in this RFQ,and outline what,if any,alternative is being offered. All exceptions and alternatives shall be included and clearly delineated, in writing, in the Proposal. The City, at its sole and absolute discretion, may accept or reject any or all exceptions and alternatives. In cases in which exceptions and alternatives are rejected, the City shall require the Proposer.to comply with the particular term and/or condition of the RFQ to which Proposer took exception to (as said term and/or condition was originally set forth on the RFQ). 48.ACCEPTANCE OF GIFTS, FAVORS,SERVICES.Proposers shall not offer any gratuities,favors, or anything of RFQ 2018-141-ND 10 MIAMI BEACH monetary value to any official, employee, or agent of the City, for the purpose of influencing consideration of this Proposal. Pursuant to Sec. 2-449 of the City Code, no officer or employee of the City shall accept any gift, favor or service that might reasonably tend improperly to influence him in the discharge of his official duties. 49. SUPPLEMENTAL INFORMATION. City reserves the right to request supplemental information from Proposers at any time during the RFQ solicitation process. 50. ADDITIONAL SERVICES.Although this solicitation and resultant contract identifies specific goods, services or facilities ("items"), it is hereby agreed and understood that the City, through the approval of the Department and Procurement Directors (for additional items up to $50,000) or the City Manager (for additional items greater than $50,000),.may_require-additional items_to_be_added_to_the_Contract_which_are_required to_complete_the_work.When. additional items are required to be added to the Contract, awarded vendor(s), asapplicable to the item being requested, under this contract may be invited to submit price quote(s) for these additional requirements. If these quote(s) are determined to be fair and reasonable, then the additional work will be awarded to the current contract vendor(s) that offers the lowest acceptable pricing. The additional items shall be added to this contract by through a Purchase Order(or Change Order if Purchase Order already exists). In some cases,the City may deem it necessary to add additional items through a formal amendment to the Contract,to be approved by the City Manager. The City may determine to obtain price quotes for the additional items from other vendors in the event that fair and reasonable pricing is not obtained from the current contract vendors, or for other reasons at the City's discretion. Balance of Page Intentionally Left Blank RFQ 2018-141-ND t1 MIAMI BEACH SECTION 0300 SUBMITTAL INSTRUCTIONS AND FORMAT 1. SEALED RESPONSES. One original Proposal (preferably in 3-ring binder) must be submitted in an opaque, sealed envelope or container on or before the due date established for the receipt of proposals.Additionally,ten(10) bound copies and one (1) electronic format (CD or USB format) are to be.submitted. The following information should be clearly marked on the face of the envelope or container in which the proposal is submitted: solicitation number, solicitation title, proposer name, proposer return address. Proposals received electronically, either through email or facsimile,are not acceptable and will be rejected. ---2.-LATE PROPOSALS.Proposals are-to be received-orror...before the due-date-established herein for the receipt of proposals. Any proposal received after the deadline established for receipt of Proposals will be considered late and not be accepted or will be returned to proposer unopened.The City does not accept responsibility for any delays, natural or otherwise. 3. 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 sections and manner specified below. Hard copy submittal should be.tabbed0400 as enumerated below and contain a table of contents with page references.Electronic copies should also be tabbed. and contain a table of contents with page references. Proposals that do not include the required information will be deemed non-responsive and will not be considered. TAB 1 '. ' Cover Letter&Table of Content 1.1 Cover Letter. The cover letter must be signed by a principal or agent able to the bind the firm and contain the following: (a) Prime Proposer. Include the name and location of the Prime Proposer, Primary Proposer's Representative for the RFQ, Representative's Contact.Joint Ventures are not allowed under this RFQ. (b) Selected Category of Work. Proposer must indicate the category of work for which proposal is submitted. Categories of Work, include: Architecture - General; Architecture - Landscape; Engineering - Environmental; Engineering-Mechanical, Electrical&Plumbing;Engineering-Structural. Proposers shall submit separate proposals for each category of work for which a. proposal is submitted. Example: a firm which provides general architecture and landscape architecture shall submit one proposal for Architecture-General and a separate and distinct proposal for Architecture.-Landscape. TAB 2 ,. Minimum Requirements 1.3 Minimum Qualifications Requirements. Submit verifiable information documenting compliance with.the minimum qualifications requirements established in Appendix C.Minimum Requirements and Specifications,including a) Architect 1 'Enoineerina Firm. Provide copies of that the firm is certified by'the Florida Department of Business and Professional Regulation to dobusiness in Florida. b) Principle and Account Representatives. For the principle and account representative(s) submitted under Tab 2 below, submit copies that individuals are licensed by the Florida Department of Business and Professional Regulation to do business in Florida.Proposer should also submit copiesof architect/engineer license for all licensed firm employees. TAB 2 Experience&Qualifications of the Firm 2.1 Standard Form 330.The proposing firm shall submit;a completed Standard From 330 (attached). No proposal will be considered without this required form. In addition to experience and qualifications considerations, the City may use RFQ 2018-141-ND 12 • • MIAMBEACH this information to consider the firm's previous and current workload. 2.2 Qualifications of Proposing Firm.Submit detailed information regarding the firm's history and relevant experience and proven track record of providing architecture or engineering services, preferably to public sector agencies,for non- residential small projects (construction costs below$325,000 and planning/studies below$35,000). Submit at least five (5) small projects relevant to the category of work for which the proposal has been submitted,performed in the last five (5)years as evidence of requested experience, preferably to public sector agencies. For each small project submitted, the following is required: • project name, • _project description, • agency/client name, • agency/client contact, • contact telephone&email, • and year(s)and term of engagement. 2.3 Financial Capacity. Following the bid opening and at the request of the City proposer shall arrange for Dun & Bradstreet to submit a Supplier Qualifier Report(SQR) directly to the Procurement Contact named herein. No proposal will be considered without receipt, by the City,of the SQR directly from Dun&Bradstreet.The cost of the preparation of the SQR shall be the responsibility of the Proposer.The Proposer shall request the SQR report from D&B at: httos://suoolieroortal.dnb.com/webaoo/wcs/stores/servlet/SuoolierPortal?storeld=11696 Proposals are responsible for the accuracy of the information contained in its SQR. It is highly recommended that each proposer review the information contained in its SQR for accuracy prior tosubmittal 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. 2.3.1 Audited Financial Statements. In lieu of a D & B SQR, the Proposer may submit its latest audited financial statements which must be dated December 31,2014 or later. • .TAB 3:.: .. Experience&Qualifications of the Team . 3.1 Qualifications of Proposer Team (Architects and Engineers).Provide an organizational chart which indicates,at a minimum, the principles of the firm and the account representatives assigned to award by the City of Miami Beach pursuantto this-RFQ.. Include details onthe role that each team member will play in providing the services detailed herein and each team.members' qualifications. A resume of each individual, including education, experience, and any other pertinent information,shall be included for each respondent team member to be assigned to this contract. 3.1.1 Project Experience. For each architect and engineer, include information for three (3)relevant projects, performed in thelast five (5) years'for publicor private sector clients. Relevant projects shall include those projects similar in scope to those services listed in Appendix C. Submit at least three (3) small projects (as defined in Section 2.1 above) relevant to the category of work for which the proposal has been submitted, performed in the last five (5)years as evidence of requested experience, preferably to public,or private sector agencies.For each small project submitted,the following is required: • project name • project description,. • agency/client name, • agency/client contact, • contact telephone&email, • and year(s)and term of engagement. RFQ 2018-141-ND 13 MIAMI BEACH Note: After proposal submittal, the City reserves the right to require additional information from Proposer (or proposer team members or sub-consultants) to determine: qualifications (including, but not limited to, litigation history, regulatory action, or additional references); and financial capability (including, but not limited to, annual reviewed/audited financial statements with the auditors notes for each of their last two complete fiscal years). J I 1 RFQ 2018-141-ND 14 MIAMI BEACH SECTION 0400 PROPOSALS EVALUATION 1. Evaluation Committee.An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each Statement of Qualifications in accordance with the requirements set forth in the solicitation. If further information is desired, Proposals may be requested to make additional written submissions of a clarifying nature or oral presentations to the Evaluation Committee. The evaluation of Statement of Qualifications will proceed in a two-step process as noted below. It is important to note that the Evaluation Committee willscore the qualitative portions of the Statement of Qualifications only. The Evaluation Committee does not make an award recommendation to the City Manager.The results of Step 1 &Step 2 Evaluations will be forwarded to the City Manager who will utilize the results — — — to make-a recommendation-to-the-City-Commission.In-the-event-that-only one-responsive-proposal-is-received,_the __ City Manager, after determination that thesole responsive proposal materially meets the requirements of the RFP, may, without an evaluation committee, recommend to the City Commission that the Administration enter into negotiations. The City, in its discretion, may utilize technical or other advisers to assist the evaluation committee in the evaluationof proposals. 2. Step 1 Evaluation. The first step will consist of the qualitative criteria listed below to be considered by the Evaluation Committee. The second step will consist of quantitative criteria established below to be added to the Evaluation Committee results by the Department of Procurement Management.An Evaluation Committee,appointed by the City Manager, shall meet to evaluate each Statement of Qualifications in accordance with the qualifications criteria established below for Step 1, Qualitative Criteria. In doing so, the Evaluation Committee may review and score all proposals received,with or without conducting interview sessions. step 1;-Qualitative Criteria "p;.' . Maximum Points - Experience of the Proposing Firm 50 Experience of the Team 50 TOTALAVAIL BLESTEP I POINTS 100 3. Step 2 Evaluation. Following the results of Step 1 Evaluation of qualitative criteria, the Proposer may receive additional quantitative criteria points to be added by the Procurement Department to those points earned in Step 1, as-follows. �II Step 2-Quantitative Criteria' ` :.R�: Maximum Points Veterans Preference 5 • . •_ • .. •_TOTALAVAILABLESTEP 2.POINTS -• ' 5 • RF..Q 20.18-141—ND 15 MIAMI BEACH 4. Determination of Final Ranking. At the conclusion of the Evaluation.Committee Step 1 scoring, Step 2 Points will be added to each evaluation committee member's scores by the Department of Procurement Management. Step 1 and 2 scores will be converted to rankings in accordance with the example below: Proposer Proposer Proposer A B C' =-`•= `' a; Ste• 1 Points 82 76 80 Committee Ste•2 Points 22 15 12 -MemberI• Total 104 91 92 .1.,' , , :- :' .. .< ::3 2'. Ste. 1 Points 79 85 72 ;Committee ` Ste•2 Points ,22 15 12 Memtier ; Total 101 100 84 Ste. 1 Points 80 74 66 ;Committee Ste•2 Points 22 15 12 Member,.2`` Total 102 89 78 ;.Rank., .•.i. , ..4 c,. ,. ,-1. _', i 2 ` ::y,` 3,-, Low Aggregate•Score _ 3. 7 8 • Final'Ranking*' T 2 3 * Final Ranking is presented to the City Manager for further due diligence and recommendation to the City Commission. Final Ranking does not constitute an award recommendation until such time as the City Manager has made his recommendation to the City Commission, which may be different than final ranking results. RFQ 2018-141-ND 16 APPENDIX A 7ck1A7I\ I Response Certification , Questionnaire & Requirements Affidavit RFQ No. 2018- 141 -ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR SMALL PROJECTS PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 { RFQ 2018-141-.ND 17 • Solicitation No: Solicitation Title: RFQ 2018-141-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS Procurement Contact Tel: Email: NATALIA DELGADO 305.673.7000,Ext.6263 NATALIADELGADOaMIAMIBEACHFL:GOV STATEMENTS OF QUALIFICATIONS CERTIFICATION,QUESTIONNAIRE&REQUIREMENTS AFFIDAVIT Purpose: The purpose of this Response Certification, Questionnaire and Requirements Affidavit Form is to inform prospective Proposals of certain solicitation and contractual requirements,and to collect necessary information from Proposals in order thatcertainportions of-responsiveness,—responsibility-and---other--determining--factors -and • compliance with requirements may be evaluated. This Statement of Qualifications Certification, Questionnaire and Requirements Affidavit Form is a REQUIRED FORM that must be submitted fully completed and executed. 1. General Proposer Information. FIRM NAME: NO.OF YEARS IN BUSINESS: NO.OF YEARS IN BUSINESS LOCALLY: NO.OF EMPLOYEES: OTHER NAME(S)PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: • FIRM PRIMARY ADDRESS(HEADQUARTERS): CITY: STATE: ZIP CODE: TELEPHONE NO.: TOLL FREE NO.: • FAX NO,: FIRM LOCAL ADDRESS: CITY: STATE: ZIP CODE: PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT ACCOUNT REP TELEPHONE NO.: ACCOUNT REP TOLL FREE NO.: ACCOUNT REP EMAIL: FEDERAL TAX IDENTIFICATION NO.: The City reserves the right to seek additional information from proposer or other source(s),including but not limited to:any firm or principal 'information,applicable licensure,resumes of relevant individuals,client information;:financial information,or any information the City deems necessary to evaluate the capacity of the proposer to perform ih accordance with contract requirements. RFQ 2018-141—ND 18 1. Veteran Owned Business.Is Proposer claimin a veteran owned business status? I YES NO SUBMITTAL REQUIREMENT:Proposers claiming veteran owned business status shall submit a documentation proving that firm is certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United States federal government,as required pursuant to ordinance 2011-3748. 2. Conflict Of Interest.All Proposers must disclose, in their Proposal, the name(s) of any officer, director, agent, or immediate family member(spouse, parent,sibling, and child)whois also-an employee of the City of Miami Beach. Further,all Proposers must disclose the name of any City employee who owns,either directly or indirectly,an interest of ten(10%)percent or more in the Proposer entity or any of its affiliates. SUBMITTAL REQUIREMENT: Proposers must disclose the name(s)of any officer,director,agent,or immediate family member (spouse,parent,sibling,and child)who is also an employee of the City of Miami Beach. Proposers must also disclose the name of any City employee who owns,either directly or indirectly,an interest of ten,(10%)percent or more in the Proposer entity or any of its affiliates 3. References&Past Performance.Proposer shall submit at least three(3)references for whom the Proposer has completed work similar in size and nature as the work referenced in solicitation. SUBMITTAL REQUIREMENT: For each reference submitted, the following information is required:1) Firm Name, 2) Contact Individual Name&Title,3)Address,4)Telephone,5)Contact's Email and 6)Narrative on Scope of Services Provided. 4. Suspension, Debarment or Contract Cancellation. Has Proposer ever been debarred, suspended or other legal violation, or had a contract cancelled due to non-performance b an public sector agency? YES NO SUBMITTAL REQUIREMENT: If answer to above is"YES,"Proposer shall submit a statement detailing the reasons that led to action(s). 5. Vendor Campaign Contributions.Proposers are expected to be or become familiar with,,the City's Campaign Finance Reform laws;as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with,*and shall be subject to any and all sanctions,as prescribed therein,including disqualification of their Proposals,in the event of such non-compliance. SUBMITTAL REQUIREMENT:Submit the names of all individuals or entities(including your sub-consultants)with a controlling financial interest as defined in.solicitation.For each individual or entity,with a controlling financial interest indicate whether or not each individual or entity contributed to the campaign either directly or indirectly,of a candidate who has been elected to the office of Mayor or City Commissioner for the City.of Miami Beach. 6. Code of Business Ethics.Pursuant to City Resolution No.2000-23879,each person or entity that seeks to do business with the City shall adopt a Code of.Business Ethics("Code")and submit that.Code to the.Department of Procurement Management with its proposal/response or within five(5)days upon receipt of request.The Code shall,at.a minimum,require the Proposer,to comply with all applicable governmental rules and regulations including among others, the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. SUBMITTAL REQUIREMENT: Proposer shall,submit firm's Code of Business Ethics. Inlieu of submitting Code of Business Ethics,Proposer may submit a statement indicating that itwill adopt as required in the ordinance,the City of Miami Beach Code of Ethics,available at htto://www.miamibeachft.gov/citv-hall/procurement/ RFQ 2018-141—ND 19 7. benefits. , - • • - benefits. " -- . .• SUBMITTAL REQUIREMENT:No additional submittal is required.By virtue of executing this affidavit document,Proposer agrees to the living wage requirement. 8. Equal Benefits for Employees with Spouses and Employees with Domestic Partners.When awarding competitively solicited contracts valued at over$100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks,the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business with the City of Miami Beach,who are awarded a contract pursuant to competitive proposals,to provide"Equal Benefits"to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach, Florida; and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits,who are directly performing work on the contract within the City of Miami Beach. A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? YES MIE NO B. Does your company provide or offer access to any benefits to employees with(same or opposite sex)domestic partners*or to domestic partners of employees?' YES NO C. Please check all benefits that apply to your answers above and list in the°other"section any additional benefits not already specified. Note: some benefits are provided to employees because they havea spouse or domesticpartner, such as bereavement leave;other benefits are provided directly to the spouse or domestic partner,,such as medical insurance:. BENEFIT Firm.Provides for Firm Provides for Firm does not I Employees with Employees with Provide Benefit Spouses Domestic Partners Health Sick Leave Family Medical Leave Bereavement Leave If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are no insurance providers in your area willing to offer domestic partner coverage)you may be eligible for Reasonable Measures compliance.To comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application (attached)with.all necessary documentation.Your Reasonable Measures Application will be reviewed for consideration by the City Manager,or his designee.Approval is notguaranteed and the City Manager's decision is final.Further information on the Equal Benefits requirement is available at htto:l/www.miamibeachfl.4ov/cfir=halllorocurement/procurement-related-ordinance-and- procedures/ RFQ 2018-141—ND 20' ' f ' f 9. Public Entity Crimes.Section 287.133(2)(a),Florida Statutes,as currently enacted or as amended from time to time,states that a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal,proposal,or reply on a contract to provide any goods or services to a public entity;may not submit a proposal, proposal,or reply on a contract with a public entity for the construction or repair of a public building or public work;may not submit proposals,proposals,or replies on leases of real property to a public entity;may not,be awarded or perform work as a contractor, supplier,subcontractor,or consultant under a contract with any public entity;and may not transact business with any public entity in excess of the threshold amount provided in s.287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list SUBMITTAL REQUIREMENT:No additional submittal is required.By virtue of executing this affidavit document,Proposer agrees with the requirements of Section 287.133,Florida Statutes,and certifies it has not been placed on convicted vendor list 10- -Non-Discrimination.Pursuant to City Ordinance-No2016-3990,the City shallnotenter into a-contract with-a business unless the business represents that it does not and will not engage in a boycott as defined in Section 2-375(a)of the City Code,including the blacklisting,divesting from,or otherwise refusing to deal with a person or entity when such action is based on race,color,national origin,religion,sex,intersexuality,gender identity,sexual orientation,marital or familial status,age or disability. SUBMITTAL REQUIREMENT:No additional submittal is required.By virtue of executing this affidavit document,Proposer agrees it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code. 11. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant to Resolution. 2016-29375, the City of Miami Beach, Florida, prohibits official City travel to the states of North Carolina and Mississippi,as well as the purchase of goods or services sourced in North Carolina and Mississippi. Proposer shall agree that no travel shall occur on behalf of the City to;North Carolina or Mississippi,nor shall any product or services it provides to the City be sourced from these states. SUBMITTAL REQUIREMENT:Np additional submittal is required.By virtue of executing this affidavit document,Proposer agrees it is and shall remain in full compliance with Resolution 2016-29375. 12. Fair Chance Requirement.Pursuant to Section 2-376 of the City Code,the City shall not enter into any contract resulting from a competitive solicitation, unless the proposer certifies in writing that thebusiness has adopted and employs written policies, practices,and standards that are consistent with the City's.Fair Chance Ordinance,set forth in Article V of Chapter 62 of the City Code("Fair Chance:Ordinance"), and which, among other things, (i) prohibits City contractors, as an employer, from inquiring about an applicant's criminal history until the applicant is given a conditional offer of employment; (ii) prohibits advertising of employment positions with.a statement that an individual with a criminal record may not apply for the position,and(iii)prohibits placing a statement on an employment application that a person with a criminal record may not apply for the position. SUBMITTAL REQUIREMENT: No additional submittal is required at this time. By virtue of executing this affidavit, Proposer certifies that it has adopted policies,practices and standards consistent with the City's Fair Chance Ordinance. Proposer agrees to provide the City with supporting documentation evidencing its compliance upon request. Proposer further agrees that any breachof the representations made herein shall constitutea material breach of contract, and shall entitle the City tothe immediate termination for cause of the agreement,in addition to any damages that may be available at law and in equity. 13. Acknowledgement of Addendum. After issuance of solicitation,the City may release one or more addendum to thesolicitation which may provideadditional information to Proposers or alter solicitation requirements. The City will strive to reach every Proposer having received solicitation through the City's e-procurement system, PublicPurchase.com. However, Proposers are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation.This Acknowledgement of Addendum section certifies that the Proposer has received all addendum released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addenda may result in proposal disqualification. Initial to Confirm Initial to Confirm Initial to Confirm Receipt Receipt Receipt Addendum 1 Addendum 6 .Addendum 11 Addendum 2 Addendum 7 Addendum 12 Addendum 3 Addendum 8. Addendum 13 Addendum 4 Addendum 9 Addendum 14 Addendum 5 Addendum 10 Addendum 15 If additional confirmation of addendum is required,submit under separate cover. RFQ 2018-141-ND 21 DISCLOSURE AND DISCLAIMER SECTION The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach(the"City")for the recipient's convenience. Any action taken by the City in response to Statement of Qualifications made pursuant to this solicitation,or inmaking any award, or in failing or refusing to make any award pursuant to such Statement of Qualifications,,or in cancelling awards,or in withdrawing or cancelling this solicitation,either before or after issuance of an award,shall be without any liability or obligation on the part of the City. In its sole discretion,the City may withdraw the solicitation either before or after receiving Statement of Qualifications,may accept or reject Statement of Qualifications,and may accept Statement of Qualifications which deviates from the solicitation,as it deems appropriate and in its best interest. In its.sole discretion, the City may determine the qualifications and acceptability of any party or parties submitting Statement of Qualifications in response to this solicitation. Following submission of Statement of Qualifications, the applicant agrees to deliver such further details, information and assurances, including financial-and disclosure data,, relating tothe-Statement of Qualifications and the applicanrincluding,-without limitation; the applicant's affiliates,officers,directors,shareholders,partners and employees,as requested by the City in its discretion. The information contained herein is provided solely for the convenience of prospective Proposals. It is the responsibility of the recipient to assure itself that information contained herein is accurate and complete.The City does not provide any assurances as to the accuracy of any information in this solicitation. Any reliance on these contents,or on any permitted communications with City officials,shall be at the recipients own risk.Proposals should rely exclusively on their own investigations,interpretations,and analyses.The solicitation is being provided by the City without any warranty or representation,express or implied,as to its content,its accuracy,or its completeness.No warranty or representation is made by the City or its agents that any Statement of Qualifications conforming to these requirements will be selected for consideration, negotiation, or approval. The City shall have no obligation or liability with respect to this solicitation,the selection and the award process,or whether any award will be made.Any recipient of this solicitation who responds hereto fully acknowledges all the provisions of this Disclosure and,Disclaimer, is totally relying on this Disclosure and Disclaimer,and agrees to be bound by the terms hereof.Any Statement of Qualifications submitted to the City pursuant to this solicitation are submitted at the sole risk and responsibility of the party submitting such Statement of Qualifications. This solicitation is made subject to correction of errors,omissions,or withdrawal from the market without notice.Information is for guidance only,and does not constitute all or any part of an agreement. The City and all Proposals will be bound only as,if and when a Statement of Qualifications,as same may be modified,and the applicable definitive agreements pertaining thereto,are approved and executed by the parties, and then only pursuant to the terms of the definitive agreements executed among the parties.Any response to this solicitation may be accepted or rejected by the City for any reason,or for no reason,without any resultant liability to the City. The City is governed by the.Government-in-the-Sunshine Law, and all Statement of Qualifications and supporting documents shall be subject to disclosure as required by such,law.All Statement.of Qualifications shall be submitted in sealed proposal form and shall remain confidential to the extent permitted by Florida Statutes until the date and time selected for opening the responses. At that time, all documents received by the City shall become public records. Proposals are expected to make all disclosures and declarations as requested in this solicitation. By submission of a Statement of Qualifications,the Proposer acknowledges and agrees that the City has the right to make any inquiry or investigation it deems,appropriate to substantiate or supplement information contained in the Statement of Qualifications,and authorizes the release to the City of any and all information sought in such inquiry or investigation.Each Proposer certifies,that the information contained in the Statement of Qualifications is true,accurate and complete,to the best of its knowledge,information,and belief. Notwithstanding the foregoing or anything contained in the solicitation, all Proposals agree that in the event of a final unappealable judgment by a court.of competent jurisdiction which imposes on the City any liability arising out of this solicitation,or any response thereto, or any action or inaction by the City with respectthereto, such liability shall belimited to $10,000.00 as agreed-upon and liquidated damages. The previous sentence,,however, shall not be construed to circumvent any of the other provisions of this Disclosure and Disclaimer which imposes no liability on the City. In the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation„it is understood that theprovisions of this Disclosure and Disclaimer shall always govern.The solicitation and,any disputes arising from the solicitation shall be govemed by and construed in accordance with the laws of the State of Florida. , { RFQ 2018-141-ND 22- PROPOSER CERTIFICATION I hereby certify that I, as an authorized agent of the Proposer , am submitting the following information as my firm's proposal; Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document, ' inclusive of this solicitation,all attachments,exhibits and appendices and the contents of any Addenda released hereto,and the Disclosure and Disclaimer Statement;proposer agrees to bebound to any and all specifications,terms and conditions contained in the solicitation, and any released Addenda and understand that the following are requirements of this solicitation and failure to comply will result in disqualification of proposal submitted; Proposer has not divulged,discussed, or compared the proposal with other Proposals and has not colluded with any other proposer or party to any other proposal; proposer acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunsh ne_and_Public_RecordsLaws;_all_responses,_data_and nformation-contained_in_this_proposal,_inclusive_of_the_ Statement of Qualifications Certification,Questionnaire and Requirements Affidavit are true and accurate. Name of Proposer's Authorized Representative: Title of Proposer's Authorized Representative: Signature of Proposer's Authorized Representative: Date: { State of FLORIDA ) On this_day of ,20_,personally appeared before me who County of ) stated that (s)he is the of ,a corporation, and that the instrument was signed in behalf of the said corporation by authority of its board of directors and acknowledged said instrument to be its voluntary act and deed..Before me: Notary Public for the State of Florida My Commission Expires: RFQ 2018-1.41—ND"- • 23 APPENDIX B ° MIAMI AM . EAC • No Bid " Form • • RFQ No. 2018-141 -ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR SMALL PROJECTS• _ PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami,Beach, Florida 33139 to It i pprtan yfor:thosew vendots h'o have received notification of ° ttrs solicitati'or btffhavedecided not torespord�:to;cornplete and submit ' -the sttachecl"Statement of No Biol.."'The `*`Statemenf of No Bid" provides the 'City with information, on:`how• to ;improve the,solicitation process. Failutae to submit a° "Staternent�of No Bid" may result in not being; notified • ,of future-solicitations by the Ctty _�. -• --- : - 7 . RFQ'2018-141-ND • 24 ° Statement of No Bid WE HAVE ELECTED NOT TO SUBMIT A PROPOSAL AT THIS TIME.FOR REASON(S)CHECKED AND/OR INDICATED BELOW: _Workload does not allow us to proposal _Insufficient time to respond Specifications-unclear.or too-restrictive _Unable to meet specifications _Unable to meet service requirements _Unable to meet insurance requirements _Do not offer this product/service _OTHER. (Pleasespecify) We do_do not_want to be retained on your mailing list for future proposals of this type product and/or service. Signature: Title: Legal Company Name: Note: Failure to respond, either by submitting a proposal or this completed form, may result in your company being removed from our vendors list. PLEASE RETURN TO: `CITY:OF MIAMI BEACH PROCUREMENT DEPARTMENT ATTN: NATALIA DELGADO PROPOSALS#2018-141-ND 1755 Meridian.Avenue,3rd Floor MIAMI BEACH,FL 33139 RFQ 2018-141-ND I 25 APPENDIX C • MIAMI BEACH ); Minimum Requirements & Specifications RFQ No. 2018- 141 -ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL ' RENEWAL AND REPLACEMENT ' PROJECTS PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 RFQ 2018-141-ND . • ( 26. Cl. Minimum Eligibility Requirements.,The Minimum Eligibility Requirements for this solicitation are listed below. Proposer shall submit, with its proposal, the required submittal(s) documenting compliance with each minimum requirement. Proposers thatfail to include the required submittals with its proposal or fail to comply with minimum requirements shall be deemed non-responsive and shall not have its proposal considered. 1. Firms. Firms must be certified by the Florida Department of Business and Professional Regulation as architecture or engineering business. 2.. Architects/Engineers. Architects and engineers must be licensed by the Florida Department of Business and Professional Regulation for their area of work. C2.Statement of Work Required. It is the intent of the City of Miami Beach to select multiple firms within each category that may be contacted on an "as-needed basis"during the term of the contract to submit consulting proposals on small projects whose estimated construction value is less than theamount established in Category 5, Section 287.017,Florida Statutes (currently$325,000 or as amended by law)'or for a planning or study activity valued up to the amount established in Category 2,, Section 287.017, Florida Statutes(currently$35,000 or as amended by law).. The categories of work shall include: •Architecture—General ! •Architecture—Landscape •Engineering—Environmental Services and.Testing •Engineering—Mechanical,Electrical&Plumbing •Engineering—Structural •Engineering—Structural •Interior Design/Space Planning •LEED Commissioning The Administration will negotiate with a consultant(s)deemed to best qualified for the project based on an hourly rate(see Appendix E)or on a.negotiated lump•sum basis per project. If agreement is reached withthe consultant for a specific project,a Consultant Service Order(CSO)will beissued, along with'a Purchase.Order(PO).No work is authorized,,nor shall the City be liablefor payment, until the CSO and PO are issued: The select consultantwill be, required to perform the architectural and engineering services in accordance with the Master Agreement(Appendix E)and the CSO.The highest professional standards shall be utilized for all work.. _ I RFC 2018-141-ND 27 The selected consultant will be required to retain and be responsible for all sub-consultants necessary to achieve the assigned scope of work. Sub-consultants shall'be included in the CSO. The City may reject the use of any sub-consultant. The services authorized under the resulting Master Agreement,include(but are not limited to): • Acoustics,Noise Abatement • Fire Protection • Air Pollution Control • Heating;Ventilating;Air Conditioning, • Auditoriums and Theaters • Interior Design;Space Planning • Automation;Controls;Instrumentation • Irrigation;Drainage • Boundary Survey • Lab Testing Services • --Codes;Standards;Ordinances_ -- - — • -Landscape Architecture • Communications Systems;TV;Microwave • Lighting(Interior,Display,Theater,etc.) • Conceptual Studies • Lighting(Exterior,Streets,Memorials,Athletic Fields, • Construction Administration etc.) • Cost Estimating • Plumbing and Piping Design • Energy Conservation/Energy Sources, • Recreation Facilities(Parks,Marinas,etc.) • Electrical • Rehabilitation, Remodel, Renovate (Buildings, • General Environmental Services: Structures,Facilities,etc.) o Environmental Assessments . • Safety Engineering;Accident Studies;OSHA Studies o Air and-Water quality testing and • Security Systems;Intruder&Smoke Detection monitoring • Soils&Geologic.Studies;Foundations o Environmental sustainability planning • Storage Tank Repair and Monitoring services • Structural Design;Special Structures o Environmental support services to • Surveying,Mapping,GIS,and other services: achieve and maintain, regulatory • Platting;Mapping;Flood Plain Studies compliance • Roofing Assessments,Replacements • Contamination Assessment: • Swimming Pools j o Environmental Site Assessments • Testing&Inspection Services o Oversee and coordinate remediation • Topographical Survey project • Urban Renewals;Community Development o Preparation of sampling and remediation • Value Analysis;Life-Cycling Costing plans and other related documents • Any other professional services normally considered o Other associated tasks related to under the disciplines of architecture and engineering. regulatory compliance The selected architectural and/or engineering firms will be responsible for reviewing all existing City of Miami Beach Zoning Ordinances and Building Codes, aswell asany other applicable law or regulation.- The teams will be responsible for incorporating all the abovedata'into complete construction documents, including final working drawings, specifications, and bid documents necessary for the bidding and'construction of the project, and in.some instances, for construction management. The construction, documents and drawings must comply with the City of Miami Beach with all applicable local,state and federal regulations. C3.Term of Contract: It is expected that any resulting agreement shall be valid for a term-of three (3) years from effective date. The City Manager may approve two (2) additional one (1) year renewal periods based on satisfactory performance. C4. Fee Standards: For determination of project fees the City will use the Design Professional Fee Guidelines for "Basic" Architectural and Engineering Services available at httos://fo.statei1.us/docs/DMSAEFeeGuidedefinition.aso } RFQ 2018-141—ND - 28 APPENDIX D MIAAAI Insurance Requirements RFQ No. 2018- 141 -ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS • PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 331.39 1 RFQ 2018-141-ND - 29 • i INSURANCE REQUIREMENTS This document sets forth the minimum levels of insurance that the contractor is required to maintain throughout•the term of the contract and any renewal periods. XXX 1. Workers' Compensation and Employer's Liability per the Statutory limits of the state of Florida. XXX 2. - Comprehensive General Liability(occurrence form),—limits of liability$500;000.00 per occurrence for bodily injury property damage to include Premises/ Operations; Products,Completed Operations and Contractual Liability. Contractual Liability and Contractual Indemnity(Hold harmless endorsement exactly as written in."insurance requirements"of specifications). XXX 3. Automobile Liability - $100,000 each occurrence - owned/non-owned/hired automobiles included. 4. Excess Liability-$ .00 per occurrence to follow the primary coverages. XXX 5. The City must be named as and additional insured on the liability policies; and it must be stated on the certificate. XXX 6. Other Insurance as indicated: Builders Risk completed value $ .00 _Liquor Liability $ .00 _Fire Legal Liability $ .00 Protection and Indemnity $ .00 _Employee Dishonesty Bond ._ $ .00 XXX Other.Professional Liability $1,000;000.00` XXX 7. Thirty(30)days written cancellation notice required. • XXX 8. Best's guide.rating B+:VI or better,latest edition. XXX 9. The certificate must state the proposal number and title The City of Miami Beach is self-insured. Any and all claim payments made from self- insurance are subject to the limits and provisions of Florida Statute 768.28, the Florida Constitution,and any other applicable Statutes. RFQ 2018-141-ND 30 APPENDIX E MIAMI BEACH SAMPLE CONTRACT RFQ No: 2018- 141 -ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 RFQ 2018-141-ND 31 AGREEMENT BETWEEN CITY OF MIAMI BEACH AND XXXXXXXXXXXXXXXXXXXXXXXX FOR PROFESSIONAL ARCHITECTURE AND ENGINEERING SERVICES FOR THE XXXXXXXXXXXXXXXXX Resolution.No. RFQ 2018-141-ND 32 i • AGREEMENT BETWEEN CITY OF MIAMI BEACH AND FOR PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED-BASIS" PURSUANT TO REQUEST FOR QUALIFICATIONS NO. DISCIPLINE: RESOLUTION NO. • • RFQ .2018-141-ND 33 TABLE OF CONTENTS DESCRIPTION PAGE ARTICLE 1. DEFINITIONS 36 ARTICLE 2. BASIC SERVICES 40 ARTICLE 3. THE CITY'S RESPONSIBILITIES 45 ARTICLE 4. RESPONSIBILITY FOR CONSTRUCTION COST 46 ARTICLE 5. ADDITIONAL SERVICES 48 ARTICLE 6. REIMBURSABLE EXPENSES 49 ARTICLE 7. COMPENSATION FOR SERVICES 49 ARTICLE 8. CONSULTANT'S ACCOUNTING AND OTHER RECORDS 50 . ARTICLE 9. OWNERSHIP OF PROJECT DOCUMENTS 50 ARTICLE 10. TERMINATION OF AGREEMENT 51 ARTICLE 1.1. INSURANCE 52 ARTICLE 12. INDEMNIFICATION AND HOLD HARMLESS 53 ARTICLE 13. ERRORS AND OMISSIONS . 53 ARTICLE 14. LIMITATION OF LIABILITY 54 ARTICLE 15. NOTICE 54 ARTICLE 16.,MISCELLANEOUS PROVISIONS 54 RFQ 2018-141-ND 34 SCHEDULES: SCHEDULE A 58 SCHEDULE B - 59 SCHEDULE C 61 ATTACHMENTS: ATTACHMENLA_..........,.. ..,................ Error!Bookmark_not_defined`___ ATTACHMENT B Error! Bookmark not defined. ATTACHMENT C Error! Bookmarknot defined. - i RFQ 2018-141-ND 1 35 AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND — FOR — -- — — PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED-BASIS" This Agreement made and entered into this day of , 2016 , (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 a Florida corporation having its principal office at (hereinafter referred to as Consultant). WITNESSETH: WHEREAS, ; 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 definitionsincluded 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 whichmust be duly authorized, in writing, by the City Manager, or designee(s), 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. RFQ 2018-141-ND 36 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 asa 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, or designee(s)," shall mean the chief administrative officer of the City. The City Manager, or-designee(s), shall also be construed to include any duly authorized representatives designated by the City Manager, or designee(s), 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 Consultant pursuant to this Agreement, 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 hassubmitted completed Construction Documents to the City and (b) they have been reviewed and approved by the City and any agencies having jurisdiction in accordance with the procedures as otherwise'provided by the Contract Documents.. 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 Construction Documents are constructible, in compliance with all Applicable Laws and in accordance with the Contract Documents. CONSULTANT: The named entity on page 1 of this Agreement,, the "Consultant" shall mean the qualified and properly professionally licensed design 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 design professional'has been engaged by City and who will perform (or cause to be performed through Subconsultants acceptable to the City) all architectural, design:.and engineering'services required:under this Agreement and/or Consultant Service Order and will serve as the"architect of record" and/or"engineer of record"for the Project. When the term "Consultant" is used in this Agreementit 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 architectural, design, engineering 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 design professional it 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 design servicesin connection'with the Project. The Subconsultants in Schedule"C", attached hereto,,are hereby approved by the City Manager, RFQ 2018-141-ND 37 or designee(s),for the Project. CONSULTANT SERVICE ORDER: Consultant Service Order shall mean the work order issued by the City to Consultant (in substantial form as in Schedule A 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 the RFQ. CONTRACT AMENDMENT: "Contract Amendment" shall mean a written modification to the Agreement approved by the City (as specified below) and executed between City and Consultant, covering changes, additions, or reductions in the terms of this Agreement including, without limitation, authorizing a change in _ _i _ ---the Project;or the method and manner of performance thereof,or an adjustment in the fee and/or completion dates. Contract Amendments shall be approved by the City Manager, or designee(s), CONTRACT DOCUMENTS: "Contract Documents" shall mean this Agreement (together with all exhibits, addenda, Consultant Service Orders and written amendments issued thereto), and all Design Documents and Construction Documents. The Contract Documents shall also include, without limitation (together with all exhibits, addenda, and written amendments issued thereto), the Invitation to Bid (ITB), instructions to bidders, bid form, bid bond, Design Criteria Package (if any), the Contract for Construction, surety payment and performance bonds, Conditions of the Contract for Construction (General, Supplementary, and other Conditions), Divisions 0-17 specifications, an approved Change Order(s), approved Construction Change Directive(s), and/or approved written order(s)for a minor change in the Work. CONTRACT FOR CONSTRUCTION: "Contract for Construction" shall mean the legally binding agreement between City and Contractor for performance of the Work covered in the Contract Documents, including, without limitation, a general contractor,, construction manager, design-builder or any other duly licensed construction contractor selected pursuant to any other procurement methodology available under Florida law. 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 thesite, 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 elementsas 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 areconstructible, in compliance with all Applicable Laws and in accordance with the Contract Documents. RFQ 2018-141-ND 38 FORCE MAJEURE: "Force Majeure" shall mean any delay occasioned by superior or irresistible force occasioned by violence in nature without the interference of human agency such as a hurricane, tornado, flood, loss caused by fire and other similar unavoidable casualties; or other causes beyond the City's or Consultant's control that are not due to any act, omission or negligence of either City or Consultant and, which have, or may be reasonably expected to have, a material adverse effect on the Project, or on the rights and obligations of City or Consultant under this Agreement and which, by the exercise of due diligence, such parties shall not have-been able to avoid; provided, however, that inclement weather(except as noted above), the acts or omissions of Subconsultants, the Contractor and its sub-contractors, market conditions, labor conditions, construction industry price trends, and similar matters which normally impact on the construction processshall not be considered a Force Majeure. If the Consultant is delayed in performing any obligation under this Agreement due to a Force Majeure, the Consultant shall request a time extension from the Project Administrator within five (5) business days of said Force Majeure. Any time extension shall be subject to mutual agreement and shall not be cause for any claim by the Consultant for extra compensation, unless Additional Services are required and approved pursuant to Article 5 hereof. PROJECT: The "Project" shall mean that certain City capital project described in the Consultant Service Order. Project Cost: The "Project, Cost", shall mean the estimated totalcost of the Project, as prepared and established by the City, including the estimated Construction Cost and Soft Costs. The.Project Cost may, from time to time, be revised or adjusted by the City, in its sole discretion, to accommodate approved modifications or changes to the Project or scope of work. Project Scope: The "Project Scope" shall mean the description of the Project, as described in the Consultant_Service Order. j PROJECT ADMINISTRATOR: The "Project Administrator" shall mean the individual designated by the City Manager,or designee(s),who shall be the City's authorized representative to.issue directives andnotices, 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 designee(s), or City Commission under this Agreement, onto regulatory or administrative bodies having jurisdiction over the Project). PROPOSAL DOCUMENTS: "Proposal Documents" shall mean the RFQ, together with all amendments or addenda thereto (if any), which is incorporated by reference to this Agreement and made a part hereof; provided, however, that in .the event of an express conflict between the Proposal Documents and this Agreement, the Agreement shall prevail'. Consultant's proposal in response to the RFQ is included for reference purposes only and shall not be incorporated as part of this Agreement, except with respect to Consultant's representations regarding the qualifications and experience of Consultant and its key personnel, its commitment to provide the key personnel listed therein, and its capability to perform and deliver the Services in accordance with this Agreement and consistent with the all representations made therein. SCHEDULES: "Schedules" shall mean the various schedules attached to.this Agreement and referred to as follows: Schedule A— Consultant Service-Order Schedule B—Consultant Compensation.and.Hourly Billing Rate Schedule. Schedule C—Approved Subconsultants. SCOPE OF SERVICES: "Scope of Services" shall include the Project Scope, Basic Services, and any RFQ 2018-141-ND 39 • - f 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 performedpursuant to or undertaken under this Agreement. 