Loading...
Agreement with Professional Service Industries, Inc. 0/089-3 os((U AGREEMENT BETWEEN CITY OF MIAMI BEACH AND PROFESSIONAL SERVICE INDUSTRIES, INC. FOR FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS- NEEDED-BASIS PURSUANT TO REQUEST FOR QUALIFICATIONS NO. 2018-097-KB RESOLUTION NO. 2018-30544 1 TABLE OF CONTENTS DESCRIPTION PAGE ARTICLE 1. DEFINITIONS 4 ARTICLE 2. BASIC SERVICES 8 ARTICLE 3. THE CITY'S RESPONSIBILITIES 13 ARTICLE 4. RESPONSIBILITY FOR CONSTRUCTION COST 15 ARTICLE 5. ADDITIONAL SERVICES 15 ARTICLE 6. REIMBURSABLE EXPENSES 17 ARTICLE 7. COMPENSATION FOR SERVICES 17 ARTICLE 8. CONSULTANT'S ACCOUNTING AND OTHER RECORDS 18 ARTICLE 9. OWNERSHIP OF PROJECT DOCUMENTS 17 ARTICLE 10. TERMINATION OF AGREEMENT 19 ARTICLE 11. INSURANCE 19 ARTICLE 12. INDEMNIFICATION AND HOLD HARMLESS 20 ARTICLE 13. ERRORS AND OMISSIONS 21 ARTICLE 14. LIMITATION OF LIABILITY 21 ARTICLE 15. NOTICE 21 ARTICLE 16. MISCELLANEOUS PROVISIONS 22 2 SCHEDULES: SCHEDULE A 26 SCHEDULE B 34 SCHEDULE C 44 ATTACHMENTS: ATTACHMENT A 45 ATTACHMENT B 51 ATTACHMENT C 52 3 AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND PROFESSIONAL SERVICE INDUSTRIES, INC. FOR FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS- NEEDED-BASIS / This Agreement made and entered into this G day of "Mk , 20 /Q , (Effective Date), by and between the CITY OF MIAMI BEACH, a municipal corporation existing under the laws of the State of Florida, having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida, 33139, (hereinafter referred to as City), and PROFESSIONAL SERVICE INDUSTRIES,INC. a Delaware corporation having its principal office at 545 East Algonquin Road, Arlington, IL 60005 (hereinafter referred to as Consultant). WITNESSETH: WHEREAS, on April 11, 2018, the Mayor and City Commission approved the issuance of Request for Qualifications No. 2018-097-KB for citywide geotechnical and laboratory testing services on an as-needed basis (the RFQ); and WHEREAS, the RFQ was intended to procure the services of consulting firms to perform citywide geotechnical and soil testing for the Capital Improvement Program (CIP) and Public Works departments; and WHEREAS, on October 17, 2018, the City Commission approved Resolution No. 2018- 30544, respectively, authorizing the City to enter into negotiations with Professional Service Industries, Inc., as the third ranked proposer and, if successful, execute an agreement with the Consultant pursuant to the RFQ; and WHEREAS, City and the Consultant have negotiated the following agreement pursuant to the RFQ; and NOW THEREFORE, City and Consultant, in consideration of the mutual covenants and agreement herein contained, agree as follows: ARTICLE 1. DEFINITIONS 1.1 Definitions. The definitions included in this Section are not exhaustive of all definitions used in this Agreement. Additional terms may be defined in other Contract Documents. The following terms shall have the meanings specified herein unless otherwise stated herein: 4 ADDITIONAL SERVICES: "Additional Services" shall mean those services, in addition to the Basic Services in this Agreement, as described in Article 5 and the Consultant Service Order, which the Consultant shall perform, at the City's option, and which must be duly authorized, in writing, by the City Manager or his authorized designee, prior to commencement of same. APPLICABLE LAWS: "Applicable Laws" means all laws, statutes, codes (including, but not limited to, building codes), ordinances, rules, regulations, lawful orders and decrees of governmental authorities having jurisdiction over the Project, the Project Site or the Parties. BASIC SERVICES: "Basic Services" shall include those services which Consultant shall perform in accordance with the terms of the Agreement, as described in Article 2 and, the Consultant Service Order. Any Services not specifically enumerated as Additional Services (as' defined herein) shall also be considered Basic Services. CITY (OR OWNER): The "City" shall mean the City of Miami Beach, a Florida municipal corporation having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida, 33139. In all respects hereunder, City's obligations and performance is pursuant to City's position as the owner of the Project acting in its proprietary capacity. In the event City exercises its regulatory authority as a governmental body including, but not limited to, its regulatory authority for code inspections and issuance of Building Department permits, Public Works Department permits, or other applicable permits within its jurisdiction, the exercise of such regulatory authority and the enforcement of any Applicable Laws shall be deemed to have occurred pursuant to City's regulatory authority as a governmental body and shall not be attributable in any manner to City as a Party to this Agreement. CITY COMMISSION: "City Commission" shall mean the governing and legislative body of the City. CITY MANAGER: The "City Manager" shall mean the chief administrative officer of the City. The City Manager shall also be construed to include any duly authorized representatives designated by the City Manager in writing, including the Project Administrator, with respect to any specific matter(s) concerning the Services and/or this Agreement (exclusive of those authorizations reserved to the City Commission under this Agreement, or to regulatory or administrative bodies having jurisdiction over the Project). CONSTRUCTION DOCUMENTS: "Construction Documents" shall mean the final (100% completed) plans, technical specifications, drawings, schematics, documents, and diagrams prepared by the architect/engineer of record for the Project, setting forth in detail the requirements for the construction of the Project. The Construction Documents shall set forth in full all details necessary to complete the construction of the Project in accordance with the Contract Documents. Construction Documents shall not be part of the Contract Documents, until (a) the Consultant has submitted completed Construction Documents to the City and (b) they have been reviewed and approved by the City and any agencies having jurisdiction in accordance with the procedures as otherwise provided by the Contract Documents. CONSULTANT: The named entity on page 1 of this Agreement, the "Consultant" shall mean the qualified and properly professionally licensed professional in the State of Florida and as otherwise required by any entities, agencies, boards, governmental authorities and/or any other professional organizations with jurisdiction governing the professional practice area for which the professional has been engaged by City and who will perform (or cause to be 5 performed through Subconsultants acceptable to the City) all Services required under this Agreement and/or Consultant Service Order. When the term "Consultant" is used in this Agreement it shall also be deemed to include any officers, employees, or agents of Consultants, and any other person or entity acting under the supervision, direction, or control of Consultant to provide any Services or similar professional services with respect to a Project ("Subconsultants"). The Consultant shall not be replaced by any other entity, except as otherwise permitted in this Agreement. Further, any Subconsultant that may perform Services on behalf of the Consultant shall be a qualified and properly professionally licensed professional in the State of Florida and as otherwise required by any entities, agencies, boards, governmental authorities and/or any other professional organizations with jurisdiction governing the professional practice area for which the Subconsultant has been engaged by Consultant to perform professional services in connection with the Project. The Subconsultants in Schedule "C", attached hereto, are hereby approved by the City Manager for the Project. CONSULTANT SERVICE ORDER: Consultant Service Order shall mean the work order issued by the City to Consultant (in substantial form as in Schedule A-1 attached hereto), that specifically describes and delineates the particular Services (Basic Services and/or Additional Services) which will be required of Consultant for the Project that is the subject of such Consultant Service Order, and which may include studies or study activity, and/or professional services as defined in Section 287.055 of the Florida Statutes. CONTRACT AMENDMENT: "Contract Amendment" shall mean a written modification to the Agreement approved by the City (as specified below) and executed between, City and Consultant, covering changes, additions, or reductions in the terms of this Agreement including, without limitation, authorizing a change in the Services, or the method and manner of performance thereof, or an adjustment in the fee and/or completion dates. Contract Amendments shall be approved by the City Commission if they exceed fifty thousand dollars ($50,000.00). Even for Contract Amendments of fifty thousand dollars ($50,000.00) or less (or other such threshold contract amount as may be specified by the City of Miami Beach Procurement Ordinance), the City Manager reserves the right to seek and obtain concurrence of the City Commission for approval of any such Contract Amendment. CONTRACT DOCUMENTS: "Contract Documents" shall mean this Agreement (together with all exhibits, addenda, Consultant Service Orders and written amendments issued thereto), and all Design Documents and Construction Documents. The Contract Documents shall also include, without limitation (together with all exhibits, addenda, and written amendments issued thereto), the Request for Qualifications (RFQ), instructions to bidders, bid form, bid bond, Design Criteria Package (if any), the Contract for Construction, surety payment and performance bonds, Conditions of the Contract for Construction (General, Supplementary, and other Conditions), Divisions 0-17 specifications„ an approved Change Order(s), approved Construction Change Directive(s), and/or approved written order(s) for a minor change in the Work. CONTRACT FOR CONSTRUCTION: "Contract for Construction" shall mean the legally binding agreement between City and Contractor for performance of the Work covered in the Contract Documents, including, without limitation, a general contractor, construction manager, design- builder or any other duly licensed construction contractor selected pursuant to any other procurement methodology available under Florida law. 6 CONTRACTOR: "Contractor" shall mean the individual or individuals, firm, company, corporation, joint venture, or other entity contracting with City for performance of the Work covered in the Contract Documents. FORCE MAJEURE: "Force Majeure" shall mean any delay occasioned by superior or irresistible force occasioned by violence in nature without the interference of human agency such as a hurricane, tornado, flood, loss caused by fire and other similar unavoidable casualties; or other causes beyond the City's or Consultant's control that are not due to any act, omission or negligence of either City or Consultant and, which have, or may be reasonably expected to have, a material adverse effect on the Project, or on the rights and obligations of City or Consultant under this Agreement and which, by the exercise of due diligence, such parties shall not have been able to avoid; provided, however, that inclement weather (except as noted above), the acts or omissions of Subconsultants, the Contractor and its sub-contractors, market conditions, labor conditions, construction industry price trends, and similar matters which normally impact on the construction process shall not be considered a Force Majeure. If the Consultant is delayed in performing any obligation under this Agreement due to a Force Majeure, the Consultant shall request a time extension from the Project Administrator within five (5) business days of said Force Majeure. Any time extension shall be subject to mutual agreement and shall not be cause for any claim by the Consultant for extra compensation, unless Additional Services are required and approved pursuant to Article 5 hereof. PROJECT: The "Project" shall mean that certain City capital project described in the Consultant Service Order. PROJECT ADMINISTRATOR: The "Project Administrator" shall mean the individual designated by the City Manager who shall be the City's authorized representative to issue directives and notices on behalf of the City with respect to all matters concerning the Services of this Agreement (exclusive of those authorizations reserved to the City Manager or City Commission under this Agreement, or to regulatory or administrative bodies having jurisdiction over the Project). PROPOSAL DOCUMENTS: "Proposal Documents" shall mean the RFQ, together with all amendments or addenda thereto (if any), which is incorporated by reference to this Agreement and made a part hereof; provided, however, that in the event of an express conflict between the Proposal Documents and this Agreement, the Agreement shall prevail. Consultant's proposal in response to the RFQ is included for reference purposes only and shall not be incorporated as part of this Agreement, except with respect to Consultant's representations regarding the qualifications and experience of Consultant and its key personnel, its commitment to provide the key personnel listed therein, and its capability to perform and deliver the Services in accordance with this Agreement and consistent with the all representations made therein. SCHEDULES: "Schedules" shall mean the various schedules attached to this Agreement and referred to as follows: Schedule A— Scope of Services Schedule A-1 — Consultant Service Order Schedule B — Rate Schedule Schedule C — Approved Subconsultants. 7 SCOPE OF SERVICES: "Scope of Services" shall include the Project Scope, Basic Services, and any Additional Services (as approved by the City), all as described in Schedule "A" hereto. SERVICES: "Services" shall mean all services, work, and actions by the Consultant performed pursuant to or undertaken under this Agreement, including services delineated as part of the Scope of Services. SOFT COSTS: "Soft Costs" shall mean costs related to the Project other than Construction Cost including, without limitation, Consultant's Basic Services, Additional Services, surveys, testing, general consultant, financing, permitting fees and other similar costs, as determined by the City, that are not considered as direct costs for the construction of the Project. WORK: "Work" shall mean all labor, materials, equipment, supplies, tools, machinery, utilities, fabrication, transportation, insurance, bonds, permits and conditions ,thereof, building code changes and government approvals, licenses, tests, quality assurance and/or quality control inspections and related certifications, surveys, studies, and other items, work and services that are necessary or appropriate for the total construction, installation, and functioning of the Project, together with all additional, collateral and incidental items, and work and services required for delivery of a completed, fully functional and functioning Project as set forth in the Contract Documents. ARTICLE 2. BASIC SERVICES 2.1 The Consultant shall provide Basic Services for the Project, specifically described in the Consultant Service Order. 