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. 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 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 designee(s), or the Project Administrator. Consultant shall countersign the Consultant Service Order'upon receipt and return the signed copy to the City. 2.3 As it relates to the Services and the Project, Consultant warrants and represents to the City that it is knowledgeable of and shall comply with all Applicable Laws. The Consultant agrees to comply with. all Applicable Laws,whether now in effect or as may be amended or adopted fromtime 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 the design of 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 (including, without limitation,the Design Documents contemplated in Schedule "PC hereto). Consultant further warrants andrepresents that the approved:and permitted Construction Documents shall constitute a representation by Consultant to City that the Project, if constructed as required by the Contract Documents, will be fully functional, suitable and sufficient for,its intended purposes. 2.5 The Consultant's Basic Services may consist of various tasks, including planning, design; RFQ 2018-141-ND 40 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. 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 Design Documents and Construction Documents, 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 Design Documents and the Construction Documents. 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 discretionof the City Manager, or designee(s),, (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 theorderly 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. The Consultant shall coordinate the Services with all of its Subconsultants, as well as other consultants, including, without limitation, City provided consultants (if any). 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 RFQ 2018-141-ND 41 Project Administrator may grant a reasonable extension of time for completion of the particular.work involved, and authorize that the appropriate adjustment be made to the Project Schedule. The Project Administrator's approval(if granted)shall be in writing. 2.8 Consultant shall use its best efforts to, maintain a constructive, professional, cooperative working relationship with the Project Administrator, Contractor, and any and all other individuals and/or firms that have been contracted, or otherwise retained, to perform work on the Project. 2.9 The Consultant shall perform its duties under this Agreement, and under a Consultant Service Order, in a competent, timely and professional manner, and shall be responsible to the City for any failure in its performance,except to the extent that acts or omissions by the City make such performance impossible. 2.10 The Consultant is responsible for the professional quality, technical accuracy, completeness, performance and coordination of all Services required under the Agreement and under the Consultant Service Order (including the services performed by Subconsultants), within the specified time period and specified cost. The Consultant shall perform the Services utilizing the skill, knowledge, and judgment ordinarily possessed and used by a proficient consulting 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 re-performance of any non-conforming construction work resulting fromsuch deficient Services (i) for a period from the Effective Date of this Agreement, until twelve (12).months following final acceptance of the Work, (ii): or for the period of design liability required by applicable law, whichever is later. The Project Administrator shall notify the Consultant, in writing, of any deficiencies and shall approve the method and timing of the corrections. 2.10:1 The Consultant shall be responsible for deficient defective Services and any resulting deficient, defective construction work re-performed within. twelve (12) months following final acceptance and shall be subject to further re-performance, repair and replacement for twelve (12) months from the date of initial re-performance, not to exceed twenty-four months (24). from final acceptance. 2.11 The. City shall have the right, at any time, in its sole and absolute discretion, to submit for review to other consultants (engaged by the City at its expense) any or all parts of the Services and the Consultant shall fully cooperate in such review(s). Whenever others are required to verify, review,. or consider any Services performed by Consultant (including, without limitation, contractors, other design professionals, and/or other consultants retained by the City)„ the intent of such requirement is to enable,the Consultant to receive input from others' professional expertisetoidentify any discrepancies, errors or omissions that are inconsistent with industry standards for design or construction of 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, including, without limitation (and where applicable), via a set of marked-up drawings and specifications. 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. RFQ 2018-141-ND - _ . 42 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 shallbe 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 designee(s), 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 designee(s), 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 designee(s), 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 designee(s), 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 theprior 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:bewithinthe 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 suchdocuments and/or records. In addition, Consultant shallprovide 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 ANYWAY THE RFQ 2018-141-ND 43 CONSULTANT'S OBLIGATIONS UNDER THE. AGREEMENT OR OTHER CONTRACT DOCUMENTS. THE CITY'S PARTICIPATION, FACILITATION AND/OR ASSISTANCE TO THE CONSULTANT SHALL BE AT ITS SOLE DISCRETION AND SHALL NOT, IN ANY WAY, BE CONSTRUED, INTERPRETED AND/OR CONSTITUTE AN ASSUMPTION BY THE CITY OF CONSULTANT'S OBLIGATIONS, A WAIVER. OF CONSULTANT'S OBLIGATIONS AND/OR EXCUSE ANY BREACH BY CONSULTANT OF ITS OBLIGATIONS UNDER THE CONTRACT DOCUMENTS. THE PARTICIPATION IN THE PERFORMANCE OF ANY OF CONSULTANT'S OBLIGATIONS SHALL NOT PRECLUDE THE CITY FROM DECLARING CONSULTANT IN DEFAULT FOR.CONSULTANT'S FAILURE.TO' PERFORM SUCH.OBLIGATION, NOR SHALL IT LIMIT, IN ANY WAY, THE CITY'S RIGHTS AND REMEDIES IN CONNECTION THEREWITH. THE CONSULTANT EXPRESSLY ACKNOWLEDGES AND AGREES NOT TO RAISE' OR ASSERT AS DEFENSE TO ANY CLAIM, ACTION, SUIT AND/OR OTHER PROCEEDING OF A SIMILAR NATURE,THE CITY'S PARTICIPATION, ASSISTANCE AND/OR. FACILITATION IN THE PERFORMANCE OF CONSULTANT'S OBLIGATIONS. INCLUDING, WITHOUT LIMITATION, ASSISTING WITH OBTAINING PERMITS OR WITH COORDINATION WITH. UTILITIES, OR OTHER MATTERS RELATED TO THE PROJECT. IN THE EVENT OF ANY CONFLICT BETWEEN THIS SECTION AND/OR ANY OTHER PROVISION OF THIS AGREEMENT OR OTHER CONTRACT DOCUMENTS, THIS. SECTION SHALL GOVERN. 2.18 GREEN BUILDING STANDARDS: 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 protectthe 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 shallnot retain, add, or replace any Subconsultantwithout the prior written approval of the City Manager, or designee(s)„ 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 Subconsultants 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 performedby the Subconsultant. Payment of Subconsultants shall be the sole responsibility of the Consultant,,and'shall not be causefor any increase in compensation to the Consultant for payment of the Services. RFQ 2018-141-ND 44 ARTICLE 3.THE CITY'S RESPONSIBILITIES 3:1 The City Manager, or designee(s), 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, withoutlimitation, 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, or designee(s), may furnish accounting, and insurance counseling services for the. Project (including, withoutlimitation, auditing services to verify the Consultant's applications for payment, or to ascertain that Consultant hasproperlyremitted 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 fortheorderly progress of the Services and of the Work. 3.6 Except where otherwise expressly noted in this Agreement, the City Manager, or designee(s), 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, or designee(s), shall issue decisions and authorizations which may include, without; limitation, proprietary' review, approval, or comment upon the schedules, plans, reports, estimates,,contracts, andother documents submitted to the City by Consultant 3.6.1 The City Manager, or designee(s), shall have prior review and approval of the.Project Manager (and any replacements) and of any Subcdnsultants (and any replacements). 3.6.2 The City Manager, or designee(s), 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, or designee(s), may also consult with the City Commission on such matters. RFQ 2018-141-ND 45 J 3.5.3 At the request of Consultant, the.City Manager, or designee(s), 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. 3.6.4 The City Manager, or designee(s), may approve Contract Amendments. 3.6.5 The City Manager, or designee(s), 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. 3.6.6 The City Manager, or designee(s), shall be the City Commission's authorized representative , with regard to acting on behalf of the City in the eventof 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). 3.7 The City's review, evaluation, or comment as to any documents preparedby 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 purposesintended 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 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 addresssuch 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 the Consultant Service Order or other written directive of the Project Administrator. 4.2.1. At completion of the conceptual design (at such stage of completionof the Design Documents as may 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 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 atno additional cost to the City. 4.2.2. At the 30% and 60% completion of 'the Design Documents,. Consultant shall update its RFQ 2018-141-ND X46, 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 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 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 thetime 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 bidsor 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 shallre-design the Project within the Project Scope, construction schedule, sequence of Work, or such other action, as deemed necessary, toreduce 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 .besubject 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 Budgetis 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.. RFQ 2018-141-ND 47 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 withoutany 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 an hourly fee (in. accordance with the rates in Schedule "B" hereto),with a "Not to Exceed"amount; Reimbursable Expenses (if any) with a "Not to Exceed" amount;the amended Construction Cost Budget,(if applicable); the time required to complete the Additional Services; and an amended Project Schedule (if applicable). "Not to Exceed" shall mean the maximum cumulative hourly 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 beenforeseen at the time of the. Consultant Service Order (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 inconsistentwith 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. RFQ 2018-14.1-ND 48 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: 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. Except-as specified herein,-services that are required for-completion of the Construction Documents_shall-be part of Consultant's Basic Services. ARTICLE 6. REIMBURSABLE EXPENSES 6.1 Reimbursable Expenses must be authorized, in advance, in writing, by the Project Administrator. Invoices or vouchers for Reimbursable Expenses shall be submitted to the Project Administrator. (along with any supporting receipts and other back-up material requested by the Project Administrator). Consultant shall certify as to each such invoice and/or voucher that the amounts and items claimed as reimbursable are "true and correct and in accordance with the Agreement." Reimbursable Expenses may include, but not be limited to, the following: Cost of reproduction, courier,-and postage and handling of drawings, plans, specifications, and other Project documents (excluding reproductions for the office use of the. Consultant and its Subconsultants, and courier, postage and handling costs between the Consultant and its Subconsultants). _ Costs for reproduction and preparation of graphics for community workshops. Permit fees required by City of Miami Beach regulatory bodies having jurisdiction over the Project(i.e.. City permit fees). ARTICLE 7. COMPENSATION FOR SERVICES 7.1 Consultant's "Lump Sum" or "Not to Exceed" fee for provision of the Services, or portions thereof, as may beset forth and described in the Consultant. Service Order issued for a particular Project, shall be negotiated between the City and Consultant, and shall be set forth in the Consultant Service Order. 7.2 Payments forServicesshall be made,within forty-five (45) calendar/days of receipt and approval of an acceptable invoice by the Project. Administrator. Payments shall be made in proportion to the Services satisfactorily performed, so that the,payments.for Services never exceed the progress percentage noted in the Consultant's. Progress Schedule (to be submitted with each invoice). No mark-up shall be allowed on subcontracted work. In addition to the invoice, the Consultant shall, for Hourly Rate authorizations, submit a progress report giving the percentage of completion of the Project and the total estimated fee to completion. 7.3 Approved Additional Services shall be compensated in accordance with the hourly rates set forth in Schedule "B; attached hereto. Any request for payment of Additional Services shall be included with a Consultant payment request.. No mark-up shall beallowed on Additional Services (whether sub-contracted or not). i _ f RFQ 2018-141-ND 49 ' 1 7.4 Approved Reimbursable Expenses shall be paid in accordance with Article 6 hereto, up to the "Not to Exceed" Reimbursable allowance amount in the Consultant Service Order hereto..Any request for payment of Reimbursable Expenses shall also be included with Consultant's payment request. No mark-up shall be allowed on Reimbursable Expenses. 7.5 ESCALATION: The, initial hourly rates shall remain constant for the Initial Term of the agreement. Ninety (90) days prior to expiration of the InitialTerm, the City may consider an adjustment to the preceding year's unit costs for the subsequentyear. Only request for increases based on a corresponding, increase in the Consumer Price Index for All Urban Consumers; U.S. City average (1982-84=100), as established by the United States Bureau of Labor Statistics ("CPI"), or material adjustments to the scope or requirements of the RFQ by the City, including (but not limited to) living wage increases, will be considered. In the event that the City determines that the requested increase'is unsubstantiated; the Consultant agrees to perform all duties at the current cost terms. 7.6 No retainage shall be made from the Consultant's compensation on account of sums withheld by the City on payments to Contractor. 7.7 METHOD OF BILLING AND PAYMENT. Consultant shall invoice the Project Administrator in a timely manner, but no more than once on a monthly basis. Invoices shall identify the nature and extent of the work performed; the total hours of work performed by employee category; and the respective hourly billing rate associated therewith. In the event. Subconsultant work is used, the percentage of completion shall be identified. Invoices shall also itemize and summarize any Additional Services and/or Reimbursable Expenses. A copy of the written approval,of the Project Administrator for the requested Additional Service(s) or Reimbursable Expense(s) shall accompany the invoice. 7.7.1 If requested,.Consultant shall provide back-up for past and current invoices that records hours for all,work(by employee category), and cost itemizations for Reimbursable Expenses (by'category). ARTICLE 8. CONSULTANT'S ACCOUNTING AND OTHER RECORDS 8.1 All books, records (whether financial or otherwise), correspondence, technical documents, and any other records or documents related to the Services and/or Project will be available for examination and audit by the City Manager, or designee(s),, or his/her authorized representatives, at Consultants 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 Consultants 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 thecase 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, or designee(s), in RFQ 20.18-141-ND 50 • 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, or designee(s),. 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 Consultantin 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, or designee(s),. 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 suchadaptations 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, or designee(s)„ 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, atits soleoption 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 forany 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 beobligated 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 paymentof any amount which may be due to Consultant pursuant to this subsection '1.0.2.2, 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 RFQ 2018-141-ND 51' _ t . r f 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, or designee(s)„ 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 compensatedfor 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 _ L delivery to the Project Administrator of the Project documents (referenced in subsection 10.2.3 above). Upon payment of any amount which may be due to Consultant pursuant this subsection 10.3, the City shall have no further liability to Consultant. 10.4 TERMINATION BY CONSULTANT: The Consultant may only terminate this Agreement for cause, upon thirty(30) days prior written notice to the City, in the event that the City willfully violates any provisions of this Agreement or unreasonably delays payment of the Services or any portion thereof. In the event of a termination for cause by Consultant, the City shall pay Consultant for any Services satisfactorily performed and accepted up to the date of termination;; provided, however, that the City shall first be granted a thirty (30) day cure period (commencing upon receipt of Consultant's initial written notice). 10.4.1 The Consultant shall have no right to terminate this Agreement for convenience. 10.5 IMPLEMENTATION OF TERMINATION: In the event of termination (whether for cause or for convenience), the Consultant shall immediately, upon receipt of the City's written notice of termination:. (1) stop the performance of Services; (2) place no further orders or issue any other subcontracts, except for those which may have already been approved, in writing,, by the Project Administrator; (3) terminate all existing orders and subcontracts; and (4) promptly assemble all Project documents`(for delivery to the Project Administrator). . ARTICLE 11. INSURANCE 11.1 At all. times during the Term of this Agreement, Consultant shallmaintain the following required insurance coverage in full force and_effect. The Consultant shall not commence any work until satisfactory proof of all required insurance coverage has been furnished to the Project Administrator: (a) Workers' Compensation and Employer's Liability per the Statutory limits of the State of Florida. (b) Commercial General Liability on a comprehensive basis in an amount not less than $500,000 combined single limit per,occurrence for bodily injury and property damage. (c) Automobile Liability Insurance covering all owned, non-owned and hired vehicles used in connection with the work, in an amount not less than $100,000 combined single limit per occurrence for bodily injury and property damage.. (d) Professional Liability Insurance in an amount not less than $1,000,000 with the deductible per claim, if any, not to exceed 10%of the limit of liability. 11.2 The City must be named as and additional insured on the liability policies; and it must be stated on the certificate. 11.3 The, Consultant must give. the Project Administrator at least;thirty (30) days prior written notice of cancellation or of substantial modifications in ,any required insurance coverage. All certificates and endorsements shall contain this requirement. RFQ 2018,-1.41,-ND - 52 4 11.4 The insurance must be furnished by an insurance company rated A:V or better, or its equivalent, according to Bests' Guide Rating Book, and by insurance companies duly authorized to do business in the State of Florida, and countersigned by the company's Florida resident agent. 11.5 Consultant shall provide the Project Administrator with a certificate of insurance of all required, insurance policies.The City reserves the right to require a certified copy of such policies, upon written request to Consultant. - i ARTICLE 12. INDEMNIFICATION AND HOLD HARMLESS 12.1 To the fullest extent permitted by Section 725.08, Florida Statutes, the Consultant shall indemnify and hold harmless the City and its officers, employees, agents, and instrumentalities, from liabilities, damages, losses, and costs, including, but not limited to, reasonable attorneys' fees, to the extent caused by the negligence,.recklessness, or intentionally wrongful conduct of the Consultant and other persons employed or utilized by the Consultant in the performance of this Agreement. The Consultant shall pay all claims and losses in connection therewith and shall. investigate and defend all claims, suits, or actions of any kind or nature in the name of the City, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney's fees which may issue thereon. Consultant expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by.Consultant shall in no way limit its responsibility to indemnify, keep, and save harmless and defend the City or its officers, employees, agents, and instrumentalities as herein provided. 12.2 The Consultant agrees and recognizes that the City shall-not be held liable or responsible for any claims which may result from any negligent, reckless, or intentionally wrongful actions, errors or omissions of the Consultant in which the City participated either through review or concurrence of the Consultant's actions. In reviewing, approving or rejecting any submissions by the Contractor, orother 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 Contract Documents that were prepared by the Consultant will constitute an additional cost to the City that would not have been incurred without the error. The damages to the City for errors, omissions or any combinations thereof shall be calculated as the total cost of any damages or incremental costs to the City resulting out of the errors or omissions by the Consultant, including, without limitation, the direct, indirect and/or consequential damages resulting from the Consultant's errors and/or omissions or any combination.thereof. Damages shall include delay damages caused by the error, omission, or any combination thereof. Should the Consultant disagree that all or part of such damages are'the result of errors, omissions, or any combination , thereof, the Consultant may appeal this determination, in writing, to the applicable Assistant City Manager, or designee(s),. The Project Administrator's decision on all claims, questions and disputes shallbe final,, conclusive and binding upon the parties hereto unless such determination is clearly arbitrary or unreasonable. In the event that the Consultant does not agreewith the decision of the Project Administrator, the Consultant shall present any such objections, in writing,to the City Manager,;or designee(s),. The Project Administrator and the.Consultant shall abide by the decision of the City Manager,or designee(s),. 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. RFQ 2018-141-ND - _. 53 ARTICLE 14. LIMITATION OF LIABILITY 1 The City desires to enter into this Agreement only if in so doing the City can place a limit on its liability for any cause of action for money damages due to an alleged breach by the City of this Agreement so that its liability for any such breach never exceeds the "not to, exceed" amount of the fee paid to Consultant under this Agreement, less any amount(s) actually paid to Consultant hereunder. Consultant hereby expresses its willingness to enter into this Agreement, with Consultant's recovery from the City for any damages for action for breach of contract to be limited to Consultant's "not to exceed" fee under this Agreement, less any amount(s) actually paid by the City to the Consultant hereunder. Accordingly, and notwithstanding any other term or condition of this Agreement, Consultant hereby agrees tKiafth City shall not be liable to Consultant for money damages due to an alleged breach by the City of this Agreement, in an amount in excess of the "not to exceed amount" of Consultant's fees under this Agreement, which amount shall be reduced by any amount(s) actually paid by the City to Consultant hereunder. Nothing contained in this subsection, or elsewhere in this Agreement, is in any way intended to be a waiver of the limitation placed upon City's liability, as set forth in.Section 768.28, Florida Statutes. ARTICLE 15. NOTICE All written notices given to City by Consultant shall be addressed to: City Manager, or designee(s),'s Office City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 Attn: Jimmy L. Morales, City Manager, or designee(s),. With a copy to: City Manager, or designee(s),'s Office City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 Attn: Eric T. Carpenter, Assistant City Manager, or designee(s),. All written notices given to the Consultant from the City shall be addressed to: - r All notices mailed to either party shall be deemed to be sufficiently transmitted if sent by certified mail, return receipt requested. ARTICLE 16. MISCELLANEOUS PROVISIONS 16.1 VENUE: This Agreement shall be governed by, and construed in accordance with, the laws of the' s 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 RFQ 2018-141-ND 54 TO A TRIAL BY JURY OF ANY CIVIL LITIGATION RELATED TO, OR ARISING OUT OF, THIS AGREEMENT. 16.2 EQUAL OPPORTUNITY EMPLOYMENT GOALS: Consultant agrees that it will not discriminate against any employee or applicant for employment for work under this Agreement because of race, color, national origin, religion, sex, gender identity, sexual orientation, disability, marital or familial: status, or age, and will take affirmative steps to ensure that applicants are employed and employees are treated during employment without regard to race, color, national origin, religion, sex, gender identity, sexual orientation, disability, marital or familial status, or age. 16.3 PUBLIC ENTITY CRIMES ACT: In accordance with the Public Entity Crimes Act (Section 287.133, Florida Statutes), a person or affiliate who is a consultant, who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to the City, may not submit a bid,on a contract with the City for the construction or repair of a public building or public work, may not bid on leases of real property to the City, may not be awarded or perform work as a contractor, supplier, subcontractor, or subconsultant under a contract with the City, and may not transact business with the City in excess of the threshold amount provided in Section 287.017, Florida Statutes, for Category Two, for a period of 36 months from the date of being placed on the convicted vendor list. For violation of this subsection by Consultant, City shall have 'the' right to terminate the Agreement without any liability to City, and pursue debarment of Consultant il 16.4 NO CONTINGENT FEE: Consultant warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for Consultant, to solicit or secure this Agreement, and that it has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fideemployee 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 violationof this subsection, City shall have the right to terminate the Agreement, without any liability or, at its discretion, to deduct from the contract price.(or otherwise recover) the full amount of such fee, commission, percentage, gift, or consideration. 16.5 LAWS AND REGULATIONS: 16.5.1 The Consultant shall, during the Term of this Agreement, be governed by.all Applicable Laws which may have a bearing on the Services involved in the Project. 16.5.2 Proiect Documents. In accordance with Section 119.07 (3) (ee), Florida Statutes, entitled "Inspection, Examination, and Duplication of Records; Exemptions," all building plans, blueprints, schematic drawings, and diagrams, including draft, preliminary, and final formats, are exempt from the provisions of Section 119.07(1), Florida Statutes (inspection and copying of publiic,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, or designee(s),; may be disclosed to another entity to perform its duties and responsibilities; to a licensed architect, engineer, or contractor who is performing work on or related to the Project;:or upon a showing of good cause before a court of competent jurisdiction. The entities or persons receiving such information shall maintain the exempt status of the information. 16,5.2.1 'In addition to the requirements in this subsection 16.5.2, the Consultantagrees 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 RFQ 2018-141-ND`- 55 unless authorized by the City Manager, or designee(s)„ in writing. 16.5.2.2 The Consultant and its Subconsultants agree in writing that the Project documents are to be kept and maintained in a secure location. 16.5.2.3 Each set of the Project documents are to be numbered and the whereabouts of the documents shall be tracked at all times. 16.5.2.4 A log is developed to track each set of documents logging in the date, time, and name of the individual(s)that work on or view the documents. 16.6 CORRECTIONS TO CONTRACT DOCUMENTS: The Consultant shall prepare, without added compensation, all necessary supplemental documents to correct errors, omissions, and/or ambiguities which may exist in the Contract Documents prepared by Consultant, including documents prepared by its Subconsultants. Compliance with this subsection shall not be construed to relieve the Consultant from any liability resulting from any such errors, omissions, and/or ambiguities in the Contract Documents and other documents or Services related thereto. 16.7 ASSIGNMENT: The Consultant shall not assign, transfer or convey this Agreement to any other, person, firm, association or corporation, in whole or in part, without the prior written consent of the City Commission, which consent, if given at all, shall be at the Commission's sole option and discretion. However, the Consultant will be permitted to cause portions of the Services to be performed by Subconsultants, subject to the'prior written approval of the City Manager, or designee(s),. 16.8 SUCCESSORS AND ASSIGNS: The Consultant and the City each binds himself/herself, his/her partners, successors, legal representatives and assigns to the other party of the Agreement and to the partners, successors, legal representatives, and assigns of such party in respectto all covenants of this Agreement. The Consultant shall afford the City (through the City Commission) the opportunity to approve or reject all proposed assignees, successors or other changes in-the ownership structure and composition of the Consultant. Failure to do so constitutes a breach of this Agreement by the Consultant. 16.9 PROVISION OF ITEMS NECESSARY TO COMPLETE SERVICES: In the performance of the Services prescribed herein, it shall be the responsibility of the Consultant to provide all salaries, wages, materials, equipment,. Subconsultants, and other purchased services, etc., as necessary to complete said Services. 16.10 INTENT OF AGREEMENT: 16.10.1 Theintent of the Agreement is for the Consultant to provide design and other services, and to include all necessary items for the proper completion of such services for a fully functional Project which, when constructed in'accordance with the design, will be able to be used by the City for its intended purpose. The Consultant shall perform,. as Basic Services, such incidental work which may not be specifically referenced, as necessary to complete the Project. 16.10.2 This Agreement is for the benefit of the parties only and it does notgrant 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 dama9e pursuant to the terms or provisions of the Agreement. 16.,10.3 No acceptance, order, payment, or certificate of or by the City,, or its employees or agents, shall either stop the City from asserting any rights or operate as a waiver;of any provisions. RFQ 2018-141-ND 56 hereof or of any power or right herein reserved to the.City or of any rights to damages herein provided. 16.11 This document incorporates and includes all prior negotiations, correspondence, conversations, agreements, or understandings applicable to the matters contained herein; and the parties agree that there are no commitments, agreements, or understandings concerning the subject matter of this Agreement that are not contained in this document.. Accordingly, the parties agree that no deviation from the terms hereof shall be predicated upon any prior representations or agreements whether oralor written. It is further agreed that no modification, amendment or alteration in the terms or conditions contained herein shall be effective unless memorialized in written document approval and executed with the same formality and of equal dignity herewith. IN WITNESS WHEREOF, the parties hereto have hereunto caused these presents to be signed in their names by their duly authorized officers andprincipals, attested by their respective witnesses and City Clerk on the day and year first hereinabove written. Attest CITY OF MIAMI BEACH: CITY CLERK MAYOR Attest xxxxxxxxxxxxxxx t ' Signature/Secretary Sig nature/President Print Name Print Name • RFQ 2018-141-ND- 57 SCHEDULE A PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND CONSULTANT SERVICE ORDER Service Order No. _ for Consulting Services. TO: PROJECT NAME: Project Name DATE: Pursuant to the agreement between the City of Miami Beach and Consultant for PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON.AN "AS-NEEDED" BASIS (RFQ XXXXXXXX) you are directed to provide the following services: SCOPE OF SERVICES: Per attached proposal dated _ , to be considered part of this Agreement. Estimated calendar days to complete this work: Days Original Service Order Amount: $ Total From Previous Additional Service Orders: Fee for this Service Order is Lump Sum/Not to Exceed amount of: Total Agreement to Date: $ City'sProject Date Coordinator/Manager { Assistant Director Date Consultant. Date Project Administrator-Director Date RFQ 2018-141-ND 58 • SCHEDULE B CONSULTANT COMPENSATION . Schedule of Payments • Planning Services* $XXXXXXXX Design Services* $XXXXXXXX Bidding and_Award_Services_ __ _________ _ __ - _ $XXXXXXXX_ Construction Administration** $XXXXXXXX Reimbursable Allowance*** $XXXXXXXX Note*: These services will be paid lump sum based on percentage complete of each phase as identified in the individual tasks. Note**: Construction Administration will be paid on a monthly basis upon commencement of construction. In the event that, throughno fault of the Consultant, Construction Administration services are required to be extended, whichextension shall be subject to prior City approval, and what shall be at the City's sole discretion, the Consultantagrees to extend said services for$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. RFQ 2018-141-ND 59 HOURLY BILLING RATE SCHEDULE Project Principal $172.50 Project Engineer(Coastal or $116.15 Other) Project Manager $138.00 Sr. Field Services Professional $116.15 Senior Civil Engineer $138.00 Field Services Professional $ 80.50 Civil Engineer $116.15 Threshold Inspector $138.00 Senior Electrical Engineer $138.00 Structural Special Inspector $109.25 Electrical Engineer $116.15 Technical Editor $ 74.75 I . Senior Mechanical Engineer $138.00 Senior GIS Specialist $116.15 - -- MechanicalEngineer , -$116.-15.__. GIS_Specialist. -$-86:25-- - - Senior Structural Engineer $138.00 Staff Engineer/Geologist/Scientist $ 94.30 Structural Engineer $116.15 Landscape Designer $ 95.45. Senior Environmental Engineer $138.00 Planner $116.15 Environmental Engineer $116.15 Project Principal.(Structural Engineer) $172.50 Environmental Technician $ 74.75 Project Manager(Structural Engineer) $138.00 Environmental Specialist $ 63.25 CAD Technician (Structural) $ 63.25 Environmental Permit Specialist $ 63.25 Traffic Engineers $116.15 Project Scientist $120.75 Cost Estimator $ 74.75 Senior Surveyor $138.00 Specifications Writer $ 63.25 Surveyor $1.16.1.5 Construction AdministratorlManager $ 94.30 Surveyor Support Staff $ 69.00 Senior Project Manager $138.00 Senior Architect $138.00 MEP Project Engineer $138.00 j Architect $116.15 Horticultural/maintenance Consultant $ 86.25 Senior Designer $138.00 Irrigation Engineer $ 94.30 Designer $. 95.45 Job Captain $ 92.00 Senior Urban Planner $138.00 Interior Designer $ 95.45 Senior CAD Technician $ 69:00 Principal/Director of Design $138.00 CAD Technician $ 63.25 Senior Landscape Architect ' $138.00 Landscape Architect $116.15. Clerical $ 40.25 Administrative Assistant $ 40.25 Survey Crew Party of2 $140.68 Survey Crew Party of 2 w/GPS $168.51 Survey Crew Party of 3 ' $170.44 Survey Crew Party of 3 w/GPS $197.01 Survey Crew Party of 4 ' $211.31 Survey Crew Party of 4 w/GPS $250.13 Sr. Inspector(CEI) $103.50 Inspector(CEI, Field or ' $ 94.88 Construction) RFQ 2018-141-ND I 60 SCHEDULE C , APPROVED SUBCONSULTANTS RFQ 2018-141-ND 61 APPENDIX F AAIAMI BEACH STANDARD FORM 330 RFQ No. 2018- 141 -ND • PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 RFQ 2018-141-ND - 62 ARCHITECT-ENGINEER QUALIFICATIONS OMB Control Number: 9000-0157 Expiration Date: 11/30/2017 Paperwork Reduction Act Statement-This information collection meets the requirements of 44 USC§3507,as amended by section 2 of the Paperwork Reduction Act of 1995. You do not need to answer these questions unless we display a valid Office of Management and Budget(OMB)control number. The OMB control number for this collection Is 9000-0157. We estimate that it will take 29 hours(25 hours for part 1 and 4 hours for Part 2)to read the Instructions,gather the facts,and answer the questions. Send only comments relating to our time estimate,Including suggestions for reducing this burden,or any other aspects of this collection of information to: General Services Administration,Regulatory Secretariat Division(M1 V1CB),1800 F Street,NW,Washington,DC 20405. PURPOSE DEFINITIONS Federal agencies use this form to obtain information from Architect-Engineer Services: Defined in FAR 2.101, architect-engineer(A-E)firms about their professional qualifications. Federal agencies select firms for A-E contracts on Branch Office: A geographically distinct place of business or the basis of professional qualifications as required by 40 U.S.C. subsidiary office of a firm that has a key role on the team. chapter 11;Selection of Architects Engineers,and Part 36 of the Federal Acquisition Regulation(FAR). • Discipline: Primary technical capabilities of key personnel,as • The Selection of Architects and Engineers statute requires the evidenced by academic degree, professional registration, - public announcement of requirements for A-E services(with certification,and/or extensive experience. some exceptions provided by other statutes),and the selection of at least three of the most highly qualified firms based on Firm: Defined in FAR 36.102. demonstrated competence and professional qualifications • according to specific criteria published in the announcement. Key Personnel: Individuals who will have major contract The Act then requires the.negotiation of a contract at a fair and responsibilities and/or provide unusual or unique expertise. reasonable price starting first with the most highly qualified firm. The information used to evaluate firms is from this form and other SPECIFIC INSTRUCTIONS sources, including performance evaluations,any additional data requested by the agency,and interviews with the most highly Part I-Contract-Specific Qualifications qualified firms and their references. Section A.Contract Information. GENERAL INSTRUCTIONS 1. Title and Location. Enter the title and location of the • • contract for which this form is being submitted,exactly as shown Part I presents the qualifications for a specific contract in the public-announcement or-agency request. Part!1 presents the general qualifications of a firm ora specific 2. Public Notice Date. Enter the posted date of the agency's branch office of a firm. Part II has two uses: notice on the Federal Business Opportunity website (FedBizOpps), other form of public announcement or agency request for this contract 1. An A-E firm may submit Part II to the appropriate central, • regional or local office of each federal agency to be kept on file. 3. Solicitation or Project Number. Enter the agency's A public announcement is not required for certain contracts,and solicitation number and/or project number, if applicable, agencies may use Part II as a basis for selecting at least three of exactly as shown in the public announcement or agency request the most highly qualified firms for discussions prior to requesting for this contract. submission of Part I. Firms are encouraged to update Part II on file with agency offices,as appropriate,according to FAR Part Section B. Architect-Engineer Point of Contact. 36. If a firm has branch offices,submit a separate Part II for each branch office seeking work. 4-8. Name, Title, Name of Firm, Telephone Number, Fax (Facsimile) Number and E-mail (Electronic Mail) Address, 2. Prepare a separate Part II for each firm that will be part of Provide information for a representative of the prime contractor the team proposed_foL.a_specific.contract.and..submittedwith-Part-- •-•--or joint-venture--that-the-agency can-contact-for additiairal -- j I. If a firm has'branch offices,submit a separate Part II for each information. branch office that has a key role on the team. • INDIVIDUAL AGENCY INSTRUCTIONS Individual agencies may supplement these instructions. For example,they may limit the number of projects or number of pages submitted in Part I in response to a public announcement for a particular project. Carefully comply with any agency j V instructions when preparing and submitting this form. Be as concise as possible and provide only the information requested by the agency. AUTHORIZED FOR LOCAL REPRODUCTION 7 STANDARD FORM 330(REV.8/2016)PAGE 1 OF INSTRUCTIONS ' • Prescribed by GSA-FAR(48 CFR)53,236-2(b) • Section C. Proposed Team, 19. Relevant Projects. Provide information on up to five projects in which the person had a significant role that 9-11. Firm Name,Address,and Role in This Contract demonstrates the person's capability relevant to her/his proposed Provide the contractual relationship,name,full mailing address, role in this contract. These projects do not necessarily have to and a brief description of the role of each firm that will be be any of the projects presented in Section F for the project team involved in performance of this contract. List the prime • if the person was not involved in any of those projects or the contractor or Joint venture partners first. If a firm has branch person worked on other projects that were more relevant than offices,indicate each individual branch office that will have a key the team projects in Section F. Use the check box provided to role'on the team: The named subcontractors and outside indicate if the project was performed with any office of the current associates or consultants must be used,and any change must firm. If any of the professional services or construction projects be approved by the contracting officer.(See FAR Part 52 Clause are not complete,leave Year Completed blank and indicate the "Subcontractors and Outside Associates and Consultants status In Brief Description and Specific Role(block(3)). (Architect-Engineer Services)"). Attach an additional sheet in the same format as Section C if needed. Section F. Example Projects Which Best Illustrate Proposed Team's Qualifications for this Contract. Section D. Organizational Chart of Proposed Team. • • Select projects where multiple team members worked As an attachment after Section C,present an organizational • together, if,possible,that demonstrate the team's capability to • chart of the proposed team showing the names and roles of all perform work similar to that required for this contract. Complete • key personnel listed in Section E and the firm they are one Section F for each project Present ten projects,unless associated with as listed in Section C. otherwise specified by the agency. Complete the following blocks for each project: Section E. Resumes of Key Personnel Proposed for this Contract. 20. Example Project Key Number. Start with"1"for the first project and number consecutively. • Complete this section for each key person who will participate in this contract. Group by firm,with personnel of the 21. Title and Location. Title and location of project or prime contractor or joint venture partner firms first. The following contract. For an indefinite delivery contract,the location is the blocks must be completed for each resume: geographic scope of the contract. 12. Name. Self-explanatory. 22. Year Completed. Enter the year completed of the professional services(such as planning,engineering study, 13. Role in this contract. Self-explanatory. design,or surveying),and/or the year completed of construction, if applicable. If any of the professional services or the construction projects are not complete,leave Year Completed • 14. Years Experience. Total years of relevant experience blank and indicate the status in Brief Description of Project and •• (block 14a),and years of relevant experience with current firm, Relevance to this Contract(block 24). but not necessarily the same branch office(block 14b). 23a.,Project Owner. Project owner or user,such as a 15. Firm Name and Location. Name,city and state of the government agency or installation,an institution,a corporation or firm where the person currently works,which must correspond private individual. with one of the firms(or branch office of a firm,if appropriate) • I listed in Section C. 23b. Point of Contact Name. Provide name of a person associated with the project owner or the organization which 16. Education. Provide information on the highest relevant contracted for the professional services,who is very familiar with academic degree(s)received. Indicate the area(s)of the project and the firm's(or firms')performance. specialization for each degree. 17. Current Professional Regi23c. Point of Contact Telephone Number. Self-explanato Registration. Provide information ry. on current relevant professional registration(s)in a State or 24. Brief Description of Project and Relevance to this possession of the United States,Puerto Rico,or the District of Columbia according to FAR Part 36. Contract. Indicate scope,size,cost,'principal elements and . special features of the project. Discuss the relevance of the • example project to this contract. Enter any other Information 18. Other Professional Qualifications. Provide information requested by the agency for each example project on any other professional qualifications relating to this contract, such as education,professional registration,publications, organizational memberships,certifications,training, awards,and foreign language capabilities. • STANDARD FORM 330(REV.8/2016) ' PAGE 2 OF INSTRUCTIONS • 25. Firms from Section C Involved with this Project. Indicate 29. Example Projects Key. List the key numbers and titles of which firms(or branch offices,if appropriate)on the project team the example projects in the same order as they appear in Section were involved in the example project,and their roles. List in the F. same order as Section C. Section H. Additional Information. Section G. Key,Personnel Participation in Example Projects. 30. Use this section to provide additional information This matrix is intended to graphically depict which key specifically requested by the agency or to address selection personnel identified in Section E worked on the example projects criteria that are not covered by the information provided in listed in Section F: Complete the following blocks(see example Sections A-G. below). Section I. Authorized Representative. • 26,and 27. Names of Key Personnel and Role in this Contract. List the names of the key personnel and their 31.and 32. Signature of Authorized Representative and proposed roles in this contract in the same order as they appear Date, An authorized representative of a joint venture or the in Section E. prime contractor must sign and date the completed form. Signing attests that the Information provided is current and 28. Example Projects Listed in Section F. In the column factual,and that all firms on the proposed team agree to work on under each project key number(see block 29)and for each key the project. Joint ventures selected for negotiations must make • person,place an"X"under the project key number for available a statement of participation by a principal of each participation in the same or similar role. member of the joint venture. 33. Name and Title. Self-explanatory. • • SAMPLE ENTRIES FOR SECTION G (MATRIX) • 26. NAMES OF KEY 27, ROLE IN THIS 28. EXAMPLE PROJECTS LISTED IN SECTION F PERSONNEL CONTRACT (Fill in'Example Projects Key"section below first,before (From Section E, (From Section E, completing table. Place'X"under project key number for Block 12) Block 13) ' participation in same or similar role.) 1 2 3 4 5 ' 6 7 8 9 10 Jane A. Smith - Chief Architect X X Joseph B. Williams Chief Mechanical Engineer X X X X • Tara C. Donovan Chief Electricial Engineer X X X •• 29. EXAMPLE PROJECTS KEY NUMBER TITLE OF EXAMPLE PROJECT(From Section F) NUMBER TITLE OF EXAMPLE PROJECT(From Section F) 1 Federal Courthouse, Denver, CO 6 XYZ Corporation Headquarters, Boston, MA 2 Justin J. 'Wilson Federal Building, 7 Founder's Museum, Newport, RI Baton Rouge, LA STANDARD FORM 330(REV.8/2016) PAGE 3 OF INSTRUCTIONS . , Part II•General Qualifications See the"General Instructions"on page 1 for firms with branch 9. Employees by Discipline. Use the relevant disciplines and , Offices. Prepare Part II for the specific branch office seeking associated function codes shown at the end of these instructions work if the firm has branch offices. and list in the same numerical order. After the listed disciplines, write in any additional disciplines and leave the function code 1. Solicitation Number. If Part II is submitted for a specific blank. List no more than 20 disciplines. Group remaining contract,insert the agency's solicitation number and/or project employees under"Other Employees"in column b, Each person • number,if applicable,exactly as shown in the public can be counted only once according to his/her primary function. announcement or agency request. If Part II is prepared for a firm(including all branch offices),enter the number of employees by disciplines In column c(1). If Part II 2a-2e. Firm(or Branch Office)Name and Address. Self- is prepared for a branch office,enter the number of employees explanatory. by discipline in column c(2)and for the firm in column c(1). i I 3. Year Established. Enter the year the firm(or branch 10. Profile of Firm's Experience and Annual Average office,if appropriate)was established under the current name. Revenue for Last 5 Years. Complete this block for the firm or I • branch office for which this Part II is prepared. Enter the ` • 4. Unique Entity Identifier. Insert the unique entity identifier experience categories which most accurately reflect the firm's I issued by the entity designated at SAM. See FAR part 4.6. technical capabilities and project experience. Use the relevant experience categories and associated profile codes shown at the 5. Ownership. end of these instructions,and list in the same numerical order. After the listed experience categories,write in any unlisted j a,Type. Enter the type of ownership or legal structure of the relevant project experience categories and leave the profile firm(sole proprietor,partnership,corporation,joint venture,etc.). . codes blank. For each type of experience,enter the appropriate revenue index number to reflect the professional services b.Small Business Status. Refer to the North American ,revenues received annually(averaged over the last 5 years)by Industry Classification System(NAICS)code in the public the firm or branch office for performing that type of work. A announcement, and indicate if the firm is a small business particular project may be identified with one experience category according to the current size standard for that NAICS code(for or it may be broken into components,as best reflects the example,Engineering Services(part of NAICS 541330), capabilities and types of work performed by the firm. However, s Architectural Services(NAICS 541310), Surveying and Mapping do not double count the revenues received on a particular Services(NAICS 541370)). The small business categories and project. the.internet website for the NAICS codes appear in FAR part 19. Contact the requesting agency for any questions. Contact your 11. Annual Average Professional Services Revenues of Firm local U.S.Small Business Administration office for any questions for Last 3 Years. Complete this block for the firm or branch office regarding Business Status. for which this Part II is prepared. Enter the appropriate.revenue l index numbers to reflect the professional services revenues 6a-6c. Point of Contact. Provide this information for a received annually(averaged over the last 3 years)by the firm or • representative of the firm that the agency can contact for branch office. Indicate Federal work(performed directly for the additional Information. The representative must be empowered Federal Govemment,either as the prime contractor or i to speak on contractual and policy matters. subcontractor),non-Federal work(all other domestic and foreign l work,including Federally-assisted projects),and the total. If the I 7. Name of Firm. Enter the name of the firm if Part II Is firm has been in existence for less than 3 years,see the prepared for a branch office. definition for"Annual Receipts"under FAR 19.101. I 8a-8c. Former Firm Names. Indicate any other previous 12. Authorized Representative. An authorized names for the firm(or branch office)during the last six years. representative of the firm or branch office must sign and date the Insert the year that this corporate name change was effective completed form. Signing attests that the information provided is I and the associated unique entity identifier. This information Is current and factual. Provide the name and title of the authorized used to review past performance on Federal contracts. representative who signed the form. i I STANDARD FORM 330(REV.81201.6) PAGE 4 OF INSTRUCTIONS • List of Disciplines (Function.Codes) Code Description Code Description 01 Acoustical Engineer 32 Hydraulic Engineer 02 Administrative 33 Hydrographic Surveyor• 03 Aerial Photographer . 34 Hydrologist 04 Aeronautical Engineer 35 Industrial Engineer • 05 Archeologist 36 Industrial Hygienist • 06 Architect 37 Interior Designer 07 Biologist 38 Land Surveyor 08 CADD Technician 39 Landscape Architect • 09 Cartographer 40 , Materials Engineer 10 Chemical Engineer 41 Materials Handling Engineer I 11 Chemist 42 Mechanical Engineer • 12 Civil Engineer 43 Mining Engineer I ' 13 Communications Engineer 44 Oceanographer • 14 Computer Programmer 45 Photo Interpreter 15 Construction Inspector 46 Photogrammetrist •16 Construction Manager 47 Planner: Urban/Regional I 17 Corrosion Engineer 48, Project Manager 18 Cost Engineer/Estimator 49 Remote Sensing Specialist 1 19 Ecologist • 50 Risk Assessor 1 20 Economist 51 Safety/Occupational Health Engineer ' 21 Electrical Engineer 52 Sanitary Engineer 22 Electronics Engineer 53 Scheduler I 23 Environmental Engineer 54 Security Specialist , 24 ' Environmental Scientist55 Solis Engineer I 25 Fire Protection Engineer 56 Specifications Writer 26 Forensic Engineer 57 Structural Engineer ' 27 Foundation/Geotechnical Engineer 58 Technician/Analyst 28 Geodetic Surveyor 59 Toxicologist 29 Geographic Information System Specialist 60 Transportation Engineer • 30 Geologist _ 61 Value Engineer 31 Health Facility Planner 62 Water Resources Engineer • � 7 i • i • 1 • . 1 1 • STANDARD FORM 330(REV.812016) PAGE 5 OF INSTRUCTIONS List of Experience Categories (Profile Codes) Code Description Code Description A01 Acoustics,Noise Abatement E01 Ecological&Archeological Investigations A02 Aerial Photography;Airborne Data and Imagery E02 Educational Facilities;Classrooms Collection and Analysis E03 Electrical Studies and Design A03 Agricultural Development;Grain Storage;Farm Mechanization E04 Electronics . A04 Air Pollution Control E05 Elevators;Escalators;People-Movers E06 Embassies and Chanceries A05 Airports; Navaids;Airport Lighting;Aircraft Fueling E07 Energy Conservation;New Energy Sources A06 Airports;Terminals and Hangars; Freight Handling E08 Engineering Economics A07 Arctic Facilities E09 Environmental Impact Studies, A08 Animal Facilities Assessments or Statements • A09 Anti-Terrorism/Force Protection El0 Environmental and Natural Resource A10 Asbestos Abatement Mapping All Auditoriums&Theaters Eli Environmental Planning E12 Environmental Remediation . Al2 Automation;Controls;Instrumentation E13 Environmental Testing and Analysis ' B01 Barracks;Dormitories B02 Bridges F01 Fallout shelters;Blast-Resistant Design { F02 Field Houses;Gyms;Stadiums CO1 Cartography . F03 Fire Protection F04 Fisheries;Fish ladders i CO2 Cemeteries(Planning&Relocation) F05 Forensic Engineering CO3 Charting:Nautical and Aeronautical F06 Forestry&Forest products C04 Chemical Processing&Storage CO5 Child Care/Development Facilities GO.1 Garages;Vehicle Maintenance Facilities; C06 . Churches;Chapels Parking Decks C07 Coastal Engineering G02 Gas Systems(Propane;Natural,Etc.) , • • C08 Codes;Standards;Ordinances G03 Geodetic Surveying:Ground and Air-borne . 009 Cold Storage; Refrigeration and Fast Freeze G04 Geographic Information System Services: • 010 Commercial Building (low rise);Shopping Centers Development,Analysis,and Data Collection C11 Community Facilities G05 Geospatial Data Conversion:Scanning, C12 Communications Systems;TV;Microwave Digitizing,Compilation,Attributing,Scribing, 013 Computer Facilities;Computer Service Drafting • C14 Conservation and Resource Management G06 Graphic Design • C15 Construction Management • H01 Harbors;Jetties;Piers,Ship Terminal '' C16 Construction Surveying Facilities C17 Corrosion Control;Cathodic Protection;Electrolysis H02 Hazardous Materials Handling and Storage 018 Cost Estimating;Cost Engineering and H03 Hazardous,Toxic,Radioactive Waste Analysis;Parametric Costing;Forecasting Remediation C19 Cryogenic Facilities H04 Heating;Ventilating;Air Conditioning H05 Health Systems Planning • 001 Dams(Concrete;Arch) H06 Highrise;Air-Rights-Type Buildings I H07 Highways; Streets;Airfield Paving; Parking j D02 Dams(Earth;Rock);Dikes; Levees Lots • D03" Desalinization(Process&Facilities) H08 Historical Preservation D04 Design-Build-Preparation of Requests for Proposals H09 Hospital&Medical Facilities D05 Digital Elevation and Terrain Model Development H10 Hotels;Motels D06 Digital Orthophotography F111 Housing (Residential, Multi-Family; D07 Dining Halls;Clubs; Restaurants Apartments;Condominiums) D08 Dredging Studies and Design H12 Hydraulics&Pneumatics • H13 Hydrographic Surveying • STANDARD FORM 330(REV.8/2016) PAGE 6 OF INSTRUCTIONS • List of Experience Categories (Profile Codes continued) Code Description Code, Description 101 Industrial Buildings;Manufacturing Plants P09 Product,Machine Equipment Design 102 Industrial Processes;Quality Control P10 Pneumatic Structures,Air-Support Buildings 103 Industrial Waste Treatment • P11 Postal Facilities 104 Intelligent Transportation Systems P12 Power Generation,Transmission,Distribution 105 Interior Design;Space Planning P13 Public Safety Facilities 106 Irrigation;Drainage R01 Radar;Sonar;Radio&Radar Telescopes J01 Judicial and Courtroom Facilities R02 Radio Frequency Systems&Shieldings LO1 Laboratories;Medical Research Facilities R03 Railroad;Rapid Transit L02 Land Surveying R04 Recreation Facilities(Parks,Marinas,Etc.) L03 Landscape Architecture R05 Refrigeration Plants/Systems L04 Libraries;Museums; Galleries R06 Rehabilitation(Buildings;Structures;Facilities) L05 Lighting(Interior; Display;Theater, Etc.) R07 Remote Sensing LO6 Lighting(Exteriors;Streets; Memorials; R08 Research Facilities Athletic Fields, Etc.) RO9 Resources Recovery;Recycling • MO1 Mapping Location/Addressing Systems R10 Risk Analysis M02 Materials Handling Systems; Conveyors;Sorters R11 Rivers;Canals;Waterways;Flood Control M03 Metallurgy R12 Roofing M04 Microclimatology;Tropical Engineering • • SO1 Safety Engineering;Accident Studies;OSHA •• M05 Military Design Standards Studies M06 Mining&Mineralogy • S02 Security Systems; Intruder&Smoke Detection • M07 Missile Facilities(Silos;Fuels;Transport) S03 Seismic Designs&Studies MO8 Modular Systems Design;Pre-Fabricated Structures or SO4 Sewage Collection,Treatment.and Disposal Components S05 Soils&Geologic Studies;Foundations S06 Solar Energy Utilization NO1 .Naval Architecture;Off-Shore Platforms S07 Solid Wastes;Incineration; Landfill NO2 Navigation Structures; Locks . S08 Special Environments;Clean Rooms,Etc. NO3 Nuclear Facilities;Nuclear Shielding • S09 Structural Design;Special Structures 001 Office Buildings; Industrial Parks S10 Surveying; Platting; Mapping; Flood 002 Oceanographic Engineering Plain Studies 003 Ordnance; Munitions;Special Weapons S11 Sustainable Design S12 Swimming Pools P01 Petroleum Exploration; Refining. .. S13_ Storm Water Handling&Facilities P02 Petroleum and Fuel(Storage and Distribution) T01 Telephone Systems(Rural;;Mobile;Intercom, P03 Photogrammetry Etc.) PO4 Pipelines(Cross-Country-Liquid&Gas) T02 Testing&Inspection Services' P05 Planning(Community, Regional,Areawide and State) T03 Traffic&Transportation Engineering P06 Planning(Site, Installation,and Project) T04 Topographic Surveying and Mapping T05 Towers(Self-Supporting&Guyed Systems) P07 Plumbing&Piping Design T06 Tunnels&Subways , P08 Prisons&Correctional Facilities • • STANDARD FORM 330(REV.812016) PAGE 7 OF INSTRUCTIONS List of Experience Categories (Profile Codes continued) Code• Description • U01 Unexploded Ordnance Remediation UO2 Urban Renewals;Community Development UO3 Utilities(Gas and Steam) V01 Value Analysis; Life-Cycle Costing W01 Warehouses&Depots W02 Water Resources;Hydrology; Ground Water W03 Water Supply;Treatment and Distribution • W04 Wind Tunnels; Research/Testing Facilities Design Z01 Zoning; Land Use Studies • • i • • I STANDARD FORM 330(REV.8/2016) PAGE 8 OF INSTRUCTIONS ARCHITECT - ENGINEER.QUALIFICATIONS PART I -CONTRACT-SPECIFIC QUALIFICATIONS A. CONTRACT INFORMATION 1. TITLE AND LOCATION (City and State) 2. PUBLIC NOTICE DATE 3. SOLICITATION OR PROJECT NUMBER B. ARCHITECT-ENGINEER POINT OF CONTACT 4. NAME AND TITLE • 5. NAME OF FIRM • S. TELEPHONE NUMBER 7. FAX NUMBER 8. E-MAIL ADDRESS C. PROPOSED TEAM (Complete this section for the prime contractor and all key subcontractors.) (Check) 2w m° 9. FIRM NAME 10. ADDRESS 11. ROLE IN THIS CONTRACT a aet)H • a. ❑CHECK IF BRANCH OFFICE • b. ❑CHECK IF BRANCH OFFICE C. ❑CHECK IF BRANCH OFFICE • d. CI CHECK IF BRANCH OFFICE • 0. ❑CHECK IF BRANCH OFFICE f. ❑CHECK IF BRANCH OFFICE D. ORGANIZATIONAL CHART OF PROPOSED TEAM ❑ (Attached) AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330(REV.8/2016) E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) •• 12. NAME 13. ROLE IN THIS CONTRACT 14. YEARS EXPERIENCE a.TOTAL Ib.WITH CURRENT FIRM • 15. FIRM NAME AND LOCATION (City and State) Ii 18, EDUCATION(Degree and Specialization) 17. CURRENT PROFESSIONAL REGISTRATION(State and Discipline) 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) 19. RELEVANT PROJECTS • (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED • PROFESSIONAL SERVICES CONSTRUCTION(If applicable) (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm a. • (1)TITLE AND LOCATION(City and State) • (2)YEAR COMPLETED • PROFESSIONAL SERVICES CONSTRUCTION(If applicable) b (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE Check If project performed with current firm (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(If applicable) (3)BRIEF DESCRIPTION(Brief scope,size,cost,eta)AND SPECIFIC ROLECheck • if protect perforated with current firm • c, • •(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(If applicable) d.(3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE El Check if project performed with current firm • (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(If applfcable) (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm e. STANDARD FORM 330(REV.8/2016).PAGE 2 • F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20. EXAMPLE PROJECT KEY • QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency,or 10 projects,if not specified. Complete one Section F for each project.) 21. TITLE AND LOCATION.(City and State) 22. YEAR COMPLETED • PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope,size,and cost) • • • • 25, FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE . a. (1)FIRM NAME ). (2)FIRM LOCATION(Cil/and State) (3)ROLE b. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE • C. . . (1)FIRM NAME (2)FIRM LOCATION pity and State) (3)ROLE d. • (1)FIRM NAME (2)FIRM LOCATION(City and State) (3).ROLE e. (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE • f. • STANDARD FORM 330(REV.8/2016)PAGE 3 • i • G. KEY PERSONNEL PARTICIPATION IN EXAMPLE PROJECTS , • 26. NAMES OF KEY 27. ROLE IN THIS 28. EXAMPLE.PROJECTS LISTED IN SECTION F • PERSONNEL CONTRACT (Fill in"Example Projects Key"section below before completing table. (From Section E,Block 12) (From Section E,Block 13) Place'x"under project key number for participation in same or similarrole.) 1 2 3 4 5 6 7 8 9 10 • • . . I I l i . i 1 I 1 I I 1 I I I • I I • • . I . 1 I I • 1 1 29. EXAMPLE PROJECTS KEY 1 NUMBER TITLE OF EXAMPLE PROJECT(From Section F) NUMBER TITLE OF EXAMPLE PROJECT(From Section F) 1 6 • 2 7 . 3 8 4 9 ' 5 10 STANDARD FORM 330(REV. 812016)PAGE 4 I • • H. ADDITIONAL INFORMATION 30, PROVIDE ANY ADDITIONAL INFORMATION REQUESTED BY THE AGENCY. ATTACH ADDITIONAL SHEETS AS NEEDED. • • • • • • • • I. AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. 31. SIGNATURE 32. DATE 33. NAME AND TITLE STANDARD FORM 330(REV.8/2016)PAGE 5 L• 1. SOLICITATION NUMBER(If any) ARCHITECT-ENGINEER QUALIFICATIONS • PART H-GENERAL QUALIFICATIONS (If a firm has branch offices, complete for each specific branch office seeking work.) 2a. FIRM(or Branch Office)NAME 3. YEAR ESTABLISHED 4. UNIQUE ENTITY IDENTIFIER • 2b. STREET 5. OWNERSHIP a.TYPE 2c. CITY 2d. STATE 2e. ZIP CODE b.SMALL BUSINESS STATUS 6a. POINT OF CONTACT NAME AND TITLE 7. NAME OF FIRM(If Block 2a Is a Branch Office) 6b. TELEPHONE NUMBER 6c. E-MAIL ADDRESS / • 8a. FORMER FIRM NAME(S)(If any) 8b. YEAR ESTABLISHED 8c. UNIQUE ENTITY IDENTIFIER 9. EMPLOYEES BY DISCIPLINE 10, PROFILE OF FIRM'S EXPERIENCE • AND ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS • c.Number of Employees a.Profile c,Revenue Index • a.Function b.Discipline b.Experience Number Code (1)FIRM (2)BRANCH Code (see below) � 1 • • i I I 1 • Other Employees Total 11. ANNUAL AVERAGE PROFESSIONAL PROFESSIONAL SERVICES REVENUE INDEX NUMBER SERVICES REVENUES OF FIRM FOR LAST 3 YEARS 1. Less than$100,000 6. $2 million to less than$5 million (Insert revenue index number shown at right) 2. $100,000 to less than$250,000 7. $5 million to less than$10 million a.Federal Work 3. $250,000 to less than$500,000 8. $10 million to less than$25 million 4. $500,000 to less than$1 million 9. $25 million to less than$50 million • b.Non-Federal Work5. $1 million to less than$2 million 10. $50 million or greater c.Total Work 12. AUTHORIZED REPRESENTATIVE• The foregoing is a statement of facts. a.SIGNATURE b.DATE c.NAME AND TITLE STANDARD FORM 330(REV.8/2016)PAGE 6 ATTACHMENT C CONSULTANT'S RESPONSE TO THE RFQ 36 Detail by Entity Name Page 1 of 2 • Florida Department of State DIVISION OF CORPORATIONS leillit Ilos of 544 IME1011 tiloF?_po-RA'f fJ r ......i�►,�„.....1 on f4firein!Safe of Florida sua�hsii' J Department of State / Division of Corporations / Search Records / Detail By Document Number/ Detail by Entity Name Florida Profit Corporation EBS ENGINEERING, INC. Filing Information Document Number P94000038418 FEI/EIN Number 65-0492113 Date Filed 05/23/1994 State FL , Status ACTIVE Principal Address 4715 NW 157 STREET SUITE#202 , MIAMI, FL 33014 Changed:02/03/2001 Mailing Address 4715 NW 157 STREET SUITE#202 MIAMI, FL 33014 Changed:02/03/2001 • Registered Agent Name&Address ESSIEN, BENJAMIN S 4715 NW 157 STREET,SUITE#202 MIAMI, FL 33014 Name Changed: 11/30/1994 Address Changed:02/02/2006 Officer/Director Detail Name&Address Title P ESSIEN, BENJAMIN S 7944 NORTHWEST 163 TERRACE MIAMI LAKES, FL 33016' • Annual Reports http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inqui... 1/3/2019 • Detail by Entity Name Page 2 of 2 Report Year Filed Date 2016 01/25/2016 2017 01/10/2017 2018 01/08/2018 Document Images 01/08/2018—ANNUAL REPORT View image in PDF format 01/10/2017—ANNUAL REPORT View image in PDF format 01/25/2016—ANNUAL REPORT View image in PDF format 01/07/2015—ANNUAL REPORT View image in PDF format 01/15/2014—ANNUAL REPORT View image in PDF format 01/28/2013—ANNUAL REPORT View image in PDF format 02/08/2012—ANNUAL REPORT View image in PDF format 02/03/2011—ANNUAL REPORT View image in PDF format 02/22/2010—ANNUAL REPORT View image in PDF format 03/24)2009—ANNUAL REPORT View image in PDF format 01/18/2008—ANNUAL REPORT View image in PDF format 01/28/2007—ANNUAL REPORT View image in PDF format 02/02/2006—ANNUAL REPORT View image in PDF format 01/29/2005—ANNUAL REPORT View image in PDF format 02/16/2004—ANNUAL REPORT View image in PDF format 02/18/2003—ANNUAL REPORT View image in PDF format 02/20/2002—ANNUAL REPORT View image in PDF format 02/03/2001—ANNUAL REPORT View image in PDF format 03/04/2000—ANNUAL REPORT View image in PDF format 03/04/1999—ANNUAL REPORT View image in PDF format 02/27/1998—ANNUAL REPORT View image in PDF format 02/14/1997—ANNUAL REPORT View image in PDF format 02/21/1996—ANNUAL REPORT View image in PDF format 03/08/1995—ANNUAL REPORT View image in PDF format Florida Department of State,Division of Corporations • • http://search.sunbiz.org/Inquiry/CorporationSearch/S earchResultDetail?inqui... 1/3/2019 Garcia, Monica From: Hinkle,Jeremy Sent: Thursday,January 03, 2019 9:11 AM To: Garcia, Monica Subject: RE: Landscaping Companies location for today Good morning Everglades is still working at North Shore Open Space and also some guys at Muss Superior has guys at Soundscape From: Garcia, Monica Sent: Thursday, January 03, 2019 9:08 AM To: Hinkle, Jeremy Subject: RE: Landscaping Companies location for today Good Morning Jeremy, , I went to South Park yesterday at 3:00PM and Superior was gone, it was too late for me. Are they in South Point today and is Everglades in North Shore? I am ready to do my site visits now in the morning. Thank you! From: Hinkle, Jeremy Sent: Wednesday,January 02, 2019 10:04 AM To: Garcia, Monica Subject: RE: Landscaping Companies location for today ti Happy new year!!! Superior employees can be found at both Soundscape and South Point Parks today. Everglades employees can be found at North Shore Open Space(Ocean side Park). Thank you Jeremy From: Garcia, Monica Sent: Wednesday, January 02, 2019 9:55 AM To: Hinkle, Jeremy Subject: Landscaping Companies location for today Happy New Year to you Jeremy, 1 • • I need to do the living wage interviews to the landscaping companies. Can you please advise the current location of them? Thank you! M I AM I BEACH Monica Garcia, Procurement Contracting Analyst Procurement Department 1755 Meridian Ave,Miami Beach,FL 33139 Office:305-673-7490 ext 6883 monicaaarcia@miamibeachfl.gov www.miamibeachfl.qov We are committed to providing excellent public service and safety to all who live,work,and play in our vibrant,tropical,historic community. CONFIDENTIALITY NOTICE:This message and any attachments are for the sole use of the intended recipient(s)and may contain confidential and privileged information that may be exempt from public disclosures.Any unauthorized review,use,disclosure or distribution is prohibited.If you received this message in error, please contact the sender(via email,fax or phone)and then destroy all copies of the original message • 2 .. . EBS ENGINEERING, INC. . — PROFESSION A A RCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS RFQ No. 2018-141-ND , ri , • ... .. . - 7• . I.\ ;.-----Tril 1MANP.71018 r lit;.:*Nie,.6 .. • . __ 4 iffiit. • . __ *1,' ;,,g.'`Ibrk• ' . - - * - . . "1 ' ; rair ..; - - .4' .;.- _.........- -- r - ; .'s .. i'-- '. ''''' • 4, ngirleering Environmental Services and Testing) F - ., .t . 4 ...717....C:',. ..'.- • . - - ' A ,.. I- - - - . I ..... —_ ,: ,„. , 4 'Oak, ' ' TO ',AS*: ,ts..... . _ ..... , . . . .._,,_.e. _ . • 7 21` tkv_ _ . . '• ' .••,' .:-", ''' - 1,- - . , ., . _ , -- - i , 14i".7.vJ., _ 0 ,. ., '.IL I i ,.?.....- _.., 741-1.744,_ r. .'.#14..w,`, -,. .$ . f - • .. -. '7,z,i 4Li CITY ,OF MIAMI BE A CH 4 . ' ,i, , ..... 1' ,... , I,„•ca .....- ... SY "t-I-1:13 Ft 0 C U R E M E N T D E P A RT M E N --, . 7-'' ' '''k•iN lig r' 1755 MERIDIAN AVENUE, 3rd FLOOR . 4, i . .. ...., .•nom IRO — _ —- - ;46.1021Ht_ IAMI BEACH FLORIDA 33139 ..-^. ' _ . I .,.- :.... - . '/ . „ - . . ;. - 7 - - - 11114.' N. .- /1 .. pa • . ,,, . r a ,t ; f . .. .. I I Submitted By: EBS Engineering, Inc. 4715 NW 157 Street, Suite 202, Miami, FL 33014 Professional Architectural and Engineering Services for Capital Renewal and Replacement Projects RFQ No. 2018-141-ND T.P C over Letter Table o op, EBS VIGININSUNO,INC. Table of Contents Professional Architectural and Engineering Services for Capital Renewal and Replacement Projects RFQ No. 2018-141-ND Table of Contents TAB Page No. 1 Cover Letter& Table of Content 1 Table of Contents 2 1.1 Cover Letter 3 1.2 Response Certification, Questionnaire & Requirements Affidavit 5 2 Minimum Requirements 12 2.1 Minimum Qualifications Requirements 13 Firm Licenses 14 Principal/Account Representative Licenses 19 Firm's Other Employees Licenses 23 3 Experience& Qualifications of the Firm 26 3.1 Experience & Qualifications of the Firm 27 Relevant Small Projects Experience/ References 30 4 Experience& Qualifications of the Team 35 4.1 Qualifications of the firm 36 Key Personnel Resumes 41 4.1.1 Relevant Small Projects Experience/ References 61 5 Required Forms 69 5.1 Standard Form 330 70 EBS`""„NI" INC. 2 E B s ENGINEERING, INC. ENGINEERING AND ENVIRONMENTAL SERVICES May 7, 2018 City of Miami Beach Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Subject: PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLCEMENT PROJECTS RFQ 2018-141-ND Dear Members of the Selection Committee: EBS ENGINEERING, INC. (EBS), a certified Minority Business Enterprise (MBE), Small Disadvantaged Business Enterprise(DBE)and local Small Business Enterprise(SBE) in Miami-Dade County, is pleased to submit this proposal to provide the above referenced professional services to the City of Miami Beach. EBS has more than 23 years of experience in providing professional engineering services in Florida, and throughout the United States including Puerto Rico and U.S. Virgin Islands. EBS has assembled a team of specialists who are committed to providing the highest quality of services through innovative and cost effective solutions. Prime Proposer: EBS Engineering, Inc. Address: 4715 NW 157 Street, Suite 202, Miami, Florida 33014 Representative: Benjamin S. Essien, P.E. Phone Number: (305) 625-5252 Fax: (305) 625-7110 Email Address: bsessien@ebsengineering.com We request the opportunity to provide professional engineering services to the City of Miami Beach in the following categories: • Engineering — Environmental Services and Testing Benefits of Selecting the EBS Team:The EBS team has the experience and the capacity to perform and exceed the requirements of this contract. Over the past 23 years, we have demonstrated our ability to deliver high quality performance under budget, ahead of schedule and as per the scope of work for this contract. Our team has the unique ability to solve complex technical challenges, and to This EBS Team consists of local firms with specialists of extensive understand the challenges that communities are faced with experience and knowledge that are which go beyond improvements to infrastructure.The benefits capable of offering simple cost- effective solutions to complex and of selecting the EBS team include: challenging projects. 3 Professional Architectural and Engineering Services for Capital Renewal and Replacement Projects RFQ No. 2018-141-ND Local and National Knowledge: Our team of specialists are very familiar with the City as residents of Miami-Dade County for many years. Each EBS team member is local resident in Miami-Dade County, and I within approximately 20-minutes travel time away from v. . 1 the heart of the City. Our team members are specialists � �1 Are 1111-21- 1 un who are very familiar with county, state, and federal /A411:1,41 (; , ., • ,r laws and regulations that have the potential to impact - the City. Proven Team of Specialists: Our project team understands the City's procurement process, capital improvement program, and it,p maintenance challenges. We have significant experience in environmental engineering, and have provided this same services to Miami-Dade County, City of ., Miami, City of Opa Locka, City of Miami Gardens, City of North Miami, U.S. Department of Housing and Urban Development (HUD), U.S. Naval Stations in Florida, Broward County, and Florida Department of Transportation (FDOT), AT&T, etc. Commitment and Passion:As a small firm, our service is personal and driven by our clients' needs, timing, and budget. Therefore, we believe our clients benefit from our ability to function as an extension of the most effective of its staff, and yet remain timely and professional. Individuals identified in this proposal will be dedicated to any work assigned to ensure consistent project management and execution. We will utilize innovative (workable) solutions where possible to reduce cost, enhance quality and meet challenging schedules. Sincerely, EBS ENGINEERING, INC. 041 Benjamin S. Essien, P.E. President EBS Engineering, Inc. 4715 NW 157 Street, Suite 202 Miami, Florida 33014 Office: (305)-625-5252 I Fax: (305)-625-7110 4 APPENDIX A MIAMI BEACH Response Certification , Questionnaire & Requirements Affidavit RFQ No . 2018- 141 -ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR SMALL PROJECTS PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 RFQ 2018-141-ND 17 5 Solicitation No: Solicitation Title: RFQ 2018-141-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS Procurement Contact: Tel: Email: NATALIA DELGADO 305.673.7000, Ext.6263 NATALIADELGADO a MIAMIBEACHFL.GOV STATEMENTS OF QUALIFICATIONS CERTIFICATION, QUESTIONNAIRE & REQUIREMENTS AFFIDAVIT Purpose: The purpose of this Response Certification, Questionnaire and Requirements Affidavit Form is to inform prospective Proposals of certain solicitation and contractual requirements, and to collect necessary information from Proposals in order that certain portions of responsiveness, responsibility and other determining factors and compliance with requirements may be evaluated. This Statement of Qualifications Certification, Questionnaire and Requirements Affidavit Form is a REQUIRED FORM that must be submitted fully completed and executed. 1. General Proposer Information. FIRM NAME: EBS ENGINEERING, INC. NO.OF YEARS IN BUSINESS: NO.OF YEARS IN BUSINESS LOCALLY: NO. EMPLOYEES: 23.9 23.9 12 OTHER NAME(S)PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: (N/A) FIRM PRIMARY ADDRESS(HEADQUARTERS): 4715 NW 157 STREET,SUITE 202 CITY: MIAMI GARDENS STATE: FLORIDA ZIP CODE: 33014 TELEPHONE NO.: 305-625-5252 TOLL FREE NO.: FAX NO.: 305-625-5252 FIRM LOCAL ADDRESS: (Same as Above) CITY: STATE: ZIP CODE: PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: BENJAMIN S. ESSIEN ACCOUNT REP TELEPHONE NO.: 305-625-5252 ACCOUNT REP TOLL FREE NO.: ACCOUNT REP EMAIL: bsessien@ebsengineering.com FEDERAL TAX IDENTIFICATION NO.: 65-0492113 The City reserves the right to seek additional information from proposer or other source(s), including but not limited to:any firm or principal information,applicable licensure, resumes of relevant individuals,client information,financial information,or any information the City deems necessary to evaluate the capacity of the proposer to perform in accordance with contract requirements. RFQ 2018-141—ND 18 6 1. Veteran Owned Business.Is Pro oser claimine a veteran owned business status? YES x NO SUBMITTAL REQUIREMENT: Proposers claiming veteran owned business status shall submit a documentation proving that firm is certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United States federal government,as required pursuant to ordinance 2011-3748. 2. Conflict Of Interest. All Proposers must disclose, in their Proposal, the name(s) of any officer, director, agent, or immediate family member(spouse, parent, sibling, and child)who is also an employee of the City of Miami Beach. Further, all Proposers must disclose the name of any City employee who owns,either directly or indirectly, an interest of ten (10%)percent or more in the Proposer entity or any of its affiliates. None SUBMITTAL REQUIREMENT: Proposers must disclose the name(s)of any officer, director, agent, or immediate family member (spouse, parent,sibling, and child)who is also an employee of the City of Miami Beach. Proposers must also disclose the name of any City employee who owns, either directly or indirectly, an interest of ten(10%)percent or more in the Proposer entity or any of its affiliates None 3. References&Past Performance.Proposer shall submit at least three(3)references for whom the Proposer has completed work similar in size and nature as the work referenced in solicitation. SUBMITTAL REQUIREMENT: For each reference submitted, the following information is required: 1) Firm Name, 2) Contact Individual Name&Title,3)Address,4)Telephone,5)Contact's Email and 6)Narrative on Scope of Services Provided. 4. Suspension, Debarment or Contract Cancellation. Has Proposer ever been debarred, suspended or other legal violation, or had a contract cancelled due to non-performance b an public sector agency? YES x NO SUBMITTAL REQUIREMENT: If answer to above is "YES," Proposer shall submit a statement detailing the reasons that led to action(s). 5. Vendor Campaign Contributions. Proposers are expected to be or become familiar with, the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with, and shall be subject to any and all sanctions,as prescribed therein,including disqualification of their Proposals, in the event of such non-compliance. SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities (including your sub-consultants)with a controlling financial interest as defined in solicitation. For each individual or entity with a controlling financial interest indicate whether or not each individual or entity has contributed to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. None 6. Code of Business Ethics. Pursuant to City Resolution No.2000-23879,each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics("Code")and submit that Code to the Department of Procurement Management with its proposal/response or within five(5)days upon receipt of request.The Code shall, at a minimum,require the Proposer,to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. In lieu of submitting Code of Business Ethics, Proposer may submit a statement indicating that it will adopt, as required in the ordinance,the City of Miami Beach Code of Ethics,available at htto://www.miamibeachfl.00vlcity-hall/orocurementl EBS Engineering, Inc. hereby states that,we will adopt as required in the ordinance,the City of Miami Beach Code of Ethics. RFQ 2018-141—ND 19 7 • 7. .t:. • -- '== - - . ' _•.. _ee:, - - ' • - •••: - -- benefits. benefits. 3. Effective January 1, 2020, covered employees must be paid a living wage rate of no leaf than $11.78 per hour with benefits- using the Consumer Price Index for all Urban Consumers (CPI U) Miami/Ft. Lauderdale, issued by the U.S. Department of SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees to the living wage requirement. 8. Equal Benefits for Employees with Spouses and Employees with Domestic Partners.When awarding competitively solicited contracts valued at over$100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks,the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business with the City of Miami Beach,who are awarded a contract pursuant to competitive proposals,to provide"Equal Benefits"to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach, Florida; and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? x YES NO B. Does your company provide or offer access to any benefits to employees with(same or opposite sex)domestic partners*or to domestic partners of employees? x YES NO C. Please check all benefits that apply to your answers above and list in the"other"section any additional benefits not already specified. Note: some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave;other benefits are provided directly to the spouse or domestic partner,such as medical insurance. BENEFIT Firm Provides for Firm Provides for Firm does not Employees with Employees with Provide Benefit Spouses Domestic Partners Health Sick Leave Family Medical Leave Bereavement Leave If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are no insurance providers in your area willing to offer domestic partner coverage) you may be eligible for Reasonable Measures compliance. To comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application (attached) with all necessary documentation. Your Reasonable Measures Application will be reviewed for consideration by the City Manager, or his designee. Approval is not guaranteed and the City Manager's decision is final. Further information on the Equal Benefits requirement is available at http://www.miamibeachfl.aovicitv-hall/procurement/orocurement-related-ordinance-and- procedures/ RFQ 2018-141—ND 20 8 9 Public Entity Crimes.Section 287 133(2)(a),Florida Statutes,as currently enacted or as amended from time to time,states that a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal,proposal,or reply on a contract to provide any goods or services to a public entity;may not submit a proposal, proposal,or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit proposals,proposals,or replies on leases of real property to a public entity;may not be awarded or perform work as a contractor, supplier,subcontractor,or consultant under a contract with any public entity;and may not transact business with any public entity in excess of the threshold amount provided in s 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. SUBMITTAL REQUIREMENT: No additional submittal is required.By virtue of executing this affidavit document,Proposer agrees with the requirements of Section 287.133,Florida Statutes,and certifies it has not been placed on convicted vendor list. 10. Non-Discrimination.Pursuant to City Ordinance No.2016-3990,the City shall not enter into a contract with a business unless the business represents that it does not and will not engage in a boycott as defined in Section 2-375(a)of the City Code,including the blacklisting,divesting from,or otherwise refusing to deal with a person or entity when such action is based on race,color,national origin,religion,sex,intersexuality,gender identity,sexual orientation,marital or familial status,age or disability. SUBMITTAL REQUIREMENT: No additional submittal is required.By virtue of executing this affidavit document,Proposer agrees it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code. 11 Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant to Resolution 2016-29375, the City of Miami Beach, Florida, prohibits official City travel to the states of North Carolina and Mississippi,as well as the purchase of goods or services sourced in North Carolina and Mississippi. Proposer shall agree that no travel shall occur on behalf of the City to North Carolina or Mississippi, nor shall any product or services it provides to the City be sourced from these states. SUBMITTAL REQUIREMENT: No additional submittal is required.By virtue of executing this affidavit document,Proposer agrees it is and shall remain in full compliance with Resolution 2016-29375. 12 Fair Chance Requirement.Pursuant to Section 2-376 of the City Code,the City shall not enter into any contract resulting from a competitive solicitation, unless the proposer certifies in writing that the business has adopted and employs written policies, practices,and standards that are consistent with the City's Fair Chance Ordinance,set forth in Article V of Chapter 62 of the City Code ("Fair Chance Ordinance"), and which, among other things, (i) prohibits City contractors, as an employer, from inquiring about an applicant's criminal history until the applicant is given a conditional offer of employment; (ii) prohibits advertising of employment positions with a statement that an individual with a criminal record may not apply for the position, and (iii) prohibits placing a statement on an employment application that a person with a criminal record may not apply for the position. SUBMITTAL REQUIREMENT: No additional submittal is required at this time. By virtue of executing this affidavit, Proposer certifies that it has adopted policies,practices and standards consistent with the City's Fair Chance Ordinance. Proposer agrees to provide the City with supporting documentation evidencing its compliance upon request. Proposer further agrees that any breach of the representations made herein shall constitute a material breach of contract, and shall entitie 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. Acknowledgement of Addendum. After issuance of solicitation, the City may release one or more addendum to the solicitation which may provide additional information to Proposers or alter solicitation requirements. The City will strive to reach every Proposer having received solicitation through the City's e-procurement system, PublicPurchase.com. However, Proposers are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation. This Acknowledgement of Addendum section certifies that the Proposer has received all addendum released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addenda may result in proposal disqualification. Initial to Confirm Initial to Confirm Initial to Colin Receipt Receipt Rececpt bcE Addendum 1 6Addendum 6 Addendum 11 06" Addendum 2 BSE Addendum 7 Addendum 12 R Addendum 3 Addendum 8 Addendum 13 147Sd Addendum 4 Addendum 9 Addendum 14 (3S Addendum 5 Addendum 10 Addendum 15 If additional confirmation of addendum is required,submit under separate cover. REQ 2018-141—ND 21 9 DISCLOSURE AND DISCLAIMER SECTION The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach (the"City")for the recipient's convenience. Any action taken by the City in response to Statement of Qualifications made pursuant to this solicitation, or in making any award, or in failing or refusing to make any award pursuant to such Statement of Qualifications, or in cancelling awards,or in withdrawing or cancelling this solicitation,either before or after issuance of an award,shall be without any liability or obligation on the part of the City. In its sole discretion,the City may withdraw the solicitation either before or after receiving Statement of Qualifications, may accept or reject Statement of Qualifications,and may accept Statement of Qualifications which deviates from the solicitation,as it deems appropriate and in its best interest. In its sole discretion, the City may determine the qualifications and acceptability of any party or parties submitting Statement of Qualifications in response to this solicitation. Following submission of Statement of Qualifications, the applicant agrees to deliver such further details, information and assurances, including financial and disclosure data, relating to the Statement of Qualifications and the applicant including, without limitation, the applicant's affiliates,officers,directors,shareholders,partners and employees,as requested by the City in its discretion. The information contained herein is provided solely for the convenience of prospective Proposals. It is the responsibility of the recipient to assure itself that information contained herein is accurate and complete. The City does not provide any assurances as to the accuracy of any information in this solicitation. Any reliance on these contents,or on any permitted communications with City officials,shall be at the recipient's own risk. Proposals should rely exclusively on their own investigations, interpretations,and analyses.The solicitation is being provided by the City without any warranty or representation,express or implied,as to its content, its accuracy,or its completeness.No warranty or representation is made by the City or its agents that any Statement of Qualifications conforming to these requirements will be selected for consideration, negotiation, or approval. The City shall have no obligation or liability with respect to this solicitation,the selection and the award process,or whether any award will be made. Any recipient of this solicitation who responds hereto fully acknowledges all the provisions of this Disclosure and Disclaimer, is totally relying on this Disclosure and Disclaimer,and agrees to be bound by the terms hereof.Any Statement of Qualifications submitted to the City pursuant to this solicitation are submitted at the sole risk and responsibility of the party submitting such Statement of Qualifications. This solicitation is made subject to correction of errors,omissions,or withdrawal from the market without notice. Information is for guidance only,and does not constitute all or any part of an agreement. The City and all Proposals will be bound only as, if and when a Statement of Qualifications, as same may be modified, and the applicable definitive agreements pertaining thereto, are approved and executed by the parties, and then only pursuant to the terms of the definitive agreements executed among the parties.Any response to this solicitation may be accepted or rejected by the City for any reason,or for no reason,without any resultant liability to the City. The City is governed by the Government-in-the-Sunshine Law, and all Statement of Qualifications and supporting documents shall be subject to disclosure as required by such law. All Statement of Qualifications shall be submitted in sealed proposal form and shall remain confidential to the extent permitted by Florida Statutes, until the date and time selected for opening the responses. At that time, all documents received by the City shall become public records. Proposals are expected to make all disclosures and declarations as requested in this solicitation. By submission of a Statement of Qualifications, the Proposer acknowledges and agrees that the City has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement information contained in the Statement of Qualifications, and authorizes the release to the City of any and all information sought in such inquiry or investigation. Each Proposer certifies that the information contained in the Statement of Qualifications is true,accurate and complete,to the best of its knowledge,information,and belief. Notwithstanding the foregoing or anything contained in the solicitation, all Proposals agree that in the event of a final unappealable judgment by a court of competent jurisdiction which imposes on the City any liability arising out of this solicitation, or any response thereto, or any action or inaction by the City with respect thereto, such liability shall be limited to $10,000.00 as agreed-upon and liquidated damages. The previous sentence, however, shall not be construed to circumvent any of the other provisions of this Disclosure and Disclaimer which imposes no liability on the City. In the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation, it is understood that the provisions of this Disclosure and Disclaimer shall always govern. The solicitation and any disputes arising from the solicitation shall be governed by and construed in accordance with the laws of the State of Florida. RFQ 2018-141—ND 22 10 PROPOSER CERTIFICATION hereby certify that: I, as an authorized agent of the Proposer , am submitting the following information as my firm's proposal; Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation, all attachments, exhibits and appendices and the contents of any Addenda released hereto, and the Disclosure and Disclaimer Statement; proposer agrees to be bound to any and all specifications, terms and conditions contained in the solicitation, and any released Addenda and understand that the following are requirements of this solicitation and failure to comply will result in disqualification of proposal submitted; Proposer has not divulged, discussed, or compared the proposal with other Proposals and has not colluded with any other proposer or party to any other proposal; proposer acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; all responses, data and information contained in this proposal, inclusive of the Statement of Qualifications Certification, Questionnaire and Requirements Affidavit are true and accurate. Name of Proposer's Authonzed Representative: Title of Proposer's Authorized Representative: Benjamin S. Essien, P.E. President Signature of Proposer's Authorized Representadve: Date: V 05/03/2018 State of FLORIDA } On this 3rd day of May ,2018 personally } appeared before me Benjamin Essien who County of Miami-Dade ) stated that (s)he is the President of EBS Engineering, a corporation, and that the instrument was signed in behalf of the said corporation by authority of its board of directors and ackno •• said instrument to be its volunta r .nd deed. Before m JORGEy Public-StLUIS MARQUEZ Nctarate of Flcrda _z ,pi Commission a GG 195006 .g or the State of to• hiyCor+ res1y Commission Expires_ c� .—Z ......................................... ............ . "Bonded througmh.ExNatipional NotMay3o y As�-sn. RFQ 2018-141–ND 23 11 Professional Architectural and Engineering Services for Capital Renewal and Replacement Projects RFQ No. 2018-141-ND C11141111 Minimum Requfrements CO EBS ENGINEERING,INC. Minimum Requirements Professional Architectural and Engineering Services for Capital Renewal and Replacement Projects RFQ No. 2018-141-ND TAB 2. MINIMUM REQUIREMENTS: EBS is a local, full service multi-discipline engineering firm founded here in Miami-Dade County and incorporated in the State of Florida in 1994. The current Annual Report with the State of Florida Department of State is valid till December 31, 2018. EBS incorporation and licensing information are summarized in the box below. EBS Engineering, Inc. Date of Incorporation (State of Florida): May 23, 1994 Florida Dept. of State Document No: P94000038418 Federal Identification Number(FEIN): 65-0492113 Certificate of Authorization License No.: 6943 Asbestos Business Organization License No: ZA0000069 EPA Lead-Based Paint Activities Cert. No: LBP-193o-1 Number of years EBS has been in business: 23+ Principal—Benjamin S. Essien, P.E., FLAC Professional Engineer License No: 47176 FL Asbestos Consultant License No: EA0000079 Lead-Based Paint Risk Assessor Cert. No: LBP-R-6369-1 FL Mold Assessor License No: MRSA115 • EBS Engineering, Inc. is a Certified MBE/DBE/SBE firm. Our corporate office is located at 4715 NW 157 Street, Suite 202 Miami Gardens, Florida 33014 This location is about 15 miles from the City of Miami Beach. This corporate office with eight (8) professional staff personnel will be used for the services for this contract. Copies of current business and principal licenses and certifications are provided below: EBS ENGINEERING,INC__ 13 State of Florida Department of State I certify from the records of this office that EBS ENGINEERING, INC. is a corporation organized under the laws of the State of Florida, filed on May 23, 1994. The document number of this corporation is P94000038418. I further certify that said corporation has paid all fees due this office through December 31, 2018, that its most recent annual report/uniform business report was filed on January 8, 2018, and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Eighth day of January, 2018 '_ %.'"; ' 167" 0#A •R lil.1.1�/.� R Secretary of State Tracking Number:CC3916912860 To authenticate this certificate,visit the following site,enter this number,and then follow the instructions displayed. https://services.sunbiz.org/Filings/CertificateOfstatus/CertificateAuthentication 14 State of_Florida Board of ProfEssional Engineers -OFFS-19 DOW EBItng1n4ing, Inc. FBPE tjaagura= Is authorized under the provisions of Section. • s,to offer engineering services to the public through a Professional Engineer, jr" -""`; under Chapter 471,Florida Statutes. .r.i.r2;tt Expiration: 2/28/2019 t91) CA Lic.No: Audit No: 228201900469 R .43 15 ("it' '4 :,, RICK SCOTT,GOVERNOR JONATHAN ZACHEM,SECRETARY if ,, ,...