2.2 The Services will be commenced by the Consultant upon receipt of a written Consultant Service Order signed by the City Manager or the Project Administrator. Consultant shall countersign the Consultant Service Order upon receipt and return the signed copy to the City. 2.3 As it relates to the Services and the Project, Consultant warrants and represents to the City that it is knowledgeable of and shall comply with all Applicable Laws. The Consultant agrees to comply with all Applicable Laws, whether now in effect or as may be amended or adopted from time to time, and shall further take into account all known pending changes to the foregoing of which it should reasonably be aware. 2.4 The Consultant warrants and represents to the City that all of the Services required under this Agreement shall be performed in accordance with the standard of care normally exercised in comparable projects in South Florida. Consultant warrants and represents to the City that it is experienced, fully qualified, and properly licensed (pursuant to Applicable Laws) to perform the Services. Consultant warrants and represents to the City that it is responsible for the technical accuracy of the Services. 2.5 The Consultant's Basic Services may consist of various geotechnical related tasks, including geotechnical engineering reports, roadway reports, laboratory services, the obtaining and maintaining of all required permits, and Additional Services (as may be approved), all as further described in the Consultant Service Order; and shall also include any and all of 8 Consultant's responsibilities and obligations with respect to the Project, as set forth in the General Conditions of the Contract for Construction. 2.6 RESPONSIBILITY FOR CLAIMS AND LIABILITIES: No action or omission by City shall waive or excuse Consultant's obligations under the Agreement and/or other Contract Documents and that Consultant shall remain fully liable for all work performed by Consultant including, without limitation, any design errors or omissions (if applicable to the services performed by Consultant). Written decisions and/or approvals issued by the City shall not constitute nor be deemed a release of the responsibility and liability of the Consultant (or any Subconsultants), for the accuracy and competency of the Services, nor shall any City approval and/or decisions be deemed to be an assumption of such responsibility by the City for a defect, error or omission in the Services. Moreover, neither the City's inspection, review, approval or acceptance of, nor payment for, any Services required under the Agreement shall be construed to relieve the Consultant (or any Subconsultant) of its obligations and responsibilities under the Agreement, nor constitute a waiver of any of the City's rights under the Agreement, or of any cause of action arising out of the performance of the Agreement. The Consultant shall be and remain liable to the City in accordance with Applicable Laws for all damages to City caused by any failure of the Consultant or to comply with the terms and conditions of the Agreement or by the Consultant's misconduct, unlawful acts, negligent acts, errors or omissions in the performance of the Agreement. 2.7 TIME: It is understood that time is of the essence in the completion of the Project and, in this respect, the parties agree as follows: 2.7.1 Term: The term of this Agreement shall commence upon execution by the City and Consultant, which shall be the Effective Date referred to on page 1 hereof, and shall be in effect for three (3) years ("Initial Term"), plus two (2), one (1) year renewal options, to be exercised at the sole discretion of the City Manager (Initial Term and any renewals shall be collectively referred to as the "Term"). Notwithstanding the preceding Term, Consultant shall adhere to any and all timelines and/or deadlines, as set forth in the Consultant Service Order, including the time for completion of the work and/or services for such Project(as set forth in the particular Consultant Service Order). 2.7.2 The Consultant shall perform the Services as expeditiously as is consistent with the standard of professional skill and care required by this Agreement, and the orderly progress of the Work. 2.7.3 Recognizing that the construction of other projects within the City may affect scheduling of the construction for the Project, the Consultant shall diligently coordinate performance of the Services with the City (through the Project Administrator) in order to provide for the safe, expeditious, economical and efficient completion of the Project, without negatively impacting concurrent work by others. 2.7.4 The Services shall be performed in a manner that shall conform to the Consultant Service Order. The Consultant may submit requests for an adjustment to the Consultant Service Order completion time, if made necessary because of undue delays resulting from untimely review taken by the City(or authorities having jurisdiction over the Project) to approve the Consultant's submissions, or any other portion of the Services requiring approval by the City (or other governmental authorities having jurisdiction over the Project). Consultant shall immediately provide the Project Administrator with written 9 notice stating the reason for the particular delay; the requested adjustment (i.e. extension) to the Project Schedule; and a revised anticipated schedule of completion. Upon receipt and review of Consultant's request (and such other documentation as the Project Administrator may require), the Project Administrator may grant a reasonable extension of time for completion of the particular work involved, and authorize that the appropriate adjustment be made to the Project Schedule. The Project Administrator's approval (if granted) shall be in writing. 2.8 Consultant shall use its best efforts to maintain a constructive, professional, cooperative working relationship with the Project Administrator, Contractor, and any and all other individuals and/or firms that have been contracted, or otherwise retained, to perform work on the Project. 2.9 The Consultant shall perform its duties under this Agreement, and under a Consultant Service Order, in a competent, timely and professional manner, and shall be responsible to the City for any failure in its performance, except to the extent that acts or omissions by the City make such performance impossible. 2.10 The Consultant is responsible for the professional quality, technical accuracy, completeness, performance and coordination of all Services required under the Agreement and under the Consultant Service Order (including the services performed by Subconsultants), within the specified time period and specified cost. The Consultant shall perform the Services utilizing the skill, knowledge, and judgment ordinarily possessed and used by a proficient consultant with respect to the disciplines required for the performance of such Services in the State of Florida. The Consultant is responsible for, and shall represent to City that the Services conform to the City's requirements, the Contract Documents and all Applicable Laws. The Consultant shall be and remain liable to the City for all damages to the City caused by the Consultant's negligent acts or errors or omissions in the performance of the Services. In addition to all other rights and remedies which the City may have, the Consultant shall, at its expense, re-perform all or any portion of the Services to correct any deficiencies which result from the Consultant's failure to perform in accordance with the above standards. The Consultant shall also be liable for the replacement or repair of any defective materials and equipment and for the cost of the re-performance of any non-conforming construction work resulting from such deficient Services (i) for a period from the Effective Date of this Agreement, until twelve (12) months following final acceptance of the Work. The Project Administrator shall notify the Consultant, in writing, of any deficiencies and shall approve the method and timing of the corrections. 2.11 The City shall have the right, at any time, in its sole and absolute discretion, to submit for review to other consultants (engaged by the City at its expense) any or all parts of the Services and the Consultant shall fully cooperate in such review(s). Whenever others are required to verify, review, or consider any Services performed by Consultant (including, without limitation, contractors, other design professionals, and/or other consultants retained by the City), the intent of such requirement is to enable the Consultant to receive input from others' professional expertise to identify any discrepancies, errors or omissions that are inconsistent with industry standards relating to comparable projects; or which are inconsistent with Applicable Laws; or which are inconsistent with standards, decisions or approvals provided by the City under this Agreement. Consultant will use reasonable care and skill, in accordance and consistent with customary professional standards, in responding to items identified by other reviewers in accordance with this subsection. Consultant shall receive comments from reviewers, in writing. 10 Consultant shall address comments forwarded to it in a timely manner. The term "timely" shall be defined to mean as soon as possible under the circumstances, taking into account the timelines of the Project schedule. 2.11.1 The Consultant is advised that a performance evaluation of the Services rendered throughout this Agreement will be completed by the City and kept in the City's files for evaluation of future solicitations. 2.12 Consultant agrees that when any portion of the Services relates to a professional service which, under Florida Statutes, requires a license, certificate of authorization, or other form of legal entitlement to practice and/or perform such Service(s), it shall employ and/or retain only qualified duly licensed certified personnel to provide same. 2.13 Consultant agrees to designate, in writing, within five (5) calendar days'after receiving a fully executed.Consultant Service Order, a qualified licensed professional to serve as its project manager (hereinafter referred to as the "Project Manager"). The Project Manager shall be authorized and responsible to act on behalf of Consultant with respect to directing, coordinating and administrating all aspects of the Services. Consultant's Project Manager (as well as any replacement) shall be subject to the prior written approval of the City Manager or the Project Administrator. Replacement (including reassignment) of an approved Project Manager shall not be made without the prior written approval of the City Manager or his designee (i.e. the Project Administrator). 2.13.1 Consultant agrees, within fourteen (14) calendar days of receipt of written notice from the City Manager or the Project Administrator (which notice shall state the cause therefore), to promptly remove and replace a Project Manager, or any other personnel employed or otherwise retained by Consultant for the Project ( including, without limitation, any Subconsultants). 2.14 Consultant agrees not to divulge, furnish or make available to any third party(ies), any non-public information concerning the Services or the Project, without the prior written consent of the City Manager or the Project Administrator, unless such disclosure is incident to the proper performance of the Services; or the disclosure is required pursuant to Florida Public Records laws; or, in the course of judicial proceedings, where such information has been properly subpoenaed. Consultant shall also require Subconsultants to comply with this subsection. 2.15 The City and Consultant acknowledge that the Services, as described in the Agreement and the Consultant Service Order, do not delineate every detail and minor work task required to be performed by Consultant to complete the work and/or services described and delineated under a Consultant Service Order issued to Consultant by the City for a particular Project. If, during the course of performing work, services and/or tasks on a particular Consultant Service Order, Consultant determines that work and/or services should be performed (to complete the Project delineated under such Order) which is, in the Consultant's reasonable opinion, outside the level of effort originally anticipated in the Consultant Service Order, then Consultant shall promptly notify the Project Administrator, in writing, and shall obtain the Project Administrator's written consent before proceeding with such work and/or services. If Consultant proceeds with any such additional work and/or services without obtaining the prior written consent of the Project Administrator, said work and/or services shall be deemed to be a Basic Service under this Agreement and shall also be deemed to be within the scope of services delineated in the Consultant Service Order(whether or not specifically addressed in the Scope of Services). Mere 11 notice by Consultant to the Project Administrator shall not constitute authorization or approval by the City to perform such work. Performance of any such work and/or services by Consultant without the prior written consent of the Project Administrator shall be undertaken at Consultant's sole risk and liability. 2.16 Consultant shall establish, maintain, and categorize any and all Project documents and records pertinent to the Services and shall provide the City, upon request, with copies of any and all such documents and/or records. In addition, Consultant shall provide electronic document files to the City upon completion of the Project. 2.17 THE CITY HAS NO OBLIGATION TO ASSIST, FACILITATE AND/OR PERFORM IN ANY WAY THE CONSULTANT'S OBLIGATIONS UNDER THE AGREEMENT OR OTHER CONTRACT DOCUMENTS. THE CITY'S PARTICIPATION, FACILITATION AND/OR ASSISTANCE TO THE CONSULTANT SHALL BE AT ITS SOLE DISCRETION AND SHALL NOT, IN ANY WAY, BE CONSTRUED, INTERPRETED AND/OR CONSTITUTE AN ASSUMPTION BY THE CITY OF CONSULTANT'S OBLIGATIONS, A WAIVER OF CONSULTANT'S OBLIGATIONS AND/OR EXCUSE ANY BREACH BY CONSULTANT OF ITS OBLIGATIONS UNDER THE CONTRACT DOCUMENTS. THE PARTICIPATION IN THE PERFORMANCE OF ANY OF CONSULTANT'S OBLIGATIONS SHALL NOT PRECLUDE THE CITY FROM DECLARING CONSULTANT IN DEFAULT FOR CONSULTANT'S FAILURE TO PERFORM SUCH OBLIGATION, NOR SHALL IT LIMIT, IN ANY WAY, THE CITY'S RIGHTS AND REMEDIES IN CONNECTION THEREWITH. THE CONSULTANT EXPRESSLY ACKNOWLEDGES AND AGREES NOT TO RAISE OR ASSERT AS DEFENSE TO ANY CLAIM, ACTION, SUIT AND/OR OTHER PROCEEDING OF A SIMILAR NATURE, THE CITY'S PARTICIPATION, ASSISTANCE AND/OR FACILITATION IN THE PERFORMANCE OF CONSULTANT'S OBLIGATIONS. INCLUDING, WITHOUT LIMITATION, ASSISTING WITH OBTAINING PERMITS OR WITH COORDINATION WITH UTILITIES, OR OTHER MATTERS RELATED TO THE PROJECT. IN THE EVENT OF ANY CONFLICT BETWEEN THIS SECTION AND/OR ANY OTHER PROVISION OF THIS AGREEMENT OR OTHER CONTRACT DOCUMENTS, THIS SECTION SHALL GOVERN. 2.18 GREEN BUILDING STANDARDS: If applicable, the Consultant shall comply with the requirements of Section 255.2575, Florida Statutes, and Chapter 100 of the City Code, as both may be amended from time to time, addressing applicable Leadership in Energy and Environmental Design (LEED) compliance requirements. 