„...,_, dbpr ., rr -4,----...,,,,,,,, ,- STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION ASBESTOS LICENSING UNIT THE ASBESTOS BUSINESS ORGANIZATION HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 469, FLORIDA STATUTES EBS ENGINEERING INCII � ii _ E BENJAMIN S. ESSIEN '1' :� i1+AA' 4715 NW 157 ST STE 202r %b► '4MIAMI a FL 33014 ,d.61,1 it. Nfr., tit. "r . ' * / LSC NSE NUMBER:ZA0000069 EXPIRATION DATE: NOVEMBER 30,2019 Always verify licenses online at MyFloridaLicense.com O Ileti T- *-T ' : . Do not alter this document in any form. viii!,... Qi ` This is your license. It is unlawful for anyone other than the licensee to use this document. Irk United *tater EnuirunnirntatPro-tertian Ag.enrq mhis is to cirtif Oat 0-c STg1 EBS Engineering, Inc. 7 has fulfilled the requirements of the Toxic Substances Control Act(TSCA)Section 402,and has received certification to conduct lead-based paint activities pursuant to 40 CFR Part 745.226 "NAL J11 the Xiiribi unit of PRol All EPA Administered Lead-based Paint Activities Program States, Tribes and Territories This certification is valid from the date of issuance and expires December 03,2019 6r' tJ . ,_ 1 J� LBP-1930-1 l� .4' Certification# A Michelle Price, Chief August 22,2016 ���tr„ Lead, Heavy Metals,and Inorganics Branch Issued On \��1TM�'l 4' PRO 001333 Local Business Tax Receipt Miami—Dade County, State of FloridaLBT -THIS IS NOT A BILL-DO NOT PAY 3229242 J BUSINESS NAME/LOCATION RECEIPT NO. EXPIRES EBS ENGINEERING INC RENEWAL SEPTEMBER 30, 2018 4715 NW 157 ST 202 3364254 Must be displayed at place of business MIAMI GARDENS FL 33014 Pursuant to County Code Chapter SA-Art.9&10 OWNER SEG.TYPE OF BUSINESS PAYMENT RECEIVED EBS ENGINEERING INC 212 P.A./CORP/PARTNERSHIP/FIRM BY TAX COLLECTOR EB0006943 545.00 08/25/2017 Employee(s) 1 FPPUI G-17-017162 This Local Business Tax Receipt only confirms payment of the Local Business Tax.The Receipt is nota license, permit,or a certification of the holder's qualifications,to do business. Holder must comply with any governmental or nongovernmental regulatory laws and requirements which apply to the business. The RECEIPT NO.above must be displayed on all commercial vehicles-Miami-Dade Code Sec 8a-276. For more information,visit www.mianlldade.gov/taXcyllectcr 001441 Local Business Tax Receipt LB1" Miami—Dade County, State of Florida -THIS IS NOT A BILL-DO NOT PAY 3 450426 BUSINESS NAME/LOCATION RECEIPT NO. EXPIRES ESSIEN BENJAMIN RENEWAL SEPTEMBER 30, 2018 4715 NW 157 ST 202 3604007 Must be displayed at place of business MIAMI GARDENS FL 33014 Pursuant to County Code Chapter 8A-Art.9&10 OWNER SEC.TYPE OF BUSINESS ESSIEN BENJAMIN 212 PROFESSIONAL PAYMENT RECEIVED PE0047176 BY TAX COLLECTOR $60.00 08/25/2017 FPPUIO-17-017162 ., This Local Business Tax Receipt only confirms payment of the Local Business Tax. The Receipt is not a license, permit,ora certification of the holder's qualifications.to do business. Holder must comply with any governmental or nongovernmental regulatory laws and requirements which apply to the business. The RECEIPT NO.above must be displayed on all commercial vehicles-Miami-Dade Code Sec 8a-276. For more information,visit www.miargidadeay/taxcolleclor 18 I !int f6TO6TOZ9ZZ :0/%111131W :off'3r1'3JI 610Z/9Z/Z:uoR*s[dxa sainrelS epuoj °j 1'saldsg3 Joplin saaui2ua p;uotssaJosd a sr pasuaazj sI Id� •�•d ` uanssa tugs u!Lum[uag 1su1 S1Sa11V saaauJu[ il3uo!ssaJoad Jo pJ10a Epuo1H Jo 31Els RICK SCOTT,GOVERNOR KEN LAWSON,SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION ASBESTOS LICENSING UNIT k.'"` LICENSE NUMBER EA0000079 ; '7114i1 The ASBESTOS CONSULTANT-ENGINEER , •. below IS LICENSED Under the provisions of Chapter 469 FS. Expiration date NOV 30,2018 - El yr. • El ESSIEN, BENJAMIN SAM' • .+ 7944 NW 163 TERRACE g r ' po MIAMI LAKES FL 33Q76 ,. :qw,;;t,*s `4 +'� •• ISSUED: 11/01/2016 DISPLAY AS REQUIRED BY LAW SEQ r L1611010005655 1,7 UUititi i tales Eituirunntrntal Protirtirit Agcitru This i8 to rertif j that t: illl '�� Benjamiitt 7"..,has fulfilled the requirements of the Toxic Substances Control Act(TSCA)Section 402.and has ,d r 7 it 1 \S.,#."4‘ '6",", received certification to conduct lead-based paint activities pursuant to 40 CFR Part 743.226 as: IIILRisk Assessor ,Jit tile 3juri, 'irtion of: All EPA Administered Lead-based Paint Activities Program States,Tribes and Territories This certification is valid from the date Of issuance and expires November 16,2019 4 / - 4 • / LBP-R-6369-1 sex)sr tb 4l� Certification S �° A �Y Adrienne Priselac,Manager,Toxics Office August 10,2016 V Land Division o - issued On 'stir c`4. qt PRO 21 �' ` Y RICK SCOTT,GOVERNOR dEA-4,w::%\ , � JONATHAN ZACHEM,SECRETARY londa :.r S STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION MOLD-RELATED SERVICES LICENSING PROGRAM ,�yAO THE MOLD ASSESSOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 468, FLORIDA STATUTES a c i'O+t. t-i-1":=---.7111,1.=.40ft rr* ESSIEN, BENJAMIN SAM.g:, '7944 NW 163RD TERRACE . MIAMI LAKES FL 33016 ,h;' % * �� . 44k .r► 1!1.4,1t ,rr.rlf. * • LICENSE NUMBER:MRSA115 EXPIRATION DATE: JULY 31,2020 Always verify licenses online at MyFloridaLicense.com o,•r. o X4-4 'T' Do not alter this document in any form. �o: This is your license. It is unlawful for anyone other than the licensee to use this document. • Er.. 22 State of Board of Professional Engineers Attests that Joseph Chopiu Chan , P.E. ?Ilk FRP,: Is licensed as a Professional Engineer under Chapter 471, Florida Statutes Expiration: 2/28/2019 P.E. Lic. No: Audit No: 228201903132 R 23 State hrida,., . . Boardc4 ^:Pro essional Eii f' eers i+:. ' Attests that -,.._= , �o d;" �` `A Lem , ` , P•E' --- F B P E '''& � '`F� •-•, .- �,1 l Pr 11 I'IH I,I::h V.I 1\:,I\iH, k ` ,_, s. 4 - ,,r • Is licensed as a Profession . - ia• t.,� ter 471 Florida Statutes Expiration: 2/28/2017 ( .. '- ' �,- P.E.Lic. No: Audit No: 228201732747 *QO «E 47352 24 llkIE dF ,., RICK SCOTT,GOVERNOR JONATHAN ZACHEM,SECRETARY r6,,o;< db@ra STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION MOLD-RELATED SERVICES LICENSING PROGRAM THE MOLD ASSESSOR HEREIN IS CERTIFIED UNDER THE PROVISIONS OF CHAPTER 468, FLORIDA STATUTES x -= GOMEZ, FRANCISCO EDUARDO JR it'l 4715 NW 157TH STREET STE 202 ; . MIAMI .. FL 33014 ` % • 1' _: ? .• LICENSE NUMBER: MRSA143 EXPIRATION DATE: JULY 31,2020 Always verify licenses online at MyFloridaLicense.com ❑..4 I.4,❑ T-'., Do not alter this document in any form. .t";o T This is your license. It is unlawful for anyone other than the licensee to use this document. ❑• T— ..:-.t ZS yRf Professional Architectural and Engineering Services foil Capital Renewal and Replacement Projects RFQ No. 2018-141-ND Experience Quahfica • Cei l ons o Th e Ffrm INEERING,INC. EBS ENG- Experience & Qualifications of the Firm Professional Architectural and Engineering Services for Capital Renewal and Replacement Projects RFQ No. 2018-141-ND TAB 3. EXPERIENCE & QUALIFICATIONS OF THE FIRM We have substantial relevant project experience and have completed several of these relevant type projects for the City of North Miami, Miami-Dade County, Florida Department of Transportation (FDOT), HUD, US Naval Stations, Broward County Schools, Fort Lauderdale/Hollywood Airport, City of Miami, City of Opa- Locka, City of Miami Gardens, City of Jupiter, Town of Aventura, Miami-Dade Expressway Authority (MDX), AT&T, and hundreds of our private sector clients for over 23 years. The following list identifies some recent relevant small projects with similar scope and/or complexity as those anticipated for this contract, to demonstrate our extensive experience and expertise. Relevant Project Experience Client Scope of work Dates Customs Building#126, Miami-Opa Miami-Dade Pre-Renovation 03/2018 Locka Airport,Opa Locka, FL Aviation Dept. Asbestos Survey AT&T Facilities in South Florida - Asbestos Survey, AT&T/Parsons 2001-Ongoing Cl) Miscellaneous Environmental Services Project Mgmt.,etc. o Bridge#874420, East of SW 72 Avenue Pre Renovation Miami Dade DTPW 03/2018 j on SW 136 Street, Miami, Florida Asbestos Survey. L 0 Jackson South Community Hospital, Jackson Health Pre-Renovation 2017 U) 9333 SW 152 Street in Miami, FL System Asbestos Survey. co Town Park Plaza North Condominium, Palm Engineering Asbestos Survey, 2016-Ongoing 549 NW 19 Street, Miami, Florida Group, Inc. Project Mgmt., etc. = Terminal E, F,G, H and J Security& Miami-Dade Pre-Renovation 2017 N Communication Rooms, MIA, Miami, FL Aviation Dept. Asbestos Survey o Institute Building&Institute Annexiii, Jackson Health Asbestos Survey, V2016-Ongoing Building, 1611 NW 12 Ave, Miami, FL ! System Project Mgmt., etc. U) a Flagler& Douglas Asbestos Survey,Air �, 3709 West Flagler Street, Miami, FL 04/2018 N Corp. Monitoring,etc. O Coral Way Bus Facility, 2775 SW 7Trillium Pre-Demolition 02/2018 I cn Avenue, Miami, FL Transportation Asbestos Survey Q 2,3,4 Floors of 444 SW 2 Avenue, "INPre-Renovation Miami, FL City of Miami Asbestos Survey 04/2018 Peters Plaza and Newberg Public Asbestos Survey, Miami-Dade PHCD 2016 Housing Developments, Miami, Florida Project Mgmt.,etc. ;jM Coral Way Bus Facility, 2775 SW 74Trillium To Phase I 02/2018 t. Avenue, Miami, FL Transportation c au Best Used Auto Parts, 7225 NW 84ii IMAD North Engineering Control/ 04/201 E V Avenue, Medley, FL America, Inc. Maintenance Plan C r O W Zoo Miami (HWR-802/File-11706), Contamination 12400 SW 152 Street, Miami, Florida Miami Dade PROS Assessment, etc. 2017 • cuWarehouse Property, 101 NW 176 W AEK, LLC Phase I 2016 .1 E Street, Miami, Florida d N Commercial Property, 656 NW 98 Fox,Swibel, Levin N y Phase I 2015 CZ N Street, Miami, Florida &Carroll, LLP p a Q Vacant Lot North of SW 40 St. b/w SW Miami-Dade PHCD - Phase I &Phase II 2017. 06 y 89 Ave&SW 89 Ct, Miami, Florida d to Miami International Investments, 140— Miami Intl Contamination 2016 N 142 West 29 Street, Hialeah, Florida Investments, Inc. Assessment,etc. ca d Apartment Buildings, 145-165 SW 12 Terra Tech Phase II Subsurface 201 . Street, Miami, Florida Consultants Assessment EBS fMOINfDR,Na.INC. 27 Experience & Qualifications of the Firll�rofessional Architectural and Engineering Services for Capital Renewal and Replacement Projects RFQ No. 2018-141-ND Relevant Project Experience Client Scope of work Dates Cairo Lane and NW 127 Street Right-of- City of Opa Locka Phase I 2014 Way,Opa Locka, Florida Bridge#874420, East of SW 72 Avenue Lead-based Paint on SW 136 Street, Miami, Florida Miami Dade DTPW Inspection 03/2018 CATF, Building 804, Homestead Air Mason Hanger,A Lead-based Paint 03/2018 Reserve Base, Homestead, FL Day,Zimmerason Inspection Bridges 306213 and 3062C,Second C Miami-Dade Lead-based Paint ;4,;. Level,Miami International Airport, Aviation Dept. Inspection 03/2018 Miami, FL CO AT&T Facilities in South Florida AT&T/Parsons Lead-based Paint COngoing o Miscellaneous Environmental Services Inspection,etc. 0 Optimar Int'I Lead-based Paint _- 10051 NW 10 Avenue, Miami, FL 04/2018 C Realty, Inc. Inspection .Ri Town Park Plaza North Condominium, Palm Engineering Lead-based Paint 2016 IL 549 NW 19 Street,Miami, Florida Group, Inc. Inspection 'a 3725 South Ocean Drive#325, Sea Air Towers Lead-based Paint O 2015 RHollywood, FL Condo Inspection mTurtle Oaks Apartments,2311 Griffin Turtle Oaks Lead-based Paint 2014 e Road, Leesburg, Florida Apartments Inspection 03 Harding Village Building A,8520 Bruce Carlson AIA, Lead-based Paint0 2014 J Harding Avenue, Miami Beach, FL Inc. Inspection HUD Indefinite Quantity Contract for Lead Evaluation Services in Atlanta HOC HUD Lead-based Evaluation 2015 Florida, Puerto Rico&U.S.Virgin Services Islands Concourse G—Gate G8 M/C Offices, Miami-Dade Mold Assessment, 03/2018 Miami International Airport, Miami, FL Aviation Dept. Project Mgmt.,etc. via 9300 NW 41 Street, Doral, FL Miami Dade Fire Indoor Air Quality, Ongoing Rescue Dept. Mold Assessment,etc. CU Jackson South Community Hospital, Jackson Health Mold assessment/ a 9333 SW 152 Street in Miami, FL System Moisture Survey 2017 Mold assessment/ Q 5946 NW 18 Avenue, Miami, FL Miami-Dade PHCD Moisture Survey 3/2018 AT&T Facilities in South Florida AT&T/Parsons Mold Assessment, OOngoing O Miscellaneous Environmental Services Project Mgmt.,etc. = d Admin Building& Building#2,28700 Miami-Dade Mold Assessment, 01/2018 + SW 217 Ave, Homestead, Florida Aviation Dept. Project Mgmt.,etc. / Mold Assessment, i"' ++ 2373 NW 23 Court, Miami, FL Miami-Dade PHCD 2017 Project Mgmt.,etc. E Town Park Plaza North Condominium, Palm Engineering Lead-based Paint 2016 co) 549 NW 19 Street, Miami, Florida Group, Inc. Inspection dBuidling 716-J,Second Level Office, Miami-Dade Mold Assessment, u) 2017 N Miami International Airport, Miami, FL Aviation Dept. Project Mgmt.,etc. < Park Plaza West,Suite 106,Jackson Jackson Health Mold Assessment, 02/2018 'p Memorial Hospital, Miami, FL System Project Mgmt.,etc. O Mold assessment/ 11497 SW 213 Street, Miami, FL Miami-Dade PHCD 2017 Moisture Survey Cruise Terminal H—C3 Office Area, Miami-Dade Indoor Air Quality, 2016 Miami Seaport, Miami, FL County Seaport Mold Assessment,etc. EBS woSNMMRINO,INC. 28 Experience & Qualifications of the Firm Professional Architectural and Engineering Services for Capital Renewal and Replacement Projects RFQ No. 2018-141-ND QUALIFICATIONS OF THE FIRM EBS is a local, full service, multi-discipline engineering firm founded here in Miami-Dade, and incorporated in the State of Florida in 1994. EBS is a certified Minority Business Enterprise (MBE), Small Business Enterprise/Architect-Engineer (SBE/AE) and Small Disadvantaged Business Enterprise (DBE) in Miami-Dade County. EBS has been providing innovative, cost effective and high quality engineering and construction management services to government and private sector clients including the City of Miami for over 23 years. We are very familiar with the work to be performed and we have assembled a uniquely qualified and experienced team of professionals with proven track records of performance to handle every aspect of the project. Our team members are extremely familiar with Miami-Dade County, State and Federal regulations and standards that have relevance to the projects of this contract. We are uniquely qualified for this contract based on our current size and growth pattern that will allow us to add staff as needed to complete every task ahead of schedule and within budget. We measure our success based on our clients' satisfaction and have continued to earn repeat business EBS is currently certified in the following Technical from our increasing clients in the Certification Categories required for similar contract public and private sectors because of by Miami-Dade County: the quality of our services, products, and our professionalism. 9.06 SOILS, FOUNDATIONS AND MATERIALS TESTING -ASBESTOS 9.07 SOILS, FOUNDATIONS AND MATERIALS TESTING -AMBIENT AIR 10.05 ENVIRONMENTAL ENGINEERING —CONTAMINATION ASSESSMENT & MONITORING 10.06 ENVIRONMENTAL ENGINEERING - REMEDIAL ACTION PLAN DESIGN 10.07 ENVIRONMENTAL ENGINEERING - REMEDIAL ACTION PLAN IMPLEMENTATION/ OPERATION/ MAINTENANCE 10.09 ENVIRONMENTAL ENGINEERING - WELLFIELD, GROUNDWATER, AND SURFACE WATER PROTECTION AND MANAGEMENT 17.00 ENGINEERING CONSTRUCTION MANAGEMENT (Note: 5 Small Projects Relevant to Engineering - Environmental Services and Testing are included below in this Tab 3 as requested) EBS ENGINEERING,INC. 29 RELEVANT PROJECT EXPERIENCE / REFERENCE #1 PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR SMALL PROJECTS RFQ No. 2018-141-ND PROJECT NAME AND LOCATION: Town Park Plaza North Condominium, 549 NW 19 Street, Miami, Florida AGENCY/CLIENT NAME: AGENCY/CLIENT CONTACT: Tel: (786)251-9291 Palm Engineering Group, Inc. Mr. Greg Perry, P.E., CGC gperry@perrintl.com PROJECT COST(FEES): PROJECT START DATE: PROJECT COMPLETION DATE: TERMS OF ENGAGEMENT: $35,330 + $27,670 03/2015 Ongoing Proposal/Task Order EBS PROJECT MANAGER: EBS PRINCIPAL/ACCOUNT REPRESENTATIVE: OTHER KEY STAFF: David Batey Francisco E. Gomez Benjamin S. Essien, P.E. Eric Oleh, Ronquavis Fulton lila" Project Scope/Description: Palm Engineering Group, Inc. contracted ` EBS Engineering, Inc. (EBS) to provide miscellaneous environmental ■-1I x engineering including planning, asbestos consulting, lead-based paint a. evaluation services, fungi mold assessment and testing, prior to and ig . 1 571 `� ,, during the planned renovation of the 20 condominium buildings located il ff. at 549 NW 19 Street in Miami, Florida. EBS planned, executed and K , completed the initial phase of the project ahead of schedule (Within . one month) and as per budget. Asbestos Consulting Services: The sampling protocol used in the • asbestos survey was in general accordance with Title 40, Code of Federal Regulations (CFR), Part 763.86 and State of Florida Statutes. Bulk samples collected during the site survey were analyzed by Polarized • Light Microscopy (PLM) coupled with dispersion staining. The laboratory ' that analyzed the samples, has attained National Institute of Standards and Technology (NIST) accreditation through participation in the National 7 Voluntary Laboratory Accreditation Program (NVLAP). Any material containing more than one percent (1%) of asbestos is considered by EPA and Occupational Safety and Health Administration (OSHA) to be ACM. EBS prepared a report of the survey and hazards assessment including the project information, bulk sampling procedures and the analytical 1 results with recommendations for the removal of any ACMs identified. '; ACMs were identified in some of the tested suspected materials in the condo units 1 Lead-Based Paint Evaluation Services: EBS conducted lead-based `F. paint inspections, risk or visual assessments, using the inspection =" protocol in Chapter 7 of the HUD Guidelines for the Evaluation and Control of Lead-Based Paint Hazards in Housing (1997 Revision). Twenty-seven (27) randomly selected dwelling (condo) units and common " areas were tested. An average of 83 tests was taken at all identified Fr surfaces on the inside of each of the evaluated dwelling units using an X- f ray fluorescence (XRF) analyzer. Moisture Survey/Mold Assessment: EBS conducted a moisture survey v , and mold assessment in general accordance with the provisions of the American Conference of Governmental Industrial Hygienists (ACGIH), and State of Florida Statutes. The moisture survey was performed 0 utilizing a Protimeter SurveyMaster(SM) meter(shown below) in both measure and search mode. Tape lift or bulk samples were also collected to confirm the presence of mold growth on surfaces. EBS personnel utilized clean, disposable gloves prior to sample collection to prevent the potential for cross-contamination. The samples were placed in a sealed container, labeled and transported to accredited laboratory for identification of fungal mold. B S ENGINEERING,INC_ E 30 RELEVANT PROJECT EXPERIENCE / REFERENCE #2 PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR SMALL PROJECTS RFQ No.2018-141-ND PROJECT NAME AND LOCATION: AT&T Facilities in South Florida - Miscellaneous Environmental Services AGENCY/CLIENT NAME: AGENCY/CLIENT CONTACT: Tel: (251)243-9855 AT&T/Parsons Mr. Don Pippin Don.Pippin(caparsons.com PROJECT COST(FEES): PROJECT START DATE: PROJECT COMPLETION DATE: TERMS OF ENGAGEMENT: >$500,000 2001 Ongoing Proposal/Task Order EBS PROJECT MANAGER: EBS PRINCIPAL/ACCOUNT REPRESENTATIVE: OTHER KEY STAFF: David Batey Francisco E. Gomez Benjamin S. Essien, P.E. Eric Oleh, Ronquavis Fulton 110.111101191.1"."...."."""'"" 7 Project Scope/Description: EBS Engineering, Inc. (EBS)was contracted as r- subconsultant to Parsons Environment and Infrastructure, Inc. (Prime)to provide I Miscellaneous Environmental Engineering Services for all AT&T facilities.This is a I.--- long term continuing environmental testing and consulting services with many extensions since 2001. EBS is providing environmental services including asbestos ;fit.` consulting, lead-based paint evaluation services,fungi mold assessment and testing, "'. r \ noise and indoor air quality consulting on as needed basis. j EBS has completed hundreds of projects successfully for AT&T ranging in fees of —.:,- �- ` about$500 for small projects to over$50,000 for larger multi-phased projects, always meeting tight delivery schedules and budgetary controls. Our quick response -* time is also key to our overall great performance since we were first selected for the ,a contract in January 2001. The frequency of our services is driven by the needed w. renovation in each facility or emergency environmental conditions, and we have i i• 1 demonstrated our capacity to respond to multiple emergency projects i'I' simultaneously. b Asbestos Consulting Services:The sampling protocol used in the asbestos survey is in ` general accordance with Title 40, Code of Federal Regulations(CFR), Part 763.86 and State of Florida Statutes. EBS prepares a report for each survey with hazards assessment -- including the project information, bulk sampling procedures and the analytical results with recommendations for the handling of any ACM identified. We are providing asbestos consulting services: including comprehensive asbestos surveys, plans and 1Allspecifications for abatement, project management, operations and maintenance (O&M) plan for materials identified as ACMs,and air monitoring in over a hundred facilities over the past 17 years. • Lead-Based Paint Evaluation Services: Our testing/assessment are performed in accordance with the HUD approved QA Plan, using the inspection protocol in Chapter 7 iµ of the HUD Guidelines for the Evaluation and Control of Lead-Based Paint Hazards in N. '40 1 Housing(1997 Revision). Additionally, all applicable federal, state and local laws and 4 - , regulations are followed during the inspection/visual assessment.The inspections are done in accordance with Lead Safe Housing Rule 24 CFR Part 35 subpart F as amended June 21, 2004. Lead-based Inspection, abatement project management and air monitoring have been conducted in many facilities across South Florida. Moisture Survey/Mold Assessment/Indoor Air Quality Studies: EBS has conducted moisture survey and/or mold assessment in the several AT&T facilities. EBS conducts moisture survey and mold assessment in general accordance with the provisions of IICRC S520 Standard and Reference Guide for Professional Mold Remediation and the State of Florida Statue. EBS has also conducted indoor air quality studies in various building/spaces in AT&T facilities, for various toxic parameters and indoor air toxins.The indoor air quality studies were performed in general accordance with the provisions of the Indoor Air Quality Association (IAQA) and the American Society of Heating, Refrigeration and Air-Conditioning Engineers (ASHRAE)guidelines. E B S ENGINEERING,INC. 31 RELEVANT PROJECT EXPERIENCE/ REFERENCE #3 PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR SMALL PROJECTS RFQ No.2018-141-ND PROJECT NAME AND LOCATION: Terminal E, F, G, H and J Fire Protection Upgrade of Security and Communication Rooms, MIA, Miami, Florida AGENCY/CLIENT NAME: AGENCY/CLIENT CONTACT: Tel: (305)876-8326 Miami-Dade Aviation Department Mr. Foster Mack FMack@miami-airport.com PROJECT COST(FEES): PROJECT START DATE: PROJECT COMPLETION DATE: TERMS OF ENGAGEMENT: $5,420 11/2017 12/2017 Continuing Professional Contract EBS PROJECT MANAGER: EBS PRINCIPAL/ACCOUNT REPRESENTATIVE: OTHER KEY STAFF: Francisco E. Gomez Benjamin S. Essien, P.E. Ronquavis Fulton • Project Scope/Description: Miami-Dade Aviation VIM Department (MDAD) contracted EBS using Miami- Dade Department of Transprtation and Public /. ; ir1141111. Works (DTPW) Materilas Testing, Consulting and -00 1AIRPORT Training Services (El5-PWWM-09) contract to ONAL ---- - provide pre-renovation asbestos survey for the - — Security and Communications Rooms of " Terminal E, F, G, H and J located at Miami 41114 International Airport in Miami, Florida. This j - inspection is required byEnvironmental Protection •.• P q - Agency's (EPA) National Emission Standards for • Hazardous Air Pollutants (NESHAPs) prior to any renovation or demolition in buildings (40 CFR Part - 61). Field Survey: EBS performed an invasive pre-renovation asbestos survey in the rooms as per applicable federal, state and local laws and regulations, using accredited EPA Asbestos Building Inspectors. The sampling protocol used in the asbestos survey was in general accordance with Title 40, Code of Federal Regulations (CFR), Part 763.86 and State of Florida Statutes. Bulk samples collected during the survey were properly labeled and sent to an accredited laboratory with a Chain-of-Custody for analysis. Laboratory Analysis: Bulk samples collected during the site survey were analyzed by Polarized Light Microscopy (PLM) coupled with dispersion staining. This is the recommended method of analysis by EPA for asbestos identification in bulk samples. EMSL Analytical, Inc., the laboratory that analyzed the samples, has attained National Institute of Standards and Technology (NIST) accreditation through participation in the National Voluntary Laboratory Accreditation Program (NVLAP). Percentages of the identified types of asbestos are determined by visual estimation. Any material containing more than one percent (1%) of asbestos is considered by EPA and Occupational Safety and Health Administration (OSHA) to be ACM. Survey Report: EBS prepared a report of the survey and hazards assessment including the project information, bulk sampling procedures and the analytical results with recommendations for the removal of any ACMs identified. EBS ENGINEERING,INC. 32 RELEVANT PROJECT EXPERIENCE / REFERENCE #4 PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR SMALL PROJECTS RFQ No.2018-141-ND PROJECT NAME AND LOCATION: Jackson South Community Hospital, 9333 SW 152 Street in Miami, Florida (pre-renovation asbestos survey and moisture survey/mold assessment) AGENCY/CLIENT NAME: AGENCY/CLIENT CONTACT: I Tel: (305)298-1998 Jackson Health System Ms. Mari C. Lopez,Associate AIA, LEED. Mari.Lopez©jhsmiami.org PROJECT COST(FEES): PROJECT START DATE: PROJECT COMPLETION DATE: TERMS OF ENGAGEMENT: $9,330 04/2017 05/2017 Continuing Professional Contract EBS PROJECT MANAGER: EBS PRINCIPAL/ACCOUNT REPRESENTATIVE: OTHER KEY STAFF: Francisco E. Gomez Benjamin S. Essien, P.E. Ronquavis Fulton Project Scope/Description: Jackson Health System - "` s`. Por, (JHS) awarded an Environmental Site Assessment 20. . . Services for Various Jackson Health System Facilities to .-- EBS as Prime Consultant. Using the contract requested - „.-„,el EBS to provide pre-renovation asbestos survey and 7 : 61.---:?1""" w moisture survey/mold assessment in Jackson South I, t ' �� ' ' Community Hospital located at 9333 SW 152 Street I 1 - .n in Miami, Florida. This survey is required by rI ^--------- �r . , al Environmental Protection Agency's (EPA) National '., iifi7iii �11lim0 _ � NMI Emission Standards for Hazardous Air Pollutants (NESHAPs) prior to any renovation or demolition in buildings (40 CFR Part 61). The purpose of the moisture/mold investigation was to collect moisture 1 -- ---'91V.€' ;i'r ' I measurements and swab samples in areas of suspected mold growth and elevated moisture prior to any planned renovation activities. LField Survey/Investigation: EBS performed an 1111 invasive pre-renovation asbestos survey in the rooms as per applicable federal, state and local laws and regulations, using accredited EPA Asbestos Building Inspectors. Florida licensed Mold Assessor conducted - -. : the moisture/mold investigation in general accordance '= with the provisions of the Institute of Inspection Cleaning and Restoration Certification (IICRC) S520 Standard Iii` .0, and Reference Guide for Professional Mold it ;1 Remediation guidelines. Laboratory Analysis: Bulk samples collected during the site survey were analyzed by Polarized Light Microscopy (PLM) coupled with dispersion staining. This is the recommended method of analysis by EPA for asbestos identification in bulk samples. EMSL Analytical, Inc., the laboratory that analyzed the samples, has attained National Institute of Standards and Technology (NIST) accreditation through participation in the National Voluntary Laboratory Accreditation Program (NVLAP). Percentages of the identified types of asbestos are determined by visual estimation. Any material containing more than one percent (1%) of asbestos is considered by EPA and Occupational Safety and Health Administration (OSHA) to be ACM. The swap samples for mold were analyzed by EMSL, an environmental laboratory which is also accredited by the American Industrial Hygiene Association (AIHA)for Environmental Microbiology. Survey Findings/ Reports: EBS prepared a report of the asbestos survey including the project information, bulk sampling procedures and the analytical results with recommendations for the handling of any ACMs identified. EBS also prepared a report for moisture survey/mold assessment documenting the project background information, the field and analytical results with findings and recommendations. E B S ENGINEERING,INC. 33 RELEVANT PROJECT EXPERIENCE / REFERENCE #5 PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR SMALL PROJECTS RFQ No. 2018-141-ND PROJECT NAME AND LOCATION: Cairo Lane & NW 127 Street Right-of-Way, City of Opa Locka, Florida AGENCY/CLIENT NAME: AGENCY/CLIENT CONTACT: Tel: (305)953-2868 x 1214 City of Opa Locka Mr.Airia Austin,Sr./Public Works Director Aaustin@Opalockafl.gov PROJECT COST(FEES): PROJECT START DATE: PROJECT COMPLETION DATE: TERMS OF ENGAGEMENT: $6,000 09/2014 11/2014 Individual Purchase Order EBS PROJECT MANAGER: EBS PRINCIPAL/ACCOUNT REPRESENTATIVE: OTHER KEY STAFF: Francisco E. Gomez Benjamin S. Essien, P.E. Joseph Chan, Pamela Lemme . , .,,'' .e :4_ a Project Scope/Description: EBS was contracted by the City of Opa • , .., is Locka to provide environmental consulting services prior to vi 1 •.. ,,. reconstruction of Cairo Land and NW 127 Street in Opa Locka, Florida. .�,. ', '"e—sw '; ' EBS conducted the Phase I Environmental Assessment to evaluate a / : -•...-4. 7,4,1 u ; potential impacts to construction that may arise due to known s _, ova contaminated sites historically located along the roadways. The Phase • t- . _, I environmental site assessments of the roadway right-of-way was ` • - - conducted as per ASTM Standard Practice E 1527-13 to identify any R • -•.,- • ,. existing Recognized Environmental Conditions (RECs) which may exist •-..::,:: — 1 at the site or adjacent properties that could adversely impact the roadways. - , Research: Prior to conducting site reconnaissance, EBS reviews ,r� rot„.� , available information regarding the site and surrounding properties to 7L q♦ ... ‘ ./" attempt to identify potential environmental conditions that should be =LI .11,,,,„ .41P, further evaluated during the site visit. The assessment included a , - ='• database search of FDEP, DERM and EPA. EBS also reviewed the available historical records for the property and surrounding areas, including Historical Aerial Photographs, Fire Insurance Maps, City Directories, Topographic Maps, etc. i7 71 a Reconnaissance: After completing the research tasks, EBS performed a 'alt. , .7't.,, I thorough visual inspection of the subject site and improvements. r ;, „' s_ 1L..;., , Additionally, we performed a reconnaissance of neighboring sites, "' f , „ •,'+? conducted from the subject site property boundaries or by automobile *►: 1 ;. -�,'-"— j ,*- where necessary. Conditions which were specifically noted during the site .-fill ' x�;- i inspection include USTs/ASTs, stressed vegetation, surface staining or -. _ .g_ t other indications of spills, site drainage, chemical use and storage, • 7_ tet- -1" --_—,:t.,_=. current disposal practices and other conditions and/or practices. -, 7. - 7,,,i,0.-..- •,...,,,-- Lt._ Interview/Assessment Report: EBS conducted interviews with the city - 4 -- ,�I staff and some property owners/managers along the roadway corridors =_�;; with some specific knowledge of the property history. The interview process used in concert with the research revealed that the south portion of the Cairo Lane was previously a dump/lakefill of possibly 1411111111110. if contaminated waste. iiiw-- EBS prepared assessment reports based on our standardized Phase I ;m. - ,,� - ESA Report with recommendations for further assessment of the ' properties. The reports, field data, database radius research information ,,,;- - and all the applicable documentation were subjected to the standard EBS internal quality assurance/quality control (QA/QC) process checks ` Alprior principal review and submittal to our client. The project was -- - N ' -4,-"'f - . completed ahead of schedule and within approved budget. EBS ENGINEERING,INC. 34 Professional Architectural and Engineering Services fo Capital Renewal and Replacement Projects RFQ No. 2018-141-ND 441111 Exp erlence Qualifica •t on,s of The Team FE" EBS ENGINEERING,INC. Experience & Qualifications of The Team Professional Architectural and Engineering Services for Capital Renewal and Replacement Projects RF a No. 2018-141-ND TAB 4. EXPERIENCE & QUALIFICATIONS OF THE TEAM EBS team has the experience and the capacity familiarity with similar project scope. The to perform and exceed the requirements of chosen staff have spent most of their this contract. Over the years, we have individual careers working on same type of demonstrated our ability to deliver high quality projects and have a thorough knowledge of performance under budget, ahead of schedule the all applicable procedures and regulations. and as per the scope of work for this contract. Our Organization Chart shown on the next Our team has the unique ability to solve page, and also included in Tab 5, specifically complex technical challenges, and to lists all team members, and their assigned understand the challenges that communities positions and professional services. are faced with which go beyond capital renewal and replacement. EBS team is committed to providing high level quality services to City of Miami Beach under EBS is a local firm with team of specialists who this contract. We have assembled a team of are very familiar with the City of Miami beach. dedicated, and experienced expert They are also very familiar with federal, state, professionals to work as an extension of your and local laws and regulations that have the staff - to meet and exceed your goals, and potential to impact the City. deliver each project within your budget and schedule. Our team's ability to quickly focus resources and energy allows us to innovate Key Personnel and deliver the higher quality the City expects Our key staff are highly qualified with proven from its consultants. management capability and extensive experience. Our team leaders and CIA/QC The Team key personnel are presented in the Officers were selected based on their relevant Key Personnel Experience/Availability Matrix technical and managerial expertise and shown below. KEY PERSONNEL- PROJECT ROLE, EXPERIENCE & AVAILABILITY Name Project Role Yep of Availability Francisco E. Gomez Project Manager 30 60% Benjamin S. Essien, PE Project Principal 34 50% Joseph C. Chan, PE CGC Senior Project Engineer/ QA/QC 36 60% Pamela Lemme, PE Senior Project Engineer QA/QC 32 60% Ricardo Martinez Construction Manager 40 60% David Batey Project Engineer/Senior Inspector 30 65% Eric I, Oleh Environmental Supervisor/Inspector 5 70% Ronquavis T. Fulton Environmental Supervisor/Field Tech 30 70% EBs ENGINEERING,INC. 36 RFQ No.2018-141-ND Professional Architectural and Engineering Services for PROJECT ORGANIZATIONAL CHART Capital Renewal and Replacement Projects City of Miami Beach Procurement Department Quality Assurance I Quality Control Principal-In-Charge Joseph C.Chan,PE,CGC Benjamin S.Essien,PE,FLAG Project Manager Sin•Ie-Point of Contact Francisco E.Gomez Asbestos Consulting Services/ Phase I,Phase II Environmental Mold Assessment/ Lead-Based Paint Inspection/ Site Assessments/ Moisture Survey/Indoor Air Risk Assessment,Etc. Contamination Assessment,Etc. Benjamin S.Essien,PE,FLAC Pamela Lemme,PE Francisco E.Gomez,FLMA David Batey Joseph C.Chan,PE,CGC Benjamin S.Essien,PE,FLMA Eric I.Oleh Ricardo Martinez Eric I.Oleh Ronquavis Fulton David Batey Ronquavis T.Fulton EB SENGINEERING,INC. 3 Experience & Qualifications of The Team Professional Architectural and Engineering Services for Capital Renewal and Replacement Projects RF O No. 2018-141-ND of this contract. A brief description of their individual experience and expertise clearly Mr. Benjamin S. Essien, P.E. will serve as demonstrating why they were chosen to work the Project Principal for this contract. He has on this contract is provided the proceeding over 34 years of experience in engineering pages. The resumes of key personnel are design, project management, environmental included in this section following the brief consulting and construction. He has served as individual descriptions. project manager and/or principal-in-charge for numerous projects including design, Amok Mr. Francisco E. construction and inspection of major industrial Gomez will serve as and public facilities. He is also a licensed the Project Manager for Florida asbestos consultant, licensed mold ir" this contract. Mr. assessor, certified lead-based paint risk Gomez has over 30 assessor and radon measurement specialist years of experience in with extensive experience in handling all the environmental asbestos, lead-based paint, radon and other industry including Phase indoor air quality testing/consulting issues and I & II environmental site assessments, remediation. asbestos, lead-based paint inspection and risk He is an effective and ~ - - assessment, mold assessment and indoor air perceptive program/ quality studies. He has a Bachelor of Science project manager who degree in Biology and is very experienced in has won acclaims for managing large environmental projects. He is both service and an accredited EPA lead inspector and risk professionalism from assessor in 7 States, and EPA asbestos building many clients. With inspector and project supervisor in Florida. extensive contract Mr. Gomez is also licensed Mold Assessor in administration and Florida, and has OSHA 40-hour Hazmat and the quality assurance/quality control (QA/QC) 8-Hour supervisor training. He has managed experience, he has administered hundreds of several similar large environmental projects projects including multi-site/task design, for Miami-Dade Aviation Department, Miami 1 am delighted to learn of the degree to which you Dade Housing Agency, Miami Dade Water and (Benjamin Essien) have integrated yourself to the Sewer Department, DERM and AT&T, to name Dade County Aviation Department(DCAD). Your a few. He was the QC Manager for HUD Big ability to think as if you were DCAD to take Buy program which was completed in May advantage of cost saving/deferment, while 2007, and was Deputy Project Manager of the maintaining the objectivity and professionalism of a single family properties lead evaluation consultant, is the behavior which clients deserve and services for OSFAM completed in 2008. Law appreciates.".... Mr. Gomez was the Project Manager for the President Single Family Lead Evaluation Services for Law Companies Atlanta Homeownership Center from 2010 to construction inspections, contamination 2015 covering 10 States. He will be in-charge assessments, hazardous materials, etc. Mr. of the day-to-day operations and management Essien is a member of the American Society of EBs ENGINEERING,INC. 38 Experience & Qualifications of The Team Professional Architectural and Engineering Services for Capital Renewal and Replacement Projects RF0 No. 2018-141-ND Civil Engineers and American Society of for rehabilitation of the systems. Also design of Mechanical Engineers, and former Member of stormwater management, water supply and the Miami-Dade County Board of Unsafe sewer collection systems. Structures. Mr. Joseph C. He co-authored two publications presented at the International Conference on Infrastructure Chan, P.E., CGC- Development and the Environment. He also will serve as the was the Chair of Discussion Panel at the quality International Symposium on Environmental assurance/quality Geotechnology and Global Sustainable control (QA/QC) Development. He is active in the community as manager for this a frequent consultant on environmental and contract. He has over 36 years of transportation issues. responsible and diversified engineering Ms. Pamela A. Lemme, P.E. will serve as experience in design, construction the Deputy Project Manager for this contract management and construction inspection of assisting with daily project review and highway projects. He has demonstrated coordination. She has more than 32 years of expertise in management, establishing and diverse experience as a professional civil and maintaining client relationships, solving environmental engineer. Project experience technical problems, quality control, meeting includes environmental assessments, tight project schedules/budgets, teamwork, investigations for hazardous building materials and coordination in multi-disciplinary service (i.e. asbestos, lead-based paint), design for environments. Mr. Chan also has extensive abatement of hazardous building materials, experience in all aspects of planning, and assessment and design for rehabilitation production, scheduling, quality control, of sanitary sewer systems. Projects ranged in coordination and client relations. size from $2K to $5M. Duties have He is a licensed professional in three States, encompassed all aspects of consulting including Florida, Texas and Massachusetts. engineering: operations, administration, and Mr. Chan is also a licensed general contractor business development. Other responsibilities and licensed underground utilities contractor included preparation of proposals in pursuit of in the State of Florida. He is also a licensed municipal and federal contracts. Surveyor and Mapper in the State of Florida. Ms. Lemme also has He has served as project manager on several more than 21 years large and complex projects for Miami-Dade of experience with County, FDOT, City of Opa Locka, City of Miami rehabilitation of and other municipalities. His experience and sanitary sewer cross-disciplinary expertise in engineering, systems and general surveying and construction sets him apart as a civil design. unique designer and project manager. He will Experience includes use that expertise, to ensure a smooth and assessment of speedy permits application and processing and existing sanitary of each project under this contract. sewer systems and recommending methods EBS ENGINEERING,INC. 39 Experience & Qualifications of The Team Professional Architectural and Engineering Services for Capital Renewal and Replacement Projects "'"" """'�•w.._ RFP No. 2018-141-ND as one of the Field Staff and AutoCADD Mr. David Batey has ,a. ^ specialist for this contract. over 30 years of experience in engineering practice Mr. Ricardo including planning, Martinez is a Senior eitis design, project Construction Manager management and with over 40 years of construction inspection. He has supervised extensive engineering construction of airport facilities, dredging and design and restoration of canals, and roadway construction reconstruction with drainage improvements. management experience with increasing He has experience in engineering design responsibilities for airports, industrial and municipal facilities. He is a Registered analysis, project administration, inspection, Professional Engineer, Certified General preparation of reports, environmental field Contractor, and is proficient in contract investigations, and sampling and project management for numerous asbestos, lead- administration, coordination and expedition of based paint and mold projects. He is also an construction contracts for new and existing EPA certified AHERA building inspector and facilities. Mr. Martinez has expertise in supervisor in Florida. He will serve as the Lead developing Process Flow Diagrams, equipment Field Staff for this contract. specifications, cost estimates and cost control, and environmental permitting. Mr. Eric I. Oleh has He is competent in the preparation of over 22 years of appropriation requests, preparation of facility extensive experience design, supervision of construction activities in construction ,� , and coordination of start-up activities. He is inspection, planning very familiar with building codes, building laws and implementation of and procurement. Mr. Martinez will be of safety procedures responsible for construction management for construction of work on this contract. roadway, oil field installations, highways and drainage systems. He has served as Quality Control Inspector on several major civil work (These key personnel construction projects with responsibility for the monitoring compliance with all contractual resumes are included requirements and safety regulations. below in this Tab 4) He has prepared CAD drawings for civil engineering and environmental projects, and has extensive experience as inspector performing construction inspection, documenting construction progress, and monitoring contractor adherence to the contract plans and specifications. He will serve E Bs ENGINEERING,INC. 40 1 EBS ENGINEERING,INC. Francisco E. Gomez— Project Manager/ awareness and right-to-know training, and Senior Environ. Scientist consulting services (01 —on as needed basis). z z • Project Manager: Town Park Plaza North c) Education Condominium, Miami, FL— EBS provided o BS, Biological Science miscellaneous environmental engineering PFlorida State University, including planning, asbestos consulting, lead- Tallahassee, Florida, 1982 based paint evaluation services, fungi mold N Registrations/ assessment and testing, prior to the planned o renovation of the 20 condominium buildings m Certifications located at 549 NW 19 Street in Miami, Florida. Licensed Mold Assessor, Other tasks included project/air monitoring, and 5 114 Florida supervision of abatement work, preparation of o Additional Training/Continuing Education reports, work action plan/specifications, cost 73 estimate, etc. (Ongoing). Z EPA Asbestos Building Inspector o EPA Asbestos Contractor/Supervisor • Project Manager: Vacant Lot - North of SW Z 40 St. between SW 89 Ave & SW 89 Ct, < 40-Hour HazMat OSHA 29 CFR 1910 Miami, Florida - EBS performed Phase I & II o 8-Hour HazMat Supervisor Environmental Site Assessments for the site. co Tasks for Phase I as per ASTM Standard m EPA Lead-based Paint Risk Assessor& Inspector Practice E 1527-13, included investigating the N Qualifications Overview historic land used at the sites, any evidence of Mr. Gomez has over 30 years' experience in the recognized environmental concern (REC) due environmental industry including Phase I & II past or present use, impact of offsite activities environmental site assessments, preparation of and surrounding properties and report site assessment reports (SARs), remedial action preparation. Tasks for Phase II included plans (RAPs) and underground storage tanks supervision of soil boring/well installation, (USTs), etc. He has managed a variety of soil/groundwater sampling, data evaluation, etc. environmental assessments and remediation from EBS also prepared and submitted report of the sample acquisition, hazard assessment, drum Phase II with recommendations for RER review inspection, hazardous waste management, and approval (2017). hazardous materials disposal and risk assessment. • Project Manager: Terminal E, F, G, H and J He is also experienced project manager and great Security and Communication Rooms, Miami at preparation of proposals and reports, cost International Airport, Miami, Florida - EBS estimating and training of environmental performed various pre-renovation asbestos professionals. Mr. Gomez has successfully survey for the Terminal E, F, G, H and J managed some of the most complex multi- Security and Communication Rooms prior to the site/multi-phase projects including Phase I/II planned renovation in the rooms. Main tasks environmental assessments, contamination included sampling all suspect asbestos- assessments, contaminated sites remediation, containing materials (ACMs) in the rooms, mold assessments/remediation, asbestos surveys reviewing existing plans to ensure sampling is and asbestos abatements, etc. complete and as per established protocol. Other Sample Projects tasks included documenting the materials conditions, quantities and potential for possible • Project Manager: AT&T Telecommunication fibers release, took photographs and prepared Facilities, Statewide, Florida — EBS is chain-of-custody for samples, laboratory responsible for conducting comprehensive analysis and survey report of the findings with AHERA asbestos surveys, pre-renovation or recommendations for any ACM found (2017). demolition asbestos surveys, air quality testing during abatements, lead-based paint testing, • Project Manager: Jackson South Community indoor air quality/fungi mold testing, risk Hospital located at 9333 SW 152 Street in assessment, noise testing, project management, Miami, Florida - EBS provided pre-renovation report preparation. EBS also conducts asbestos survey, and moisture survey/fungi 4715 NW 157 STREET. SUITE 202,MIAMI, FLORIDA 33014 PHONE 305-625-5252, FAX 305-625-7110 Y 41 .... .. ESS ENGINEERING,INC. mold assessment prior to the planned project monitoring during mold remediation renovation in the hospital. The main tasks work, project management, report preparation included sampling all suspect asbestos- with recommendations for actions, preparation containing materials (ACMs) in the renovation of work action plan/specifications, final air areas, reviewing existing plans to ensure clearance sampling, etc. (2018). 0 sampling is complete, moisture survey and mold Project Manager: Commercial Buildings, 140 2 assessment. Other tasks included documenting m the materials conditions, quantities and potential — 142 West 29 Street, Hialeah, Florida -for N for possible fibers release, took photographs Phase II subsurface assessment for the property o and prepared chain-of-custody for samples, including soil and groundwater sampling, plans samples analysis, and preparation of reports for monitoring wells abandonment as per with recommendations (2017). Chapter 62-780 FAC and Miami-Dade County Chapter 24 Code. Other tasks included • Project Manager: Bridges #874420, East of advancement of soil borings using direct push SW 72 Avenue on SW 136 Street, Miami, equipment, laboratory analysis, preparation of Z Florida - EBS performed a pre-renovation the assessment reports, etc. The assessment s asbestos survey and lead-based paint (LBP) was conducted in order to investigate potential inspection of Bridge #874420 located East of impacts to the site and in response to DERM's 0 SW 72 Avenue on SW 136 Street in Miami, Required Testing Notice to the property owner Florida. Main tasks survey and sampling of (07/14 —03/16). C) suspect asbestos-containing materials and • Project Manager: Apartment Buildings, 145- surface by surface lead-based paint inspection 165 SW 12 Street, Miami, Florida -for Phase II using XRF instrument. Other tasks included subsurface assessment of this property for the documenting the materials conditions, quantities property owner. The assessment was and potential for possible fibers release, took conducted in order to investigate potential photographs and prepared chain-of-custody for impacts to the site due to adjacent contaminated samples, samples analysis, and preparation of properties. Tasks associated with the reports with recommendations (2018). investigation included regulatory file review, cost • Project Manager: Zoo Miami (HWR-802/File- estimation, utility clearance, scheduling, 11706), 12400 SW 152 Street, Miami, Florida - supervision of soil boring advancement, EBS performed Contaminated Site supervision of well installation, supervision of Assessments for three previously assessed soil and groundwater sampling, data evaluation areas at Zoo Miami facility located at 12400 SW and report preparation. 06/2014 —07/2014. 152 Street, Miami, Florida. Our task was to • Project Manager: Cairo Lane and NW 127 delineate the extent of the previously identified Street Right-of-Way, Opa Locka, Florida -for soil contamination, and surficial and/or Phase I Environmental Site Assessments for subsurface solid waste in the three identified Cairo Lane from NW 135 Street to NW 127 areas: Monkey Meadow Field, Anteater Holding Street and NW 127 Street from Cairo Lane to Area and Orangutan Service Road of the NW 32 Ave. The Phase I was to investigate the subject site. Project tasks included review of site prior to reconstruction of the roadways. EBS previous reports/data, soil sampling, laboratory conducted the Phase I as per ASTM Standard analysis, data evaluation, report with Practice E 1527-13 - investigating historic land recommendations for RER review and approval use at the sites, evidence of contamination past (2017). or present, impact of offsite activities and • Project Manager: Administration Building & surrounding properties. Prepared a report of our Building #2, Homestead General Airport, findings with recommendations for Phase II 28700 SW 217 Ave, Homestead, Florida - EBS assessments for sites. 10/2014— 11/2014. provided mold assessment services in two • Deputy Project Manager: HUD Indefinite buildings -Administration Building and Building Quantity Contract for Lead Evaluation #2 at the Homestead General Aviation Airport in Services in Atlanta Homeownership Center— Homestead, Florida. The Main tasks included Florida, Puerto Rico & U.S. Virgin Islands - moisture survey and mold growth assessment, Chinye-EBS Evaluation Services, LLC. was 4715 NW 157 STREET. SUITE 202, MIAMI, FLORIDA 33014 PHONE 305-625-5252. FAX. 305-625-7110 42 ... - _ E BS ENGINEERING,INC. contracted in November 2010 by HUD to • Project manager (EBS): MIC-Earlington perform lead evaluation services including visual Heights Metrorail Extension Right-of-Way, assessments, lead-based inspections, Miami, Florida -for Phase I & II Environmental F, stabilization plans and clearance examinations Site Assessments for parcels which required for single family (1-4units) properties in Atlanta assessment due to revised right-of-way 0 Home Ownership Center(HOC) covering 10 alignment along the MIC-Earlington Heights o States, Puerto Rico and the Virgin Islands. This Metrorail Extension corridor. Tasks for Phase I contract is on-going and estimated to evaluate as per ASTM Standard Practice E 1527-05, 4,000 single family properties annually with total included investigating the historic land used at 5-year contract value of$13.5m. EBS as the the sites, any evidence of contamination past or rcrj technical partner was responsible for using our present, impact of offsite activities and qualified staff and subconsultant firms to surrounding properties and report preparation. execute the evaluation services to meet or Tasks for Phase II included supervision of soil exceed HUD required guidelines on boring/well installation, soil/groundwater m performance (11/10 — 9/15). sampling, data evaluation, etc. EBS also 0 • Project Manager: Miami City Hall — New conducted Pre-Demolition Asbestos Survey for Z Stormwater Trench Landscaping Area, the buildings to be demolished in each parcel Miami, Florida -for the contaminated site (01/2008— 12/2008). o assessment, remedial action plan and remedial • Project Manager: Jose Marti Park, Miami, operation. EBS performed remediation of a new Florida -for subsurface assessment of the park, stormwater trench with petroleum contaminated development of operations and maintenance soil and groundwater at the City Hall plan and remedial/engineering control plan. The landscaping project site. About 160 cubic yards assessment was to confirm current total arsenic of petroleum contaminated soil was removed for soil contaminant concentrations following re- disposal. EBS conducted site investigation/ development of the property as a community sampling, and evaluated the laboratory result for building. Project tasks included review of the effectiveness of the remediation at the site, previous reports/data, soil sampling, laboratory as per Chapter 62-777 of the Florida analysis, data evaluation, report with Administrative Code (FAC) and Miami-Dade recommendation of corrective action plans, and County Chapter 24 Code. EBS also prepared preparation of remedial/engineering control plan remedial plan and submitted a Report of for DERM approval (01/10 —04/11). Remedial Action and Source Removal Report Addendum to Miami-Dade Department of • Project Manager(EBS): Miami-Dade Transit Environmental Resources Management North Corridor Metrorail Extension, NW 27 (DERM). 09/2009—03/2010. Avenue, Miami, Florida -for Phase I Environmental Site Assessments for 64 of the • Project Manager: Citywide Outfall Monitoring parcels identified for acquisition or that maybe Program, City of Miami, FL - EBS personnel impacted by the planned rail extension. Tasks performed quarterly water quality sampling for Phase I as per ASTM Standard Practice E events for 25 stormwater outfalls and two 1527-05, included investigating historic land use tributaries monitoring sites on quarterly basis, at the sites, evidence of contamination past or laboratory analysis, computation and evaluation present, impact of offsite activities and of the laboratory results, reporting, etc. The surrounding properties. Prepared a report of our sampling was performed in accordance with the findings with recommendations for Phase II Illicit Discharge Detection and Elimination assessments for some of the sites. EBS also Guidance Manual, and all the applicable federal, performed Phase II site assessments along the state and local regulations. EBS effectively corridor as a team with PEER Consultant, P.C. managed the project tasks including sampling (Prime). Tasks included supervision of soil location plan development, field sampling and boring/well installation, soil/groundwater reporting for City's permit processing. Mr. sampling, data evaluation, etc. (07/06— 12/08). Essien supervised the sampling and provided principal review for the project (06/09—08/11). • Project Manager: Warehouse Property, 101 NW 176 Street, Miami, Florida -for Phase I 4715 NW 157 STREET, SUITE 202, MIAMI, FLORIDA 33014 PHONE: 305-625-5252, FAX. 305-625-7110 :, 43 _ .. ... . E Bs ENGINEERING,INC- Environmental Site Assessments for the • Deputy Project Director - HUD Technical & warehouse. The Phase I was to investigate the Programmatic Support for Lead-Based Paint site prior to closing of a real estate transaction Evaluation Services: EBS Engineering, Inc. for the property. EBS conducted the Phase I as was contracted in September 2007 by U.S. per ASTM Standard Practice E 1527-13 - Department of Housing and Urban Development investigating historic land use at the sites, (HUD) to perform Quality Assurance Review for evidence of contamination past or present, lead-based inspections and visual assessments impact of offsite activities and surrounding for single family residences including field properties. Prepared a report of our findings with inspections, risk assessments, clearance o recommendations for Phase II assessments for sampling, comparative analysis, reports, etc. sites. 08/2016 —08/2016. EBS using qualified and duly certified risk • Project Manager: Commercial Property, 656 assessment firms as subconsultants, conducted NW 98 Street, Miami, Florida -for Phase I QA inspection/visual assessments or clearance Environmental Site Assessments for the sampling in over 1,150 single family properties commercial property. The Phase I was to in 46 States including Alaska and Puerto Rico Z investigate the site prior to closing of a real (09/07—09/08). estate transaction for the property. EBS • Project manager: Hangar Building 860, Miami o conducted the Phase I as per ASTM Standard International Airport, Miami, Florida -for Practice E 1527-13 - investigating historic land abatement and demolition of Hangar Building use at the sites, evidence of contamination past 860. Tasks associated with the building or present, impact of offsite activities and abatement/demolition included planning, pre- surrounding properties. Prepared a report of our demolition asbestos survey, preparation of plans findings with recommendations for Phase II and specifications for removal of asbestos- assessments for sites. 07/2015—08/2015. containing materials and demolition of building, Project Manager: Building 704, Miami procurement assistance, project management, • International Airport, Miami, Florida -for project/air monitoring, and supervision of abatement of the chiller and cleanup of oven abatement, demolition work, grading of the site area in the building. Tasks associated with the and reports (06/08— 10/08). building abatement/cleanup included planning, • Project manager: Buildings 885, 886 887 & pre-renovation asbestos survey, preparation of 888, Miami International Airport, Miami, plans and specifications for removal of Florida - for abatement and demolition of asbestos-containing materials and cleanup of Buildings 885, 886, 887 & 888. Tasks ACM contaminated dusts in the building, associated with the buildings abatement/ procurement assistance, project management, demolition included planning, pre-demolition project/air monitoring, and supervision of asbestos survey, preparation of plans and abatement/cleanup work and preparation fo specifications for removal of asbestos- reports (07/10— 12/10) containing materials and demolition of buildings, Project Manager: Little Haiti Housing procurement assistance, project management, • Association, Miami, Florida -for Phase II project/air monitoring, and supervision of subsurface assessment of this property for the abatement, demolition work, grading of the site City of Miami, Florida. The assessment was and reports (02/08— 10/08). conducted in order to investigate potential • Project Manager: Turtle Oaks Apartments, impacts to the site due to adjacent contaminated 2311 Griffin Road, Leesburg, Florida -for properties. Tasks associated with the lead-based paint inspections and risk investigation included regulatory file review, cost assessments of apartment property with 100 estimation, utility clearance, scheduling, units in 12 buildings. The major tasks of the supervision of soil boring advancement, inspection and risk assessment included re- supervision of well installation, supervision of evaluation of previous inspection and soil and groundwater sampling, data evaluation documentation of current lead-based paint and report preparation (02/09—04/09). condition at the property, report preparation with recommendations, etc. (07/2014 — 07/2014) 4715 NW 157 STREET, SUITE 202, MIAMI. FLORIDA 33014 PHONE 305-625-5252, FAX 305-625-7110 44 EBs(NOINEIRINO,INC. Benjamin S. Essien, P.E. — Principal contamination assessments, hazardous materials m Engineer cleanup, etc. Sample Projects • Project Principal: AT&T Telecommunication Education Facilities, Statewide, Florida— EBS is BS, Mechanical Engineering responsible for conducting comprehensive University of Benin, Benin City, AHERA asbestos surveys, pre-renovation or Nigeria 1980 demolition asbestos surveys, air quality testing Z during abatements, lead-based paint testing, Affiliations/ indoor air quality/fungi mold testing, risk Professionalons assessment, noise testing, project management, Registratireport preparation. EBS also conducts American Society of Mechanical Engineers awareness and right-to-know training, and American Society of Civil Engineers consulting services (01 —on as needed basis). Professional Engineer, Florida • Project Principal: Town Park Plaza North Asbestos Consultant, Florida Condominium, Miami, FL— EBS provided Licensed Mold Assessor. Florida miscellaneous environmental engineering Additional Training/Continuing Education including planning, asbestos consulting, lead- based paint evaluation services, fungi mold EPA Asbestos Building Inspector& Mgmt. Planner assessment and testing, prior to the planned EPA Asbestos Contractor/Supervisor renovation of the 20 condominium buildings located at 549 NW 19 Street in Miami, Florida. 40-Hour HazMat OSHA 29 CFR 1910 Other tasks included project/air monitoring, and 8-Hour HazMat Supervisor supervision of abatement work, preparation of EPA Lead-based Paint Risk Assessor& Inspector reports, work action plan/specifications, cost estimate, etc. (Ongoing). AHERA Project Designer • Project Principal: Vacant Lot - North of SW Qualifications Overview 40 St. between SW 89 Ave & SW 89 Ct, Mr. Essien, a registered Professional Engineer in Miami, Florida - EBS performed Phase I & II the State of Florida has over 34 years of Environmental Site Assessments for the site. experience of engineering design, project Tasks for Phase I as per ASTM Standard management, environmental consulting and Practice E 1527-13, included investigating the construction. He has served as project manager historic land used at the sites, any evidence of and/or principal-in-charge for numerous projects recognized environmental concern (REC) due including design, construction and inspection of past or present use, impact of offsite activities major industrial and public facilities. He is also a and surrounding properties and report licensed Florida asbestos consultant, certified lead- preparation. Tasks for Phase II included based paint risk assessor and radon measurement supervision of soil boring/well installation, specialist with extensive experience in handling all soil/groundwater sampling, data evaluation, etc. asbestos, lead-based paint, radon and other indoor EBS also prepared and submitted report of the air quality testing/consulting issues and Phase II with recommendations for RER review remediation. and approval (2017). He is an effective and perceptive program/project • Project Principal: Terminal E, F, G, H and J manager who has won acclaims for both services Security and Communication Rooms, Miami and professionalism to many clients. With International Airport, Miami, Florida - EBS extensive contract administration and quality performed various pre-renovation asbestos assurance/quality control (QA/QC) experience, he survey for the Terminal E, F, G, H and J has administered hundreds of projects including Security and Communication Rooms prior to the multi-site/task design, construction inspections, planned renovation in the rooms. Main tasks included sampling all suspect asbestos- 4715 NW 157 STREET, SUITE 202,MIAMI, FLORIDA 33014 PHONE. 305-625-5252. FAX. 305-625-7110 45 EBSENGINEERING,INC. containing materials (ACMs) in the rooms, subject site. Project tasks included review of m reviewing existing plans to ensure sampling is previous reports/data, soil sampling, laboratory complete and as per established protocol. Other analysis, data evaluation, report with 2 tasks included documenting the materials recommendations for RER review and approval conditions, quantities and potential for possible (2017). fibers release, took photographs and prepared • Project Principal: Administration Building chain-of-custody for samples, laboratory p analysis and survey report of the findings with Building #2, Homestead General Airport, recommendations for any ACM found (2017). 28700 SW 217 Ave, Homestead, Florida - EBS provided mold assessment services in two • Project Principal: Jackson South Community buildings -Administration Building and Building Hospital located at 9333 SW 152 Street in #2 at the Homestead General Aviation Airport in Miami, Florida - EBS provided pre-renovation Homestead, Florida. The Main tasks included Z asbestos survey, and moisture survey/fungi moisture survey and mold growth assessment, m mold assessment prior to the planned project monitoring during mold remediation renovation in the hospital. The main tasks work, project management, report preparation included sampling all suspect asbestos- with recommendations for actions, preparation containing materials (ACMs) in the renovation of work action plan/specifications, final air areas, reviewing existing plans to ensure clearance sampling, etc. (2018). sampling is complete, moisture survey and mold ▪ Project Principal: Commercial Buildings, 140 assessment. Other tasks included documenting — 142 West 29 Street, Hialeah, Florida -for the materials conditions, quantities and potential Phase II subsurface assessment for the property for possible fibers release, took photographs including soil and groundwater sampling, plans and prepared chain-of-custody for samples, for monitoring wells abandonment as per samples analysis, and preparation of reports Chapter 62-780 FAC and Miami-Dade County with recommendations (2017). Chapter 24 Code. Other tasks included • Project Principal: Bridges #874420, East of advancement of soil borings using direct push SW 72 Avenue on SW 136 Street, Miami, equipment, laboratory analysis, preparation of Florida - EBS performed a pre-renovation the assessment reports, etc. The assessment asbestos survey and lead-based paint (LBP) was conducted in order to investigate potential inspection of Bridge #874420 located East of impacts to the site and in response to DERM's SW 72 Avenue on SW 136 Street in Miami, Required Testing Notice to the property owner Florida. Main tasks survey and sampling of (07/14—03/16). suspect asbestos-containing materials and ▪ Project Principal: Apartment Buildings, 145- surface by surface lead-based paint inspection 165 SW 12 Street, Miami, Florida -for Phase II using XRF instrument. Other tasks included subsurface assessment of this property for the documenting the materials conditions, quantities property owner. The assessment was and potential for possible fibers release, took conducted in order to investigate potential photographs and prepared chain-of-custody for impacts to the site due to adjacent contaminated samples, samples analysis, and preparation of properties. Tasks associated with the reports with recommendations (2018). investigation included regulatory file review, cost • Project Principal: Zoo Miami (HWR-802/File- estimation, utility clearance, scheduling, 11706), 12400 SW 152 Street, Miami, Florida - supervision of soil boring advancement, EBS performed Contaminated Site supervision of well installation, supervision of Assessments for three previously assessed soil and groundwater sampling, data evaluation areas at Zoo Miami facility located at 12400 SW and report preparation. 06/2014 — 07/2014. 152 Street, Miami, Florida. Our task was to ▪ Project Principal: Cairo Lane and NW 127 delineate the extent of the previously identified Street Right-of-Way, Opa Locka, Florida -for soil contamination, and surficial and/or Phase I Environmental Site Assessments for subsurface solid waste in the three identified Cairo Lane from NW 135 Street to NW 127 areas: Monkey Meadow Field, Anteater Holding Street and NW 127 Street from Cairo Lane to Area and Orangutan Service Road of the NW 32 Ave. The Phase I was to investigate the 4715 NW 157 STREET,SUITE 202,MIAMI, FLORIDA 33014 PHONE 305-625-5252, FAX 305-625-7110 46 E Bs ENGINEERING,INC. site prior to reconstruction of the roadways. EBS area in the building. Tasks associated with the conducted the Phase I as per ASTM Standard building abatement/cleanup included planning, Practice E 1527-13 - investigating historic land pre-renovation asbestos survey, preparation of use at the sites, evidence of contamination past plans and specifications for removal of or present, impact of offsite activities and asbestos-containing materials and cleanup of N surrounding properties. Prepared a report of our ACM contaminated dusts in the building, findings with recommendations for Phase II procurement assistance, project management, m assessments for sites. 10/2014— 11/2014. project/air monitoring, and supervision of Deputy Project Manager: HUD Indefinite abatement/cleanup work and preparation fo • Quantity Contract for Lead Evaluation reports (07/10 — 12/10). D Services in Atlanta Homeownership Center— • Project Principal: Jose Marti Park, Miami, Florida, Puerto Rico & U.S. Virgin Islands - Florida -for subsurface assessment of the park, Z Chinye-EBS Evaluation Services, LLC. was development of operations and maintenance contracted in November 2010 by HUD to plan and remedial/engineering control plan. The perform lead evaluation services including visual assessment was to confirm current total arsenic assessments, lead-based inspections, soil contaminant concentrations following re- stabilization plans and clearance examinations development of the property as a community for single family (1-4units) properties in Atlanta building. Project tasks included review of Home Ownership Center (HOC) covering 10 previous reports/data, soil sampling, laboratory States, Puerto Rico and the Virgin Islands. This analysis, data evaluation, report with contract is on-going and estimated to evaluate recommendation of corrective action plans, and 4,000 single family properties annually with total preparation of remedial/engineering control plan 5-year contract value of$13.5m. EBS as the for DERM approval (01/10—04/11). technical partner was responsible for using our qualified staff and subconsultant firms to • Project Manager: Warehouse Property, 101 execute the evaluation services to meet or NW 176 Street, Miami, Florida -for Phase I exceed HUD required guidelines on Environmental Site Assessments for the performance (11/10 —9/15). warehouse. The Phase I was to investigate the site prior to closing of a real estate transaction • Project Principal: Miami City Hall — New for the property. EBS conducted the Phase I as Stormwater Trench Landscaping Area, per ASTM Standard Practice E 1527-13 - Miami, Florida -for the contaminated site investigating historic land use at the sites, assessment, remedial action plan and remedial evidence of contamination past or present, operation. EBS performed remediation of a new impact of offsite activities and surrounding stormwater trench with petroleum contaminated properties. Prepared a report of our findings with soil and groundwater at the City Hall recommendations for Phase II assessments for landscaping project site. About 160 cubic yards sites. 08/2016—08/2016. of petroleum contaminated soil was removed for disposal. EBS conducted site investigation/ • Project Manager: Commercial Property, 656 sampling, and evaluated the laboratory result for NW 98 Street, Miami, Florida -for Phase I the effectiveness of the remediation at the site, Environmental Site Assessments for the as per Chapter 62-777 of the Florida commercial property. The Phase I was to Administrative Code (FAC) and Miami-Dade investigate the site prior to closing of a real County Chapter 24 Code. EBS also prepared estate transaction for the property. EBS remedial plan and submitted a Report of conducted the Phase I as per ASTM Standard Remedial Action and Source Removal Report Practice E 1527-13 investigating historic land Addendum to Miami-Dade Department of use at the sites, evidence of contamination past Environmental Resources Management or present, impact of offsite activities and (DERM). 09/2009—03/2010. surrounding properties. Prepared a report of our findings with recommendations for Phase II • Project Principal: Building 704, Miami assessments for sites. 07/2015— 08/2015. International Airport, Miami, Florida -for Project Principal: Buildings 885, 886 887 & abatement of the chiller and cleanup of oven 888, Miami International Airport, Miami, 4715 NW 157 STREET, SUITE 202, MIAMI, FLORIDA 33014 PHONE: 305-625-5252, FAX 305-625-7110 -y 47 E Bs ENGINEERING,INC. Florida - for abatement and demolition of provided overview and QA/QC reviews of the m Buildings 885, 886, 887 & 888. Tasks typical section package, pavement design associated with the buildings abatement/ package, 3-R report, design variation and demolition included planning, pre-demolition exception, roadway plans, signing and asbestos survey, preparation of plans and pavement marking plans, traffic controls plans, N specifications for removal of asbestos- signalization plans, drainage, construction containing materials and demolition of buildings, details, cost estimates, specifications, and plans procurement assistance, project management, production. Project also included utility project/air monitoring, and supervision of coordination, public awareness/involvement abatement, demolition work, grading of the site meetings, miscellaneous structures plans, and and reports (02/08— 10/08). post design services (10/09—01/13). • Project Principal — NE 133 Street, North • Project Principal -The Church of Little Miami, FL: Design services for roadway Flower, 1805 Pierce Street, Hollywood, improvements of NE 133 Street from NE 10 Ave Florida: General civil engineering design to W. Dixie Highway. He provided oversight for services including water and sewer lines, the design including reviews and resources. drainage, parking lot for new building addition. Project tasks included coordination with the Design of about 240 linear feet water and surveyor and geotechnical subs, and for existing sanitary sewer service lines, pollution control utilities location, pavement design, pavement system design, etc. Additional tasks also markings and signing, lighting, drainage included plans for permitting, cost estimates and systems, traffic controls plans, permits, inspections during construction (04/15—03/16). construction details, cost estimates, • Project Principal: SW 56 Avenue (Dr. Martin specifications/plans production, bidding Luther King Jr. Blvd.) from SW 41 Street/ assistance, response to RFIs, etc. (Ongoing). County Line Road to SR 824/Pembroke • Project Principal -Sanitary Sewer Pump Road, West Park, Florida: EBS provided Station 10 Rehabilitation, City of Opa Locka, construction engineering inspection (CEI)for FL: Project principal for the pump station this roadway reconstruction and drainage rehabilitation. The rehabilitation included design improvement project. EBS inspector and construction of a modern submersible pump documented daily construction activities, station along with about 2,500 linear feet of new ensuring the contractor was utilizing MOT and force main installation connecting an existing controlling dust, dirt and debris. Other tasks 12"force main along Perviz Ave in the City of included documentation of any significant field Opa-locks. Helped the city release station 10 changes, observation of materials testing where from absolute moratorium on this station (2014). applicable, photo or video documentation, etc. Project Principal - Design-Build Services for Mr. Essien performed periodic site visits and • coordination with owner representative, and NW 128 Street Roadway in the City of Opa Locka, FL: As the Project Principal for milling performed QA/QC review (04/2013— 05/2014). and resurfacing/drainage improvement of the • Senior Project Engineer-SR-710/Beeline about 1-mile roadway, he provided overview and Highway from MP 1.58 to MP 5.00 in Palm QA/QC reviews of the signing and marking Beach County, FL: As the Senior Project plans, typical section package, pavement design Engineer for milling and resurfacing of the 3.5- package, 3-R report, drainage plans, roadway mile roadway, he performed plans reviews of the plans, traffic controls plans, signalization plans, signing and marking plans, typical section construction details, specifications, cost package, pavement design package, 3-R report, estimates, and plans production. Project also drainage mini-drip report, roadway plans, traffic included utility coordination and post design controls plans, signalization plans, construction inspection (03/2013 - 06/2013). details, cost estimates, specifications, and plans Project Principal - SR-112/Arthur Godfrey production. Project also included utility • coordination, environmental review, Road from MP 0.010 to MP 0.804 in Miami Dade County, FL: As the Project Principal for miscellaneous landscaping plans, and post milling and resurfacing of the urban roadway, he design services (03/209— 12/2012). 4715 NW 157 STREET, SUITE 202,MIAMI, FLORIDA 33014 PHONE. 305-625-5252, FAX. 305-625-7110 48 E Bs ENGINEERING,INC. Joseph Chan, P.E. —Snr. Project Engr. • Senior Project Engineer— Right-of-Way Condition Survey (ROWCS), North Miami, FL: _, City of North Miami contracted EBS as the prime Education consultant to conduct a visual survey of its roadway and to develop a management B.S Civil Engineering program that prioritizes repairs, replacement Iowa State University, and improvements. The work included Iowa 1981 conducting a right-of-way condition survey Additional (ROWCS)for all roadways within its boundaries. Training/Continuing The main tasks were field data collection, 0 • creation of data spreadsheet and preparation of 2, • Education LA report including cost estimates for addressing 1' �`��`� Underground Utility& the documented issues. Mr. Chan provided Excavator Contractor License, Florida QA/QC review for the project including the Advanced Work Zone Traffic Control Certification estimated cost of needed maintenance and improvements (10/16—05/17). Registrations/Certifications • Senior Project Engineer - Design-Build Professional Engineer, FL Services for NW 128 Street Roadway in the Professional Engineer, TX City of Opa Locka, FL: As the Senior Project Professional Engineer, MA Engineer for milling and resurfacing of the about General Contractor License, Florida 1-mile roadway, he performed QA/QC reviews Qualifications Overview of the signing and marking plans, typical section Mr. Chan has over thirty-five (35) years of package, pavement design package, 3-R report, responsible and diversified engineering experience drainage plans, roadway plans, traffic controls in the design and construction management, plans, signalization plans, construction details, construction inspection of highway projects. He cost estimates, specifications, and plans has demonstrated expertise in management, production. Also included utility coordination and establishing and maintaining client relationships, post design inspection (03/13—05/13). solving technical problems, quality control, meeting • Senior Project Engineer- SR-112/Arthur tight project schedules/budgets, teamwork, and Godfrey Road from MP 0.010 to MP 0.804 in coordination in multi-disciplinary service Miami Dade County, FL: As the Senior Project environments. Mr. Chan has overseen all aspects Engineer for milling and resurfacing of the urban of planning, production, scheduling, quality control, roadway, he performed plans reviews of the coordination, invoicing, and client relations. typical section package, pavement design Relevant Sample Projects package, 3-R report, design variation and exception, roadway plans, signing and Highway Design, etc. pavement marking plans, traffic controls plans, • Senior Project Engineer— NE 133 Street and signalization plans, construction details, cost NW 130 Street, North Miami, FL: Design estimates, specifications, and plans production. services for roadway improvements of NE 133 (10/09—01/13). Street from NE 10 Ave to W. Dixie Highway, and • Senior Project Engineer - SR-710/Beeline NW 130 Street from NW 10 Ave to 12 Ave. He Highway from MP 1.58 to MP 5.00 in Palm oversaw the design providing QA/QC reviews Beach County, FL: As the Senior Project and cost estimates. Project tasks included Engineer for milling and resurfacing of the 3.5- coordination with the surveyor and geotechnical mile roadway, he performed plans reviews of the subs, and for existing utilities location, pavement signing and marking plans, typical section design, pavement markings and signing, package, pavement design package, 3-R report, lighting, drainage systems, traffic controls plans, drainage mini-drip report, roadway plans, traffic permits, construction details, cost estimates, controls plans, signalization plans, construction specifications/plans production, bidding details, cost estimates, specifications, and plans assistance, response to RFIs, etc. (Ongoing). production. Project also included utility 4715 NW 157 STREET, SUITE 202, MIAMI, FLORIDA 33014 PHONE 305-625-5252, FAX 305-625-7110 49 _ _ EBsENGINEERING,INC, coordination, environmental review, • Project Manager-The Church of Little miscellaneous landscaping plans, and post Flower, 1805 Pierce Street, Hollywood, design services (03/209 — 12/2012). Florida: General civil engineering design services including water and sewer lines, • Senior Project Engineer - Miami-Dade drainage, parking lot for new building addition. County Public Work, NE 2nd Avenue, Miami, Design of about 240 linear feet water and FL: As the Senior Project Engineer for the 0.5- sanitary sewer service lines, pollution control mile urban roadway reconstruction design and system design, etc. Additional tasks also replacement of Little River canal bridge design, included plans for permitting, cost estimates and he performed plans QA/QC reviews. Project inspections during construction (04/15 —03/16). tasks included master planning, public involvement/outreach and public presentation, • Senior Project Engineer - Rehabilitation of coordination of relocation existing utilities, the City of Opa-Locka Sewer Pump Station 5: pavement design, pavement markings and As the Senior Project Engineer, provided plans signing, signalization, lighting, drainage review for the design of the sewer system and systems, traffic controls plans, permits, sewer pump station to meet the current demand. construction details, cost estimates, Review the analysis of the entire sewer system specifications / plans production (1/05-12/10). network associated with Pump Station No. 5 to General Civil, Water and Sewer/Drainage, etc. ensure that the sewer systems downstream of the proposed pump station have adequate • Senior Project Manager - Commercial capacity to handle the new flow. Also Property, 5941 Biscayne Boulevard, Miami, coordinated permitting through FDOT, provided Florida: General civil engineering design project management and performed site services including water and irrigation line inspection during construction. service. Design of 460 linear feet of 8-inch water force main with a fire hydrant; site grading, • Senior Engineer - Milebella Property, 6151 roadway, pavement markings, signing and Biscayne Blvd, Miami, Florida: Design of drainage systems. Additional tasks also included sanitary sewer collection systems. Design of bid plans + permitting, cost estimates and on-site domestic water and fire line service. inspections during construction. (04/14 —01/15). Design of 300 linear feet of 8-inch water main with a fire hydrant. Design of site grading, • Senior Project Manager -Oak Hammock roadway, pavement markings, signing and Townhouses, SW 120 Ave/224 Street, Miami, drainage systems. Also included bid plans, Florida: Design of sanitary sewer collection permitting, construction cost estimates, and systems. Design of on-site domestic water and inspections during construction (2009 - 2011). fire line service. Design of design of 1,030 linear feet of 8-inch water main and 920 linear feet of • Senior Project Manager - Rehabilitation of 8-inch gravity sewer line with 16 manholes -with the City of Opa-Locka Sewer Pump Station sewer laterals and water services. Additional 15: As the Senior Project Engineer, provided tasks also included bid plans, permitting, plans review for the design of the sewer system construction cost estimates, and inspections and sewer pump station to meet the current during construction (04/12 — 03/14). operating standards. Provided project management, performed periodic site inspection • Senior Project Engineer - Sanitary Sewer during construction, also performed the pump Pump Station 10 Rehabilitation, City of Opa station start-up and certification (03/14 — 05/14). Locka, FL: The rehabilitation included design and construction of a modern • Senior Engineer - Construction Management submersible pump station along with about and Inspection Services (E01-DERM-05, E), 2,500Miami-Dade County, Florida: EBS staff linear feet of new force main provided construction engineering and installation connecting an existing 12" force inspection (CEI) services for various drainage main along Perviz Ave in the City of Opa- improvement/roadway reconstruction, canal Locka. Helped the city release station 10 dredging/ restoration, and drain cleaning from absolute moratorium on this station projects throughout the county with total (2011 — 2014). construction budget exceeding $50 million. He 4715 NW 157 STREET, SUITE 202, MIAMI, FLORIDA 33014 PHONE 305-625-5252, FAX. 305-625-7110 50 _. .I EBS ENGINEERING,INC. PAMELA A. LEMME, P.E. -Senior to document the presence of asbestos- Project Engr. containing materials and other hazardous building materials; preparing reports rn detailing results of the inspection and Education laboratory analysis; preparing operations 2 B.S Civil Engineering and maintenance procedures; designing abatement projects; and monitoring University of Arizona abatement projects. Relevant projects Tucson, Arizona 1984 include: o Professional/ • Project Manager: AT&T Telecommunication Affiliations/Continuing Facilities, South Florida - EBS is responsible T Education for conducting comprehensive AHERA asbestos American Society of Civil Engineers surveys, pre-renovation or demolition asbestos 40-Hour HazMat OSHA 29 CFR 1910 surveys, air quality testing during abatements, lead-based paint testing, indoor air quality/fungi 8-Hour HazMat Supervisor mold testing, risk assessment, noise testing, EPA Asbestos Inspector/Management Planner project management, report preparation. EBS Registrations/Certificationsalso conducts awareness and right-to-know training, and consulting services (Ongoing). Professional Engineer, FL Professional Engineer, MA • Walter Reed National Military Medical Professional Engineer, MD Center New Medical Facilities And Professional Engineer, VA Parking Garages, Bethesda, MD: As Professional Engineer, DC project manager, inspected buildings to be Professional Engineer, Ml renovated; generate a report of the findings; Qualifications Overview and prepared basis of design and design- Ms. Lemme has more than 32 years of diverse build plans and specifications for the experience as a professional civil and removal of hazardous materials in environmental engineer. Project experience accordance with UFC 3-800-10N, Final includes environmental assessments, Draft of Environmental Engineering for investigations for hazardous building materials Facility Construction and UFC 1-300-07A, (i.e. asbestos, lead-based paint), design for Design-Build Technical Requirements. abatement of hazardous building materials, • Miscellaneous Hazardous Removal and assessment and design for rehabilitation Engineering Services, Miami, FL, Miami- of sanitary sewer systems. Projects ranged in Dade Aviation Department: Was size from $2K to $5M. Duties have responsible for the overall direction and encompassed all aspects of consulting management of a rapid response contract to engineering: operations, administration, and support MDAD with compliance to all business development. Other responsibilities federal, state, and county requirements included preparation of proposals in pursuit of related to asbestos-containing materials and municipal and federal contracts. toxic wastes, such as PCBs, lead-based Relevant Sample Projects paint, and mercury lamps, during renovation and upgrades at the three county-owned Environmental, Hazardous/Toxic_Materials, airports. etc:_ • Miami-Dade County, Florida North Ms. Lemme has more than 30 years of Corridor Metrorail Extension - Phase II experience in the environmental and Environmental Site Assessments: Project asbestos abatement industries. Manager for the preparation of 48 Phase II Responsibilities include inspecting buildings 4715 NW 157 STREET. SUITE 202. MIAMI. FLORIDA 33014 PHONE 305-625-5252, FAX 305-625-7110 , 51 Bs C ENGINEERING,INC. ESAs as part of the due diligence and methods for rehabilitation of the systems. property acquisition efforts for the right of Also design of stormwater management, way of the North Corridor Metrorail water supply and sewer collection systems. Extension. Relevant projects include: rn • Project manager: MIC-Earlington Heights • Project Manager -Washington Suburban 2 m Metrorail Extension Right-of-Way, Miami, Sanitary Commission Sewer Repair, Florida - Project Manager for Phase I & II Replacement and Rehabilitation Environmental Site Assessments for parcels Program; Prince George's and which required assessment due to revised right- Montgomery County, MD: For the past of-way alignment along the MIC-Earlington three years, has been managing multiple Heights Metrorail Extension corridor. Tasks tasks and projects for the rehabilitation of included investigating the historic land used at sanitary sewers in Maryland. The work the sites, any evidence of contamination past or �, present, impact of offsite activities and consists of assessing the existing condition surrounding properties and report preparation. of the sewer pipes, making recommendations for rehabilitation of the • Deputy Project Manager - Long-Term pipes, and preparing design documents for Recovery Planning: Was Deputy Project the rehabilitation. Manager of a team of two dozen engineers, scientists and planners evaluating the impact of • Project Manager - Miami-Dade County the flood and developing projects that would Florida I/E/I Improvement Program: place Nashville back on its pre-flood Managed engineering services for the development path and do so in a sustainable second phase of Miami-Dade County's I/E/I manner. This award-winning, 12-week project Improvement Program. The program was to included extensive community participation and identify infiltration, exfiltration, and inflow resulted in the development of 25 high recovery value projects and seven "Complete Community problems with the County's sanitary sewage Visions" showing how combinations of these collection system. The work included field projects at a neighborhood level could surveys to investigate the condition of the significantly affect the quality of life and collection system, reviewing closed circuit economic prosperity. Responsibilities included video tapes (CCTV) to assess the condition evaluation of existing infrastructure, public of the system, and providing safety and emergency preparedness aspects of recommendations for repair or replacement the study as well as management administration of structures in the system and coordination. This project received the Engineering Excellence Award from ACEC/MA • Project Engineer - Elementary School in 2012. Renovations, Miami-Dade County, FL: • DC Department of Housing and Community Engineer-of-record for the site civil design of Development (DCHD): Project Manager for a underground utilities for additions to and basic ordering agreement to conduct Phase I renovation of three elementary schools. The ESAs for properties which the DCHD is planning design included water and sewer to purchase/acquire. Properties assessed connections, stormwater drainage, included residential, retail and commercial sites expansion of the irrigation system, and within the District of Columbia. design of the parking lots with access from Civil/Sanitary Sewer Design/Rehabilitation, the adjacent roads Ms. Lemme has more than 24 years of • Lead Engineer - Norfolk State University experience with rehabilitation of sanitary New Library Design and Construction, sewer systems and general civil design. and Old Library Demolition, Norfolk, VA: Experience includes assessment of existing Was lead engineer for the site civil design of sanitary sewer systems and recommending a new library at Norfolk State University. The design included connections for water 4715 NW 157 STREET, SUITE 202,MIAMI, FLORIDA 33014 PHONE. 305-625-5252. FAX 305-625-7110 52 _ E R S ENGINEERING,INC. David Batey— Senior Inspector/ Project Street, Miami, Florida - EBS provided Engineer miscellaneous environmental engineering including planning, asbestos consulting, lead- , based paint evaluation services, fungi mold D Education BS, Mechanical Engineering assessment and testing, prior to and during the 46, 41. planned renovation of the 20 condominium ioltaleolt University of Benin, Benin buildings located at 549 NW 19 Street in Miami, o City, Nigeria 1983 Florida. Other tasks included project/air Additional monitoring, and supervision of abatement work, preparation of reports, work action Training/Continuing plan/specifications, cost estimate, etc.(Ongoing) Education/Certifications • Task manager: HUD Indefinite Quantity o NPDES Stormwater Mgmt. for Construction Contract for Lead Evaluation Services - EPA Asbestos Building Inspector Chinye-EBS Evaluation Services, LLC. was c contracted in November 2010 by HUD to EPA Asbestos Contractor/Supervisor perform lead evaluation services including visual 40-Hour HazMat OSHA 29 CFR 1910Intermediate assessments, lead-based inspections, Maintenance of Traffic(MOT) Training stabilization plans and clearance examinations Troxler Nuclear Safety Training for single family (1-4units) properties in Atlanta CTQP Asphalt Paving Technician 1 &II Home Ownership Center (HOC) covering 10 ACI Concrete Field Technician 1 States, Puerto Rico and the Virgin Islands. This CTQP Earthwork Construction Inspection Level 1 contract is on-going and estimated to evaluate 4,000 single family properties annually with total Qualifications Overview 5-year contract value of$13.5m. EBS as the Mr. Batey has over 30 years of experience in technical partner was responsible for using our engineering practice including planning, design, qualified staff and subconsultant firms to project management and construction inspection. execute the evaluation services to meet or He has supervised construction of airport facilities, exceed HUD required guidelines on dredging and restoration of canals, and roadway performance (11/10— 9/15). reconstruction with drainage improvements. He • Lead Field Staff: Miami City Hall — New has experience in engineering design analysis, Stormwater Trench Landscaping Area, project administration, inspection, preparation of Miami, Florida -for the contaminated site reports, environmental field investigations, and assessment, remedial action plan and remedial sampling and project management for numerous operation. EBS performed remediation of a new asbestos, lead-based paint and mold projects. He stormwater trench with petroleum contaminated is also an EPA certified AHERA building inspector soil and groundwater at the City Hall and supervisor in Florida. landscaping project site. About 160 cubic yards Sample Projects of petroleum contaminated soil was removed for disposal. EBS conducted site investigation/ • Project Environmental Supervisor: AT&T sampling, and evaluated the laboratory result for Telecommunication Facilities, Statewide, the effectiveness of the remediation at the site, Florida— EBS is responsible for conducting as per Chapter 62-777 of the Florida comprehensive AHERA asbestos surveys, pre- Administrative Code (FAC) and Miami-Dade renovation or demolition asbestos surveys, air County Chapter 24 Code. EBS also prepared quality testing during abatements, lead-based remedial plan and submitted a Report of paint testing, indoor air quality/fungi mold Remedial Action and Source Removal Report testing, risk assessment, noise testing, project Addendum to Miami-Dade Department of management, report preparation. EBS also Environmental Resources Management conducts awareness and right-to-know training, (DERM). 09/2009 — 03/2010. and consulting services. (Ongoing). • Lead Field Staff: Building 704, Miami • Project Environmental Supervisor: Town International Airport, Miami, Florida - for Park Plaza North Condominium, 549 NW 19 4715 NW 157 STREET,SUITE 202, MIAMI. FLORIDA 33014 PHONE 305-625-5252, FAX. 305-625-7110 lOtt - _ 53 .. .. .._ - ... ... _ E Bs ENO/NEER/N6,INC. abatement of the chiller and cleanup of oven project/air monitoring, and supervision of area in the building. Tasks associated with the abatement, demolition work, grading of the site building abatement/cleanup included planning, and reports (02/08– 10/08).. o co pre-renovation asbestos survey, preparation of • Lead Field Staff(EBS): Miami-Dade Transit m plans and specifications for removal of North Corridor Metrorail Extension, NW 27 asbestos-containing materials and cleanup of Avenue, Miami, Florida -for Phase I ACM contaminated dusts in the building, Environmental Site Assessments for 64 of the 2 procurement assistance, project management, parcels identified for acquisition or that maybe r, project/air monitoring, and supervision of impacted by the planned rail extension. Tasks abatement/cleanup work and preparation fo for Phase I as per ASTM Standard Practice E reports (07/10– 12/10). 1527-05, included investigating historic land use • Lead Field Staff(EBS): MIC-Earlington at the sites, evidence of contamination past or o Heights Metrorail Extension Right-of-Way, present, impact of offsite activities and Miami, Florida -for Phase I & II Environmental surrounding properties. Prepared a report of our Z Site Assessments for parcels which required findings with recommendations for Phase II assessment due to revised right-of-way assessments for some of the sites. EBS also r alignment along the MIC-Earlington Heights performed Phase II site assessments along the Metrorail Extension corridor. Tasks for Phase I corridor as a team with PEER Consultant, P.C. as per ASTM Standard Practice E 1527-05, (Prime). Tasks included supervision of soil included investigating the historic land used at boring/well installation, soil/groundwater the sites, any evidence of contamination past or sampling, data evaluation, etc. (07/06– 12/08). present, impact of offsite activities and • Asbestos Building Inspector: Miami-Dade surrounding properties and report preparation. Water and Sewer Department Buildings, Tasks for Phase II included supervision of soil Miami-Dade County, Florida: EBS performed a boring/well installation, soil/groundwater facility wide comprehensive asbestos survey sampling, data evaluation, etc. EBS also covering over 30 buildings in six facilities conducted Pre-Demolition Asbestos Survey for including water treatment plants, pump stations, the buildings to be demolished in each parcel (01/2008– 12/2008). etc. Mr. Batey was one of the two-member team that conducted the survey–sampling all • Lead Field Staff: Hangar Building 860, Miami suspect asbestos-containing materials (ACMs) International Airport, Miami, Florida -for in the buildings. He assessed and documented abatement and demolition of Hangar Building the materials conditions, quantities and potential 860. Tasks associated with the building for possible fibers release, took photographs abatement/demolition included planning, pre- and prepared chain-of-custody for samples. demolition asbestos survey, preparation of plans • and specifications for removal of asbestos- Inspector/Office Engineer: Engineering containing materials and demolition of building, Construction Inspection Services -(E05- procurement assistance, project management, OCI-02, C), Miami-Dade County, Florida: - project/air monitoring, and supervision of construction engineering management services abatement, demolition work, grading of the site for various roadway/drainage improvement and and reports (06/08– 10/08). canal dredging/restoration projects throughout the county with total construction budget • Lead Field Staff: Buildings 885, 886 887 & exceeding $20 million. He served as one of the 888, Miami International Airport, Miami, inspector/office engineer for this project- Florida - for abatement and demolition of performed quality control inspection on all Buildings 885, 886, 887 & 888. Tasks ongoing work. He also observed the associated with the buildings abatement/ construction activities, checking for compliance, demolition included planning, pre-demolition supervising on-site tests, checking on public asbestos survey, preparation of plans and complaints, resolving conflicts, and preparing specifications for removal of asbestos- daily report with quantities of materials used for containing materials and demolition of buildings, construction or hauled for disposal. procurement assistance, project management, 4715 NW 157 STREET, SUITE 202. MIAMI, FLORIDA 33014 PHONE. 