2.19 SUBCONSULTANTS: All services provided by Subconsultants shall be consistent with those commitments made by the Consultant in its Proposal and during the competitive solicitation selection process and interview. Such services shall be undertaken and performed pursuant to appropriate written agreements between the Consultant and the Subconsultants, which shall contain provisions that preserve and protect the rights of the City under this Agreement. Nothing contained in this Agreement shall create any contractual relationship between the City and the Subconsultants. The Consultant shall not retain, add, or replace any Subconsultant without the prior written approval of the City Manager, in response to a written request from the Consultant stating the reasons for any proposed substitution. The Consultant shall cause the names of Subconsultants responsible for significant portions of the Services to be inserted on the plans and specifications. 12 The Consultant shall be ultimately responsible for ensuring the Consultant's and all of its Subconsultants' compliance with the requirements of this Section and any other provision of the Agreement and/or Consultant Service Order. With respect to the performance of work by Subconsultants, the Consultant shall, in approving and accepting such work, ensure the professional quality, completeness, and coordination of the Subconsultant's work. The Consultant shall, upon the request of the City, submit to the City such documentation and information as the City reasonably requests to evidence the creation, standing, ownership and professional licensure of the Consultant (and Subconsultants), including organizational documents, operating agreements and professional licensure documentation, and copies of the Consultant's contracts with the Subconsultant with respect to the Project. However, the City's failure to request such documentation or evidence and/or failure to enforce in any way the terms and provisions of this Section, the Agreement and/or any other Consultant Service Order during the Project does not excuse, waive and/or condone in any way any noncompliance of the requirements set forth therein including, without limitation, the professional licensure requirements. Any approval of a Subconsultant by the City shall in no way shift from the Consultant to City the responsibility for the quality and acceptability of the services performed by the Subconsultant. Payment of Subconsultants shall be the sole responsibility of the Consultant, and shall not be cause for any increase in compensation to the Consultant for payment of the Services. ARTICLE 3. THE CITY'S RESPONSIBILITIES 3.1 The City Manager shall designate a Project Administrator, who shall be the City's authorized representative to act on City's behalf with respect to the City's responsibilities or matters requiring City's approval under the Contract Documents. The Project Administrator shall be authorized (without limitation) to transmit instructions, receive information, and interpret and define City policies and decisions with respect to the Services and the Project. The Project Administrator shall have full authority to require the Consultant to comply with the Contract Documents, provided, however, that any failure of the Project Administrator to identify any noncompliance, or to specifically direct or require compliance, shall in no way constitute a waiver of, or excuse, the Consultant's obligation to comply with the requirements of the Contract Documents. 3.2 The City shall make available to Consultant, for the convenience of the Consultant only, information that the City has in its possession pertinent to the Project. Consultant hereby agrees and acknowledges that, in making any such information available to Consultant, the City makes no express or implied certification, warranty, and/or representation as to the accuracy or completeness of such information and assumes no responsibility whatsoever with respect to, the sufficiency, completeness or accuracy of such information. The Consultant understands, and hereby agrees and acknowledges, that it is obligated to verify to the extent it deems necessary all information furnished by the City, and that it is solely responsible for the accuracy and applicability of all such information used by Consultant. Such verification shall include, without limitation, visual examination of existing conditions in all locations encompassed by the Project, where such examination can be made without using destructive measures (i.e. excavation or demolition). Survey information shall be spot checked to the extent that Consultant has satisfied itself as to the reliability of the information. 3.3 At any time, in his/her sole discretion, the City Manager may furnish accounting, and insurance counseling services for the Project (including, without limitation, auditing services to 13 verify the Consultant's applications for payment, or to ascertain that Consultant has properly remitted payment due to its Subconsultants or vendors). 3.4 If the City observes or otherwise becomes aware of any fault or defect in the Project, or non-conformance with the Contract Documents, the City, through the Project Administrator, shall give prompt written notice thereof to the Consultant. 3.5 The City, acting in its proprietary capacity as Owner and not in its regulatory capacity, shall render any administrative approvals and decisions required under this Agreement, in writing, as reasonably expeditious for the orderly progress of the Services and of the Work. 3.6 The City Commission shall be the final authority to do or to approve the following actions or conduct, by passage of an enabling resolution or amendment to this Agreement: 3.6.1 Except where otherwise expressly noted in the Agreement or the Contract Documents, the City Commission shall be the body to consider, comment upon, or approve any amendments or modifications to this Agreement. 3.6.2 The City Commission shall be the body to consider, comment upon, or approve any assignment, sale, transfer or subletting of this Agreement. Assignment and transfer shall be defined to also include sale of the majority of the stock of a corporate consultant. 3.6.3 The City Commission shall approve or consider all Contract Amendments that exceed the sum of fifty thousand dollars ($50,000.00) (or other such amount as may be specified by the City of Miami Beach Procurement Ordinance, as amended). 3.7 Except where otherwise expressly noted in this Agreement, the City Manager shall serve as the City's primary representative to whom administrative (proprietary) requests for decisions and approvals required hereunder by the City shall be made. Except where otherwise expressly noted in this Agreement or the Contract Documents, the City Manager shall issue decisions and authorizations which may include, without limitation, proprietary review, approval, or comment upon the schedules, plans, reports, estimates, contracts, and other documents submitted to the City by Consultant. 3.7.1 The City Manager shall have prior review and approval of the Project Manager (and any replacements) and of any Subconsultants (and any replacements). 3.7.2 The City Manager shall decide, and render administrative (proprietary) decisions on matters arising pursuant to this Agreement which are not otherwise expressly provided for in this Agreement. In his/her discretion, the City Manager may also consult with the City Commission on such matters. 3.7.3. At the request of Consultant, the City Manager shall be authorized, but not required, to reallocate monies already budgeted toward payment of the Consultant; provided, however, that the Consultant's compensation (or other budgets established by this Agreement) may not be increased without the prior approval of the City Commission, which approval (if granted at all) shall be in its sole and reasonable discretion. 3.7.4 The City Manager may approve Contract Amendments which do not exceed the 14 sum of fifty thousand dollars ($50,000.00) (or other such amount as may be specified by the City of Miami Beach Purchasing Ordinance, as amended); provided that no such amendments increase any of the budgets established by this Agreement. 3.7.5 The City Manager may, in his/her sole discretion, form a committee or committees, or inquire of, or consult with, persons for the purpose of receiving advice and recommendations relating to the exercise of the City's powers, duties, and responsibilities under this Agreement or the Contract Documents. 3.7.6 The City Manager shall be the City Commission's authorized representative with regard to acting on behalf of the City in the event of issuing any default notice(s) under this Agreement, and, should such default remain uncured, in terminating the Agreement (pursuant to and in accordance with Article 10 hereof). 3.8 The City's review, evaluation, or comment as to any documents prepared by or on behalf of the Consultant shall be solely for the purpose of the City's determining for its own satisfaction the suitability of the Project, or portions thereof, detailed in such documents for the purposes intended therefor by the City, and may not be relied upon in any way by the Consultant or any other third party as a substantive review thereof. ARTICLE 4. NOT USED ARTICLE 5. ADDITIONAL SERVICES • 5.1 Additional Services shall only be performed by Consultant following receipt of written authorization by the Project Administrator (which authorization must be obtained prior to commencement of any such additional work by Consultant). The written authorization shall contain a description of the Additional Services required; a lump sum to be negotiated at the time of the request for additional services or a fee (in accordance with the rates in Schedule "B" hereto), with a "Not to Exceed" amount; Reimbursable Expenses (if any) with a "Not to Exceed" amount; the amended Construction Cost Budget (if applicable); the time required to complete the Additional Services; and an amended Project Schedule,(if applicable). "Not to Exceed" shall mean the maximum cumulative fees allowable (or, in the case of Reimbursable Expenses, the maximum cumulative expenses allowable), which the Consultant shall not exceed without further written authorization of the Project Administrator. The "Not to Exceed" amount is not a guaranteed maximum cost for the additional work requested (or, in the case of Reimbursables, for the expenses), and all costs applicable to same shall be verifiable through time sheets (and, for Reimbursables, expense reviews). 5.2 Additional Services include the following: 5.2.1 Providing additional work relative to the Project which arises from subsequent circumstances and causes which do not currently exist, or which are not contemplated by the parties at the time of execution of this Agreement (excluding circumstances and causes resulting from error, omission, inadvertence, or negligence of Consultant). 5.2.2 Serving as an expert witness in connection with any public hearing, arbitration 15 proceeding, or legal proceeding, unless the subject matter at issue has arisen from the error omission, inadvertence, or negligence of Consultant. 5.2.3 Assistance in connection with bid protests, re-bidding, or re-negotiating contracts.. ARTICLE 6. REIMBURSABLE EXPENSES 6.1 Reimbursable Expenses must be authorized, in advance, in writing, by the Project Administrator. Invoices or vouchers for Reimbursable Expenses shall be submitted to the Project Administrator (along with any supporting receipts and other back-up material requested by the Project Administrator). Consultant shall certify as to each such invoice and/or voucher that the amounts and items claimed as reimbursable are "true and correct and in accordance with the Agreement." Reimbursable Expenses may include, but not be limited to, the following: Cost of reproduction, courier, and postage and handling of drawings, plans, specifications, and other Project documents (excluding reproductions for the office use of the Consultant and its Subconsultants, and courier, postage and handling costs between the Consultant and its Subconsultants). Costs for reproduction and preparation of graphics for community workshops. Permit fees required by City of Miami Beach regulatory bodies having jurisdiction over the Project (i.e. City permit fees). ARTICLE 7. COMPENSATION FOR SERVICES 7.1 Consultant's "Lump Sum" or"Not to Exceed"fee for provision of the Services, or portions thereof, as may be set forth and described in the Consultant Service Order issued for a particular Project, shall be negotiated between the City and Consultant, and shall be set forth in the Consultant Service Order. 7.2 Payments for Services shall be made within forty-five (45) calendar days of receipt and approval of an acceptable invoice by the Project Administrator. Payments shall be made in proportion to the Services satisfactorily performed, so that the payments for Services never exceed the progress percentage noted in the Consultant's Progress Schedule (to be submitted with each invoice). No mark-up shall be allowed on subcontracted work. In addition to the invoice, the Consultant shall, for Hourly Rate authorizations, submit a progress report giving the percentage of completion of the Project and the total estimated fee to completion. 7.3 Approved Additional Services shall be compensated in accordance with the hourly rates set forth in Schedule "B," attached hereto. Any request for payment of Additional Services shall be included with a Consultant payment request. No mark-up shall be allowed on Additional Services (whether sub-contracted or not). 7.4 Approved Reimbursable Expenses shall be paid in accordance with Article 6 hereto, up to the "Not to Exceed" Reimbursable allowance amount in the Consultant Service Order hereto. Any request for payment of Reimbursable Expenses shall also be included with Consultant's payment request. No mark-up shall be allowed on Reimbursable Expenses. 16 7.5 ESCALATION: The initial hourly rates shall remain constant for the Initial Term of the agreement. Ninety (90) days prior to expiration of the Initial Term, the City may consider an adjustment to the preceding year's unit costs for the subsequent year. Only request for increases based on a corresponding increase in the Consumer Price Index for All Urban Consumers; U.S. City average (1982-84=100), as established by the United States Bureau of Labor Statistics ("CPI"), or material adjustments to the scope or requirements of the RFQ by the City, including (but not limited to) living wage increases, will be considered. In the event that the City determines that the requested increase is unsubstantiated, the Consultant agrees to perform all duties at the current cost terms. 7.6 No retainage shall be made from the Consultant's compensation on account of sums withheld by the City on payments to Contractor. 7.7 METHOD OF BILLING AND PAYMENT. Consultant shall invoice the Project Administrator in a timely manner, but no more than once on a monthly basis. Invoices shall identify the nature and extent of the work performed; the total hours of work performed by employee category; and the respective hourly billing rate associated therewith. In the event Subconsultant work is used, the percentage of completion shall be identified. Invoices shall also itemize and summarize any Additional Services and/or Reimbursable Expenses. A copy of the written approval of the Project Administrator for the requested Additional Service(s) or Reimbursable Expense(s) shall accompany the invoice. 