305-625-5252, FAX 305-625-7110 54 E BS ENGINEERING,INC. Eric I. Oleh — Inspector/CADD preparation of reports, work action plan/specifications, cost estimate, etc.(Ongoing) Education . Environmental Supervisor/Inspector: AT&T B.S. in Construction Telecommunication Facilities, Statewide, Management Florida: Environmental project supervisor/ Florida International inspector responsible for conducting University, Miami, Florida, comprehensive AHERA asbestos surveys, pre- Ei 2015 demolition asbestos surveys, air quality testing 2 Diploma in Civil Engineering during abatements, lead-based paint testing, o Federal Polytechnic, Niger fungi mold testing, risk assessment, indoor air State, Nigeria 1990 quality surveys, noise testing and report Additional Training/Continuing Education preparation. Conducted awareness and right-to- know training, and consulting services EPA Asbestos Building Inspector (Ongoing) EPA Asbestos Contractor/Supervisor • Inspector: SW 56 Avenue (Dr. Martin Luther Maintenance of Traffic (MOT) King Jr. Blvd.) from SW 41 Street/County Troxler Nuclear Safety Training Line Road to SR 824/Pembroke Road, West Park, Florida: EBS provided construction CTQP Asphalt Paving Inspector 1 engineering inspection (CEI) for this roadway reconstruction and drainage improvement CTQP Earthwork Construction Inspector 1 project. EBS inspector documented daily CTQP Asphalt Paving Inspector 11 construction activities, ensuring the contractor Qualifications Overview was utilizing MOT and controlling dust, dirt and debris. Other tasks included documentation of Mr. Oleh has over 22 years of extensive any significant field changes, observation of experience in construction inspection, planning and materials testing where applicable, photo or implementation of safety procedures for video documentation, etc. Mr. Oleh performed construction of roadway, oil field installations, the on-site daily inspection and coordination with highways and drainage systems. He has served as owner representative, and documented the Quality Control Inspector on several major civil work, etc. (04/2013 —05/2014). work construction projects with responsibility for the monitoring compliance with all contractual • Environmental Supervisor/Inspector: requirements and safety regulations. He has Terminal E — Crawl Space Mezzanine prepared CAD drawings for civil engineering and Level/Hotel Mezzanine Office, Miami environmental projects, and has extensive International Airport, Miami, FL -Asbestos experience as inspector performing construction consulting services including pre-renovation inspection, documenting construction progress, asbestos survey and abatement of asbestos- and monitoring contractor adherence to the containing pipe insulation and mastic. Other contract plans and specifications. tasks associated with the areas renovation preparation of plans and specifications for Sample Projects removal of asbestos-containing materials and • Environmental Supervisor/Inspector: Town project management during abatement, Park Plaza North Condominium, Miami, FL— project/air monitoring, preparation of reports, EBS provided miscellaneous environmental etc. (06/2013 - 01/2014). engineering including planning, asbestos • Environmental Supervisor/Inspector: consulting, lead-based paint evaluation services, Concourse G from Gate G2 to Gate G6 and fungi mold assessment and testing, prior to the the Central Walkway, Miami International planned renovation of the 20 condominium Airport, Miami, FL -Asbestos consulting buildings located at 549 NW 19 Street in Miami, services including pre-renovation asbestos Florida. Other tasks included project/air survey and abatement of asbestos-containing monitoring, and supervision of abatement work, floor tile/ mastic. Other tasks associated with the areas renovation preparation of plans and EBS ENGINEERING LTD SUITE 120 DOLPHIN PLAZA. DOLPHIN ESTATE, IKOVO, LAGOS STATE PHONE. 1-0840-0115 41111 SS C B s ENG/NEER/NQS INC. specifications for removal of asbestos- containing materials and project management during abatement, project/air monitoring, preparation of reports, etc. (02/2012 - 07/2012). • Environmental Supervisor/Inspector: Indoor Air Quality Services, TNT Trailer, Dade Collier Training and Transition (TNT) Airport, Ochopee, Florida - Project Monitor for some tasks including moisture survey and mold growth assessment, project monitoring during mold remediation work, project management, report preparation with recommendations for actions, work action plan/specifications, final air clearance sampling, etc. (07/2013 - 08/2013). • Environmental Supervisor/Inspector- Concourse D, E & G, Miami International Airport, Miami, Florida: EBS performed various pre-demolition or renovation asbestos survey, moisture survey/mold assessment, indoor air quality studies, and/or abatement services on as needed basis for tenant spaces. Mr. Oleh was one of the field staff conducting the survey–sampling all suspect asbestos- containing materials (ACMs) in the spaces, performing air sampling or monitoring the abatement/remediation work done by the contractors. He also documented the materials conditions, quantities and potential for possible fibers release, took photographs and prepared chain-of-custody for samples. During abatement, he observed the work activities, checking for compliance, checking on public complaints, resolving conflicts, and preparing daily report (2013). • Inspector: Engineering Construction Inspection Services -(E05-OCI-02, C), Miami-Dade County, Florida: EBS staff provided construction engineering management services for various roadway/drainage improvement and canal dredging/restoration projects throughout the county with total construction budget exceeding $20 million. He served as one of the inspector for this project- performed quality control inspection on all ongoing work. He also observed the construction activities, checking for compliance, supervising on-site tests, checking on public complaints, resolving conflicts, and preparing daily report with quantities of materials used for construction or hauled for disposal (2010) EBS ENGINEERING LTD SUITE 120 DOLPHIN PLAZA. DOLPHIN ESTATE. IKOYO. LAGOS STATE PHONE: 1-0840-0115 56 `_ EBS ENGINEERING,INC. Ronquavis T. Fulton - Environmental Conducted awareness and right-to-know Supervisor/Field Tech training, and consulting services (Ongoing) 0 z 0 • Environmental Supervisor/Field Tech: Education Terminal E, F, G, H and J Security and `- Associate in Science, Miami-Dade College, Miami. Communication Rooms, Miami International c Florida, 2018 Airport, Miami, Florida - EBS performed various pre-renovation asbestos survey for the 2 Additional Training/Continuing Education Terminal E, F, G, H and J Security and T EPA Asbestos Building Inspector Communication Rooms prior to the planned o renovation in the rooms. Main tasks included 2 EPA Asbestos Contractor/Supervisor sampling all suspect asbestos-containing Z OSHA 10-hour General Industry Training materials (AGMs) in the rooms, reviewing existing plans to ensure sampling is complete Qualifications Overview and as per established protocol. Other tasks 70 Mr. Fulton has over 2 years of experience in included documenting the materials conditions, g asbestos building inspection, bulking sampling, quantities and potential for possible fibers 0 supervision of asbestos abatement, project/air release, took photographs and prepared chain- m monitoring. He has served as supervisor on other of-custody for samples, laboratory analysis and o environmental remediation projects including mold survey report of the findings with n and lead-based paint with responsibility for the recommendations for any ACM found (2017). monitoring compliance with all contractual • Environmental Supervisor: Administration requirements and safety regulations. He has Building & Building #2, Homestead General conducted over 50 pre-renovation or pre-demolition Airport, 28700 SW 217 Ave, Homestead, asbestos surveys and supervised numerous Florida - EBS provided mold assessment abatement projects, documenting abatement work services in two buildings -Administration progress, and monitoring contractor's adherence to Building and Building #2 at the Homestead the applicable federal, state and local regulations, General Aviation Airport in Homestead, Florida. and the project specifications. The Main tasks included moisture survey and Sample Projects mold growth assessment, project monitoring during mold remediation work, project • Environmental Supervisor: Town Park Plaza North Condominium, Miami, FL— EBS management, report preparation with provided miscellaneous environmental recommendations for actions, preparation of work action plan/specifications,including planning, asbestos final air consulting, lead-based paint evaluation services, clearance sampling, etc. (01/2018). fungi mold assessment and testing, prior to the • Environmental Supervisor/Field Tech: planned renovation of the 20 condominium Jackson South Community Hospital located buildings located at 549 NW 19 Street in Miami, at 9333 SW 152 Street in Miami, Florida - EBS Florida. Other tasks included project/air provided pre-renovation asbestos survey, and monitoring, and supervision of abatement work, moisture survey/fungi mold assessment prior to preparation of reports, work action the planned renovation in the hospital. The main plan/specifications, cost estimate, etc.(Ongoing) tasks included sampling all suspect asbestos- containing materials (ACMs) in the renovation • Environmental Supervisor: AT&T Telecommunication Facilities, South Florida: areas, reviewing existing plans to ensure Environmental project supervisor/inspector sampling is complete, moisture survey and mold responsible for conducting comprehensive assessment. Other tasks included documenting AHERA asbestos surveys, pre-demolition the materials conditions, quantities and potential asbestos surveys, air quality testing during for possible fibers release, took photographs abatements, lead-based paint testing, fungi and prepared chain-of-custody for samples, mold testing, risk assessment, indoor air quality samples analysis, and preparation of reports surveys, noise testing and report preparation. with recommendations (2017). EBS ENGINEERING LTD. SUITE 120 DOLPHIN PLAZA, DOLPHIN ESTATE, IKOYO, LAGOS STATE PHONE. 1-0840-0115 , 57 EBS ENGINEERING,INC. • Environmental Supervisor/Field Tech: Peters Plaza and Newberg Public Housing o Developments, Miami, Florida - EBS provided o asbestos consulting services and mold assessment including pre-renovation asbestos survey, moisture survey and mold assessment in 6 apartment units; plans for the abatement of o asbestos-containing popcorn ceiling treatment and mold growth remediation. Other tasks associated with the areas renovation o preparation of plans and specifications for removal of asbestos-containing materials and project management during abatement, project/air monitoring, preparation of reports, m etc. (2016). • Environmental Supervisor/Field Tech: Jackson Memorial Hospital, 1611 NW 12 m r Avenue, Miami, Florida - EBS is providing various pre-demolition or renovation asbestos survey, moisture survey/mold assessments, contamination assessments, and abatement services on as needed basis for capital improvements. The major tasks conducting the survey—sampling all suspect asbestos- containing materials (ACMs) in the spaces, performing air sampling or monitoring the abatement/remediation work done by the contractors. Documentation of the materials conditions, quantities and potential for possible fibers release, photographs and chain-of- custody for samples. During abatement, observation of the work activities, checking for compliance, checking on public complaints, preparing daily report, etc. (Ongoing). • Environmental Supervisor: Concourse G— Gate G8 M/C Offices, Miami International Airport, Miami, Florida - EBS provided mold assessment services including moisture survey and mold growth assessment, project monitoring during mold remediation work, project management, report preparation with recommendations for actions, work action plan/specifications, final air clearance sampling, etc. (02/2018). EBS ENGINEERING LTD. SUITE 120 DOLPHIN PLAZA. DOLPHIN ESTATE, IKOYO, LAGOS STATE PHONE: 1-0840-0115 _ 58 EBs ENGINEERING,INC. Ricardo Martinez— Construction flow and formulated state of the art processes Manager for the removal of free product through A horizontal wells, soil venting systems, air o Education sparging, and groundwater treatment systems. Projects included underground Z B.S. Engineering m utility relocations, drainage, area traffic Brigham Young '' University, 1974 security control, asphalt and concrete o . pavement restoration, and drainage system. MBA. California State Coordinated activities of technical personnel, cs University, Dominguezinteracting with regulatory agencies to obtain o- Hills, CA required permits. Z • Project Manager: Concourse "J" at Miami m Registrations/Certifications International Airport, Miami, Florida - Professional Engineer Florida (Inactive) Provided project management services for the Certified General Contractor, Florida (Inactive) construction of new concourse. Responsibilities include: Addressing field Qualifications Overview coordination and necessary design Mr. Martinez is a Construction Manager with adjustments to maintain construction progress over 40 years of extensive engineering design of project; providing assistance to expedite and construction management experience with RFI answers; verifying in place scope increasing responsibilities of airports, industrial quantities; reviewing trade contractors pay and municipal facilities. He was formerly a requests; verifying compliance with the Registered Professional Engineer and construction documents; assisting in the Licensed General Contractor in Florida. review and processing of proposed work orders, including estimating; performing Mr. Martinez is proficient in contract punch list reports; reviewing and coordinating administration, coordination and expedition of progress schedules; reviewing project's construction contracts for new and existing monthly progress reports; assisting the facilities. Mr. Martinez has expertise in Owner in the evaluation of claims; attending developing Process Flow Diagrams and trade contractors' meetings. P&ID's, equipment specifications, cost • Construction Engineer: Northside Utilities, estimates and cost control, and environmental Miami International Airport, Miami, Florida- permitting. Competent in preparation of Resident construction engineer assured the appropriation requests, preparation of facility completion of the Northside Utilities and design, supervision of construction activities Drainage program to provide the necessary and coordination of start-up activities. He is underground utility infrastructure for the very familiar with South Florida building codes, development of Miami International Airport building laws and procurement process. northside area included new runway and Sample Projects enabled the upgrade of existing facilities to meet code requirements. Work included • Project Manager: Miami International construction of 5000 lineal feet of utility Airport, Concourse "C", Miami, Florida - corridors consisting of water mains, force Responsible for the engineering design and mains, electrical and communication project management of remediation systems ductbanks and primary storm drainage. Work for groundwater at Miami airport. Short term completed within schedule. action plans were drafted for the removal of gasoline dissolved contaminants from • Project Engineer: South Salt Lake City groundwater and vadose zone. Performed Wastewater Treatment Plant, Murray, Utah, hydro geological modeling for the groundwater Daniel, Mann, Johnson & Mendenhall - 4715 NW 157 STREET, SUITE 202, MIAMI, FLORIDA 33014 PHONE: 305-625-5252, FAX 305-625-7110 41, 59 EB S ENGINEERING,INC. Coordinated efforts for the design and • Project Engineer: Portable Water Storage construction of new 100 MGD municipal and Distribution Systems for communities wastewater treatment facility (200 MGD in Dominican Republic, BID grants — o ultimate). Responsible for process and Performed hydraulic design of transmission instrumentation diagrams, architectural, and distribution systems - pipelines, pump m structural, mechanical, heating and ventilation, stations, wells, reservoirs and storage tanks electrical and instrumentation systems. for potable water distribution network to 0 Developed hydraulic profile evaluation for this several small communities in the Dominican secondary treatment process and disinfection- Republic. Developed performance dechlorination-post aeration system. specifications for the purchase of new o Approved paving and grading plan. Evaluated pumping equipment and selected equipment. contractor requests for design alternatives, • Project Manager: Concourse "H" at Miami compatibility and cost effects; interfaced with clients and vendors; supervised work of International Airport, Miami, Florida– drafting (CADD) and trained other technical Project Manager for the preparation of operating personnel. Responsible units drawings and specifications of construction of included five story high pump stations, sludge new: Dual taxiway for Airbus 380 plane, dewatering, aeration tanks, primary system control valve pit and fuel pipe lines, sedimentation, roughing filters, anaerobic drainage system, airport taxiway lighting and digesters, five story power generation striping and construction of bituminous and building, belt filter presses and flaring. Portland cement concrete taxiway pavements. Demolition of existing: valve pit, bituminous • Project Engineer: Autoridad para el and Portland cement concrete pavements, Financiamento de la Infrastrucutra de fuel pipe lines, fuel hydrants, light poles, Puerto Rico, Immediate Action Projects, foundations, drainage and pollution control San Juan – Project Engineer responsible for structures. Removal and relocation of water and wastewater systems for Puerto passenger loading bridges. Rico committed to a capital investment • Project Engineer: Miami Dade Water and program in excess of$1 billion. Pump stations sizes range from small 500 gpm Sewer Department, Maintenance Division; sewerage stations to large 120 mgd water Miami, Florida – Prepared emergency plans pump stations. Projects include potable water for any sewer spill emergencies within Dade systems and wastewater treatment plants for County. Prepared schematics and assigned communities; bridges and infrastructures. teams according to areas of responsibilities. Responsibilities include preparation of • Project Engineer: Miami Dade Water and preliminary studies, conceptual designs, detail Sewer Department, Miami, Florida – Project cost estimating, detail designs along with Engineer for MDWASAD, reviewed, evaluated construction bidding documents, including and approved mechanical, electrical and civil plans and specifications. works for the construction of all new and • Project Manager: Portable Water for upgrades of pump stations and force main Caracas, Venezuela, Gauff Engineering, sewer lines throughout Dade County. Frankfurt - Provided field construction Transmission system with over 900 pumps, lift engineering and project management for the and booster pump stations, with up to 600 HP installation of two pump stations and one drivers. Reviewed consultant's designs for treatment plant for a total rated flow rate of 24 constructability and conformance to cubic meters per second and for a pipeline Department standards. The primary objective network of 118 inches in diameter. System to was to expedite the process of bringing the provide potable water to the city of Caracas, high priority pump stations into compliance with the regulatory criteria. Venezuela. 4715 NW 157 STREET, SUITE 202, MIAMI, FLORIDA 33014 PHONE 305-625-5252, FAX 305-625-7110 _ 60 RELEVANT PROJECT EXPERIENCE / REFERENCE #1 PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR SMALL PROJECTS RFQ No.2018-141-ND PROJECT NAME AND LOCATION: Town Park Plaza North Condominium, 549 NW 19 Street, Miami, Florida AGENCY/CLIENT NAME: AGENCY/CLIENT CONTACT: Tel: (786)251-9291 Palm Engineering Group, Inc. Mr. Greg Perry, P.E., CGC gperTy@perrintl.com PROJECT COST(FEES): PROJECT START DATE: PROJECT COMPLETION DATE: TERMS OF ENGAGEMENT: $35,330+ $27,670 03/2015 Ongoing Proposal/Task Order EBS PROJECT MANAGER: EBS PRINCIPAL/ACCOUNT REPRESENTATIVE: OTHER KEY STAFF: David Batey Francisco E. Gomez Benjamin S. Essien, P.E. Eric Oleh, Ronquavis Fulton Project Scope/Description: Palm Engineering Group, Inc. contracted EBS Engineering, Inc. (EBS) to provide miscellaneous environmental ■ 1, engineering including planning, asbestos consulting, lead-based paint —"" evaluation services, fungi mold assessment and testing, prior to and * d 'rimb V during the planned renovation of the 20 condominium buildings located at 549 NW 19 Street in Miami, Florida. EBS planned, executed and . ., %.,.+,- .. '>;, 1,..„,,,,„ �1.." completed the initial phase of the project ahead of schedule (Within '' one month) and as per budget. . Asbestos Consulting Services: The sampling protocol used in the • asbestos survey was in general accordance with Title 40, Code of Federal Regulations (CFR), Part 763.86 and State of Florida Statutes. Bulk samples collected during the site survey were analyzed by Polarized Light Microscopy (PLM) coupled with dispersion staining. The laboratory '-,i'•;:'-.,,,,,,,,,, ,5 , r , that analyzed the samples, has attained National Institute of Standards and Technology (NIST) accreditation through participation in the National Voluntary Laboratory Accreditation Program (NVLAP). Any material containing more than one percent (1%) of asbestos is considered by EPA and Occupational Safety and Health Administration (OSHA) to be ACM. EBS prepared a report of the survey and hazards assessment including the project information, bulk sampling procedures and the analytical 4 results with recommendations for the removal of any ACMs identified. ACMs were identified in some of the tested suspected materials in the condo units i . Lead-Based Paint Evaluation Services: EBS conducted lead-based paint inspections, risk or visual assessments, using the inspection ' ` a protocol in Chapter 7 of the HUD Guidelines for the Evaluation and a ,, Control of Lead-Based Paint Hazards in Housing (1997 Revision). Twenty-seven (27) randomly selected dwelling (condo) units and common areas were tested. An average of 83 tests was taken at all identified ,i )' surfaces on the inside of each of the evaluated dwelling units using an X- ray fluorescence (XRF) analyzer. 041 Moisture Survey/Mold Assessment: EBS conducted a moisture survey and mold assessment in general accordance with the provisions of the j ,' American Conference of Governmental Industrial Hygienists (ACGIH), �, `:._ ,, and State of Florida Statutes. The moisture survey was performed f utilizing a Protimeter SurveyMaster(SM) meter(shown below) in both measure and search mode. Tape lift or bulk samples were also collected to confirm the presence of mold growth on surfaces. EBS personnel utilized clean, disposable gloves prior to sample collection to prevent the potential for cross-contamination. The samples were placed in a sealed container, labeled and transported to accredited laboratory for identification of fungal mold. E B S ENGINEERING,INC. 61 RELEVANT PROJECT EXPERIENCE / REFERENCE #2 PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR SMALL PROJECTS' RFQ No.2018-141-ND PROJECT NAME AND LOCATION: AT&T Facilities in South Florida - Miscellaneous Environmental Services AGENCY/CLIENT NAME: AGENCY/CLIENT CONTACT: Tel: (251)243-9855 AT&T/Parsons Mr. Don Pippin Don.Pippin a Darsons.com PROJECT COST(FEES): PROJECT START DATE: PROJECT COMPLETION DATE: TERMS OF ENGAGEMENT: >$500,000 2001 Ongoing Proposal/Task Order EBS PROJECT MANAGER: EBS PRINCIPAL I ACCOUNT REPRESENTATIVE: OTHER KEY STAFF: David Batey Francisco E. Gomez Benjamin S. Essien, P.E. Eric Oleh, Ronquavis Fulton Project Scope/Description: EBS Engineering, Inc. (EBS)was contracted as R subconsultant to Parsons Environment and Infrastructure, Inc. (Prime)to provide %y , , :i Miscellaneous Environmental Engineering Services for all AT&T facilities.This is a . *v long term continuing environmental testing and consulting services with many '- ,4 k extensions since 2001. EBS is providing environmental services including asbestos >_ t : ' ill° ` ,i . consulting, lead-based paint evaluation services,fungi mold assessment and testing, f ' ` :; noise and indoor air qualityconsultingon as needed basis. 'j t EBS has completed hundreds of projects successfully for AT&T ranging in fees of Ft_.,." . about$500 for small projects to over$50,000 for larger multi-phased projects, — 4:r itr ' always meeting tight delivery schedules and budgetary controls. Our quick response time is also key to our overall great performance since we were first selected for the r _ contract in January 2001. The frequency of our services is driven by the needed renovation in each facility or emergency environmental conditions, and we have it I , ; ; ;:.4. demonstrated our capacity to respond to multiple emergency projects ;__ 1; r;. simultaneously. .i b Asbestos Consulting Services: The sampling protocol used in the asbestos survey is in general accordance with Title 40, Code of Federal Regulations(CFR), Part 763.86 and State of Florida Statutes. EBS prepares a report for each survey with hazards assessment including the project information, bulk sampling procedures and the analytical results with recommendations for the handling of any ACM identified.We are providing asbestos consulting services: including comprehensive asbestos surveys, plans and kik '111111 specifications for abatement, project management, operations and maintenance (O&M) plan for materials identified as ACMs, and air monitoring in over a hundred facilities over the past 17 years. • Lead-Based Paint Evaluation Services: Our testing/assessment are performed in accordance with the HUD approved QA Plan, using the inspection protocol in Chapter 7 of the HUD Guidelines for the Evaluation and Control of Lead-Based Paint Hazards in Housing(1997 Revision). Additionally, all applicable federal, state and local laws and regulations are followed during the inspection/visual assessment.The inspections are done in accordance with Lead Safe Housing Rule 24 CFR Part 35 subpart F as amended June 21, 2004. Lead-based Inspection, abatement project management and air monitoring have been conducted in many facilities across South Florida. Moisture Survey/Mold Assessment/Indoor Air Quality Studies: EBS has conducted moisture survey and/or mold assessment in the several AT&T facilities. EBS conducts moisture survey and mold assessment in general accordance with the provisions of IICRC S520 Standard and Reference Guide for Professional Mold Remediation and the State of Florida Statue. EBS has also conducted indoor air quality studies in various building/spaces in AT&T facilities, for various toxic parameters and indoor air toxins.The indoor air quality studies were performed in general accordance with the provisions of the Indoor Air Quality Association (IAQA) and the American Society of Heating, Refrigeration and Air-Conditioning Engineers(ASHRAE)guidelines. E B 5 ENGINEERING,INC. 62 RELEVANT PROJECT EXPERIENCE / REFERENCE #3 PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR SMALL PROJECTS RFQ No.2018-141-ND PROJECT NAME AND LOCATION: Terminal E, F, G, H and J Fire Protection Upgrade of Security and Communication Rooms, MIA, Miami, Florida AGENCY/CLIENT NAME: AGENCY/CLIENT CONTACT: Tel: (305)876-8326 Miami-Dade Aviation Department Mr. Foster Mack FMack@miami-airport.com PROJECT COST(FEES): PROJECT START DATE: 1 PROJECT COMPLETION DATE: TERMS OF ENGAGEMENT: $5,420 11/2017 12/2017 Continuing Professional Contract EBS PROJECT MANAGER: EBS PRINCIPAL/ACCOUNT REPRESENTATIVE: OTHER KEY STAFF: Francisco E. Gomez Benjamin S. Essien, P.E. Ronquavis Fulton • ,..rte°- Project Scope/Description: Miami-Dade Aviation o..a°1""'"". Department (MDAD) contracted EBS using Miami- ' o � Dade Department of Transprtation and Public 4 r'' Ab.41111-1 `, Works (DTPW) Materilas Testing, Consulting and re IRP�RT Training Services (E15-PWWM-09) contract to ,.z. ` g AL provide pre-renovation asbestos survey for the V' . ,,,w INTER ATION - - .. Security and Communications Rooms of . �• - r - ;i � •, Terminal E, F, G, H and J located at Miami :.� i� _' International Airport in Miami, Florida. This ais -- — , �--JL.._.-- II ,. inspection is required by Environmental Protection r 1- --- jtr •^�,,...--- --_ . __ Agency's (EPA) National Emission Standards for '. .. Hazardous Air Pollutants (NESHAPs) prior to any _ renovation or demolition in buildings (40 CFR Part 61). Field Survey: EBS performed an invasive pre-renovation asbestos survey in the rooms as per applicable federal, state and local laws and regulations, using accredited EPA Asbestos Building Inspectors. The sampling protocol used in the asbestos survey was in general accordance with Title 40, Code of Federal Regulations (CFR), Part 763.86 and State of Florida Statutes. Bulk samples collected during the survey were properly labeled and sent to an accredited laboratory with a Chain-of-Custody for analysis. Laboratory Analysis: Bulk samples collected during the site survey were analyzed by Polarized Light Microscopy (PLM) coupled with dispersion staining. This is the recommended method of analysis by EPA for asbestos identification in bulk samples. EMSL Analytical, Inc., the laboratory that analyzed the samples, has attained National Institute of Standards and Technology (NIST) accreditation through participation in the National Voluntary Laboratory Accreditation Program (NVLAP). Percentages of the identified types of asbestos are determined by visual estimation. Any material containing more than one percent (1%) of asbestos is considered by EPA and Occupational Safety and Health Administration (OSHA) to be ACM. Survey Report: EBS prepared a report of the survey and hazards assessment including the project information, bulk sampling procedures and the analytical results with recommendations for the removal of any ACMs identified. E Bs ENOINEERINO,INC. 63 RELEVANT PROJECT EXPERIENCE / REFERENCE #4 PROFESSIONAL ARCIiITECT" URAL AND ENGINEERING SERVICES FOR SMALL PROJECTS RFQ No/018441-ND PROJECT NAME AND LOCATION: Jackson South Community Hospital, 9333 SW 152 Street in Miami, Florida (pre-renovation asbestos survey and moisture survey/mold assessment) AGENCY/CLIENT NAME: AGENCY/CLIENT CONTACT: Tel: (305)298-1998 Jackson Health System Ms. Mari C. Lopez,Associate AIA, LEED. Mari.Lopez@jhsmiami.org PROJECT COST(FEES): PROJECT START DATE: PROJECT COMPLETION DATE: TERMS OF ENGAGEMENT: $9,330 04/2017 05/2017 Continuing Professional Contract EBS PROJECT MANAGER: EBS PRINCIPAL/ACCOUNT REPRESENTATIVE: OTHER KEY STAFF: Francisco E. Gomez Benjamin S. Essien, P.E. Ronquavis Fulton — - Project Scope/Description: Jackson Health System . "" '11, iror 1 (JHS) awarded an Environmental Site Assessment Services for Various Jackson Health System Facilities to EBS as Prime Consultant. Using the contract requested „%e EBS to provide pre-renovation asbestos survey and ' ' '.i, _ '"'", � moisture survey/mold assessment in Jackson South �' w. `' ;- r®ur ' Community Hospital located at 9333 SW 152 Street ` ', �� "" ®N }', in Miami, Florida. This survey is required by i 111r--v; Environmental Protection Agency's (EPA) National il.iiiiix1111 flail —_t MAOI I. Emission Standards for Hazardous Air Pollutants (NESHAPs) prior to any renovation or demolition in buildings (40 CFR Part 61). The purpose of the moisture/mold investigation was to collect moisture ~' _ iwiffrt` ," � measurements and swab samples in areas of suspected mold growth and elevated moisture prior to any planned renovation activities. mid _ Field Survey/Investigation: EBS performed an y 1., invasive pre-renovation asbestos survey in the rooms as r per applicable federal, state and local laws and `` regulations, using accredited EPA Asbestos Building Inspectors. Florida licensed Mold Assessor conducted the moisture/mold investigation in general accordance ✓ J with the provisions of the Institute of Inspection Cleaning ,ri and Restoration Certification (IICRC) S520 Standard ,; ` , ,» and Reference Guide for Professional Mold 0 .s' - Remediation guidelines. Laboratory Analysis: Bulk samples collected during the site survey were analyzed by Polarized Light Microscopy (PLM) coupled with dispersion staining. This is the recommended method of analysis by EPA for asbestos identification in bulk samples. EMSL Analytical, Inc., the laboratory that analyzed the samples, has attained National Institute of Standards and Technology (NIST) accreditation through participation in the National Voluntary Laboratory Accreditation Program (NVLAP). Percentages of the identified types of asbestos are determined by visual estimation. Any material containing more than one percent (1%) of asbestos is considered by EPA and Occupational Safety and Health Administration (OSHA) to be ACM. The swap samples for mold were analyzed by EMSL, an environmental laboratory which is also accredited by the American Industrial Hygiene Association (AIHA) for Environmental Microbiology. Survey Findings I Reports: EBS prepared a report of the asbestos survey including the project information, bulk sampling procedures and the analytical results with recommendations for the handling of any ACMs identified. EBS also prepared a report for moisture survey/mold assessment documenting the project background information, the field and analytical results with findings and recommendations. E B S ENGINEERING,INC. 64 RELEVANT PROJECT EXPERIENCE / REFERENCE #5 PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR SMALL PROJECTS RFQ No.2018-141-ND PROJECT NAME AND LOCATION: Cairo Lane & NW 127 Street Right-of-Way, City of Opa Locka, Florida AGENCY/CLIENT NAME: AGENCY/CLIENT CONTACT: Tel: (305)953-2868 x 1214 City of Opa Locka Mr.Airia Austin, Sr./Public Works Director Aaustin@Opalockafl.gov PROJECT COST(FEES): PROJECT START DATE: PROJECT COMPLETION DATE: TERMS OF ENGAGEMENT: $6,000 09/2014 11/2014 Individual Purchase Order EBS PROJECT MANAGER: EBS PRINCIPAL I ACCOUNT REPRESENTATIVE: OTHER KEY STAFF: Francisco E. Gomez Benjamin S. Essien, P.E. Joseph Chan, Pamela Lemme ' 1. '`= I Project Scope/Description: EBS was contracted by the City of Opa w 114- I z " F. z ;1 Locka to provide environmental consulting services prior to k + _ ; . reconstruction of Cairo Land and NW 127 Street in Opa Locka, Florida. » -.fw.. ,;.-r-- • ' EBS conducted the Phase I Environmental Assessment to evaluate i `, : — -.-:. + ' -4 potential impacts to construction that may arise due to known -"(4 9 d - contaminated sites historically located along the roadways. The Phase lN - I environmental site assessments of the roadway right-of-way was } r" conducted as per ASTM Standard Practice E 1527-13 to identify any ,1 -`• -A {t existing Recognized Environmental Conditions (RECs) which may exist --= J I at the site or adjacent properties that could adversely impact the roadways. Research: Prior to conducting site reconnaissance, EBS reviews available information regarding the site and surrounding properties to t - •'•". attempt to identify potential environmental conditions that should be '``` • �; . "" further evaluated during the site visit. The assessment included a . _ 'tom - t !_--. database search of FDEP, DERM and EPA. EBS also reviewed the available historical records for the property and surrounding areas, including Historical Aerial Photographs, Fire Insurance Maps, City Directories, Topographic Maps, etc. " �, a Reconnaissance: After completing the research tasks, EBS performed a " , I ; -" •• I ;1 thorough visual inspection of the subject site and improvements. r, s Additionally, we performed a reconnaissance of neighboring sites, t , ? conducted from the subject site property boundaries or by automobile p ;�• _ ,. _ ' ` 1, -- ,= where necessary. Conditions which were specifically noted during the site /-4 ; 'i inspection include USTs/ASTs, stressed vegetation, surface staining or ' .i.--,,, t ;, 1 other indications of spills, site drainage, chemical use and storage, "ilk -^__ s' ` current disposal practices and other conditions and/or practices. `._, . v=x!� ".-47. :.t._- Interview/Assessment Report: EBS conducted interviews with the city 4 I WO „,j staff and some property owners/managers along the roadway corridors . . * Ma . ' ',I, with some specific knowledge of the property history. The interview process used in concert with the research revealed that the south portion of the Cairo Lane was previously a dump/lakefill of possibly 0 contaminated waste. EBS prepared assessment reports based on our standardized Phase I •. - ESA Report with recommendations for further assessment of the ~"�f I '° w - "` properties. The reports, field data, database radius research information • I ,'- ' and all the applicable documentation were subjected to the standard . , '" EBS internal quality assurance/quality control (QA/QC) process checks *4. 't`' prior principal review and submittal to our client. The project was tf completed ahead of schedule and within approved budget. E Bs ENGINEERING,INC. 65 RELEVANT PROJECT EXPERIENCE #6 PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR SMALL PROJECTS RFQ No. 2018-141-ND PROJECT NAME AND LOCATION: Vacant Lot - North of SW 40 St. between SW 89 Ave & SW 89 Ct, Miami, Florida AGENCY/CLIENT NAME: AGENCY/CLIENT CONTACT: Tel: (786)469-4132 Miami-Dade PHCD Ms.Alexandra Ochoa alexandra.ochoa@miamidade.gov _ PROJECT COST(FEES): PROJECT START DATE: PROJECT COMPLETION DATE: TERMS OF ENGAGEMENT: $10,420 09/2016 06/2017 Continuing Contract EBS PROJECT MANAGER: EBS PRINCIPAL/ACCOUNT REPRESENTATIVE: OTHER KEY STAFF: Francisco E. Gomez Benjamin S. Essien, P.E. Willie Smitherman (JAEE-Drilling) i ,, .,,' `c,- .' Project Scope/Description: Miami-Dade County Public Housing and '44Community Development (PHCD) contracted EBS to provide Phase I 1 Environmental Site Assessments for the Vacant Lot prior to planned Fet,„ i 4-; rot developemnt on the parcel. The Phase I environmental site assessments , t 1. '' * - ; of the vacant lot was conducted as per ASTM Standard Practice E - , :* f': 1527-13 to identify any existing Recognized Environmental Conditions R. (RECs) which may exist at the site or adjacent properties that could ' , r ;.'i--,t� _!'''‘:°,. .1.5,,,;: -, adversely impact the subject site. 4 � '41.'.. `' Research: Prior to conducting site reconnaissance, EBS reviewed available information regarding each site and surrounding properties to . attempt to identify potential environmental conditions that should be ii ..„2„.4,-._,.. -' - further evaluated during the site visit. The assessment included a _ � database search of FDEP, DERM and EPA. EBS also reviewed the .� ' - available historical records for the property and surrounding areas, including Historical Aerial Photographs, Fire Insurance Maps, City Directories, Topographic Maps, etc. ,- '.4-.7:-- Reconnaissance: After completing the research tasks, EBS performed a ,. thorough visual inspection of the subject site. Additionally, we performed ,',I 1 ,,4 :. ._ ._. a reconnaissance of neighboring sites, conducted from the subject site ,� �;_I, , property boundaries or by automobile. Conditions which were specifically * - noted during the site inspection included USTs/ASTs, stressed lie.' ir ; ...„13..,442i,•, vegetation, surface staining or other indications of spills, site drainage, .',,i / chemical use and storage, current disposal practices and other conditions -.> and/or practices. tl ':` _ :k, Interview: EBS conducted interviews with the property owners/tenants r"-,- ,, Ave or managers along the corridors with some specific knowledge of the property history. The interview process used in concert with the research ;„...-",,' `' revealed that some of the parcel had RECs and should be further �', .. 'xiiteFt"?-.. •investigated. r., � Assessment Report: EBS prepared assessment report documenting the 1. M %Y present of REC at the site and recommeded a Phase II be performed to further assess the REC's potential impact on the site. *& 0 Phase II ESA: A Phase II ESA was performed on the site to investigate 7;4'1'`..4;',4 •` . . � :-- the potential impacts to the soil and groundwater on the site. One soil boring was advanced and monitoring well installed on the site. Soil and groundwater samples were collected in accordance with FDEP Standard Operating Procedures (SOP) for field activities DEP-SOP- 001/01. The samples were placed in coolers with ice and returned an accredited laboratory for analyses. EBS evaluated the laboratory results for compliance with Soil and Groundwater cleanup target limits (CTLs) as per Florida Administrative Code (FAC) Chapter 62-777, and Miami-Dade County Chapter 24 Code, and prepared a final report documenting the findings with conclusions and recommendations. E B s ENGINEERING,INC. 66 RELEVANT PROJECT EXPERIENCE #7 PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR SMALL PROJECTS RFQ No. 2018-141-ND PROJECT NAME AND LOCATION: Zoo Miami (HWR-802/File-11706), 12400 SW 152 Street, Miami, Florida AGENCY/CLIENT NAME: AGENCY/CLIENT CONTACT: Tel: (305)7.5555-79552 Miami-Dade PROS Mr. Pablo Gonzalez Pablo.gonzalez@miamidade.gov PROJECT COST(FEES): PROJECT START DATE: PROJECT COMPLETION DATE: TERMS OF ENGAGEMENT: $21,350 12/2016 05/2017 Continuing Contract EBS PROJECT MANAGER: EBS PRINCIPAL/ACCOUNT REPRESENTATIVE: OTHER KEY STAFF: David Batey Francisco E. Gomez Benjamin S. Essien, P.E. Joseph Chan, Pamela Lemme Project Scope/Description: Miami-Dade County Public Parks Recreation and Open Spaces (PROS) contracted EBS to provide Contaminated Site Assessments for three previously assessed areas at Zoo Miami facility located at 12400 SW 152 Street, Miami, Florida. Our - .. task was to delineate the extent of the previously identified soil '"MI contamination, and surficial and/or subsurface solid waste in the three ,. identified areas: Monkey Meadow Field, Anteater Holding Area and 1 . 4 • • lr '1 Orangutan Service Road of the subject site. " '' Field Sampling: EBS performed the field sampling using a sampling plan approved by RER (formerly DERM). A total of 57 soil borings were ' - ,z w advanced in the three investigation areas to a total depth of 24 inches r ';.� - below land surface or until natural bedrock was encountered. Soil ,''"` -- samples were collected from the 0-6 inch, 6-12 inch and 12-24 inch intervals at each soil boring location if possible.The soil samples were "+ collected in accordance with FDEP Standard Operating Procedures ,�; '� , f (SOP)for field activities DEP-SOP-001/01. 1. , k'. Laboratory Analysis: Advanced Environmental Laboratories, Inc. (AEL), !!+y# a National Environmental Laboratory Accreditation Council (NELAC) certified laboratory performed the analysis. The laboratory analysis was • t► ; "A! performed by AEL in accordance with DEP-SOP-001/02 for laboratory A., . activities. EBS evaluated the laboratory results for compliance with Soil cleanup target limits (CTLs) as per Florida Administrative Code (FAC) Chapter 62-777; and Miami-Dade County Chapter 24 Code. ,. l Findings: The results of our additional investigation of the subject site indicate that isolated areas of arsenic, barium, copper, iron and lead soil ': contamination above Miami-Dade County Chapter 24 Code SCTLs, along • with surficial and buried solid waste consisting of glass shards, plastic, ii ceramic fragments and metal fragments. - S� V. ,. II Assessment Report: EBS prepared the assessment report documenting the findings with recommendations for additional �` II' . assessment in order to ` .. , "'Llik . determine the lateral • t ..# 1 boundaries of the soil p. -xIt '� t ., contaminants identified and A ..- ; �' ; RELEVANT PROJECT EXPERIENCE #8 PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR SMALL PROJECTS RFQ No.2018-141-ND PROJECT NAME AND LOCATION: Administration Building & Building #2, Homestead General Airport, 28700 SW 217 Ave, Homestead, Florida (moisture survey /fungi mold assessment/ remediation) AGENCY/CLIENT NAME: AGENCY/CLIENT CONTACT: Tel: (305)876-8326 Miami-Dade Aviation Department Mr. Foster Mack FMack@miami-airport.com PROJECT COST(FEES): PROJECT START DATE: PROJECT COMPLETION DATE: TERMS OF ENGAGEMENT: $5,060 12/2017 01/2018 Continuing Professional Contract EBS PROJECT MANAGER: EBS PRINCIPAL/ACCOUNT REPRESENTATIVE: OTHER KEY STAFF: Francisco E. Gomez Benjamin S. Essien, P.E. Ronquavis Fulton Project Scope/Description: Miami-Dade Aviation Department a _ _,4 (MDAD) contracted EBS using Miami-Dade Department of Transprtation and Public Works (DTPW) Materilas Testing, Consulting ` and Training Services (E15-PWWM-09) contract to provide moisture li >tit I -- survey and fungi mold assessment within the Administration + III ' Building and Building #2 of Homestead General Airport located at • • - 28700 SW 217 Ave in Homestead, Florida. This fungi mold and J1 "` moisture survey was performed in general accordance with the , . provisions of the Institute of Inspection Cleaning and Restoration !„ .. Certification (IICRC) S520 Standard and Reference Guide for Professional Mold Remediation guidelines. Moisture Survey: Temperature and relative humidity (rH) readings are ` useful in the evaluation of the efficiency of the Heating Ventilation and Air Conditioning (HVAC) system, occupant comfort, and are indicators _-`"` ` , of the environmental condition under which certain microbes will grow. • A moisture survey was performed utilizing a Prot/meter SurveyMaster 1 (SM) meter in both measure and search mode. The meter provides a digital readout in real-time, reported in terms of percent Wood Moisture ., Equivalent (WME). Moisture readings were obtained at representative : • areas of the walls in the Lobby and Manager's Office, and an area of I1"-- -Imigemelam the South Wall in the Lobby was found with elevated moisture content ROBERTS ASR SOUTH that could lead mold growth and deterioration. Mold Assessment: Two tape lift samples were collected from the 41 bottom of the south and west walls in the Lobby Area in order to test for the presence of mold. High concentration of fungi mold spores was (p. . R i i found in the two areas tested. The visible mold growth observed behind " the baseboard was likely caused by water intrusion. EBS recommends ""�� remediation of the moldgrowth b a licensed mold remediation �` Y contractor, including but not limited to (1) removal of the bottom section of the mold contaminated drywall, (2) removal of mold contaminated baseboard and, (3) Cleanup of the surrounding area. Work Action Plan/Project Management/Clearance Sampling: EBS provided a Work Action Plan for the remediation work detailing specific requirements and work procedures to be used to accomplish the work. EBS also provided project management services during the removal of fungi/mold contaminated drywall board to ensure the remediation was performed as per the State of Florida Statutes and IICRC S520 Standard and Reference Guide. EBS personnel also conducted the clearance sampling to ensure that remediated areas were safe for re-occupancy. This project was performed by EBS personnel who are licensed Florida Mold Assessors or under their strict supervision. Reports: EBS prepared reports of the initial moisture survey and mold assessment documenting the findings with recommendations, and of the remediation work observation, practices and results of the clearance samplings. EBS ENGINEERING,INC_ 68 m CO COIiiiiit In O O 0 flogilill y Z.4111.111411 O. 0 � vn hOhiZ1 0 to:: ; (15 •••••• co v v cu Z a �� gin -CI. m o N Qz m • e • y O y o TAB 5 . _ , .. . .. m W ARCHITECT — ENGINEER QUALIFICATIONS . PART I — CONTRACT-SPECIFIC QUALIFICATIONS A. CONTRACT INFORMATION 1. TITLE AND LOCATION(City and State) Professional Architectural and Engineering Services for Capital Renewal and Replacement Projects 2. PUBLIC NOTICE DATE 3. SOLICITATION OR PROJECT NUMBER February 15, 2018 RFQ No. 2018-141-ND 4. NAME AND TITLE Benjamin S. Essien, P.E., President 5. NAME OF FIRM EBS Engineering, Inc. 6. TELEHONE NUMBER 7. FAX NUMBER 8. E-MAIL ADDRESS (305) 625-5252 (305) 625-7110 info@ebsengineering.com C. PROPOSED TEAM (Complete this section for the prime contractor and all key subcontractors.) (Check) 9. FIRM NAME 10. ADDRESS 11. ROLE IN THIS CONTRACT A E a ET_ N r a. X EBS ENGINEERING, INC. 4715 NW 157 STREET, SUITE 202 Prime (EBS) MIAMI, FLORIDA 33014 CHECK IF BRANCH OFFICE b. L- ElCHECK IF BRANCH OFFICE c. n I I CHECK IF BRANCH OFFICE d. ^I I I CHECK IF BRANCH OFFICE e. ❑ f. n I I CHECK IF BRANCH OFFICE D. ORGANIZATIONAL CHART OF PROPOSED TEAM ' (Attached) AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FROM 330(REV.8/2016)PAGE 1 70 RFQ No.2018-141-ND Professional Architectural and Engineering Services for PROJECT ORGANIZATIONAL CHART Capital Renewal and Replacement Projects City of Miami Beach Procurement Department Quality Assurance I Principal-In-Charge Quality Control Joseph C.Chan,PE,CGC Benjamin S.Essien,PE,FLAG Project Manager Sin.le-Point of Contact Francisco E.Gomez Asbestos Consulting Services/ Phase I,Phase II Environmental Mold Assessment/ Lead-Based Paint Inspection/ Site Assessments/ Moisture Survey/Indoor Air Risk Assessment,Etc. Contamination Assessment,Etc. • Quality Studies,Etc. Benjamin S.Essien,PE,FLAC Pamela Lemme,PE Francisco E.Gomez,FLMA David Batey Joseph C.Chan,PE,CGC Benjamin S.Essien,PE,FLMA Eric I.Oleh Ricardo Martinez Eric I.Oleh Ronquavis Fulton David Batey Ronquavis T.Fulton E B SENGINEERING,INC. E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12. NAME 13. ROLE IN THIS CONTRACT 14. YEARS OF EXPERIENCE Francisco E.Gomez Project Manager a.TOTAL b.WITH CURRENT FIRM 30 15 15. FIRM NAME AND LOCATION(City and State) EBS ENGINEERING, INC,4715 NW 157 STREET, SUITE 202, MIAMI, FLORIDA 33014 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) Bachelor of Science in Biological Science, 1982 Florida Licensed Mold Assessor 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Mr. Gomez's training/certifications include EPA AHERA Asbestos Inspector& Supervisor/OSHA 40 Hour HAZWOPER/ 8 Hour Site Supervisor/EPA Certified Lead Risk Assessor/Mold Remediation and Assessment. 19. RELEVANT PROJECTS (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED AT&T Telecommunication Facilities,South Florida,Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) (Majority in Miami-Dade and Broward County) 2001 -Ongoing N/A a. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE Check if project performed with current firm Project Manager: EBS is responsible for conducting comprehensive AHERA asbestos surveys, pre-renovation or demolition asbestos surveys, air quality testing during abatements, lead-based paint testing, indoor air quality/fungi mold testing, risk assessment, noise testing, project management, report preparation. EBS also conducts awareness and right-to-know training, and consulting services, on as needed basis. Mr. Gomez assigns/manages field staff, prepares proposal, reports,etc. (Fee>$500,000). (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Town Park Plaza North Condominium,549 NW 19 Street, Miami,Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Ongoing N/A b. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE Check if project performed with current firm Project Manager: -EBS provided miscellaneous environmental engineering including planning, asbestos consulting, lead-based paint evaluation services, fungi mold assessment and testing, prior to and during the planned renovation of the 20 condominium buildings located at 549 NW 19 Street in Miami, Florida. Other tasks included project/air monitoring, and oversight of abatement work, preparation of reports,work action plan/specifications, cost estimate, etc. (Fees$63,000). (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Vacant Lot-North of SW 40 St.between SW 89 Ave&SW 89 Ct,Miami, PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Florida 2017 N/A c' (3) BRIEF DESCRIPTION(Briefx scope,size,cost,etc.)AND SPECIFIC ROLE I 4-1 Check if project performed with current firm Project Manager: EBS performed Phase I &II Environmental Site Assessments for the site. Tasks for Phase I as per ASTM Standard Practice E 1527-13, included investigating the historic land used at the sites, any evidence of recognized environmental concern(REC)due past or present use, impact of offsite activities and surrounding properties and report preparation. Tasks for Phase II included supervision of soil boring/well installation, soil/groundwater sampling, data evaluation, etc. EBS also prepared and submitted report of the Phase II with recommendations for RER review and approval. (Fees: $10,420) (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Terminal E, F,G, H and J Security and Communication Rooms,Miami PROFESSIONAL SERVICES CONSTRUCTION(If applicable) International Airport,Miami,Florida 2017 N/A d. (3) BRIEF DESCRIPTION(Brief scope.size,cost,etc.)AND SPECIFIC ROLE Check if project performed with current firm Project Manager: EBS performed various pre-renovation asbestos survey for the Terminal E, F, G, H and J Security and Communication Rooms prior to the planned renovation in the rooms. Main tasks included sampling all suspect asbestos-containing materials(ACMs)in the rooms, reviewing existing plans to ensure sampling is complete and as per established protocol. Other tasks included documenting the materials conditions, quantities and potential for possible fibers release, took photographs and prepared chain-of-custody for samples, laboratory analysis and survey report of the findings with recommendations for any ACM found(Fees: $5,420). (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Jackson South Community Hospital located at 9333 SW 152 Street in PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami, Florida 2017 N/A e. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE Check if project performed with current firm Project Manager: EBS provided pre-renovation asbestos survey, and moisture survey/fungi mold assessment prior to the planned renovation in the hospital.The main tasks included sampling all suspect asbestos-containing materials(ACMs)in the renovation areas, reviewing existing plans to ensure sampling is complete, moisture survey and mold assessment. Other tasks included documenting the materials conditions, quantities and potential for possible fibers release, took photographs and prepared chain-of- custody for samples, samples analysis, and preparation of reports with recommendations. (Fee: $9,330). 72 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Cairo Lane and NW 127 Street Right-of-Way Phase I Environmental Site PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Assessment,Opa Locka,Florida 2014 N/A (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE Check if project performed with current firm Project Manager:-EBS performed a Phase I Environmental Site Assessments for Cairo Lane from NW 135 Street to NW 127 Street and NW 127 Street from Cairo Lane to NW 32 Ave. The Phase I was to investigate the site prior to reconstruction of the roadways. EBS conducted the Phase I as per ASTM Standard Practice E 1527-13-investigating historic land use at the sites, evidence of contamination past or present, impact of offsite activities and surrounding properties. Prepared a report of our findings _ with recommendations for Phase II assessments for sites(Fees$6,000) (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Bridges#874420,East of SW 72 Avenue on SW 136 Street,Miami, Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2018 N/A g. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE Check if project performed with current firm Project Manager: EBS performed a pre-renovation asbestos survey and lead-based paint(LBP)inspection of Bridge#874420 located East of SW 72 Avenue on SW 136 Street in Miami, Florida. Main tasks survey and sampling of suspect asbestos- containing materials and surface by surface lead-based paint inspection using XRF instrument. Other tasks included documenting the materials conditions, quantities and potential for possible fibers release,took photographs and prepared chain-of-custody for samples, samples analysis, and preparation of reports with recommendations(Fees: $2,050) (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Zoo Miami(HWR-802/File-11706), 12400 SW 152 Street,Miami, Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2017 N/A h. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE Check if project performed with current firm Project Manager: EBS performed Contaminated Site Assessments for three previously assessed areas at Zoo Miami facility located at 12400 SW 152 Street, Miami, Florida. Our task was to delineate the extent of the previously identified soil contamination, and surficial and/or subsurface solid waste in the three identified areas: Monkey Meadow Field, Anteater Holding Area and Orangutan Service Road of the subject site. Project tasks included review of previous reports/data, soil sampling, laboratory analysis, data evaluation, report with recommendations for RER review and approval. (Fees$21,350). (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Administration Building&Building#2, Homestead General Airport, PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 28700 SW 217 Ave,Homestead,Florida 2018 N/A (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc)AND SPECIFIC ROLE Check if project performed with current firm Project Manager: EBS provided mold assessment services in two buildings-Administration Building and Building#2 at the Homestead General Aviation Airport in Homestead, Florida. The Main tasks included moisture survey and mold growth assessment, project monitoring during mold remediation work, project management, report preparation with recommendations for actions, preparation of work action plan/specifications, final air clearance sampling, etc. (Fees: $5,060) (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Miami International Investments, 140—142 West 29 Street,Hialeah, PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Florida 2016 N/A 1. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 1( Check if project performed with current firm Project Manager: EBS performed Phase II subsurface assessment for the property including soil and groundwater sampling, plans for monitoring wells abandonment as per Chapter 62-780 FAC and DERM Chapter 24 Code. Tasks included advancement of soil borings using direct push equipment, laboratory analysis, preparation of the assessment reports, etc. The assessment was conducted to investigate potential impacts to the site and in response to DERM's Required Testing Notice to the property owner (Fees$6,810). (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED HUD Indefinite Quantity Contract for Lead Evaluation Services in Atlanta PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Homeownership Center—Florida, Puerto Rico&U.S.Virgin Islands 2015 N/A k. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 41 Check if project performed with current firm Deputy Project Manager: Chinye-EBS Evaluation Services, LLC.was contracted in November 2010 by HUD to perform lead evaluation services including visual assessments, lead-based inspections, stabilization plans and clearance examinations for single family(1-4units)properties in Atlanta Home Ownership Center(HOC)covering 10 States, Puerto Rico and the Virgin Islands. This contract is on-going and estimated to evaluate 4,000 single family properties annually with total 5-year contract value of$13.5m. EBS as the technical partner was responsible for using our qualified staff and subconsultant firms to execute the evaluation services to meet or exceed HUD required guidelines on performance. STANDARD FROM 330(REV.8/2016)PAGE 2 73 E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12. NAME 13. ROLE IN THIS CONTRACT 14. YEARS OF EXPERIENCE Benjamin S.Essien, P.E. Project Principal a.TOTAL b.WITH CURRENT FIRM 34 24 15. FIRM NAME AND LOCATION(City and State) EBS ENGINEERING, INC.,4715 NW 157 STREET, SUITE 202, MIAMI, FLORIDA 33014 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) Bachelor of Science in Mechanical Engineering, 1980 1. Florida Professional Engineer/2. Florida Licensed Asbestos Consultant/3. Florida Licensed Mold Assessor 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) GIS-Based Flood Mitigation Strategy-a case study for City of Opa-Locka, Florida (Co-Author, INCID-Abuja 2006)/Flood- erosion control -a case-study of Golden Glades Canal Dredging, Miami, Florida (Co-Author, INCID-Abuja 2006)/ American Society of Civil Engineers/American Society of Mechanical Engineers/Biscayne Bay Shoreline Development Review Committee/Miami-Dade Unsafe Structures Board/EPA AHERA Asbestos Inspector, Supervisor, Management Planner& Project Designer/OSHA 40 Hour HAZWOPER/8 Hour Site Supervisor/EPA Certified Lead Risk Assessor/ Mold Remediation and Assessment/LAW Companies President's Award. 19. RELEVANT PROJECTS (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED AT&T Telecommunication Facilities,Statewide,Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) (Majority in Miami-Dade and Broward County) 2001 -Ongoing N/A a. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 1 '/ Check if project performed with current firm Project Principal: EBS is responsible for conducting comprehensive AHERA asbestos surveys, pre-renovation or demolition asbestos surveys, air quality testing during abatements, lead-based paint testing, indoor air quality/fungi mold testing, risk assessment, noise testing, project management, report preparation. EBS also conducts awareness and right-to-know training, and consulting services, on as needed basis. Mr. Gomez assigns/manages field staff, prepares proposal, reports, etc. (Fee>$500,000). (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Town Park Plaza North Condominium,549 NW 19 Street, Miami, Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Ongoing N/A b. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE I Check if project performed with current firm Project Principal:-EBS provided miscellaneous environmental engineering including planning, asbestos consulting, lead-based paint evaluation services, fungi mold assessment and testing, prior to and during the planned renovation of the 20 condominium buildings located at 549 NW 19 Street in Miami, Florida. Other tasks included project/air monitoring, and oversight of abatement work, preparation of reports,work action plan/specifications, cost estimate, etc. 'Fees$63,000). (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Vacant Lot-North of SW 40 St. between SW 89 Ave&SW 89 Ct,Miami, PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Florida 2017 N/A o' (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE `j Check if project performed with current firm Project Principal: EBS performed Phase I & II Environmental Site Assessments for the site. Tasks for Phase I as per ASTM Standard Practice E 1527-13, included investigating the historic land used at the sites, any evidence of recognized environmental concern(REC)due past or present use, impact of offsite activities and surrounding properties and report preparation. Tasks for Phase II included supervision of soil boring/well installation, soil/groundwater sampling, data evaluation, etc. EBS also prepared and submitted report of the Phase II with recommendations for RER review and approval. (Fees: $10,420) (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Terminal E,F,G,H and J Security and Communication Rooms,Miami PROFESSIONAL SERVICES CONSTRUCTION(If applicable) International Airport,Miami,Florida 2017 N/A d. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 1 41 Check if project performed with current firm Project Principal: EBS performed various pre-renovation asbestos survey for the Terminal E, F, G, H and J Security and Communication Rooms prior to the planned renovation in the rooms. Main tasks included sampling all suspect asbestos-containing materials(ACMs)in the rooms, reviewing existing plans to ensure sampling is complete and as per established protocol. Other tasks included documenting the materials conditions, quantities and potential for possible fibers release, took photographs and prepared chain-of-custody for samples, laboratory analysis and survey report of the findings with recommendations for any ACM found(Fees: $5,420). (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Jackson South Community Hospital located at 9333 SW 152 Street in PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami,Florida 2017 N/A 74 e. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE I I Check if project performed with current firm Project Principal: EBS provided pre-renovation asbestos survey, and moisture survey/fungi mold assessment prior to the planned renovation in the hospital. The main tasks included sampling all suspect asbestos-containing materials(ACMs)in the renovation areas, reviewing existing plans to ensure sampling is complete, moisture survey and mold assessment. Other tasks included documenting the materials conditions,quantities and potential for possible fibers release,took photographs and prepared chain-of- custody for samples, samples analysis, and preparation of reports with recommendations. (Fee: $9,330). (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Cairo Lane and NW 127 Street Right-of-Way Phase I Environmental Site PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Assessment,Opa Locka, Florida 2014 N/A (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE J Check if project performed with current firm Project Principal:-EBS performed a Phase I Environmental Site Assessments for Cairo Lane from NW 135 Street to NW 127 Street and NW 127 Street from Cairo Lane to NW 32 Ave. The Phase I was to investigate the site prior to reconstruction of the roadways. EBS conducted the Phase I as per ASTM Standard Practice E 1527-13-investigating historic land use at the sites, evidence of contamination past or present, impact of offsite activities and surrounding properties. Prepared a report of our findings _ with recommendations for Phase II assessments for sites(Fees$6,000) (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Bridges#874420,East of SW 72 Avenue on SW 136 Street,Miami,Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2018 N/A 9' (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE J Check if project performed with current firm Project Principal: EBS performed a pre-renovation asbestos survey and lead-based paint(LBP)inspection of Bridge#874420 located East of SW 72 Avenue on SW 136 Street in Miami, Florida. Main tasks survey and sampling of suspect asbestos- containing materials and surface by surface lead-based paint inspection using XRF instrument. Other tasks included documenting the materials conditions,quantities and potential for possible fibers release, took photographs and prepared chain-of-custody for samples, samples analysis, and preparation of reports with recommendations(Fees: $2,050) (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Zoo Miami(HWR-802/File-11706),12400 SW 152 Street,Miami,Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2017 N/A h. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE J Check if project performed with current firm Project Principal: EBS performed Contaminated Site Assessments for three previously assessed areas at Zoo Miami facility located at 12400 SW 152 Street, Miami,.Florida. Our task was to delineate the extent of the previously identified soil contamination, and surficial and/or subsurface solid waste in the three identified areas: Monkey Meadow Field, Anteater Holding Area and Orangutan Service Road of the subject site. Project tasks included review of previous reports/data, soil sampling, laboratory analysis, data evaluation, report with recommendations for RER review and approval. (Fees$21,350). (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Miami International Investments,140—142 West 29 Street,Hialeah, PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Florida 2016 N/A (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 1 41 Check if project performed with current firm Project Principal: EBS performed Phase II subsurface assessment for the property including soil and groundwater sampling, plans for monitoring wells abandonment as per Chapter 62-780 FAC and DERM Chapter 24 Code. Tasks included advancement of soil borings using direct push equipment, laboratory analysis, preparation of the assessment reports, etc.The assessment was conducted to investigate potential impacts to the site and in response to DERM's Required Testing Notice to the property owner (Fees$6,810). (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED HUD Indefinite Quantity Contract for Lead Evaluation Services in Atlanta PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Homeownership Center—Florida, Puerto Rico&U.S.Virgin Islands 2015 N/A t' (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 1 41 Check if project performed with current firm Project Manager: Chinye-EBS Evaluation Services, LLC.was contracted in November 2010 by HUD to perform lead evaluation services including visual assessments, lead-based inspections, stabilization plans and clearance examinations for single family(1- 4units)properties in Atlanta Home Ownership Center(HOC)covering 10 States, Puerto Rico and the Virgin Islands. This contract is on-going and estimated to evaluate 4,000 single family properties annually with total 5-year contract value of$13.5m. EBS as the technical partner was responsible for using our qualified staff and subconsultant firms to execute the evaluation services to meet or exceed HUD required guidelines on performance. STANDARD FROM 330(REV.8/2016)PAGE 2 75 E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12. NAME 13. ROLE IN THIS CONTRACT 14. YEARS OF EXPERIENCE Joseph C.Chan, P.E.,CGC Senior Project Engineer a.TOTAL b.WITH CURRENT FIRM 36 10 15. FIRM NAME AND LOCATION(City and State) EBS ENGINEERING, INC.,4715 NW 157 STREET, SUITE 202, MIAMI, FLORIDA 33014 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) Bachelor of Science in Civil Engineering, 1981 Florida Professional Engineer/Florida Underground Utility& Excavator Contractor/Florida General Contractor 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards.etc.) Registered Professional Engineer in Texas and Massachusetts/America Society of Civil Engineers/Advanced Work Zone Traffic Control Certification 19. RELEVANT PROJECTS (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED NE 133 Street from West Dixie Highway to NE 11 Ave and NW 130 Street PROFESSIONAL SERVICES CONSTRUCTION(If applicable) from NW 10 Ave to NW 12 Ave, North Miami,Florida Ongoing Ongoing a. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 4Check if project performed with current firm Senior Project Engineer/QA/QC Review: City of North Miami contracted EBS Engineering, Inc. as the prime consultant for the design of two roadway sections improvements in the city. The project consisted of roadway resurfacing with the necessary upgrades to driveways, curbing, sidewalks, drainage systems, lighting, etc. for two roadway sections. This project was divided into three phases—the Pre-Design, Design/Construction Documents and Construction Contract Administration phases(Fee$148,890). (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Sanitary Sewer Pump Station 10 Rehabilitation and New 12"Force Main PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Installation,City of Opa Locka, Florida 2014 2014 b. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE `j ,Check if project performed with current firm Project Manager:-EBS as the lead design consultant provided design services for the rehabilitation of Pump Station and associated force main including a modern submersible pump station along with about 2,500 linear feet of new force main installation connecting an existing 12"force main along Perviz Ave in the City of Opa Llocka. The project was to help the city gained a release of Pump Station 10 from absolute moratorium.The design tasks included data collection, data analysis, design of submersible pump station,design of about 2500 linear feet of new force main, construction plans and documents preparation thru construction phase services, commissioning, etc. Fees$67,400 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED NW 128 Street Roadway and Drainage Improvements Services,City of PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Opa Locka, Florida 2014 2014 c' (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 4 Check if project performed with current firm Senior Project Engineer/QA/QC Review: EBS as the lead design consultant provided design services for the milling/resurfacing and drainage improvements of the about 1.0-mile Section of the 2-lane rural collector roadway. The project consists of analysis of existing drainage system, milling and resurfacing of the deteriorating roadway, signing and pavement marking, utilities coordination, permitting including surveying and geotechnical works. Fees$395,820. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Design Services for SR-112/Arthur Godfrey Road from MP 0.010 to MP PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 0.804 in Miami Beach, Florida 2013 2013 d. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 4 Check if project performed with current firm Senior Project Engineer/QA/QC Review: EBS as the prime consultant, provided design services for about 1.0-mile Section of the 5-lane urban principal highway. The scope of services included pavement design, signing and pavement marking, drainage analysis, Signalization, miscellaneous structure, bridge retrofit, utilities coordination, survey and photogrammetric mapping, TCP, geotechnical analysis, cost estimates, plan preparation and post-design services. The project consists of milling and resurfacing of existing deteriorating roadway, retrofitting bridge and other miscellaneous structure, and also included improvements for signing and pavement making, signalization, lighting, sidewalk, etc. Tasks included supervision of soil boring/well installation, soil/groundwater sampling, data evaluation, reports, etc. (Fees 555,600) (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED SR-710/Beeline Highway—3R Design Services,Palm Beach County, PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Florida 2012 2012 76 e. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE �l Check if project performed with current firm Senior Project Engineer/QA/QC Review: -EBS as the prime consultant, provided design services for milling and resurfacing of the 3.5-mile roadway.The project consists of addition of 5'paved shoulder, milling and resurfacing of the deteriorating roadway including surveying, resurfacing, pavement making and signing, signalization, environmental, utilities coordination, sidewalk, etc. The main tasks included typical section package, pavement design package, 3-R report, drainage mini-drip report, roadway plans, traffic controls plans, signalization plans, construction details,cost estimates, specifications, and plans production. Project also included utility coordination, environmental review, miscellaneous landscaping plans, and post design services(Fee$401,300). (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Cairo Lane and NW 127 Street Right-of-Way Phase I Environmental Site PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Assessment,Opa Locka,Florida 2014 N/A (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE Check if project performed with current firm Senior Project Engineer/QA/QC Review:-EBS performed a Phase I Environmental Site Assessments for Cairo Lane from NW 135 Street to NW 127 Street and NW 127 Street from Cairo Lane to NW 32 Ave. The Phase I was to investigate the site prior to reconstruction of the roadways. EBS conducted the Phase I as per ASTM Standard Practice E 1527-13-investigating historic land use at the sites, evidence of contamination past or present, impact of offsite activities and surrounding properties. Prepared a report of our findings with recommendations for Phase II assessments for sites Fees$6,000 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Jose Marti Park,242 SW 4th Street,Miami,Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2011 N/A 9. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE Check if project performed with current firm Senior Project Engineer/QA/QC Review: EBS performed a subsurface assessment of the park, development of operations and maintenance plan and remedial/engineering control plan. The assessment was to confirm current total arsenic soil contaminant concentrations following re-development of the property as a community building. Project tasks included review of previous reports/data, soil sampling, laboratory analysis,data evaluation, report with recommendation of corrective action plans, and preparation of remedial/engineering control plan for DERM approval. (Fees$7,700). (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Sanitary Sewer Pump Station#8 Rehabilitation and New 8-inch Force PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Main Installation,City of Opa Locka, Florida 2012 2012 h. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE rn I I Check if project performed with current firm Project Manager: EBS as the lead design consultant provided design services for Pump Station#8 rehabilitation with SCADA ready control panel and installation of 1500'force main.tasks for the project included planning, data collection, data analysis, review of existing pump station performance, analysis of the Stations#8, 9, 10, and 11A service area sewer system network to ensure adequate capacity, and the design of the new force main and submersible sewer pump station to meet current demand, coordination of permitting, project management and periodic site inspection during construction. EBS Fees: $39,300 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED 5941 Biscayne Boulevard Commercial Building,Miami, Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2015 2015 (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 1 "1 Check if project performed with current firm Project Manager: Design of sanitary sewer collection systems. Design of on-site domestic water and irrigation line service. Design of 460 linear feet of 8-inch water main with a fire hydrant. Design of site grading, roadway, pavement markings, signing and drainage systems. Additional tasks also included bid plans, permitting, construction cost estimates, and inspections during construction. Fees: $45,800 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED NE 2 Avenue from NE 84 Street to NE 91 Street Design Services, Miami- PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Dade County,Florida 2009 2009 1' (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE Check if project performed with current firm Senior Project Engineer/QA/QC Review: EBS as the prime consultant provided the design services for about 0.8-mile of roadway for reconstruction and bridge replacement. The project consisted of the replacement of the bridge on Little River Canal and reconstruction of the sub-standard roadway including improvements for drainage, signalization, lighting, etc. This project was divided into two phases—the Master Plan phase and Design phase (Fees$279,250). STANDARD FROM 330(REV.8/2016)PAGE 2 77 E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12. NAME 13. ROLE IN THIS CONTRACT 14. YEARS OF EXPERIENCE Pamela A. Lemme, P.E. Senior Project Engineer a.TOTAL b.WITH CURRENT FIRM 32 3 15. FIRM NAME AND LOCATION(City and State) EBS ENGINEERING, INC,4715 NW 157 STREET, SUITE 202, MIAMI, FLORIDA 33014 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) B.S Civil Engineering,University of Arizona Tucson,Arizona 1984 FL Professional Engineer/MD Professional Engineer/MI Professional Engineer/VA Professional Engineer 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) American Society of Civil Engineers/EPA AHERA Asbestos Inspector, Supervisor& Management Planner/OSHA 40 Hour HAZWOPER/8 Hour Site Supervisor/ 19. RELEVANT PROJECTS (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED MIC-Earlington Heights Metrorail Extension Right-of-Way, Miami, Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2008 N/A a. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE '( I Check if project performed with current firm Project Manager: for Phase I &II Environmental Site Assessments for parcels which required assessment due to revised right-of- way alignment along the MIC-Earlington Heights Metrorail Extension corridor. Tasks for Phase I as per ASTM Standard Practice E 1527-05, included investigating the historic land used at the sites, any evidence of contamination past or present, impact of offsite activities and surrounding properties and report preparation. Tasks for Phase II included supervision of soil boring/well installation, soil/groundwater sampling, data evaluation, etc. EBS also conducted Pre-Demolition Asbestos Survey for the buildings to be demolished in each parcel. EBS Fees: $75,350 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Miami-Dade Transit North Corridor Metrorail Extension,NW 27 Avenue, PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami-Dade County, Florida 2008 N/A b. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE Check if project performed with current firm Project Manager: -for Phase I Environmental Site Assessments for 64 of the parcels identified for acquisition or that maybe impacted by the planned rail extension. Tasks for Phase I as per ASTM Standard Practice E 1527-05, included investigating historic land use at the sites, evidence of contamination past or present, impact of offsite activities and surrounding properties. Prepared a report of our findings with recommendations for Phase II assessments for some of the sites. EBS also performed Phase II site assessments along the corridor as a team with PEER Consultant, P.C. (Prime).Tasks included supervision of soil boring/well installation, soil/groundwater sampling, data evaluation, reports, etc. (Fees$179,200). (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Nashville Long-Term Recovery Planning,Nashville,Tennessee PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2012 N/A c. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE Check if project performed with current firm Deputy Project Manager: Evaluating the impact of the flood and developing projects that would place Nashville back on its pre- flood development path and do so in a sustainable manner. This award-winning, 12-week project included extensive community participation and resulted in the development of 25 high recovery value projects and seven"Complete Community Visions"showing how combinations of these projects at a neighborhood level could significantly affect the quality of life and economic prosperity. Responsibilities included evaluation of existing infrastructure, public safety and emergency preparedness aspects of the study as well as management administration and coordination. This project received the Engineering Excellence Award from ACEC/MA. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED AT&T Telecommunication Facilities,South Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) On oing N/A d. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 1 ' I Check if project performed with current firm Project Manager: EBS is responsible for conducting comprehensive AHERA asbestos surveys, pre-renovation or demolition asbestos surveys, air quality testing during abatements, lead-based paint testing, indoor air quality/fungi mold testing, risk assessment, noise testing, project management, report preparation. EBS also conducts awareness and right-to-know training, and consulting services, on as needed basis. (Fee>$500,000) (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED DC Department of Housing and Community Development(DCHD), PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Washington DC 1 2010 N/A e. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 1 Check if project performed with current firm Project Manager: -for basic ordering agreement to conduct Phase I ESAs for properties which the DCHD is planning to purchase/acquire. Properties assessed included residential, retail and commercial sites within the District of Columbia. 78 E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12. NAME 13. ROLE IN THIS CONTRACT 14. YEARS OF EXPERIENCE David Batey Project Environmental Supervisor/Senior a.TOTAL b.WITH CURRENT FIRM Inspector 30 17 15. FIRM NAME AND LOCATION(City and State) EBS ENGINEERING, INC.,4715 NW 157 STREET, SUITE 202, MIAMI, FLORIDA 33014 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) Bachelor of Science in Mechanical Engineering,June 1983 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Mr. Batey's training/certifications include NPDES Stormwater Management/OSHA 40 Hour HAZWOPER/8 Hour Site Supervisor/EPA AHERA Asbestos Inspector& Supervisor/Intermediate MOT/CTQP Asphalt Paving /CTQP Earth Work 19. RELEVANT PROJECTS (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED AT&T Telecommunication Facilities,South Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Ongoing N/A a. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE I Check if project performed with current firm Project Environmental Supervisor/Inspector: EBS is responsible for conducting comprehensive AHERA asbestos surveys, pre- renovation or demolition asbestos surveys, air quality testing during abatements, lead-based paint testing, indoor air quality/fungi mold testing, risk assessment, noise testing, project management, report preparation. EBS also conducts awareness and right-to- know training, and consulting services, on as needed basis. (Fees>$500,000). (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Miami City Hall—New Stormwater Trench Landscaping Area, Miami, PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Florida 2010 N/A b. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE Check if project performed with current firm Project Environmental Supervisor: -for the contaminated site assessment, remedial action plan and remedial operation. EBS performed remediation of a new stormwater trench with petroleum contaminated soil and groundwater at the City Hall landscaping project site.About 160 cubic yards of petroleum contaminated soil was removed for disposal. EBS conducted site investigation/ sampling, and evaluated the laboratory result for the effectiveness of the remediation at the site, as per Chapter 62-777 of the Florida Administrative Code(FAC)and Miami-Dade County Chapter 24 Code. EBS also prepared remedial plan and submitted a Report of Remedial Action and Source Removal Report Addendum to Miami-Dade Department of Environmental Resources _ Management(DERM). Fees$17,000 (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Lead Evaluation Services-HUD Atlanta Home Ownership Center,for PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Florida, Puerto Rico and U.S Virgin Islands 2015 N/A T C. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE I Check if project performed with current firm Task Manager: Chinye-EBS Evaluation Services, LLC. (JV)was contracted in November 2010 by HUD to perform lead evaluation services including visual assessments, lead-based inspections, stabilization plans and clearance examinations for single family(1- 4units)properties in Atlanta Home Ownership Center(HOC)covering 10 States, Puerto Rico and the Virgin Islands. This contract is on-going and estimated to evaluate 4,000 single family properties annually with total 5-year contract value of$13.5m. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Town Park Plaza North Condominium,549 NW 19 Street,Miami,Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) On Ding N/A d. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE I I Check if project performed with current firm Project Environmental Supervisor: EBS provided miscellaneous environmental engineering including planning, asbestos consulting, lead-based paint evaluation services, fungi mold assessment and testing, prior to and during the planned renovation of the 20 condominium buildings located at 549 NW 19 Street in Miami, Florida. Other tasks included project/air monitoring, and supervision of abatement work, preparation of reports, work action plan/specifications, cost estimate, etc. (Fees$63,000). (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Miami-Dade Transit MIC-Earlington Heights Metrorail Extension, Miami, PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Florida 2008 N/A e• (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE Check if project performed with current firm Project Environmental Supervisor: EBS performed Phase I& II Environmental Site Assessments for parcels which required assessment due to revised right-of-way alignment along the MIC-Earlington Heights Metrorail Extension corridor. Additional tasks for Phase II included supervision of soil boring/well installation, soil/groundwater sampling, data evaluation, etc. EBS also conducted Pre-Demolition Asbestos Survey for the buildings to be demolished in each parcel (Fees$75,350). STANDARD FROM 330(REV.8/2016)PAGE 2 79 E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12. NAME 13. ROLE IN THIS CONTRACT 14. YEARS OF EXPERIENCE Eric I.Oleh Project Environmental Supervisor/Inspector a.TOTAL b.WITH CURRENT FIRM 22 8 15. FIRM NAME AND LOCATION(City and State) EBS ENGINEERING, INC.,4715 NW 157 STREET, SUITE 202, MIAMI, FLORIDA 33014 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) B.S.in Construction Management,FIU,Miami,Florida,2015 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Mr. Oleh's training/certifications include EPA AHERA Asbestos Inspector& Supervisor/Intermediate MOT/CTQP Asphalt Paving/CTQP Earth Work 19. RELEVANT PROJECTS (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED AT&T Telecommunication Facilities,South Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) On oing N/A a. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 1 I Check if project performed with current firm Project Environmental Supervisor/Inspector: EBS is responsible for conducting comprehensive AHERA asbestos surveys, pre- renovation or demolition asbestos surveys, air quality testing during abatements, lead-based paint testing, indoor air quality/fungi mold testing, risk assessment, noise testing, project management, report preparation. EBS also conducts awareness and right-to- know training, and consulting services, on as needed basis. (Fees>$500,000). (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Town Park Plaza North Condominium,549 NW 19 Street, Miami, Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Ongoing N/A b. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE Check if project performed with current firm Project Environmental Supervisor: EBS provided miscellaneous environmental engineering including planning, asbestos consulting, lead-based paint evaluation services, fungi mold assessment and testing, prior to and during the planned renovation of the 20 condominium buildings located at 549 NW 19 Street in Miami, Florida. Other tasks included project/air monitoring, and _ supervision of abatement work, preparation of reports, work action plan/specifications, cost estimate, etc. (Fees$63,000). (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Terminal E—Crawl Space Mezzanine Level/Hotel Mezzanine Office, PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami International Airport,Miami, Florida 2014 N/A c. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE Check if project performed with current firm Project Environmental Supervisor/Inspector:Asbestos consulting services including pre-renovation asbestos survey and abatement of asbestos-containing pipe insulation and mastic. Other tasks associated with the areas renovation preparation of plans and specifications for removal of asbestos-containing materials and project management during abatement, project/air monitoring, preparation of reports, etc. (EBS Fee: $4,750) (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED TNT Trailer, Dade Collier Training and Transition(TNT)Airport,Ochopee, PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Florida 2013 N/A d. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 1-71 Check if project performed with current firm Project Environmental Supervisor: EBS provided mold assessment services including moisture survey and mold growth assessment, project monitoring during mold remediation work, project management, report preparation with recommendations for actions, work action plan/specifications, final air clearance sampling, etc. (Fees$3,500). (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Concourse D,E&G,Miami International Airport,Miami, Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2013 N/A e. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 1—� I Check if project performed with current firm Project Environmental Supervisor: EBS performed various pre-demolition or renovation asbestos survey, moisture survey/mold assessment, indoor air quality studies, and/or abatement services on as needed basis for tenant spaces. Mr. Oleh was one of the field staff conducting the survey–sampling all suspect asbestos-containing materials(ACMs)in the spaces, performing air sampling or monitoring the abatement/remediation work done by the contractors. He also documented the materials conditions, quantities and potential for possible fibers release,took photographs and prepared chain-of-custody for samples. During abatement, he observed the work activities, checking for compliance, checking on public complaints, resolving conflicts, and preparing daily report. (Fees$25,300). STANDARD FROM 330(REV.8/2016)PAGE 2 80 E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12. NAME 13. ROLE IN THIS CONTRACT 14 YEARS OF EXPERIENCE Ronquavis T. Fulton Environmental Supervisor/Field Technician a.TOTAL b.WITH CURRENT FIRM 5 2 15. FIRM NAME AND LOCATION(City and State) EBS ENGINEERING, INC.,4715 NW 157 STREET, SUITE 202, MIAMI, FLORIDA 33014 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) Associate in Science,Miami-Dade College,Florida,2018 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Mr. Fulton's training/certifications include EPA AHERA Asbestos Inspector& Supervisor/Safety in Construction 19. RELEVANT PROJECTS (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED AT&T Telecommunication Facilities,South Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Ongoing N/A a. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE Check if project performed with current firm Environmental Supervisor/Field Technician: EBS is responsible for conducting comprehensive AHERA asbestos surveys, pre- renovation or demolition asbestos surveys, air quality testing during abatements, lead-based paint testing, indoor air quality/fungi mold testing, risk assessment, noise testing, project management, report preparation. EBS also conducts awareness and right-to- know training, and consulting services, on as needed basis. (Fees>$500,000). (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Town Park Plaza North Condominium,549 NW 19 Street, Miami,Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Ongoing N/A b. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ' l Check if project performed with current firm Environmental Supervisor/Field Tech: EBS provided miscellaneous environmental engineering including planning, asbestos consulting, lead-based paint evaluation services, fungi mold assessment and testing, prior to and during the planned renovation of the 20 condominium buildings located at 549 NW 19 Street in Miami, Florida. Other tasks included project/air monitoring, and supervision of abatement work, preparation of reports, work action plan/specifications, cost estimate, etc. (Fees$63,000). (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Terminal E, F,G, H and J Security and Communication Rooms, Miami PROFESSIONAL SERVICES CONSTRUCTION(If applicable) International Airport, Miami,Florida 2017 N/A c. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 1 41 Check if project performed with current firm Environmental Supervisor/Field Tech: EBS performed various pre-renovation asbestos survey for the Terminal E, F, G, H and J Security and Communication Rooms prior to the planned renovation in the rooms. Main tasks included sampling all suspect asbestos-containing materials(ACMs)in the rooms, reviewing existing plans to ensure sampling is complete and as per established protocol. Other tasks included documenting the materials conditions, quantities and potential for possible fibers release, took photographs and prepared chain-of-custody for samples, laboratory analysis and survey report of the findings with recommendations for any ACM found (Fees: $5,420). (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Administration Building&Building#2,Homestead General Airport, PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 28700 SW 217 Ave,Homestead,Florida l 2018 N/A d. (3) BRIEF DESCRIPTION(Brief scope.size,cost,etc.)AND SPECIFIC ROLE I Check if project performed with current firm Environmental Supervisor: EBS provided mold assessment services in two buildings-Administration Building and Building#2 at the Homestead General Aviation Airport in Homestead, Florida. The Main tasks included moisture survey and mold growth assessment, project monitoring during mold remediation work, project management, report preparation with recommendations for actions, preparation of work action plan/specifications, final air clearance sampling, etc. (Fees: $5, 060). (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Jackson South Community Hospital located at 9333 SW 152 Street in PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami,Florida 20117 N/A 1-- e. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE I T I Check if project performed with current firm Environmental Supervisor/Field Tech: EBS provided pre-renovation asbestos survey, and moisture survey/fungi mold assessment prior to the planned renovation in the hospital. The main tasks included sampling all suspect asbestos-containing materials(ACMs) in the renovation areas, reviewing existing plans to ensure sampling is complete, moisture survey and mold assessment. Other tasks included documenting the materials conditions, quantities and potential for possible fibers release,took photographs and prepared chain-of-custody for samples, samples analysis, and preparation of reports with recommendations. (Fee: $9,330). STANDARD FROM 330(REV.8/2016)PAGE 2 81 E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12. NAME 13. ROLE IN THIS CONTRACT 14. YEARS OF EXPERIENCE Ricardo Martinez Construction Manager a.TOTAL b.WITH CURRENT FIRM 40 1 15. FIRM NAME AND LOCATION(City and State) EBS ENGINEERING, INC.,4715 NW 157 STREET, SUITE 202, MIAMI, FLORIDA 33014 16. EDUCATION(DEGREE AND SPECIALIZATION) 17. CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) B.S.Engineering,Brigham Young University, 1974 (MBA California State University,Dominguez Hills,CA) 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications.Organizations,Training,Awards,etc.) Mr. Martinez was previously a Registered Professional Engineer and Licensed General Contractor in Florida. 19. RELEVANT PROJECTS (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Concourse"C"at Miami International Airport,Miami,Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2012 N/A a. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 1-1 Check if project performed with current firm Project Manager: Responsible for the engineering design and project management of remediation systems for groundwater at Miami airport. Short term action plans were drafted for the removal of gasoline dissolved contaminants from groundwater and vadose zone. Performed hydro geological modeling for the groundwater flow and formulated state of the art processes for the removal of free product through horizontal wells, soil venting systems, air sparging, and groundwater treatment systems. Projects included underground utility relocations, drainage, area traffic security control, asphalt and concrete pavement restoration, and drainage system. Coordinated activities of technical personnel, interacting with regulatory agencies to obtain required permits. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Concourse"J"at Miami International Airport,Miami,Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2010 N/A b. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE Check if project performed with current firm Project Manager: Provided project management services for the construction of new concourse. Responsibilities include: Addressing field coordination and necessary design adjustments to maintain construction progress of project; providing assistance to expedite RFI answers; verifying in place scope quantities; reviewing trade contractors pay requests; verifying compliance with the construction documents; assisting in the review and processing of proposed work orders, including estimating; performing punch list reports;reviewing and coordinating progress schedules;reviewing project's monthly progress reports;assisting the _ Owner in the evaluation of claims;attending trade contractors'meetings. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Northside Utilities, Miami International Airport,Miami, Florida PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2013 N/A c. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE Check if project performed with current firm Construction Manager: Resident construction engineer assured the completion of the Northside Utilities and Drainage program to provide the necessary underground utility infrastructure for the development of Miami International Airport northside area included new runway and enabled the upgrade of existing facilities to meet code requirements.Work included construction of 5000 lineal feet of utility corridors consisting of water mains, force mains, electrical and communication ductbanks and primary storm drainage. Work completed within schedule. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Portable Water for Caracas, Venezuela by Gauff Engineering, Frankfurt PROFESSIONAL SERVICES CONSTRUCTION(If applicable) 2014 N/A d. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc)AND SPECIFIC ROLE Check if project performed with current firm Project Manager: Provided field construction engineering and project management for the installation of two pump stations and one treatment plant for a total rated flow rate of 24 cubic meters per second and for a pipeline network of 118 inches in diameter. System to provide potable water to the city of Caracas, Venezuela. (1) TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Autoridad para el Financiamento de la Infrastrucutra de Puerto Rico, PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Immediate Action Projects,San Juan, Puerto Rico 2004 N/A e. (3) BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE n Check if project performed with current firm Project Engineer: Project Engineer responsible for water and wastewater systems for Puerto Rico committed to a capital investment program in excess of$1 billion. Pump stations sizes range from small 500 gpm sewerage stations to large 120 mgd water pump stations. Projects include potable water systems and wastewater treatment plants for communities; bridges and infrastructures. Responsibilities include preparation of preliminary studies, conceptual designs, detail cost estimating, detail designs along with construction bidding documents, including plans and specifications. STANDARD FROM 330(REV.8/2016)PAGE 2 82 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20 EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency, or 10 projects,if not specified. 1 Complete one Section F for each project.) 21. TITLE AND LOCATION(City and State) 22. YEARS COMPLETED AT&T Facilities in South Florida -Miscellaneous Environmental Services PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) Ongoing N/A 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b POINT OF CONTACT NAME c POINT OF CONTACT TELEPHONE NUMBER AT&T/ Parsons Don Pippin (251) 243-9855 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) , Project Description: EBS Engineering, Inc. (EBS) was contracted as n# subconsultant to Parsons Environment and Infrastructure, Inc. (Prime) to provide Miscellaneous Environmental Engineering Services for all AT&T facilities in South Florida. This is a long term continuing environmental . testing and consulting services with many extensions since 2001. For the it ' duration of the contract, EBS is providing environmental services including asbestos consulting, lead-based paint evaluation services, fungi mold ,. assessment and testing, noise and indoor air quality consulting on as , needed basis. EBS has completed hundreds of projects successfully for AT&T ranging in fees of about $500 for small projects to over $50,000 for larger multi- , phased projects, always meeting tight delivery schedules and budgetary „Vatic controls. Our quick response time is also key to our overall great since we were first selected for the contract in January 2001. 7#'41,' ' The frequency of our services is driven by the needed renovation in each facility or emergency environmental conditions,and we have demonstrated - w our capacity to respond to multiple emergency projects simultaneously. i Asbestos Consulting Services: The sampling protocol used in the asbestos survey is in general accordance with Title 40, Code of Federal Regulations (CFR), Part 763.86 and State of Florida Statutes. Bulk samples /lift collected during the site survey are analyzed by Polarized Light Microscopy (PLM) coupled with dispersion staining. The laboratory that analyzed the ,,. samples, has attained National Institute of Standards and Technology(NIST) ipi accreditation through participation in the National Voluntary Laboratory Accreditation Program (NVLAP). Any material containing more than one percent (1%)of asbestos is considered by EPA and Occupational Safety and Health Administration (OSHA)to be asbestos containing material (ACM). EBS prepares a report for each survey with hazards assessment including the project information,bulk sampling procedures and the analytical results with recommendations for the handling of any ACM identified. We are providing asbestos consulting services: including comprehensive asbestos surveys, plans and specifications for abatement, project management, operations and maintenance (O&M) plan for materials identified as ACMs, f;+ and air monitoring in over a hundred facilities over the past 17 years. Lead-Based Paint Evaluation Services: Our testing/assessment are performed in accordance with the HUD approved QA Plan, using the inspection protocol in Chapter 7 of the HUD Guidelines for the Evaluation ..",..04,-- _,,. ... ` and Control of Lead-Based Paint Hazards in Housing (1997 Revision). Additionally, all applicable federal, state and local laws and regulations are . followed during the inspection/visual assessment.The inspections are done in accordance with Lead Safe Housing Rule 24 CFR Part 35 subpart F as 83 amended June 21,2004. Lead-based Inspection,abatement project management and air monitoring have been conducted in many facilities across South Florida. k g t4, Moisture Survey and Mold Assessment: EBS conducts moisture survey ) . and mold assessment in general accordance with the provisions of IICRC S520 '' ., Standard and Reference Guide for Professional Mold Remediation and the State of Florida Statue. The moisture survey was performed utilizing a Protimeter `. SurveyMaster (SM) meter in both measure and search mode. The meter provides a digital readout in real-time, reported in terms of percent Wood .1104 Moisture Equivalent(WME). Tape lift or bulk samples were also collected to ~r•+•+..► confirm the presence of mold growth on surfaces. EBS personnel utilized clean, disposable gloves prior to sample collection to prevent the • potential for cross-contamination. The samples are placed in a sealed container, labeled and transported to accredited laboratory for identification of fungal mold. EBS has conducted moisture survey and/or mold assessment in the several AT&T facilities. «. ;r ,+�` Indoor Air Quality Studies: EBS has conducted indoor air quality studies in various building/spaces in AT&T facilities,for various toxic parameters and indoor air toxins.The indoor air quality studies were performed in general accordance with the provisions of the Indoor Air . • Quality Association (IAQA) and the American Society of Heating, Refrigeration and Air- _ ♦ M� . � ,, r 4,, Conditioning Engineers(ASHRAE)guidelines. y' • In the absence of diagnostic information from a physician concerning the probable causes of •f, ;' '"` any adverse health symptoms reported by occupants in the area, we conducted an indoor air quality survey that tested for commonly known indoor air toxins. They included the following: • Carbon Dioxide " A , • Carbon Monoxide • Respirable Particulates(dusts) • Moisture • Fungal Mold • Allergen Sampling in Settled Dust Abp : EBS Fees: >$500,000 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE a. EBS Engineering, Inc. Miami, Florida Prime Consultant (1) FIRM NAME (2) FIRM LOCATION(City and State) (3) ROLE b. EMSL Analytical, Inc.. Miami, Florida Subconsultant/Lab STANDARD FROM 330(REV.8/2016)PAGE 3 84 r F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20 EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency,or 10 projects,if not specified. 2 Complete one Section F for each project) 21. TITLE AND LOCATION(City and State) 22 YEARS COMPLETED Town Park Plaza North Condominium,549 NW 19 Street, Miami, Florida PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) 2017 N/A 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Palm Engineering Group, Inc. Greg Perry, P.E. (786) 251-9291 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) Project Description: Palm Engineering Group, Inc. r contracted EBS Engineering, Inc. (EBS)to provide miscellaneous - environmental engineering including planning, asbestos iii , . .' consulting, lead-based paint evaluation services, fungi mold assessment and testing, prior to and during the planned , _- n - renovation of the 20 condominium buildings located at 549 NW . NM ' 1851 illUM f 19 Street in Miami, Florida. EBS planned, executed and E' ill completed the initial phase of the project ahead of schedule (Within one month) and as per budget. .1042'"4-11, 'i S+ — ' There are 169 condo units in the 20 buildings, and any -.44 : 1 environmental issues found must be addressed before the 2' -# R " - 't it permit for the renovation is approved. Our quick response time . was key to the overall performance of the renovation project, and we accomplished it by completing the individual tasks simultaneously. Asbestos Consulting Services: The sampling protocol used in - the asbestos survey was in general accordance with Title 40,Code of � Federal Regulations (CFR), Part763.86 and State of Florida Statutes. Bulk samples collected during the site survey were analyzed by .ll 4_, Polarized Light Microscopy(PLM)coupled with dispersion staining. ■ The laboratory that analyzed the samples, has attained National Institute of Standards and Technology (NIST) accreditation through " , ._�_ . �, participation in the National Voluntary Laboratory Accreditation Program (NVLAP). Any material containing more than one percent (1%) of asbestos is considered by EPA and Occupational Safety and Health Administration (OSHA)to be ACM. - ,*,r. - . EBS prepared a report of the survey and hazards assessment including the project information, bulk sampling procedures and the analytical results with recommendations for the removal of any ACMs identified. ACMs were identified in some of the tested suspected materials in the condo units. ' Lead-Based Paint Evaluation Services: Lead-based Paint Evaluation Services: EBS conducted lead-based paint inspections, risk or visual assessments, using the inspection protocol in Chapter 7 of the HUD Guidelines for the Evaluation and Control of Lead-Based Paint Hazards in Housing (1997 Revision). Twenty-seven (27) randomly selected dwelling (condo) units and common areas were tested.An average of 83 tests was taken at all identified surfaces on the inside of each of the evaluated dwelling units using an X-ray fluorescence(XRF)analyzer. 85 Lead-based paint and lead-based paint hazards,as defined by EPA,were not identified at the property.Therefore,this dwelling qualifies for the exemption from the Lead Safe Housing Rule in 24 CFR Parts 35 for target housing receiving project based rental assistance.Additionally, no lead hazards were found that meet or exceed the Federal regulatory levels at this property. :) t � • 1 Moisture Survey/Mold Assessment: EBS conducted a moisture survey and mold assessment in general accordance with the provisions of the American Conference of Governmental Industrial Hygienists (ACGIH), and State of Florida Statutes. The moisture survey was performed utilizing a Protimeter SurveyMaster (SM) meter (shown below) in both measure and search mode. Tape lift or bulk samples were also collected to confirm the presence of mold growth on surfaces. EBS personnel utilized clean, disposable gloves prior to sample collection to prevent the potential for cross- contamination. The samples were placed in a sealed container, labeled and transported to accredited laboratory for identification of fungal mold. EBS prepared a report of the moisture survey and mold assessment including the project information,sampling procedures and the analytical results with recommendations for the remediation of any fungi mold growth identified in some of the condo units. tt . ._ Via91 2 I 4 1 • EBS Feet,: 363.300 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION(City and State) (4) ROLE a. EBS Engineering, Inc. Miami, Florida Prime Consultant (1) FIRM NAME (2) FIRM LOCATION(City and State) (4) ROLE b. EMSL Analytical, Inc.. Miami, Florida Subconsultant/Lab STANDARD FROM 330(REV.8/2016)PAGE 3 86 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency, or 10 projects,if not specified. 3 Complete one Section F for each project.) 21. TITLE AND LOCATION(City and State) 22. YEARS COMPLETED Terminal E,F,G,H and J Fire Protection Upgrade of Security and PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) Communication Rooms,MIA,Miami,Florida 2017 N/A 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME C.POINT OF CONTACT TELEPHONE NUMBER Miami-Dade Aviation Department Mr. Foster Mack (305) 876-8326 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) Project Description: Miami-Dade Aviation Department • (MDAD) contracted EBS using Miami-Dade Department of 40010, Transprtation and Public Works (DTPW) Materilas Testing, .6111l aii Consulting and Training Services (E15-PWWM-09) contract -1: +ii'lti to provide pre-renovation asbestos survey for the Security A Nql. Al RPORT and Communications Rooms of Terminal E, F, G, H and J RNAT10 located at Miami International Airport in Miami, Florida This inspection is required by Environmental Protection • Agency's (EPA) National Emission Standards for Hazardous JI 11 11_Air Pollutants (NESHAPs) prior to any renovation or " demolition in buildings(40 CFR Part 61). Asbestos Survey: EBS performed an invasive pre- renovation asbestos survey in the rooms as per applicable federal, state and local laws and regulations, using accredited EPA Asbestos Building Inspectors.The sampling protocol used in the asbestos survey was in general accordance with Title 40, Code of Federal Regulations (CFR), Part 763.86 and State of Florida Statutes. Bulk samples collected during the survey were properly labeled and sent to an accredited laboratory with a Chain-of-Custody for analysis. Samples Analysis: Bulk samples collected during the site survey were analyzed by Polarized Light Microscopy (PLM) coupled with dispersion staining. This is the recommended method of analysis by EPA for asbestos identification in bulk samples. EMSL Analytical, Inc.,the laboratory that analyzed the samples, has attained National Institute of Standards and Technology (NIST) accreditation through participation in the National Voluntary Laboratory Accreditation Program (NVLAP). Percentages of the identified types of asbestos are determined by visual estimation. Any material containing more than one percent (1%)of asbestos is considered by EPA and Occupational Safety and Health Administration (OSHA) to be ACM. Survey Reports: EBS prepared a report of the survey and hazards assessment including the project information, bulk sampling procedures and the analytical results with recommendations for the removal of any ACMs identified. Fees: $5,420 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION(City and State) (5) ROLE a. EBS Engineering, Inc. Miami, Florida Prime Consultant (1) FIRM NAME (2) FIRM LOCATION(City and State) (5) ROLE b. EMSL Analytical, Inc.. Miami, Florida Subconsultant/Lab STANDARD FROM 330(REV.8/2016)PAGE 3 87 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20 EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency,or 10 projects,if not specified /� Complete one Section F for each project) �r 21. TITLE AND LOCATION(City and State) 22 YEARS COMPLETED Jackson South Community Hospital,9333 SW 152 Street in Miami, Florida PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) 2017 N/A 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b POINT OF CONTACT NAME C.POINT OF CONTACT TELEPHONE NUMBER Jackson Health System Ms. Mari C. Lopez,Associate AIA, LEED (305) 298-1998 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) e'' 7' Project Description: Jackson Health System (JHS) awarded an '" Environmental Site Assessment Services for Various Jackson Health * , System Facilities to EBS as Prime Consultant. Using the contract requested EBS to provide pre-renovation asbestos survey and y, , =,X moisture survey/mold assessment in Jackson South Community :`4.r ' ,t, '''' p•E ' Hospital located at 9333 SW 152 Street in Miami, Florida.This survey to kr-t[^ z. x iiINUMis required by Environmental Protection Agency's (EPA) National .. ' • —T-2 NMI Emission Standards for Hazardous Air Pollutants (NESHAP5) prior to e , , _ , any renovation or demolition in buildings (40 CFR Part 61). The purpose of the moisture/mold investigation was to collect moisture _ _ measurements and swab samples in areas of suspected mold growth 'r r: - 'I and elevated moisture prior to any planned renovation activities. rit 9 f ' Field Survey / Investigation: EBS performed an invasive pre- a renovation asbestos survey in the rooms as per applicable federal, state and local laws and regulations, using accredited EPA Asbestos x�= Building Inspectors. Florida licensed Mold Assessor conducted the �'1� . moisture/mold investigation in general accordance with the provisions of the Institute of Inspection Cleaning and Restoration Certification " (IICRC) S520 Standard and Reference Guide for Professional Mold Remediation guidelines. } ,tr Laboratory Analysis: Bulk samples collected during the site survey were analyzed by Polarized Light Microscopy (PLM) coupled with dispersion staining. This is the recommended method of analysis by EPA for asbestos identification in bulk samples. EMSL Analytical, Inc., the laboratory that analyzed the samples, has attained National Institute of Standards and Technology (NIST) accreditation through participation in the National Voluntary Laboratory Accreditation Program (NVLAP). Percentages of the identified types of asbestos are determined by visual estimation. Any material containing more than one percent (1%)of asbestos is considered by EPA and Occupational Safety and Health Administration(OSHA)to be ACM.The swap samples for mold were analyzed by EMSL,an environmental laboratory which is also accredited by the American Industrial Hygiene Association (AIHA)for Environmental Microbiology. Survey Findings / Reports: EBS prepared a report of the asbestos survey including the project information, bulk sampling procedures and the analytical results with recommendations for the handling of any ACMs identified. EBS also prepared a report for moisture survey/mold assessment documenting the project background information, the field and analytical results with findings and recommendations. Fees: $9,330. 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION(City and State) (6) ROLE EBS Engineering, Inc. Miami, Florida Prime Consultant (1) FIRM NAME (2) FIRM LOCATION(City and State) (6) ROLE b. EMSL Analytical, Inc.. Miami, Florida Subconsultant/Lab STANDARD FROM 330(REV.8/2016)PAGE 3 88 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20 EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency, or 10 projects,if not specified. 5 Complete one Section F for each project.) 21. TITLE AND LOCATION(City and State) 22 YEARS COMPLETED Vacant Lot-North of SW 40 St.between SW 89 Ave&SW 89 Ct,Miami, PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) Florida 2017 N/A 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Miami-Dade PHCD Ms.Alexandra Ochoa (786)469-4132 24 BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) IOW Project Description: Miami-Dade County Public Housing and Community 46.3 Development (PHCD) contracted EBS to provide Phase I Environmental Site ,r^ ° Assessments for the Vacant Lot prior to planned developemnt on the parcel. The y 4 , ►,+� 4. 7 Phase I environmental site assessments of the vacant lot was conducted as per ASTM a Standard Practice E 1527-13 to identify any existing Recognized Environmental vi Conditions (RECs) which may exist at the site or adjacent properties that could adversely impact the subject site. Research: Prior to conducting site reconnaissance, EBS reviewed available '.`.F information regarding each site and surrounding properties to attempt to identify potential environmental conditions that should be further evaluated during the site > visit.The assessment included a database search of FDEP, DERM and EPA. EBS also reviewed the available historical records for the property and surrounding areas, including Historical Aerial Photographs, Fire Insurance Maps, City Directories, Topographic Maps,etc. Reconnaissance: After completing the research tasks, EBS performed a thorough visual inspection of the subject site.Additionally,we performed a reconnaissance of ; "" neighboring sites, conducted from the subject site property boundaries or by automobile. Conditions which were specifically noted during the site inspection 416 included USTs/ASTs, stressed vegetation, surface staining or other indications of : spills, site drainage, chemical use and storage, current disposal practices and other ' . conditions and/or practices. „ `' ,, ;; Interview I Assessment Report: EBS conducted interviews with the property owners/tenants or managers along the corridors with some specific knowledge of the property history.The interview process used in concert with the research revealed that some of the parcel had RECs and should be further investigated. EBS prepared assessment report documenting the present of REC at the site and recommeded a Phase II be performed to further assess the REC's potential impact on the site. Reports: A Phase II ESA was performed on the site to investigate the potential impacts to the soil and groundwater on the site. One soil boring was advanced and monitoring well installed on the site. Soil and groundwater samples were collected in accordance with FDEP Standard Operating Procedures (SOP)for field activities DEP-SOP-001/01.The samples were placed in coolers with ice and returned an accredited laboratory for analyses. EBS evaluated the laboratory results for compliance with Soil and Groundwater cleanup target limits(CTLs)as per Florida Administrative Code(FAC)Chapter 62- 777;and Miami-Dade County Chapter 24 Code, and prepared a final report documenting the findings with conclusions and recommendations Fees: $10,420 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION(City and State) (7) ROLE a. EBS Engineering, Inc. Miami, Florida Prime Consultant (1) FIRM NAME (2) FIRM LOCATION(City and State) (7) ROLE b. JAEE, Inc.. Davie, Florida Subconsultant/Drilling STANDARD FROM 330(REV.8/2016)PAGE 3 89 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency, or 10 projects,if not specified. 6 Complete one Section F for each project.) 21. TITLE AND LOCATION(City and State) 22 YEARS COMPLETED Bridges#874420,East of SW 72 Avenue on SW 136 Street,Miami,Florida PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) 03/2018 N/A 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b POINT OF CONTACT NAME C.POINT OF CONTACT TELEPHONE NUMBER Miami-Dade DTPW Mr. Gabriel Delgado, P.E. (786)469-5371 24 BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) Project Description: Miami-Dade Department of Transprtation and Public Works (DTPW) contracted EBS using DTPW's Materilas Testing, Consulting and Training Services (E15-PWWM-09) contract to provide pre-renovation asbestos " - .. -' , survey and lead-based paint(LBP)inspection of Bridge#874420 located East of SW 72 Avenue on SW 136 Street in Miami, Florida. This survey is required by -----,.,.....o..:....."�� Environmental Protection Agency's (EPA) National Emission Standards for • , Hazardous Air Pollutants (NESHAPs) prior to any renovation or demolition in buildings(40 CFR Part 61).The LBP inspection was done in accordance with Lead Safe Housing Rule 24 CFR Part 35 subpart F as amended June 21, 2004, prior to +" renovation activities which may disturb painted surfaces of the bridge. �.i Field Survey/Inspection: EBS performed an invasive pre-renovation asbestos • 1 • survey on the bridge as per applicable federal, state and local laws and - - •": . , 41•r regulations, using accredited EPA Asbestos Building Inspectors. EPA certified LBP IIIII8"34420 inspector and risk assessor performed LBP inspection,in general accordance with -- the inspection protocol in Chapter 7 of the HUD Guidelines for the Evaluation and ------ Control of Lead-Based Paint Hazards in Housing (1997 Revision). Testing of the painted surfaces was performed using XRF Instrument; Niton XRF Analyzer.This / instrument is a non-destructive direct-read analytical device that does not require substrate correction and does not report inconclusive readings. / \ . i .,,., Laboratory Analysis: Bulk samples collected during the site survey were analyzed by Polarized Light Microscopy(PLM) coupled with dispersion staining. This is the recommended method of analysis by EPA for asbestos identification - in bulk samples. EMSL Analytical, Inc.,the laboratory that analyzed the samples, has attained National Institute of Standards and Technology(NIST)accreditation through participation in the National Voluntary Laboratory Accreditation Program (NVLAP). Percentages of the identified types of asbestos are determined by visual estimation. Any material containing more than one percent (1%) of asbestos is considered by EPA and Occupational Safety and AdiaHealth Administration (OSHA)to be ACM. Inspection Findings I Reports: EBS prepared a report of the asbestos survey including the project information, bulk sampling procedures and the analytical results with recommendations for the handling of any ACMs identified. EBS also prepared a report documenting the LBP inspection findings including LBP surface location, component, condition, color, substrate,and lead content. No LBP was found,therefore no corrective measures were recommended. Fees: $2,050 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION(City and State) (8) ROLE a. EBS Engineering, Inc. Miami, Florida Prime Consultant (1) FIRM NAME (2) FIRM LOCATION(City and State) (8) ROLE b. EMSL Analytical, Inc.. Miami, Florida Subconsultant/Lab STANDARD FROM 330(REV.8/2016)PAGE 3 90 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency, or 10 projects,if not specified. 7 Complete one Section F for each project.) 21 TITLE AND LOCATION(City and State) 22 YEARS COMPLETED Zoo Miami(HWR-802/File-11706), 12400 SW 152 Street,Miami,Florida PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) 2017 N/A 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Miami-Dade PROS Mr. Pablo Gonzalez (305) 755-7952 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) • Proiect Description: Miami-Dade County Public Parks Recreation and Open i Spaces (PROS) contracted EBS to provide Contaminated Site Assessments for three previously assessed areas at Zoo Miami facility located at 12400 SW 152 Street, i _ Miami, Florida. Our task was to delineate the extent of the previously identified soil contamination, and surficial and/or subsurface solid waste in the three identified ! areas: Monkey Meadow Field,Anteater Holding Area and Orangutan Service Road of " the subject site. {4'. IIT..:I Field Sampling: EBS performed the field sampling using a sampling plan approved ti by RER (formerly DERM). A total of 57 soil borings were advanced in the three •• investigation areas to a total depth of 24 inches below land surface or until natural • ,C. ate . , bedrock was encountered. Soil samples were collected from the 0-6 inch, 6-12 inch and 12-24 inch intervals at each soil boring location if possible.The soil samples were '`, ' ' - collected in accordance with FDEP Standard Operating Procedures (SOP) for field 77A,) 1 A ..*,.,�• activities DEP-SOP-001/01. . r. A e," r *! 'r " , it -• . Laboratory Analysis: Advanced Environmental Laboratories, Inc. (AEL), a V. "r - + National Environmental Laboratory Accreditation Council (NELAC) certified laboratory performed the analysis. The laboratory analysis was performed by AEL in - ..—A___ accordance with DEP-SOP-001/02 for laboratory activities. EBS evaluated the • ` : - laboratory results for compliance with Soil cleanup target limits(CTLs)as per Florida , • [''''.. Administrative Code (FAC) Chapter 62-777; and Miami-Dade County Chapter 24 glin _ Code. ✓1 __ Findings: The results of our additional investigation of the subject site indicate that it ' w isolated areas of arsenic, barium, copper, iron and lead soil contamination above - ''�) 1/4�� Miami-Dade County Chapter 24 Code SCTLs, along with surficial and buried solid i y • waste consisting of glass shards, plastic,ceramic fragments and metal fragments. V_ s , • Assessment Reports: EBS prepared the • v` assessment report documenting the findings4i. -_ , , . with recommendations for additional .. / , _ assessment in order to determine the lateral / T boundaries of the soil contaminants identified . . ._ ' • and any solid waste that may be present. . . ' .,, :I . Fees:$21,350 •'4. ' • 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION(City and State) (9) ROLE a. EBS Engineering, Inc. Miami, Florida Prime Consultant (1) FIRM NAME (2) FIRM LOCATION(City and State) (9) ROLE b. AEL, Inc.. Miami, Florida SubconsultantiLab STANDARD FROM 330(REV.8/2016)PAGE 3 91 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20 EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency,or 10 projects,if not specified. 8 Complete one Section F for each project.) v 21. TITLE AND LOCATION(City and State) 22 YEARS COMPLETED Administration Building&Building#2, Homestead General Airport, 28700 PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) SW 217 Ave, Homestead, Florida 01/2018 N/A 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b POINT OF CONTACT NAME C.POINT OF CONTACT TELEPHONE NUMBER Miami-Dade Aviation Department Mr. Foster Mack (305)876-8326 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) Project Description: Miami-Dade Aviation Department (MDAD) contracted ' EBS using DTPW's Materilas Testing,Consulting and Training Services(E15-PWWM- �° 09) contract to provide moisture survey and fungi mold assessment within the Administration Building and Building#2 of Homestead General Airport located at 141 Ir.fis ' . 28700 SW 217 Ave in Homestead, Florida. This fungi mold and moisture survey _ WC ' was performed in general accordance with the provisions of the Institute of _ _ i Inspection Cleaning and Restoration Certification (IICRC) S520 Standard and Reference Guide for Professional Mold Remediation guidelines. Moisture Survey: Temperature and relative humidity(rH) readings are useful in the evaluation of the efficiency of the Heating Ventilation and Air Conditioning ,, (HVAC) system, occupant comfort, and are indicators of the environmental • condition under which certain microbes will grow. A moisture survey was i performed utilizing a Protimeter SurveyMaster (SM) meter in both measure and - search mode. The meter provides a digital readout in real-time, reported in terms of percent Wood Moisture Equivalent (WME). Moisture readings were obtained at representative areas of the walls in the Lobby and Manager's Office,and an area • of the South Wall in the Lobby was found with elevated moisture content that -*, f ',`_ • could lead mold growth and deterioration. j 11AaEATS AM SOUTH 0 Mold Assessment: Two tape lift samples were collected from the bottom of the south and west walls in the Lobby Area in order to test for the presence of mold. High concentration of fungi mold spores was found in the two areas tested. The - -_ • •_j visible mold growth observed behind the baseboard was likely caused by water Ili _pi `"i in u intrusion. EBS recommends remediation of the mold growth by a licensed mold ' '�' �� remediation contractor, including but not limited to (1) removal of the bottom section of the mold contaminated drywall, (2) removal of mold contaminated baseboard and, (3)Cleanup of the surrounding area. Paint Work Action Plan/Project Management/Clearance Sampling: EBS provided a Work Action Plan for the remediation work detailing specific requirements and work procedures to be used to accomplish the work. EBS also provided project management services during the removal of fungi/mold contaminated drywall board to ensure the remediation was performed as per the State of Florida Statutes and IICRC S520 Standard and Reference Guide. EBS personnel also conducted the clearance sampling to ensure that remediated areas were safe for re-occupancy.This project was performed by EBS personnel who are licensed Florida Mold Assessors or under their strict supervision. Reports: EBS prepared reports of the initial moisture survey and mold assessment documenting the findings with recommendations,and of the remediation work observation, practices and results of the clearance samplings Fees:$5,060 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION(City and State) (10) ROLE a. EBS Engineering, Inc. Miami, Florida Prime Consultant (1) FIRM NAME (2) FIRM LOCATION(City and State) (10) ROLE b. EMSL Analytical, Inc.. Miami, Florida Subconsultant/Lab STANDARD FROM 330(REV.8/2016)PAGE 3 92 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20 EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency, or 10 projects,if not specified. 9 Complete one Section F for each project.) v 21. TITLE AND LOCATION(City and State) 22. YEARS COMPLETED Cairo Lane&NW 127 Street Right-of-Way,City of Opa Locka,Florida PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) 2014 N/A 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME C.POINT OF CONTACT TELEPHONE NUMBER City of Opa Locka Florida Airia Auston, Sr. (305) 953-2868 x 1214 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) Project Description: EBS was contracted by the City of Opa Locka to ytl $:44 provide environmental consulting services prior to reconstruction of Cairo .- Land and NW 127 Street in Opa Locka, Florida. EBS conducted the Phase _-" i 11111 ,_ }ry I Environmental Assessment to evaluate potential impacts to construction _ , .— that may arise due to known contaminated sites historically located along ' 1. the roadways. The Phase I environmental site assessments of the roadway right-of-way was conducted as per ASTM Standard Practice E 1527-13 to identify any existing Recognized Environmental Conditions (RECs) which may exist at the site or adjacent properties that could adversely impact the — roadways. Research: Prior to conducting site reconnaissance, EBS reviews available � information regarding the site and surrounding properties to attempt to identify potential environmental conditions that should be further evaluated t during the site visit. The assessment included a database search of FDEP, p , DERM and EPA. EBS also reviewed the available historical records for the property and surrounding areas, including Historical Aerial Photographs, .. Fire Insurance Maps, City Directories, Topographic Maps, etc. Reconnaissance: After completing the research tasks, EBS performed a thorough visual inspection of the subject site and improvements. Additionally, we performed a reconnaissance of neighboring sites, conducted from the subject site property boundaries or by automobile where necessary. Conditions which were specifically noted during the site inspection include USTs/ASTs, stressed vegetation, surface staining or other indications of spills, site drainage, chemical use and storage, current disposal practices and other conditions and/or practices. _ Interview/Assessment Report: EBS conducted interviews with the city staff L and some property owners/managers along the roadway corridors with some - ar a specific knowledge of the property history. The interview process used in - t concert with the research revealed that the south portion of the Cairo Lane was ` previously a dump/lakefill of possibly contaminated waste. - - � `- g -•4; EBS prepared assessment reports based on our standardized Phase I ESA ' 4= Report with recommendations for further assessment of the properties. The reports, field data, database radius research information and all the applicable documentation were subjected to the standard EBS internal quality "111411111i. assurance/quality control (QA/QC) process checks prior principal review and .+-- '", I► submittal to our client. The project was completed ahead of schedule and within approved budget. 'op EBS Fees: $6,000 • - 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION(City and State) (11) ROLE a. EBS Engineering, Inc. Miami, Florida Prime Consultant STANDARD FROM 330(REV.8/2016)PAGE 3 93 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency,or 10 projects,if not specified. 10 Complete one Section F for each project.) 21. TITLE AND LOCATION(City and State) 22. YEARS COMPLETED Bridges 3062B and 3062C,Second Level,Miami International Airport,Miami, PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) Florida 03/2018 N/A 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Miami-Dade Aviation Department Mr. Foster Mack (305) 876-8326 24 BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) Project Description: Miami-Dade Aviation Department (MDAD) :�•■•ia contracted EBS using Miami-Dade Department of Transprtation and Public ,r �� Works (DTPW) Materilas Testing, Consulting and Training Services (E15- f,� PWWM-09) contract to provide lead-based paint inspection of the 3062B } ,, ioNA� AIRPORT and 3062C pedestrian and vehicle bridges located on the Second Level at '_ 4.. - • - Miami International Airport in Miami, Florida. This inspection was done in a 1..14.1111.M r i} JIIII accordance with Lead Safe Housing Rule 24 CFR Part 35 subpart F as amended June 21, 2004, prior to renovation activities which may disturb painted `' surfaces of the bridges. Field Inspection: EBS an EPA certified Lead-based Paint Activities firm in � I �ww���-f; the State of Florida performed the inspection/ risk assessment using EPA I certified inspector and risk assessor, in general accordance with the - inspection protocol in Chapter 7 of the HUD Guidelines for the Evaluation and " * ' Control of Lead-Based Paint Hazards in Housing (1997 Revision). Testing of ---- the painted surfaces was performed using XRF Instrument; Niton XRF rigfirtihulkl Analyzer. This instrument is a non-destructive direct-read analytical device 1 1 that does not require substrate correction and does not report inconclusive readings. _ Inspection Findings / Report: EBS prepared a report documenting the inspection findings including lead-based paint surface location, component, condition, color, substrate, and lead content.As per the testing protocol, a summary of the lead-based paint found was provided with recommendation for corrective measures to be taken prior to any disturbance of the lead- based paint. Corrective measures may involve permanent or temporary Ielimination of lead-based paint hazards. Permanent corrective measure " ` -xw was recommended including lead-based paint removal or component '" removal by an EPA certified lead-based paint activities firm. Under the present Occupational Safety and Health Administration (OSHA) : 'i lead construction standard, all identified lead-containing materials affected •A by construction activities falls under the requirements of 29 CFR 1926.Based on current OSHA guidelines, for those employees who will be disturbing lead-containing paint, their employer must make an initial determination by monitoring employee exposure if any employee is exposed to lead at or above 30 micrograms per cubic meter(µg/m3)for an 8-hour time weighted average.The employer must implement OSHA prescribed protective measures until they can demonstrate that the employee exposure is not in excess of the action level. Fees: $1,830 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION(City and State) (12) ROLE a. EBS Engineering, Inc. Miami, Florida Prime Consultant (1) FIRM NAME (2) FIRM LOCATION(City and State) (11) ROLE b. STANDARD FROM 330(REV.8/2016)PAGE 3 94 F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20.EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency, or 10 projects,if not specified. 11 Complete one Section F for each project.) 1 21. TITLE AND LOCATION(City and State) 22. YEARS COMPLETED Miami International Investments, 140-142 West 29 Street,Hialeah, Florida PROFESSIONAL SERVICES CONSTRUCTION(If Applicable) 2016 N/A 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b POINT OF CONTACT NAME c POINT OF CONTACT TELEPHONE NUMBER Miami International Investments, Inc Mr. Angel Alvarez (786) 357-0531 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) Project Description: On October 25, 2010, DERM inspected the facility located at 140-142 West 29 Street in Hialeah, Florida and documented that a wash basin was discharging into a storm water system. A Notice of Violation (NOV) was issued to the property owner followed by a request for corrective action and notice of required testing(NORT). In February 2015, EBS Engineering, Inc. (EBS)was contracted by the property owner to conduct groundwater sampling at the property to help bring the property into compliance as per DERM's requirements. Sampling Phase: As per DERM NORT, EBS conducted sampling of existing on-site Monitoring Wells for Total Recoverable Petroleum Hydrocarbons(TRPH) /AMA and the soakage pit contents for Volatile Organic Halocarbons (VOH), Polycyclic I Aromatic Hydrocarbons(PAH) and TRPH. I The samples were collected using laboratory supplied containers and placed on ice for transportation to the laboratory. All groundwater sampling were in - ' �tF=. accordance with FDEP Standard Operating Procedure for Field Activities DEP- 7, SOP-001/01 and Florida Administrative Code(FAC)Chapter 62-780, and Chapter 1 I i 24 of the Miami-Dade County Code. ... Laboratory results indicated that TRPH exceeded the Cleanup Target Level (CTL) in the soakage pit sample but all other tested compounds were below detection limit or below the CTL. Therefore,the cleanup of the soakage pit was necessary for compliance with DERM's corrective action. The laboratory results for the sni MAP EBS.-""--.•`1 41,w_an' "' _�--•• - -----�� .. , groundwater sampling collected from the existing monitoring wells indicated ails I `.40"° TRPH below the CTL •. • . A . . . ., t , ,. , t. • ,,,_,1. ..„ , . , . . , .„ A.. -,,,,.1. _ n _ fit: .Y - .1i i 4, '�1/= I.- Cleanup of the Soakage Pit: Based on EBS' recommendation,the property owner retained a DERM approved waste oil transporter to cleanout the soakage pit. On September 14, 2015, 200 gallons of oily sludge and 1,000 gallons of oily water were pumped from the soakage pit by the transporter. The connection from the wash basin to the soakage pit was also observed to be capped as part of the corrective action requirements. 95 Based on the results of the sample collected from the soakage pit, the pumping and pressure cleaning of the soakage pit by a DERM approved waste transporter; EBS recommended regular maintenance and periodic cleaning of the soakage pit in order to prevent accumulation of sediments which may contain contaminants from surface runoff. ��/I1I111 ' Nroh0;4—. . i 1101 r ' Y .,..ice Abandonment of Monitoring Wells: The two monitoring wells were abandoned in accordance with Rule 62- 532.500(4), Florida Administrative Code (FAC) on February 17, 2016. EBS observed the abandonment work at the site for compliance. The purpose of permanently sealing the monitoring wells is to prevent potential migration of surface contaminants to the subsurface environment along the borehole vertical axis. Each well was sealed by filling from the casing bottom to ground surface with 100 percent pure sodium bentonite grout using a tremie pipe until undiluted grout flowed from the well casing. rillill 7 . it YN`„, IIIIII ,. ' 041, !'',..'..-a,, ,::', ' ... :.4.1 I ,,,v. ': .:•:-: -.*— '.4' - . 4' / Illt)) . i , EBS Fees: $6,810 • 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1) FIRM NAME (2) FIRM LOCATION(City and State) (13) ROLE a. EBS Engineering, Inc. Miami, Florida Prime Consultant (1) FIRM NAME (2) FIRM LOCATION(City and State) (12) ROLE b. AEL, Inc Miami, Florida Subconsultant/Lab STANDARD FROM 330(REV.8/2016)PAGE 3 96 G. KEY PERSONNEL PARTICIPATION IN EXAMPLE PROJECTS 26. NAMES OF KEY 27. ROLE IN THIS 28. EXAMPLE PROJECTS LISTED IN SECTION F PERSONNEL CONTRACT (Fill in"Example Projects Key'section below before completing (From Section E, (From Section E, table. Place"X"under project key number for Block 12) Block 13) particiaation in same or similar role.) 1 2 3 4 5 6 7 8 9 10 Francisco E.Gomez Project Manager X X X X X X X X Benjamin S. Essien,P.E Principal X X X X X X X X X X Joseph C.Chan,P.E.,CGC Senior Project Manager X Pamela Lemme, P.E. Senior Project Engineer X X X X David Batey Senior Inspector X X X Eric Oleh Environmental Supervisor X X X /Inspector Ronquavis T.Fulton Environmental Supervisor X X X X X X X /Inspector Ricardo Martinez. Construction Manager X X 29. EXAMPLE PROJECTS KEY NO. TITLE OF EXAMPLE PROJECT(FROM SECTION F) NO. TITLE FO EXAMPLE PROJECT(FROM SECTION F) AT&T Facilities in South Florida - Bridges#874420,East of SW 72 Avenue on SW 136 Street,Miami, Miscellaneous Environmental Services 6 Florida Town Park Plaza North Condominium,549 Zoo Miami(HWR-802/File-11706),12400 SW 152 Street,Miami, 2 NW 19 Street,Miami,Florida ' Florida 3 Terminal E,F,G,H and J Security and $ Administration Building&Building#2,Homestead General Airport, Communication Rooms,MIA,Miami,FL 28700 SW 217 Ave,Homestead,Florida Jackson South Community Hospital,9333 SW Cairo Lane&NW 127 Street Right-of-Way,City of Opa Locka, 4 152 Street in Miami,Florida 9 Florida Vacant Lot-North of SW 40 St.between SW Bridges 3062B and 3062C,Second Level,Miami International 5 89 Ave&SW 89 Ct,Miami,Florida '' Airport,Miami,Florida STANDARD FROM 330(REV.8/2016)PAGE 4 97 H. ADDITIONAL INFORMATION 30 PROVIDE ANY ADDITIONAL INFORMATION REQUESTED BY THE AGENCY. ATTACH ADDITIONAL SHEETS AS NEEDED. WHY EBS TEAM? EBS is a local firm founded here in Miami-Dade, Florida in 1994. Our corporate office is located in the central northwest area of Miami-Dade with easy access to any part of the County through 1-95 or SR-826, and is located about 15 miles from Miami Beach. The environmental engineering services for this project will be performed at this corporate office. Over the past 23 years, EBS has demonstrated its ability to provide innovative, cost effective and high quality engineering services to a broad group of clientele. Our services are in the following general areas: • Roadway Design • Drainage/ Stormwater Engineering • Water & Sewage Services • Environmental Engineering • Infrastructure Improvements • Construction Management/Inspection Services • Program Management Our personnel are well qualified, trained, task proven with many years of experience at EBS or at other reputable engineering firms prior to joining EBS. Our quality assurance (QA) and quality control (QC) program ensures that projects are cost effective, timely and meet strict professional performance standards. We measure our success based on our clients' satisfaction. We have continued to earn repeat business from our growing clientele in the public and private sectors because of the quality of our services, products, and our professionalism. EBS has the experience and capacity to meet or exceeds the requirements of this contract. We have provided similar engineering services to FDOT, HUD, US Naval Stations, Miami-Dade County Departments, City of North Miami, City of Miami, City of Opa Locka, City of Miami Gardens, City of Jupiter, Town of Aventura, City of Hialeah, Broward County Schools, City of West Park, Miami-Dade Expressway Authority (MDX), AT&T, etc. Our personnel are qualified, well-trained and task-proven with many years of experience. Our registered professional engineers in the State of Florida, have combined, more than 100 years of experience providing engineering services. EBS team is committed to providing high level quality services to the City of Miami Beach for this contract. We are very familiar with the work to be performed and we have assembled a uniquely qualified and experienced team of professionals with proven performance track record to handle every aspect of - the contract. Our key staff are highly qualified with proven management and extensive design experience. Our key staff shown on the table above and other support staff will be assigned to the tasks of this contract for quick and high level quality delivery. I. AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. .."..---- 2:Pt 32. DATE �''` t s. 04/04/2018 31. SIGNATURE r 33 NAME AND TITLE Benjamin S. Essien, President STANDARD FROM 330(REV.8/2016)PAGE 5 98 1 SOLICITAT ION NUMBER(If any) RCHITECT — ENGINEER QUALIFICATIONS RF NO. 08-17-18 iiiiii Ail._ ARV PART II—GENERAL QUALIFICATIONS (If a firm has branch offices, complete for each specific branch office seeking work.) - 2a. FIRM(OR BRANCH OFFICE)NAME 3. YEAR ESTABLISHED 4 DUNS EBS ENGINEERING, INC. 1994 NUMBER 932917065 2b. STREET 5. OWNERSHIP 4715 NW 157 Street, Suite 202 a. TYPE S-Corporation 2c. CITY 2d. STATE 2e. ZIP CODE Miami FL 33014 b. SMALL BUSINESS STATUS 6a. POINT OF CONTACT NAME AND TITLE Small Disadvantage Business(DBE)) Benjamin S.Essien,President 7. NAME OF FIRM(If block 2a is a branch office) WA 6a. TELEPHONE NUMBER 6c. E-MAIL ADDRESS (305)625-5252 info@ebsengineering.com 8a. FORMER FIRM NAME(S)(If any) 8b. YR.ESTABLISHED 8c. DUNS NUMBER N/A 9. EMPLOYEES BY DISCIPLINE 10. PROFILE OF FIRM'S EXPERIENCE AND ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS a.Function b. Discipline c.No.of Employees a.Profile b. Experience c. Revenue Index Code (1)FIRM (2)BRANCH Code Number (see below) 02 Administrative 1 A04 Indoor Air Quality Monitoring 1 12 Civil Engineer 3 C15 Construction Management 3 15 Construction Inspector 3 E09 Environmental Impact Studies/ 2 Assessments 16 Construction Manager 1 E13 Environmental Testing&Analysis 4 24 - Environmental Scientist 1 H07 Highway, Parking Lot Design 3 60 Transportation Engineer 1 S13 Storm Water Handling&Facilities 1 Other Employees 2 Total 12 11. ANNUAL AVERAGE PROFESSIONAL PROFESSIONAL SERVICES REVENUE INDEX NUMBER SERVICES REVENUES OF FIRM FOR LAST 3 YEARS 1. Less than$100,000 6. $2 million to less than$5 million (Insert revenue index number shown at right) 2. $100,000 to less than$250,000 7. $5 million to less than$10 million a. Federal Work 4 3. $250,000 to less than$500,000 8. $10 million to less than$25 million b. Non-Federal Work 4 4. $500,000 to less than$1 million 9. $25 million to less than$50 million c. Total Work 5 5. $1 million to less than$2 million 10. $50 million or greater 12. AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. \a'r b. DATE �` .t` 05/05/2018 a. SIGNATURE C__- - c. NAME AND TITLE Benjamin S. Essien. P.E., President AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FROM 330(REV.8/2016)PAGE 6 99 Professional Architectural and Engineering Services for Capital Renewal and Replacement Projects RFQ No. 2018-141-ND EBS ENGINEERING, INC.