7.7.1 If requested, Consultant shall provide back-up for past and current invoices that records hours for all work (by employee category), and cost itemizations for Reimbursable Expenses (by category). ARTICLE 8. CONSULTANT'S ACCOUNTING AND OTHER RECORDS 8.1 All books, records (whether financial or otherwise), correspondence, technical documents, and any other records or documents related to the Services and/or Project will be available for examination and audit by the City Manager, or his/her authorized representatives, at Consultant's office (at the address designated in Article 15 ["Notices"]), during customary business hours. All such records shall be kept at least for a period of three (3) years after Consultant's completion of the Services. Incomplete or incorrect entries in such records and accounts relating personnel services and expenses may be grounds for City's disallowance of any fees or expenses based upon such entries. Consultant shall also bind its Subconsultants to the requirements of this Article and ensure compliance therewith ARTICLE 9. OWNERSHIP OF PROJECT DOCUMENTS 9.1 All notes, correspondence, documents, plans and specifications, designs, drawings, renderings, calculations, specifications, models, photographs, reports, surveys, investigations, and any other documents (whether completed or partially completed) and copyrights thereto for Services performed or produced in the performance of this Agreement, or related to the Project, whether in its native electronic form, paper or other hard copy medium or in electronic medium, except with respect to copyrighted standard details and designs owned by the Consultant or owned by a third party and licensed to the Consultant for use and reproduction, shall become the property of the City. Consultant shall deliver all such documents to the Project Administrator in their native electronic form, as required in the Consultant Service Order within thirty(30) days 17 of completion of the Services (or within thirty (30) days of expiration or earlier termination of this Agreement as the case may be). However, the City may grant an exclusive license of the copyright to the Consultant for reusing and reproducing copyrighted materials or portions thereof as authorized by the City Manager in advance and in writing, In addition, the Consultant shall not disclose, release, or make available any document to any third party without prior written approval from the City Manager. The Consultant shall warrant to the City that it has been granted a license to use and reproduce any standard details and designs owned by a third party and used or reproduced by the Consultant in the performance of this Agreement. Nothing contained herein shall be deemed to exclude any document from Chapter 119, Florida Statutes. 9.2 The Consultant is permitted to reproduce copyrighted material described above subject to prior written approval of the City Manager. 9.3 At the City's option, the Consultant may be authorized, as an Additional Service, to adapt copyrighted material for additional or other work for the City; however, payment to the Consultant for such adaptations will be limited to an amount not greater than 50% of the original fee earned to adapt the original copyrighted material to a new site. 9.4 The City shall have the right to modify the Project or any components thereof without permission from the Consultant or without any additional compensation to the Consultant. The Consultant shall be released from any liability resulting from such modification. 9.5 The Consultant shall bind all Subconsultants to the Agreement requirements for re-use of plans and specifications. ARTICLE 10. TERMINATION OF AGREEMENT 10.1 TERMINATION FOR LACK OF FUNDS: The City is a governmental entity and is subject to the appropriation of funds by its legislative body in an amount sufficient to allow continuation of its performance in accordance with the terms and conditions of this Agreement. In the event there is a lack of adequate funding either for the Services or the Project (or both), the City may terminate this Agreement without further liability to the City. 10.2 TERMINATION FOR CAUSE: The City, through the City Manager, may terminate this Agreement for cause, upon written notice to Consultant, in the event that the Consultant (1) violates any provision of this Agreement or performs same in bad faith; (2) unreasonably delays the performance of the Services or any portion thereof; or (3) does not perform the Services or any portion thereof in a timely and satisfactory manner. In the case of termination for cause by the City, the Consultant shall first be granted a thirty (30) day cure period (commencing upon receipt of the initial written notice of default from the City). 10.2.1 In the event this Agreement is terminated for cause by the City, the City, at its sole option and discretion, may take over the remaining Services and complete them by contracting with another consultant(s), or otherwise. The Consultant shall be liable to the City for any additional cost(s) incurred by the City due to such termination. "Additional Cost" is defined as the difference between the actual cost of completion of the Services, and the cost of completion of such Services had the Agreement not been terminated. 10.2.2 In the event of termination for cause by the City, the City shall only be obligated N 18 to pay Consultant for those Services satisfactorily performed and accepted prior to the date of termination (as such date is set forth in, or can be calculated from, the City's initial written default notice). Upon payment of any amount which may be due to Consultant pursuant to this subsection 10.2.2, the City shall have no further liability to Consultant. 10.2.3 As a condition precedent to release of any payment which may be due to Consultant under subsection 10.2.2, the Consultant shall promptly assemble and deliver to the Project Administrator any and all Project documents prepared (or caused to be prepared) by Consultant(including, without limitation, those referenced in subsection 9.1 hereof). The City shall not be responsible for any cost incurred by Consultant for assembly, copy, and/or delivery of Project documents pursuant to this subsection. 10.3 TERMINATION FOR CONVENIENCE: In addition to the City's right to terminate for cause, the City through the City Manager, may also terminate this Agreement, upon fourteen (14) days prior written notice to Consultant, for convenience, without cause, and without penalty, when (in its sole discretion) it deems such termination to be in the best interest of the City. In the event the City terminates the Agreement for convenience, Consultant shall be compensated for all Services satisfactorily performed and accepted up to the termination date (as set forth in the City's written notice), and for Consultant's costs in assembly and delivery to the Project Administrator of the Project documents (referenced in subsection 10.2.3 above). Upon payment of any amount which may be due to Consultant pursuant this subsection 10.3, the City shall have no further liability to Consultant. 10.4 TERMINATION BY CONSULTANT: The Consultant may only terminate this Agreement for cause, upon thirty (30) days prior written notice to the City, in the event that the City willfully violates any provisions of this Agreement or unreasonably delays payment of the Services or any portion thereof. In the event of a termination for cause by Consultant, the City shall pay Consultant for any Services satisfactorily performed and accepted up to the date of termination; provided, however, that the City shall first be granted a thirty (30) day cure period (commencing upon receipt of Consultant's initial written notice). 10.4.1 The Consultant shall have no right to terminate this Agreement for convenience. 10.5 IMPLEMENTATION OF TERMINATION: In the event of termination (whether for cause or for convenience), the Consultant shall immediately, upon receipt of the City's written notice of termination: (1) stop the performance of Services; (2) place no further orders or issue any other subcontracts, except for those which may have already been approved, in writing, by the Project Administrator; (3) terminate all existing orders and subcontracts; and (4) promptly assemble all Project documents (for delivery to the Project Administrator). ARTICLE 11. INSURANCE 11.1 At all times during the Term of this Agreement, Consultant shall maintain the following required insurance coverage in full force and effect. The Consultant shall not commence any work until satisfactory proof of all required insurance coverage has been furnished to the Project Administrator: (a) Workers' Compensation and Employer's Liability per the Statutory limits of the 19 State of Florida. (b) Commercial General Liability on a comprehensive basis in an amount not less than $1,000,000 combined single limit per occurrence for bodily injury and property damage. (c) Automobile Liability Insurance covering all owned, non-owned and hired vehicles used in connection with the work, in an amount not less than $1,000,000 combined single limit per occurrence for bodily injury and property damage. (d) Professional Liability Insurance in an amount not less than $1,000,000 with the deductible per claim, if any, not to exceed 10% of the limit of liability. 11.2 The City must be named as and additional insured on the liability policies; and it must be stated on the certificate. 11.3 The Consultant must give the Project Administrator at least thirty (30) days prior written notice of cancellation or of substantial modifications in any required insurance coverage. All certificates and endorsements shall contain this requirement. 11.4 The insurance must be furnished by an insurance company rated A:V or better, or its equivalent, according to Bests' Guide Rating Book, and by insurance companies duly authorized to do business in the State of Florida, and countersigned by the company's Florida resident agent. 11.5 Consultant shall provide the Project Administrator with a certificate of insurance of all required insurance policies. The City reserves the right to require a certified copy of such policies, upon written request to Consultant. ARTICLE 12. INDEMNIFICATION AND HOLD HARMLESS 12.1 To the fullest extent permitted by Section 725.08, Florida Statutes, the Consultant shall indemnify and hold harmless the City and its officers, employees, agents, and instrumentalities, from liabilities, damages, losses, and costs, including, but not limited to, reasonable attorneys' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Consultant and other persons employed or utilized by the Consultant in the performance of this Agreement. The Consultant shall pay all claims and losses in connection therewith and shall investigate and defend all claims, suits, or actions of any kind or nature in the name of the City, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney's fees which may issue thereon. Consultant expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by Consultant shall in no way limit its responsibility to indemnify, keep, and save harmless and defend the City or its officers, employees, agents, and instrumentalities as herein provided. 12.2 The Consultant agrees and recognizes that the City shall not be held liable or responsible for any claims which may result from any negligent, reckless, or intentionally wrongful actions, errors or omissions of the Consultant in which the City participated either through review or concurrence of the Consultant's actions. In reviewing, approving or rejecting any submissions by the Contractor, or other acts of the Consultant, the City in no way assumes or shares any responsibility or liability of the Consultant (including, without limitation its 20 Subconsultants and/or any registered professionals (architects and/or engineers) under this Agreement). ARTICLE 13. ERRORS AND OMISSIONS 13.1 ERRORS AND OMISSIONS: It is specifically agreed that any construction changes categorized by the City as caused by an error, an omission, or any combination thereof in the Consultant's performance of the Services will constitute an additional cost to the City that would not have been incurred without the error. The damages to the City for errors, omissions or any combinations thereof shall be calculated as the total cost of any damages or incremental costs to the City resulting out of the errors or omissions by the Consultant, including, without limitation, the direct, indirect and/or consequential damages resulting from the Consultant's errors and/or omissions or any combination thereof. Damages shall include delay damages caused by the error, omission, or any combination thereof. Should the Consultant disagree that all or part of such damages are the result of errors, omissions, or any combination thereof, the Consultant may appeal this determination, in writing, to the applicable Assistant City Manager. The Project Administrator's decision on all claims, questions and disputes shall be final, conclusive and binding upon the parties hereto unless such determination is clearly arbitrary or unreasonable. In the event that the Consultant does not agree with the decision of the Project Administrator, the Consultant shall present any such objections, in writing, to the City Manager. The Project Administrator and the Consultant shall abide by the decision of the City Manager. This paragraph does not constitute a waiver of any party's right to proceed in a court of competent jurisdiction after the above administrative remedies have been exhausted. ARTICLE 14. LIMITATION OF LIABILITY The City desires to enter into this Agreement only if in so doing the City can place a limit on its liability for any cause of action for money damages due to an alleged breach by the City of this Agreement, so that its liability for any such breach never exceeds the "not to exceed" amount of the fee paid to Consultant under this Agreement, less any amount(s) actually paid to Consultant hereunder. Consultant hereby expresses its willingness to enter into this Agreement, with Consultant's recovery from the City for any damages for action for breach of contract to be limited to Consultant's "not to exceed" fee under this Agreement, less any amount(s) actually paid by the City to the Consultant hereunder. Accordingly, and notwithstanding any other term or condition of this Agreement, Consultant hereby agrees that the City shall not be liable to Consultant for money damages due to an alleged breach by the City of this Agreement, in an amount in excess of the "not to exceed amount" of Consultant's fees under this Agreement, which amount shall be reduced by any amount(s) actually paid by the City to Consultant hereunder. Nothing contained in this subsection, or elsewhere in this Agreement, is in any way intended to be a waiver of the limitation placed upon City's liability, as set forth in Section 768.28, Florida Statutes. ARTICLE 15. NOTICE All written notices given to City by Consultant shall be addressed to: 21 City Manager's,Office City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 Attn: Jimmy L. Morales, City Manager With a copy to: Office of Capital Improvement City of Miami Beach 1701 Meridian Avenue Miami Beach, Florida 33139 Attn: Maria Cerna, Division Director All written notices given to the Consultant from the City shall be addressed to: Professional Service Industries, Inc. 545 East Algonquin Road Arlington Heights, IL 60005 Attn: Tony Caggiano, PE All notices mailed to either party shall be deemed to be sufficiently transmitted if sent by certified mail, return receipt requested. ARTICLE 16. MISCELLANEOUS PROVISIONS 16.1 VENUE AND WAIVER OF JURY TRIAL: This Agreement shall be governed by, and construed in accordance with, the laws of the State of Florida, both substantive and remedial, without regard to principles of conflict of laws. The exclusive venue for any litigation arising out of this Agreement shall be Miami-Dade County, Florida, if in state court, and the U.S. District Court, Southern District of Florida, in federal court. BY ENTERING INTO THIS AGREEMENT, CONSULTANT AND CITY EXPRESSLY WAIVE ANY RIGHTS EITHER PARTY MAY HAVE TO A TRIAL BY JURY OF ANY CIVIL LITIGATION RELATED TO, OR ARISING OUT OF, THIS AGREEMENT. • 16.2 EQUAL OPPORTUNITY EMPLOYMENT GOALS: Consultant agrees that it will not discriminate against any employee or applicant for employment for work under this Agreement because of race, color, national origin, religion, sex, gender identity, sexual orientation, disability, marital or familial status, or age, and will take affirmative steps to ensure that applicants are employed and employees are treated during employment without regard to race, color, ,national origin, religion, sex, gender identity, sexual orientation, disability, marital or familial status, or age. 16.3 PUBLIC ENTITY CRIMES ACT: In accordance with the Public Entity Crimes Act (Section 287.133, Florida Statutes), a person or affiliate who is a consultant, who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to the City, may not submit a bid on a contract with the City for the construction or repair of a public building or public work, may not bid on leases of real property to the City, may not be awarded or perform work as a contractor, 22 supplier, subcontractor, or subconsultant under a contract with the City, and may not transact business with the City in excess of the threshold amount provided in Section 287.017, Florida Statutes, for Category Two, for a period of 36 months from the date of being placed on the convicted vendor list. For violation of this subsection by Consultant, City shall have the right to terminate the Agreement without any liability to City, and pursue debarment of Consultant 16.4 NO CONTINGENT FEE: Consultant warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for Consultant, to solicit or secure this Agreement, and that it has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for Consultant, any fee, commission, percentage, gift, or other consideration contingent upon or resulting from the award or making of this Agreement. For the breach or violation of this subsection, City shall have the right to terminate the Agreement, without any liability or, at its discretion, to deduct from the contract price (or otherwise recover) the full amount of such fee, commission, percentage, gift, or consideration. 16.5 LAWS AND REGULATIONS: 16.5.1 The Consultant shall, during the Term of this Agreement, be governed by all Applicable Laws which may have a bearing on the Services involved in the Project. 16.5.2 Project Documents. In accordance with Section 119.07 (3) (ee), Florida Statutes, entitled "Inspection, Examination, and Duplication of Records; Exemptions," all building plans, blueprints, schematic drawings, and diagrams, including draft, preliminary, and final formats, are exempt from the provisions of Section 119.07(1), Florida Statutes (inspection and copying of public records), and s. 24(a), Article I of the State Constitution. Information made exempt by this paragraph, with prior written approval from the City Manager, may be disclosed to another entity to perform its duties and responsibilities; to a licensed architect, engineer, or contractor who is performing work on or related to the Project; or upon a showing of good cause before a court of competent jurisdiction. The entities or persons receiving such information shall maintain the exempt status of the information. 16.5.2.1 In addition to the requirements in this subsection 16.5.2, the Consultant agrees to abide by all applicable Federal, State, and City procedures, as may be amended from time to time, by which the documents are handled, copied, and distributed which may include, but is not limited to, each employee of Consultant and Subconsultants that will be involved in the Project being required to sign an agreement stating that they will not copy, duplicate, or distribute the documents unless authorized by the City Manager, in writing. 16.5.2.2 The Consultant and its Subconsultants agree in writing that the Project documents are to be kept and maintained in a secure location. 16.5.2.3 Each set of the Project documents are to be numbered and the whereabouts of the documents shall be tracked at all times. 23 16.5.2.4 A log is developed to track each set of documents logging in the date, time, and name of the individual(s) that work on or view the documents. 16.6 CORRECTIONS TO CONTRACT DOCUMENTS: If applicable to the performance of Consultant's Services, the Consultant shall prepare, without added compensation, all necessary supplemental documents to correct errors, omissions, and/or ambiguities which may exist in the Contract Documents prepared by Consultant, including documents prepared by its Subconsultants. Compliance with this subsection shall not be construed to relieve the Consultant from any liability resulting from any such errors, omissions, and/or ambiguities in the Contract Documents and other documents or Services related thereto. 16.7 ASSIGNMENT: The Consultant shall not assign, transfer or convey this Agreement to any other person, firm, association or corporation, in whole or(in part, without the prior written consent of the City Commission, which consent, if given at all, shall be at the Commission's sole option and discretion. However, the Consultant will be permitted to cause portions of the Services to be performed by Subconsultants, subject to the prior written approval of the City Manager. 16.8 SUCCESSORS AND ASSIGNS: The Consultant and the City each binds himself/herself, his/her partners, successors, legal representatives and assigns to the other party of the Agreement and to the partners, successors, legal representatives, and assigns of such party in respect to all covenants of this Agreement. The Consultant shall afford the City (through the City Commission) the opportunity to approve or reject all proposed assignees, successors or other changes in the ownership structure and composition of the Consultant. Failure to do so constitutes a breach of this Agreement by the Consultant. 16.9 PROVISION OF ITEMS NECESSARY TO COMPLETE SERVICES: In the performance of the Services prescribed herein, it shall be the responsibility of the Consultant to provide all salaries, wages, materials, equipment, Subconsultants, and other purchased services, etc., as necessary to complete said Services. 16.10 INTENT OF AGREEMENT: 16.10.1 The intent of the Agreement is for the Consultant to provide all necessary items for the proper completion of the Services.. The Consultant shall perform, as Basic Services, such incidental work which may not be specifically referenced, as necessary to complete the Project. 16.10.2 This Agreement is for the benefit of the parties only and it does not grant rights to a third party beneficiary, to any person, nor does it authorize anyone not a party to the Agreement to maintain a suit for personal injuries, professional liability, or property damage pursuant to the terms or provisions of the Agreement. 16.10.3 No acceptance, order, payment, or certificate of or by the City, or its employees or agents, shall either stop the City from asserting any rights or operate as a waiver of any provisions hereof or of any power or right herein reserved to the City or of any rights to damages herein provided. 24 16.11 This document incorporates and includes all prior negotiations, correspondence, conversations, agreements, or understandings applicable to the matters contained herein; and the parties agree that there are no commitments, agreements, or understandings concerning the subject matterof this Agreement,that are not contained in this document. Accordingly, the parties agree that no deviation from the terms hereof shall be predicated upon any prior representations or agreements whether oral or written: It is further agreed that no modification, amendment or alteration in the terms or conditions contained herein shall be effective unless memorialized in written document approval and executed with the same formality and of equal dignity herewith. IN WITNESS WHEREOF, the parties hereto have hereunto caused these presents to be signed in their names by their duly authorized officers and principals, attested by their respective witnesses and City Clerk on the day and year first hereinabove written. Attest CITY OF MI A H: V CITY LERK ; ,'''' i=f �' ,rMA OR �r Attest 0 ' r n ONS i A • 'OFESSIONAL SERVICE :I��ORP ORA S, INd. '1 4 , ` Signature/Secretary �ry`/Q 0, '• nature/Pr ' nt &air e Set jti „gab> VOC . Print Name Print Name sti APPROVED AS TO FORM &LANGUAGE &FOR EXECUTION A,% (--- ( - 3o City Attorney /1 Date 25 PROFESSIONAL SERVICE INDUSTRIES,INC. RESOLUTION Pursuant to the authority given to Garrett Smith, Assistant Secretary, by Professional Service Industries, Inc. (the "Corporation") Board Resolution dated November 30, 2011, the following resolution was passed at a formal meeting in Oakbrook Terrace, Illinois on the below date: BE IT RESOLVED, Juan Villegas, Vice President of the Corporation, in the normal course of his duties and responsibilities as assigned by the Corporation, is empowered to execute in the name of and on behalf of the Corporation contracts (including any related documentation or certifications included in the contract documents) for professional services with the City of Miami Beach, known as the "Organization" BE IT FURTHER RESOLVED, that the foregoing authority shall be and continue in full force and effect until revoked or modified by written notice. Said Organization is hereby authorized and directed to at all times rely upon the last notice received by it or any resolution as to the foregoing authority when such notice bears this Corporation's Seal and is signed by one purporting to be its Assistant Secretary. AND BE IT FURTHER RESOLVED,that the Assistant Secretary of the Corporation is authorized to certify under the Corporate Seal of the Corporation, and said Organization is hereby authorized to rely upon such certification of the Assistant Secretary of the Corporation until it is formally advised of any changes therein by a subsequent certificate and under the Corporate Seal. IN WITNESS WHEREOF, I have affixed my name as Assistant Secretary, and have caused the Corporate Seal of Professional Service Industries, Inc., to be hereto affixed, this 12th day of February, 2019. i r .,0 Garrett Smith Assistant Secretary SCHEDULE A PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND PROFESSIONAL SERVICE INDUSTRIES, INC. SCOPE OF SERVICES Geotechnical, soil testing and/or lab testing services are required for proper pre-planning of construction projects for the City. Many of the City's CIP and Public Works projects will require, during one time or another, a geotechnical, soils or lab testing report to validate either the City's Engineer's or any Architect's or Engineer of Records recommendations as to any site, building or any other project's unknown characteristics. Through this agreement the City will be able to adequately plan and incorporate geotechnical and soil testing services as part of the pre- construction preparatory work, which is a phase of every City construction project. In addition, the Geotechnical firm(s) would provide personnel that are qualified, trained and thoroughly familiar with the City's rules, policies, and procedures in inspection, sampling testing, and reporting various areas and stages of construction. The ability to have a list of Geotechnical firms to be contacted on an as needed basis would enable the City to utilize these services when the need arises. 1.0 Geotechnical Services • The Consultant shall provide all labor, materials, equipment, ,transportation, and other appurtenant work for performing subsurface explorations, obtaining representative samples, and performing all other geotechnical services. • The Consultant shall comply with all federal, state, and local rules and regulations with regard to permits, bonds, drilling, plugging, and all other applicable aspects of drilling. • The Consultant shall research and review all pertinent existing geologic and geotechnical data and information available from USGS, area development, and the company's own files. • The Consultant shall review the proposed project information and requested scope of work indicated as a minimum level of services desired relative to the anticipated subsurface conditions present. If localized subsurface conditions are expected to vary significantly, Consultant shall advise Owner of additional recommended services prior to commencing work. • The Consultant shall be responsible for contacting the appropriate agencies (state/city utility check) for determining locations of utilities in the vicinity of the actual boring locations. • Borings shall be backfilled to the original ground surface in accordance with all applicable local, state, and federal guidelines. • Consultant shall perform the standard penetration test (SPT) in accordance with ASTM Designation D 1586. • In soil that is predominantly cohesive (silty clays, sandy clays, and material with adhesive binder), Consultant shall use the thin-walled tube method for sampling in accordance with ASTM Designation D 1587. • Rock coring shall be performed in accordance with ASTM Designation D 2113. • Double-ring infiltration test shall be conducted in accordance with ASTM Designation D 5093. • Laboratory tests shall be assigned and performed by the Consultant to classify soils and obtain geotechnical physical characteristics such as strength,. compressibility, swell 26 potential, compaction characteristics, and chemical characteristics such as corrosiveness. Perform laboratory testing consistent in quantity and quality with local geotechnical engineering practice to provide the required design parameters and recommendations. The quantity of tests to be performed will be dependent upon the type of soil and/or rock encountered during drilling and sampling with additional consideration of the foundation types that may be required to support the proposed structures. • The Consultant shall prepare a geotechnical engineering report containing a discussion of the proposed construction, final boring logs, boring location plan, a description of the drilling and sampling program, a description of the geology and subsurface conditions encountered, groundwater conditions, laboratory test results, and foundation and earthwork recommendations and design parameters. The following is a list of major items that shall appear in the geotechnical engineering report: • Previous Construction Activity and Existing Fill (If present): A discussion of previous construction activity shall address any existing fills or subsurface openings, if encountered. Outline the engineering properties of any existing fills with regard to foundation design. • Subsurface Conditions: Subsurface conditions encountered at the site shall be discussed, based upon stratigraphic sequence observed and local geology. Figures shall be provided displaying soil borings and generalized cross sections. A general description of the engineering properties or parameters deterrhined from the investigation and applied to design recommendations shall be provided. Prevailing groundwater elevations observed and those recommended for design shall be noted. • Site Preparation Recommendations: Provide grading and site preparation recommendations taking into consideration the conceptual grading plan for the site. • Compaction Requirements: The report shall contain detailed and specific criteria for acceptable embankment, fill, or backfill materials and address whether the available borrow material on site is suitable for general or structural fill. The report shall contain recommendations for material usage at the site with regard to placement and compaction requirements as well as any recommended treatment. Compaction criteria, including acceptable gradations, moisture control, compactive effort, and need for proofrolling shall be discussed, including criteria for both granular and cohesive fill, if applicable. Preparation of subgrades for fill and backfill placement shall be discussed. • Foundation Design: The geotechnical engineering report prepared by the Consultant will be used to size and structurally design stable foundations for the structures. To accomplish this task, the report shall contain recommendations in regard to the recommended foundation type for each structure, as loading and site conditions may require. The report shall provide net allowable bearing pressures for shallow spread footings and mats, at recommended bearing depths, considering the types of materials supporting the mats, and note whether any overstressing is allowed under short-term loading such as dynamic, wind, or seismic loading conditions. If over-excavation of unsuitable materials and backfill with structural backfill are required to improve the foundation soils to allow the use of shallow foundations, provide estimated vertical and horizontal extent of the over-excavation and structural backfill. Provide estimated total and differential settlement for foundations using the recommended bearing pressures. Provide an estimate of the time of settlement. Note factors of safety included or recommended. Provide recommendations for resistance to lateral loads, such as passive 27 earth pressures and sliding friction for the base of foundations. Provide recommended groundwater level for determination of buoyancy and means to resist buoyant forces, if needed. Recommendations for deep foundations shall include diameter, depth, and any recommended installation requirements. Provide allowable design loading capacities for vertical downward loading, vertical upward loading, and horizontal loading, as appropriate to the site conditions. Provide design parameters for analysis of laterally loaded drilled piers as required for input into lateral pile capacity software. All factors of safety utilized in developing the allowable load capacities shall be outlined in detail. • Slope Stability and Excavations: The report shall address the recommended inclination of both temporary excavation and permanent slopes. • Excavation Requirements: If necessary, a section of the report shall address the excavatibility of the soils and rock which may be exposed during foundation excavation and site grading. The effort and type of equipment utilized to perform excavations is dependent upon the size and depth of the excavation. Thus, the discussion shall be in regard to area-type excavations and confined excavations, such as utility trenches. • Dewatering: Conditions present at the site requiring groundwater control, dewatering, or surface drainage during excavation for mats, footings, and other construction shall be discussed. Anticipated types of dewatering shall be described. Special consideration to exposed sub-soils within the bottom of excavations during construction shall be addressed. • Corrosion Potential and Chemical Attack to Concrete: An evaluation of representative subsurface materials shall be performed to provide laboratory test results for chemical constituents, specifically pH, chloride ion, soluble sulfates, and sulfides as well as electrical resistivity.. These parameters are required to evaluate the potential for corrosion to underground piping and grounding, and selection of cement type to resist potential sulfate attack. • Pavements and Roadway: Provide typical pavement thickness suggestions in �. accordance with Miami Dade County and FDOT specifications. Any other items of consideration as deemed necessary by the geotechnical company. The ' geotechnical engineering report shall be prepared by or under the direction of a Registered Professional Engineer registered under the regulatory laws of the State of Florida. 2.0 Roadway Reports Roadway reports shall include, but not be limited to: • Copies of SCS and USGS maps with project limits. • A report of tests sheet that summarizes the laboratory test results, the soil stratification (i.e., soils grouped into layers of similar materials) and construction recommendations relative to the current Standard Indices. • Estimated seasonal high and/or low groundwater levels, and review with respect to proposed pavement grades. • Recommend type of geosynthetic for various applications. • The Design LBR results from 90% and mean methods. 28 • Permeability/infiltration parameters for water retention areas/exfiltration trenches/swales. • A description of the site and subsoil conditions, design recommendations and a discussion of any special considerations (i.e., removal of unsuitable material, recompression of weak soils, estimated settlement time/amount, groundwater control etc.). • An appendix which contains stratified soil boring profiles, laboratory test data sheets, Design LBR calculations/graphs, and any other pertinent information. In addition to the roadway report, the Consultant will also provide stratified boring profiles to the Designer and review the entire set of plans for completeness before each submittal as requested by the Department. The Consultant shall assist the Designer with detailing limits on the cross-sections of subsoil excavation. Up to four draft roadway reports shall be submitted to the District Geotechnical Engineer for each review prior to incorporation of the Consultant's recommendations in the project design. 3.0 Permits The consultant is responsible for obtaining and maintaining all required City of Miami Beach and any Miami Dade County Public Works permits, including but not limited to, MOT, excavations, etc. Additionally, if required, the consultant shall be responsible for all special events permits from the City of Miami Beach and Miami Dade County Police Departments. 4.0 Additional Services Other geotechnical services to perform geotechnical investigation and/or construction material testing at other locations to be determined at a later date, may be required beyond the scope of this work. Compensation for such additional services shall be negotiated based on hourly rates contained in the Agreement awarded under this RFQ. 5.0 Materials Testing, Inspection, and Reporting The Consultant shall provide the City of Miami Beach with personnel that are qualified, trained and thoroughly familiar with the City's rules, policies, and procedures in inspection, sampling testing, and reporting in the following areas: • Bituminous Construction Materials • Sand, Coarse Aggregate, Limerock and Cemented Coquina Mine Inspection • Base, Sub-Grade and Embankment Materials • Pavement Parking Materials • Portland Cement Concrete • Precast Concrete Products • Pre-Stressed Concrete Products • Drilled Shaft Inspection • Laboratory Information Management System (LIMS) Data Entry • Pavement Coring Reporting (PCR) Data Entry • Consultant Contract Project Management • Construction Materials Investigations, Special Studies & Projects • Miscellaneous Construction Related Activities • Materials Inspection and Testing Related Maintenance Activities 29 • Asphalt Concrete Inspection/Evaluation • SeismicNibration Monitoring/Reporting • Special Inspector Services The Consultant shall provide (when required) qualified and experienced technicians in the following: • Aggregate Field Testing • Concrete Field Technician Level I and II • Aggregate Laboratory Testing • Concrete Laboratory Technician • LBR Technician • Asphalt Paving • Asphalt Plant • CTCI-Concrete Transportation Construction Inspections • Pre-stress Inspector Technician • Drilled Shaft Inspector • Pile Driving Inspector 6.0 Laboratory Services The Consultant shall have a capable materials laboratory. The Consultant laboratory shall have j a Quality Control Program that includes provisions for checking test equipment and lab personnel proficiency. The laboratory must keep up-to-date records of calibration checks. 30 SCHEDULE A-1 CONSULTANT SERVICE ORDER Service Order No. _ for Consulting Services. TO: PROJECT NAME: Project Name DATE: Pursuant to the agreement between the City of Miami Beach and Consultant for Citywide ' Geotechnical and Laboratory Testing Services on an As-Needed-Basis Pursuant to Request for Qualifications No. 2018-097-KB you are directed to provide the following services: SCOPE OF SERVICES: Per attached proposal dated , to be considered part of this Agreement. Estimated calendar days to complete this work: Days Original Service Order Amount: Total From Previous Additional Service Orders: $ Fee for this Service Order is Lump Sum/Not to Exceed amount of: Total Agreement to Date: $ City's Project Date Coordinator/Manager Assistant Director Date Consultant. Date Project Administrator-Director Date City Manager Date NOTE: If engineering services are required,the Consultant Service Order shall comply with Chapter 287.055, Florida Statutes, the Consultants Competitive Negotiations Act (CCNA). The selected firm shall only provide engineering services for projects in which the estimated construction cost of each individual project under the contract does not exceed$2 million or for study activities in which each individual study under the contract does not exceed$200,000. 31 CONSULTANT COMPENSATION AGREEMENT BETWEEN CITY OF MIAMI BEACH AND PROFESSIONAL SERVICE INDUSTRIES, INC. FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN "AS-NEEDED BASIS" Project Name and No: Scope of Services: Fee for this Service Order: $ Note*: These services will be paid lump sum based on percentage complete of each phase as identified in the individual tasks. Note***: The Reimbursable Allowance belongs to the City and must be approved in writing, in advance, by the Project Administrator. Unused portions will not be paid to the Consultant. 32 SCHEDULE B— RATE SCHEDULE For Citywide Geotechnical and Laboratory Testing Services On An As-Needed-Basis RFQ 2018-097-KB Unit Unit Price 1. GEOTECHNICAL SERVICES (9.01) A.Mobilization of Truck Mounted Drill Rig. Up to 4 Percolations 1.A.1 Mobilization of Truck-Mounted Drill Rig or special access equipment per Day or Up $ 389.20 (ATV's,Off-Road or Water/marine Equipment) to 100 Ft.of Borings.. Up too Percolations 1.A.2 Premium over 1.A.1 for mobilization of special access equipment(ATV's, per Day or Up To be negotiated Off-Road or Water/marine Equipment) to 100 Ft.of as needed Borings. B. Borings Standard Penetration per ASTM D-1586: With or Without Casing: 1.B.1 Penetration Depth 0'to 50' Foot $ 22.24 1.B.2 Penetration Depth 51'to 75' Foot $ 26.69 1.B.3 Penetration Depth 76'to 100' Foot $ 31.14 1.B.4 Penetration Depth 101'to 150' Foot $ 38.92 C.Auger Borings per ASTM D-1452 Penetration Depth: 1.C.1 Penetration Depth 0'to 50' Foot $ 16.68 1.C.2 Penetration Depth 51'to 75' Foot $ 18.90 1.C.3 Penetration Depth 76'to 100' Foot $ 21.13 1.C.4 Penetration Depth 101'to 150' Foot $ 26.69 D. Rock Coring per ASTM D-2113(Max. NX Size): 1.D.1 Penetration Depth 0'to 50' Foot _ $ 38.92 1.D.2 Penetration Depth 51'to 75' Foot $ 45.59 1.D.3 Penetration Depth 76'to 100' Foot $ 53.38 1.D.4 Penetration Depth 101'to 150' Foot $ 61.16 E.Standard Penetration Test(includes Mobilization and Soil Boring Log) Foot (Portable Equipment) $ 27.80 1.E.1 Standard Penetration Test(Water Boring)(Equipment Excluded, Barge Cost to be Negotiated by User Department. Permit Reimbursable upon Proof of Foot Payment) $ 56.71 F.Undisturbed Sampling per ASTM D-15 Each $ 124.54 G.Slug Percolation Test-USGS/PWD 9"Dia.Hole(DERM)(Min.2 per job) Each $ 480.38 H.Double Ring Infiltration Test per ASTM D-3385(swale or grassy areas)(Min.2 Each tests) $ 560.45 33 I.Percolation Tests 1.1.1 FL Dept.of Health and Rehabilitative Services,Chapter 100-6.57•(Min.2 tests Each per job) $ 388.09 1.1.2 DCPW Highway Division(min.6"dia.)(min.2 tests per job) Each $ 551.55 1.1.3 Open Hole Method(min.6"dia.)(min.2 tests) Each $ 553.78 J.Closing Holes with Grout/Approved Methods to Safe Proof Site.[Safe Proof to be Accomplished Before Laboratory Leaves the Site] Foot $ 8.90 K.Trench Test per So.FL Water Management District.(Excludes Equipment and Operator)(Provide Equipment Rental Invoice for Direct Cost Reimbursement] Hour $ 551.55 L.Soil Cement Stabilization Field Inspection Hour $ 96.74 1.L.1 Soil Cement Cylinder Testing Hour $ 71.17 1.L.2 Soil Cement Cylinder Testing per ASTM D-1633 Hour $ 38.92 M.Water Quality Monitoring ' Each $ 90.07 N.Geotechnical Engineering Evaluation and Report of Existing Soil With Respect to Allowable Bearing Capacity Hour $ 140.11 0.Geotechnical Engineer Pile Capacity Analysis Hour $ 140.11 P.Muck Probes Hour $ 91.18 Q.Engineering Inspection during Geotechnical investigation Hour $ 100.08 2. MONITORING WELLS (Includes Drilling) (9.01) A.Mobilization of Truck Mounted Drill Rig.(Same Conditions apply as Up to 2 wells referenced for Geotechnical Services,Item 1.A,Page 1 of the Fee Schedule) $ 404.77 B.Monitoring Well Installation(2"PVC,Max.20'Depth)*(Min.2 wells) Per Well $ 732.81 C.Monitoring Well Abandonment(2"PVC,Max.20'Depth)*(Min.2 wells) Per Well $ 308.02 D.Monitoring Well Abandonment(4"PVC,Max.20'Depth)*(Min.2 Wells) Per Well $ 395.87 E.Monitoring Well(4"PVC,Max.20'Depth)*(Min.2 wells) Per Well $ 959.66 F.Monitoring Well Installation(2"PVC,Greater than 20'up to 100')*(Min.2 Foot wells)* Excludes permit $ 78.95 G.Repair of Monitoring Wells Unit Rates Per Unit $ 1,057.51 H.Water Quality Monitoring(Does not include Analytical Tests)(Per Well) Per Well $ 273.55 I.Direct Push Well Installation(20'Max) Per Well $ 859.58 J.Direct Push Soil/Ground water Sampling Per Day $ 1,788.10 K.Boat Rental(min.8 hr day)with prior approval by the issuing dept.(furnish Per Day copy of ownership or copy of rental invoice) $ 503.74 3. PRE-STRESS / PRE-CAST (9.02) (INCLUDES TRAVEL, MILEAGE, DELIVERY AND CERTIFIED REPORTS) A.Pre-stress/Pre-cast fabrication inspection per PCI MNL-116(Structural)or MNL-117(Architectural)(Bridge and Building Units/Ready Mix Plants Per Hour Inspections)(Min.4) $ 92.30 B.Pre-stress(Inspection and Certified Report included)(Stressing Operation and Inspection)per PCI MNL-116(min.4 hrs) Per Hour $ 92.30 C.Reinforced Concrete Pipe and Pre-Fabricated Manhole Inspection(types, sizes,and design)(includes inspection and Certified Report)(Min.4 hrs.) Per Hour $ 92.30 D.Absorption Test of Pre-cast Units per ASTM C-497 Per Core $ 58.94 E.Three Edge Bearing Test per ASTM C-497 Per Hour $ 92.30 F.Hydrostatic Testing per ASTM C-497 Per Hour. $ 92.30 i 34 G.Testing Concrete Cylinder per ASTM C-497(same conditions apply as shown on 3A.1)(Does NOT include TECHNICIAN or PICK-UP) Per Cylinder $ 124.54 4. PILING (9.02) A.Pile Driving/Auger Cast Pile Inspection(includes Certified Log/Report[Min. 4 hrs]) Per Hour $ 93.41 4.A.1 Splice of piles as an addition(per occurrence)(with prior approval from Per Hour engineer)(witness splice) $ 93.41 B.Vibro-Flotation Inspection(4 hrs min.) Per Hour $ 93.41 C.Pile Load Test-Test Frame and Load Set-Up Witnessed by Certified Inspector Per Hour per ASTM D-1143(Equipment/Loads Furnished by Contactor) $ 93.41 4.C.1 Furnishing and Set-Up of Calibrated Gauges Per Gauge $ 121.21 4.C.2 Monitoring of Pile Load Test,Collect Field Data,and Inspector Time Per Hour $ 93.41 4.C.3 Pile Load Test Report,Certify and Prepare Report for Load Capacity of Pile Per Hour (Engineers Time) $ 140.11 5. SOILS (9.02) INCLUDES TRAVEL, MILEAGE, DELIVERY AND CERTIFIED REPORT) 5A.Field Density Tests 5.A.1 Sand Cone Method per AASHTO T-19 and ASTM D-1556(2 test min.) Per Test $ 96.74 Nuclear Method per AASHTO T-238 AND ASTM D-2922,(Moisture per AASHTO T-239 and ASTM D-3017)(Min.4 tests) 5.A.2 Per Test(From 1 to 4 tests)per trip Per Test $ 54.49 5.A.2A Per Test(From 5 to 10 tests)per trip Per Test $ 36.70 5.A.2B Per Test(From 11 or more tests)per trip Per Test $ 32.25 5.A.3 Maximum/Minimum Relative Density Tests per ASTM D-4253 and 4254 (Field and Laboratory) Per Test $ 187.93 5.A.4 Hourly Rate(min.4 hrs)*(Unlimited tests)(7am to 6pm)(equipment ONLY, tech NOT included) Per Hour $ 70.06 5.A.5 Evening Density Testing(9pm to 6am)(if requested by issuing dept., designee to be performed in the evening and to be paid at the min.4hrs Per Hour unlimited tests*)(equipment ONLY,technician NOT included) $ 93.41 B.Moisture Density Tests(Proctor) 5.B.1 Standard per AASHTO T-99 and ASTM D-698(non-traffic areas)(Min.2 tests Per Test per trip) $ 145.67 5.B.2 Modified per AASHTO T-180 and ASTM-1577(Building/Highway Projects) Per Test (Min.2 tests per trip) $ 165.69 C.Limerock Bearing Ratio(LBR)-FDOT Per Test $ 401.43 D.Carbonates on LBR Material(2 tests per trip) Per Test $ 83.40 E.Laboratory California Bearing Ratio(CBR)per ASTM D-1883(one Point) Per Test $ 309.14 5.E.1 Lab Proctor Test Per Test $ 163.46 5.E.2 Three Point CBR Per Test $ 389.20 F.Field California Bearing Ratio per Asphalt Institute MS-10(Latest Version) Per Test (Reaction Load by Others)(2 Tests min.) $ 471.49 G.Moisture Content Per Test $ 42.26 H.Organic Content 5.H.1 Limerock per AASHTO T-267(by Incineration) . Per Test $ 56.71 5.H.2 Test of Soil Chemical Analysis[(1972)P.R.Hesse P.211] (by Peroxide) Per Test $ 78.95 35 I.Grain Size per AASHTO T-27(Sieve Analysis only) Per Test $ 72.28 J.Mechanical Analysis per ASTM D-422 or T-11 and T-27 Per Test $ 76.73 K.Soil Classification per ASTM D-3282 and D-2487(AASHTO Unified-FAA) Per Test $ 107.86 L.Los Angeles Abrasion on rip-Rap per ASTM C-535(Large Size Coarse Aggregate) Per Test $ 286.90 M.Soundness on Rip-Rap per ASTM C-88(5 Cycle Sodium Sulfate) Per Test $ 318.03 N.Soil Specific Gravity per ASTM D-854 Per Test $ 67.83 0.Material Finer Than 200 Sieve Per ASTM C-117 Per Test $ 51.15 P.Liquid Limit per ASTM D-4318(Atterberg Limits) Per Test $ 84.51 Q.Salt Content per FDOT FM 5-516 Per Test $ 68.94 R.Limerock Base Thickness Determination-Min.3"dia.Holes FAAP-211(min.2 Per Test tests)(excludes mobilization and transportation) $ 88.96 5.R.1*unlimited tests Day $ 766.17 S.Limerock Chemical Analysis per DCPW,FDOT(2 tests min.) Per Test $ 97,86 T.Limerock Chemical Analysis per DCAD FAAP-211(2 tests min.) Per Test $ 97,86 U.Resistivity Test in Accordance with California Method 643-7 with Break-Down for test,Sampling,PH Measurement of Water and Soil,etc. Per $ 164.58 V.Sediment Tests Per Test $ 81.18 W.Soil Load Bearing Test(Plate Load)(Reaction Load By Others) 5.W.1 Static Load on Footings per ASTM D-1194 Per Test $ 581.58 5.W.2 Repetitive Static Load for Pavement per ASTM D-1195 Per Test $ 619.38 5.W.3 Non-Repetitive Static Load for Pavement er ASTM D-1196 Per Test $ 619.38 X.Soil Relative Density Tests(Vibro-Flotation/In-Situ Verification) 5.X.1 CPT Cone Penetration Test Soundings Per Foot $ 17,79 Y.Horticultural Service for Ph Value of Soil Per Test $ 46.70 Z.Horticultural Service for Soluble Salts in Soil Per Test $ 77,84 AA.Horticultural Service for Macro Nutrients in Soil Per Test $ 94.52 AB.Backfill Monitoring(4 hrs min.) Per Hour $ 77,84 AC.Geotechnical Engineer(min.2 hrs) Per Hour $ 140.11 6. ASPHALT CONCRETE (9.03) includes travel, mileage and certified report A.Asphalt Paving Design Mix Marshall Method(includes Sampling,Standard Design as Applicable Marshall Procedures)per Asphalt Institute Manual Series Per Mix No.2 $ 889.60 B.Analysis of Special Design Mix Per Mix $ 722.80 C.Marshall Properties(FDOT Procedures)(Aviation P-401/P-405)(Technician plus tests) 6.C.1 Stability per ASTM D-1559 or AASHTO D-T 245(set of 3 specimen) Per Set $ 137.89 6.C.2 Flow per ASTM-1559 or AASHTO D-T 245(set of 3 specimen) Per Set $ 128,99 6.C.3 Density per ASTM D-2726(set of 3 specimen) Per Set $ 130.10 6.C.4 Air Voids per ASTM-3203(set of 3 specimen) Per Set $ 128,99 6.C.5 Maximum density per ASTM D-2041 Per Set $ 84.51 6.C.6 Particle Coating per ASTM D-2489 Per Sample $ 142.34 36 6.C.7 Sampling/Prep. Per ASTM D-1559/D-2726 Per Sample $ 87.85 6.C.8 Bulk Specific Gravity of Drilled Core per ASTM D-2726 Per Core $ 61.16 6.C.9 Moisture Content-Drying per ASTM C-566 Per Sample $ 62.27 6.C.10 Moisture Content-Distillation per ASTM D-1461 Per Sample $ 147.90 6.C.11 Asphaltic Specific Gravity/Absorption of Aggregate Blends Per Aggregate Sample $ 113.42 6.C.12 Sampling Hot mix at Manufacturer per ASTM D-979 Per Hour $ 73.39 6.C.13 Effect of Water on Hot Mix per ASTM D-1075(set of 6 samples) Per Set $ 142.34 6.C.14-Washed Sieve Analysis Per Sample $ 72.28 6.C.15 AASHTO T-182 Per Sample $ 159.02 6.C.16 Flat/Elongated Pieces per ASTM D-4791 Per Sample $ 151.23 6.C.17 Effect of Moisture on Hot Mix per ASTM D-4867(set of 6 samples) Per Set $ 353.62 6.C.18 Sand Equivalent per ASTM D-2419 Per Sample $ 113.42 6.C.19 Effect of Water on Cohesion per ASTM D-1075/Modified Per Sample $ 213.50 D.Extraction/Gradation Analysis per ASTM D6307 Per Test $ 162.35 E.Asphalt Plant Technician Using FDOT Approved Plant,Laboratory and Procedures for Extraction,Gradation,Marshall Tests and Temperature Checks Hour (ASTM D-290-85)(per person,min.4 hrs) $ 92.30 F.Paving Technician for On-Site Paving Operations,Inspections per FDOT Hour Procedures(temperature,density testing and observation)(min.4 hrs.) $ 91.18 G.Asphalt densities(Nuclear-Back Scatter Method)(Min.4 tests) Per Test $ 33.36 H.Asphalt Core Drilling for Thickness Measurements(includes Asphalt Patching) per Core (min 6 cores per call-out) $ 66.72 ' I.Asphalt Cores Laboratory Tests for Measurements per ASTM D-3549 and Per Core weight per cubic foot,per ASTM D-2726(min 4 cores) $ 50.04 J.Gyratory Compaction(Bulk Specific Gravity) Per Sample $ . 134.55 7. TECHNICAL SERVICES (AVIATION) (9.03) A.P401 Technical Services-NICET III/FDOTII/Equivalent per ASTM D-3666 Aspalt lant Facilities and Initial Inspection,Quality Reviews,Design Mix/JMF Review,Technical Report/Meetings/Coordination.Oversight/PWL/reviews. Hour (min.2 hrs.) $ 139.00 B.P401/P602/P603/P609-Field Acceptance Inspection-Certified Inspection per ASTM D-3666 7.B.1 Level I Inspector(weekday min.4 hrs) Hour $ 92.30 7.B.2 Level II Inspector(weekday min.4 hrs) Hour $ 101.19 7.B.3 Cancellation Fee(Plant)(Per cancellation,per technician) Per $ 271.33 8. CONCRETE TECHNICIAN (9.03) INCLUSIVE OF TRAVEL, MILEAGE, DELIVERY AND CERTIFIED REPORT) A.Cylinders-cast and tested by laboratory 8.A.1 Standard 6"x 12"or 4"x 8"cylinder(concrete temperature test and slump test)(per ASTM C-31"Section 7" Lab.Strength Tests per C-39 using C-617 or Per Set C-1231)(max.5 cylinders per set) $ 125.66 8.A.2 Lightweight 3"x 6"cylinder includes concrete per ASTM C-495(max.5 Per Set cylinders per set) $ 125.66 8.A.3 Air Entrainment pas ASTM C-31(used Concurrently with Concrete Set Per Set $ 41.14 37 ' Testing) 8.A.4 Cylinder pick-up(when not cast by laboratory) Hour $ 65.61 B.Securing Structural or Pavement Cores per ASTM C-42(6"max.dia.)(3 cores min.) 8.B.18"deep Per Core $ 143.45 8.B.2 14"deep Per Core $ 174.58 8.B.3 12"deep x 12"diameter Per Core $ 333.60 C.Cores Trim and Compression Test per ASTM C-42 Per Test $ 45.59 D.Concrete Masonry Units per ASTM C-140 and C-551-Block/Brick per ASTM-140 8.D.1 Concrete Brick per ASTM C-551(min.2 bricks) 8.D.1A Compression Per Brick $ 51.15 8.D.1B Absorption Per Brick $ 73.39 8.D.1C Dimension Per Brick $ 50.04 8.D.1D Appearance Per Brick $ 48.93 8.D.2 Block, Manhole Per Test $ 86.74 8.D.3 Block,Concrete Compression per ASTM C-140-Individual Units Per Test $ 62.27 8.D.4 Block,Concrete Absorption per ASTM C-140-Individual Units Per Test $ 74.50 8.D.5 Moisture Content of Concrete Block per ASTM C-140 Per Block $ 62.27 8.D.6 Block Series, Dimensions,Compression,Absorption,Moisture Content and Per Block Unit Weight(Density)per ASTM C-140 $ 195.71 8.D.7 Mortar Cubes 2"x2"x2"Compression Test per ASTM C-109(min.3 per test) Per Cube (cast by others) $ 42.26 8.D.8 Masonry Prism per ASTM C-1314(fabricated by contractor)(unfilled) Per Prism $ 156.79 8.D.9 Sampling and pick-up(casting not included) Per Unit $ 71.17 8.D.10 Concrete Block Unit Weight per ASTM C-140 Per Block $ 68.94 8.D.11 Grout Cube Compression Test per ASTM C-1014(cast by others) Per Cube $ 24.46 8.D.12 Technician to Cast Mortar or Grout Cubes in Laboratory or On-Site(incl. slump and temp.tests)per ASTM C-1019 Hour $ 71.17 8.D.13 On-Site Masonry Inspector per ACI-530(min.4 hrs) Hour $ 92.30 E.Concrete Beams 8.E.1 Tension Test per ASTM C-496(Splitting Tension Test for Cylindrical Specimen, not beams) Per Test $ 73.39 8.E.2 Flexural Test per ASTM C-78(ASTM C-31,C-78)cast per ASTM C-36,(2 beams required per test) Per Beam $ 135.66 F.Air Content per ASTM C-173 or ASTM C-231 Per Test $ 40.03 G.Concrete Densities(Unit Weight)and Yield Test per ASTM C-138 Per Test $ 45.59 H.Design Mix per ACI-211 Standard Aggregate(Materials Furnished by Supplier) (Laboratory Sampling included)(1 Trial batch and 6 Cylinder Tests)(First of any Per Mix Series) $ 583.80 8.H.1(Additional Design Mixes in Series) Per Mix $ 453.70 8.H.2 Design Mix Materials Testing 8.H.2A Gradation Per Test $ 83.40 38 8.H.2B Fine Aggregate Gravity and Absorption C-127 Per Test $ 93.41 8.H.2C Coarse Aggregates Specific Gravity and Absorption C-128 Per Test $ 104.53 8.H.2D LA Abrasion C-88 Per Test $ 245.75 I I.On-Site Inspection per ACI-304 and ACI-311.5R(per site visit as approved by Hour ' the engineer)(4 hrs min.) $ 92.30 J.Concrete Plant Inspection per ACI-311.5(Mix and Weight Verification)(4 hrs min.) Hour $ 92.30 K.Windsor Probe Test per ASTM C-803(Penetration Resistance to Determine Uniformity)with equipment charge(Windsor Gun)(per trip per location) Per Trip $ 301.35 L.ASTM C-803(set of 3 probes per test) Per Set $ 120.10 M.Concrete Rebound Hammer Test per ASTM C-805(use of Spring Driven Steel per Hour Hammer to determine uniformity of in-place concrete)(4 hrs min.) $ 90.07 N.Pull-out per ASTM C-900(includes pin installation) Per Test $ 382.53 0.Thickness of Concrete per ASTM C-1383 Hour $ 78.95 P.Corrosion Activity per ASTM C-876 Hour $ 97,86 Q.Chloride Content 8.Q.1 Per ASTM C-1152 Per Test. $ 143.45 8.0.2 Per ASTM C-1218 Per Test $ 150.12 R.Pachometer(Magnometer)Readings for Rebar Location,approximate size Hour and Spacing(4 hrs min.) $ 90.07 S.Los Angeles Abrasion per ASTM C-131(small size coarse aggregate) Hour $ 250.20 T.Sieve Analysis per ASTM-136 Per Test $ 83.40 U.Absorption Fine Aggregate per ASTM C-128,Coarse Aggregate per ASTM Per Test C-127 $ 83.40 V.Specific Gravity Fine Aggregate per ASTM C-128,Coarse Aggregate per ASTM C-127 Per Test. $ 83.40 W.Weight per Cubic Feet per ASTM C-29 Per Test $ _ 83.40 9. STEEL (9.04) (use AWA, AMS, AWS, ASME, API, as applicable) A.Shop/Field Weld Inspection per ASTM D-5339(4 hrs min.) Hour $ 91.18 B.AWS,AWA,ASME Welder Tests-Groove or Fillet 9.B.1 Plate Per position $ 241.30 9.B.2 Pipe Per position $ 252.42 C.Reinforcing Steel Tensile Test(Min.3 Tests)-TENSILE ONLY DOES NOT INCLUDE TECHNICIAN TIME TO SET-UP MACHINE Per Bar $ 190.15 D.Reinforcing Steel Deformation Test Per Test $ 63.38 E.Reinforcing Bar Placement Inspection Hour $ 91.18 F.Chemical Laboratory Test 9.F.1 Weld Inspection and Dye Penetrant Weld Testing Hour $ 91.18 G.Radiograph Weld Inspection(min.4 tests) Per Test $ 157.90 H.Engineering Services 9.H.1 Special Inspector for Threshold Buildings(State Certified)(2 hrs min.) Hour $ 134.55 9.H.2 Special Inspector Designee(2 hrs min.) Hour $ 128.99 9.H.3 Special Inspector under the Florida Building Code(2 hrs min.) Hour $ 128.99 39 10. MECHANICAL (9.04) A.Sound Surveys(includes travel time) Hour $ 108.98 B.Lighting Surveys(includes travel time) Hour $ 108.98 11. FIRE PROOFING (9.04) A.Inspection of Sprayed-On Fireproof Coating on Structural Steel 11.A.1 4 hrs min Hour $ 90.07 11.A.2 Laboratory Unit Weight Test of Fireproofing Coating per ASTM E-605 Per Test $ 67.83 11.A.3 Field Adhesion/Cohesion Tests per ASTM E-736 Per Test $ 136.78 * if additional hours are required must have approval from issuing department 12. STRAIN MEASUREMENTS (SR4 INDICATOR) (9.04) A.Technician Services to install Gauges/Make Strain Reading(4 hr min.) Hour $ 90.07 13. ULTRASONIC INSPECTIONS (9.04) A.Services of an Ultrasonic Technician and Equipment(8 hrs min) Hour $ 139.00 B.Assistant Technician(8 hrs min) Hour $ 64.50 14. STRUCTURAL STEEL (9.04) A.Welding Inspector per AWS Code(4 hrs min) Hour $ 91.18 B.Structural Steel Shop or Field Inspector(4 hrs min) Hour $ 91.18 C.Bolt Tightening Inspection by Using: 14.C.1 Torque Wrench Hour $ 91.18 14.C.2 Reg.Wrench Hour $ 91.18 14.C.3 Filler Gauge Hour $ 91.18 D.Structural Steel Testing/Inspection(4 hrs min) Hour $ 91.18 15. WELDING (9.04) A.AWS Certified Inspector(2 hrs min)(per inspection) Hour $ 91.18 B.AWS Certified Welding Inspector/1 hr PADI Certified(min 2 inspections per Hour inspection) $ 157.90 16. MAGNETIC PARTICLE TESTING (MAGNAFLUX) (9.04) A.Services of a non-destructive technician Hour $ 91.18 B.Magnaflux Testing Hour $ 86.74 17. ROOFING (9.05) (all tests performed shall be in accordance with current edition of the Florida Building Code at time the work is issued) A.Built-up roof sample analysis(test method for moisture in mineral aggregate Per Test used for built-up roofs)(ASTM D-1864) $ 58.94 B.ASTM 3617 Per Test $ 338.05 C.Compression Test-Roof Tiles Hour $ 64.50 D.Absorption Test-roof tiles(per set of 5) Per Set $ 259.10 E.Up-Lift test of roof tiles(per set of 5) Per)Set $ 313.58 F.Core Samples(per architect/engineer's recommendation) Per Sample $ 81.18 G.Visual Inspections 17.G.1 Per job min. Per Job min. $ 793.97 40 I ' 17.G.2 Per square foot Per Sq. Ft $ 0.18 H.Infrared Moisture Survey(mobilization of equipment) 17.H.1 Per job min. Per Job min. $ 880.70 17.H.2 Per square foot Per Sq. Ft $ 0.31 I.Asbestos Testing Per Sample $ 70.06 J.Nuclear Moisture Testing 17.J.1 Per job min. Per Job min. $ 838.45 17.J.2 Per square foot Per Sq. Ft $ 0.24 K.Impedance Moisture Survey(machine)(max 3 cores) 17.K.1 Per job min. Per Job min. $ 878.48 17.K.2 Per square foot(additional square foot survey) Per Sq.Ft $ 0.29 L.Bonded Pull Test Per Test $ 223.51 M.Fastener Pull Test(First 10,000 sq.ft.per deck)(10 tests) Per Test $ 878.48 17.M.1 Per new roof(core sample) Per Test $ 55.60 17.M.2 Existing roof(core sample) Per Test $ 66.72 N.Bell Chamber Test(max.2 tests/any additional test$300.00) Per Test $ 834.00 0.Title Uplift Test(TAS 106) 17.0.1 Per square feet(2,500 sq.ft) Per Sq.Ft $ 278.00 17.0.2 Additional per square Per Sq. Ft $ 22.24 P.Engineer's Report Hour $ 140.11 22. MAINTENANCE OF TRAFFIC (to be negotiated by issuing dept if required 23. ENGINEERING SERVICES A.C.A.D.Operator Hour $ 80.06 B.Staff Engineer Hour $ 100.08 C.Professional Engineer Hour $ 133.44 D.Senior Engineer Hour $ 159.02 E.Principal Hour $ 167.91 F.Clerical/Administrative Hour $ 53.38 G.Engineering Technician(applies to all sub-categories) Hour $ 72.28 Note:Fees paid to the laboratories for the work performed shall be in accordance to the negotiated fee 24. UNDERGROUND UTILITY LOCATION AND INSPECTION It shall be noted that work performed for UNDERGROUND UTILITY LOCATION AND INSPECTION belongs to Sub-Category 15.03-Underground Utility Location,Category 15.00 SURVEYING AND MAPPING. Laboratory firms must be Certified under Category 15.00,Sub-Category 15.03 in order to perform this type of work or they shall Sub-Contract any of the firms certified under this Category. A.Utility Designation-Electronically Scan and Determine the Horizontal and Vertical Location of Buried Utility Lines. (Min.3 Hrs.) Per Hour $ 166.80 B.Expose Utility Lines by Air/Vacuum System(Soft Dig),Creating a Small Diameter Hole to be Plotted on Base Maps to Scale. Work Reviewed and Certified by a Florida Registered Land Surveyor.(Includes Cost Associated with Restoration and Photographs/Drawings to Document/Generate Complete Certified Report 41 24.B.1 Per Test Hole(In Pavement)(Min.3 Tests p r Visit) Per Test $ 945.20 24.B.2 Per Test Hole(In Soil)(Min.3 Tests per Visit Per Test $ 945.20 C.Utility Location Inspector to Verify and Coordinate Location and Per Hour Documentation of Utility Company(Min.2 Hrs.per Test Location). $ 88.96 42 SCHEDULE C APPROVED SUBCONSULTANTS SUBCONSULTANTS • No preapproved sub-consultants submitted with proposal 43 ATTACHMENT A RESOLUTION, COMMISSION ITEM, AND COMMISSION MEMORANDUM RESOLUTION NO. 2018-30544 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER, PURSUANT TO REQUEST FOR QUALIFICATIONS (RFQ) NO. 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH RADISE INTERNATIONAL, LC,AS THE TOP RANKED PROPOSER;PROFESSIONAL 'SERVICE INDUSTRIES, INC.,AS THE SECOND RANKED PROPOSER; GFA INTERNATIONAL, INC., AS THE THIRD RANKED PROPOSER;UNIVERSAL ENGINEERING SCIENCES, INC, AS THE FOURTH RANKED PROPOSER; TERRACON CONSULTANTS, INC., AS THE FIFTH RANKED PROPOSER; NUTTING ENGINEERS OF FLORIDA, INC. AND WOOD ENVIRONMENT & INFRASTRUCTURE SOLUTIONS, INC, AS THE SIXTH RANKED PROPOSERS; WINGERTER LABORATORIES, AS THE EIGHTH RANKED PROPOSER; AND TIERRA SOUTH FLORIDA,INC.AS THE NINTH RANKED PROPOSERS; AND FURTHER AUTHORIZING THE MAYOR: AND CITY CLERK TO EXECUTE AGREEMENTS WITH EACH OF THE FOREGOING PROPOSERS UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION. WHEREAS, on April 11, 2018, the City Commission approved to issue the City Commission approved to issue the Request for Qualifications (RFQ) NO. 2017-097-KB, for citywide geotechnical and laboratory testing services on an as-needed basis;and WHEREAS, Request for Qualifications No. 2018-097-KB (the "RFQ") was released on April 12,2018;and WHEREAS,a voluntary pre-proposal meeting was held on April 25,2018;and WHEREAS,on July 30,2018,the City received a total of nine(9)proposals;and WHEREAS, on August 23, 2018 and September 10, 2018, an Evaluation Committee ("Committee') appointed by the City Manager, via Letter to Commission (LTC) No. 454-2018, convened to consider the responsive proposals received;and WHEREAS,the Committee was provided an overview of the project, information relative to the City's Cone of Silence Ordinance and the Government Sunshine Law,general information on the scope of services,and a copy of each proposal;and WHEREAS,the Committee's ranking was as follows: RADISE International, LC, as the top ranked proposer;Professional Service Industries,.Inc., as thesecond ranked proposer;GFA International, Inc., as the third ranked proposer; Universal Engineering Sciences, Inc, as the fourth ranked proposer; Terracon Consultants, Inc,, as the fifth ranked proposer; Nutting Engineers of Florida, Inc. and Wood Environment & Infrastructure Solutions, Inc, as the sixth ranked proposers; Wingerter Laboratories, as the eighth ranked proposer; and Tierra South Florida,Inc.as the ninth ranked proposers;and WHEREAS, after reviewing all the submissions and the results of the evaluation process, the City Manager recommends that.the Mayor and City Commission approve the resolution authorizing the.Administration to enter into negotiations with RADISE International, 44 LC, as the top ranked proposer; Professional Service.Industries, Inc.,,as the second ranked proposer;GFA International,Inc.,as the third ranked proposer;Universal Engineering Sciences, Inc, as the fourth ranked proposer; Terracon Consultants, Inc., asthe fifth ranked proposer; Nutting Engineers of Florida, Inc. and Wood Environment&Infrastructure Solutions, Inc, as the sixth ranked proposers; Wingerter Laboratories, as the eighth. ranked proposer; and Tierra South Florida, Inc.as the ninth ranked proposers. NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission hereby accept the recommendation of the City Manager, pursuant to Request for Qualifications (RFQ) No. 2018-097-KB, for Citywide Geotechnical and Laboratory Testing Services on an As-Needed Basis; authorize the Administration to enter into negotiations with RADISE International, LC, as the top ranked proposer; Professional Service Industries, Inc., as 1 the second ranked proposer; GFA International, Inc., as the third ranked proposer, Universal Engineering Sciences, Inc, as the fourth ranked proposer, Terracon Consultants, Inc., as the 1 fifth ranked proposer; Nutting Engineers of Florida, Inc.and Wood Environment& Infrastructure Solutions, Inc, as the sixth ranked proposers; Wingerter Laboratories, as the eighth ranked proposer;and Tierra South Florida, Inc. as the ninth ranked proposers;and further authorize the Mayor and City Clerk to execute agreements with each of the foregoing proposers upon conclusion of successful negotiations by the Administration. PASSED AND ADOPTED this /7 day of 018. Dan Gelber,Mayor ATTEST: City Raf/çjrado,CiIrk T,\AGENIJAl2018'10 October\ProcuremenBRFQ 2018-097-KB Geotechnical Senices%RFQ-2018.097-KB Geotechnical Services Resolution..docCy'l ,,c<7\1\teJ t. E34 •,,. C. APPROVED AS TO G * T Ay' FORM&LANGUAGE INCO pi for;ir-.,• * .- &FOR EXECUTION ()-N<,.-74..-'-..`n. ...',,,,...01).`.-,j;.. totar(— f 6- q - (Si `,',:�Y City Attorney ....3.,e Data 45 1 l Resolutions-C7 AA MIAMI BEACH COMMISSION MEMORANDUM TO: Honorable Mayor and Membersof the City Commission FROM: Jimmy L. Morales, City Manager DATE: October 17,2018 SUBJECT:A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA,ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER, PURSUANT TO REQUEST FOR QUALIFICATIONS (RFQ) NO. 2018- 097-KB FOR. CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH RADISE INTERNATIONAL, LC,AS THE TOP RANKED PROPOSER; PROFESSIONAL SERVICE INDUSTRIES, INC., AS THE SECOND RANKED PROPOSER; GFA INTERNATIONAL, INC., AS THE THIRD RANKED PROPOSER; UNIVERSAL ENGINEERING SCIENCES, INC., AS THE FOURTH RANKED PROPOSER;TERRACON CONSULTANTS, INC.,AS THE FIFTH. RANKED PROPOSER; NUTTING ENGINEERS OF FLORIDA, INC. AND WOOD,ENVIRONMENT&INFRASTRUCTURE SOLUTIONS, INC.,AS THE SIXTH RANKED PROPOSERS; WINGERTER LABORATORIES, AS THE EIGHTH RANKED' PROPOSER; AND TIERRA SOUTH FLORIDA, INC. AS, THE NINTH RANKED PROPOSERS;AND FURTHER AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AGREEMENTS WITH EACH OF THE FOREGOING PROPOSERS UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION. RECOMMENDATION Adopt the Resolution. ANALYSIS The City"requires the services of consulting firms to perform citywide geotechnical and soil testing services for the Capital Improvement Program(CIP) and Public Works Departments. For five (5) years,the City has contracted with several consulting firms to provide these services. In order to consider a replacement contract, the City is seeking proposals from qualified firm(s) to perform citywide geotechnical and soil testing services. Geotechnical,soil testing and/or lab testing services are required for proper pre-planning of construction,projects for the City. Many of the City's CIP and Public Works projects will require, during one time or another, a geotechnical, soils or lab testing report to validate either the City's Engineer's or any Architect's or Engineer of Records recommendations as to any site, building or any other project's'unknown characteristics. Through the issuance of this RFQ the City will be able to adequately plan and incorporate geotechnical and soil testing services as part of the pre-construction preparatory work,which is a phase of every City construction project. In addition,the Geotechnical firm(s)would provide personnel that are qualified, Page 506 of 1637 46 trained and thoroughly familiar with the City's rules,policies, and procedures in inspection, sampling testing, and reporting various areas and stages of construction. The ability to have a list of Geotechnical firms to be contacted on an as needed basis would enable the City to utilize these. services when the need arises. RFQ PROCESS On April 11,2018,the City Commission approved to issue the Request for Qualifications(RFQ)NO. 2018-097-KB,for citywide geotechnical and laboratory testing services on an as-needed basis_ On April 12,2018,the RFQ was issued.The Procurement Department issued solicitation notices to 683 firms utilizing www.publiicpurchase.com. 62 prospective proposers accessed the advertised solicitation.A voluntary pre-proposal conference to provide information to the proposers submitting a response was held on.April 25,2018. RFQ responses were due and received on July 30,2018. The City received proposals from the following nine(9)firms: • GFA International, Inc. • Nutting Engineers of Florida,Inc. • Professional Service Industries,Inc. • RADISE International, LC • Terracon Consultants,Inc. • Tierra South Florida, Inc. • Universal Engineering Sciences,Inc • Wingerter Laboratories • Wood Environment&Infrastructure Solutions,Inc. On August 14,2018 the City Manager appointed the Evaluation Committee via LTC#454-2018.The Evaluation Committee convened on August 23,2018 and.September 10,2018 to consider proposals received.The second meeting was held since one firm inadvertently failed receive the notification of the evaluation committee. The committee was comprised of Pilar Caurin, Capital Projects Coordinator, Capital Improvement Projects Office, City of Miami Beach; Eugene Egemba, Engineer, Public Works, City of Miami.Beach; Pedro Fuentes, Engineer, Public Works, City of Miami Beach; Jose Perez, Capital Project Coordinator, Capital Improvement Projects Office, City of Miami Beach; Jorge Rodriguez, Capital Project Coordinator, Capital Improvement Projects Office, City of Miami Beach The Committee was provided an overview of the project, information relative to the City's Cone of Silence Ordinance and the Government Sunshine Law. The Committee was also provided with general information on the scope of services, a copy of each proposal, and a presentation by each proposing firmThe Committee was instructed to score and rank each proposal pursuant to the evaluation criteria established in the RFQ.The evaluation process resulted in the ranking of proposers as indicated in Attachment A,in the following order: 1. RADISE International,LC 2. Professional Service Industries,Inc. 3. GFA International, Inc. 4. Universal Engineering Sciences, Inc 5. Terracon Consultants,Inc. 6. Nutting Engineers of Florida,Inc. 7. Wood Environment&Infrastructure Solutions,Inc. 8. Wingerter Laboratories 9. Tierra South Florida, Inc. Due to the number of responses, a summary of each top-ranked firm or the firm's proposal is available upon request. Page 507 of 1637 47 CONCLUSION I have reviewed the submittals and the results of the evaluation process. I have also considered the needs of the City that include a wide variety of geotechnical services', especially in consideration of potential GO bond projects.All of the nine(9)proposals received are from very weft qualified firms. Each one of these firms has its own unique experiences from which the City may benefit depending on the project being considered. This especially important since the purpose of the RFQ is to proactively establish contracts for future services that are not yet identified. For this reason, I believe it is,important to have a wide range of service providers that the City can quickly access to address any project or emergency needs that may arise. For this reason, I believe it is the City's best interest to, establish contracts with all the firms so that future needs for services can be quickly addressed. Therefore, I recommend that the Mayor and City Commission approve the Resolution authorizing the Administration to enter into negotiations with RADISE International, LC, as the top ranked proposer; Professional Service Industries, Inc.,as the second ranked proposer; GFA International, Inc.,as the third ranked proposer; Universal Engineering Sciences, Inc,as the fourth ranked proposer;Terracon Consultants, Inc., as the fifth ranked proposer; Nutting Engineers of Florida, Inc. and Wood Environment& Infrastructure Solutions, Inc, as the sixth ranked proposers; Wingerter Laboratories, as the eighth ranked proposer; and Tierra South Florida, Inc. as the ninth ranked proposers; and further authorize the Mayor and City Clerk to execute agreements with each of the foregoing proposers upon conclusion of successful negotiations by the Administration. FINANCIAL INFORMATION The cost of the related services, determined upon successful negotiations, are subject to funds availability approved through the City's budgeting process. Grant funding will not be Utilized for this project. Legislative Tracking Capital Improvement Projects/Public Works/Procurement ATTACHMENTS: Description D Attachment A:Scoring and Ranking o Resolution • Page 508 of 1637 48 REOIIFST FORRUAUFICATLON$LRFOI .e• i CiryPdIL GwlAlfin1a1 a1P la5vnUnyTWlny E99a i - 54M3etOnene5N5edldBalil Phu Gunn ,sIP:9mma Paha 11.414 ,7990977J w` Jots,Ratlnww+ Low RfAa@'W. �a GNCL ZOI6-0971f8 a 77431. .g 05,1161.9Chita.* SuNvw 9441)5. Qumalin I INMal 59)1)5. 33,x336. 6,bw1 d..I. 5var91wlw I 5ugwl 366521ln I 39.4149). 531,1) P5[19EWema59nel LC' 9e 6 103 t 0 S 3 5P 5 9; 3� 94 5 99 5 PO _ _90 1. 9)35 a)W 5 691M95t45 he & 5 _ _ —1— 5 I CFA 69 9 33 _ I. 93 5_ 55 1 97 5 _ 593) ® '2.: 3 U....a k545.3 e5 5 el 7 P7 6 IJ 5. e6 5 —FJ I 96 5 �y —� — -3 Urc2rtel Ergi4Fdrq 5Siertas'rs 69 3 e3 d % ] 8 5 'Q 3 53 __. TP_?m Cbwitm¢Inc _ _ 90 5 95 4 — _ L_ 95 3 55 _ .i 60 , _ 9) —©I 6 Jnfma F3yieaa@ Fbtla.he 5J —5 91- 3 54 _5 a. 4 S______€_13 —0.- 9 9 —55_ 6•— k 5 .____OL- ©f®6 0 Nbat Eniamaea6�MayaiMya•596Ib¢hG -- 5 95�j 6) 5 87 •Ea 36 _5 _is @ 93 6 32 _ 3_ 55 5 _ 93 jg ju_ ;• Wrgeakr Whwaavec - a1 y, of S 00 S _ L•, S 55 _ 5 fl_ •5 55 _ _ Tera EMI F10913 I� 95 S 41 4 33 !e II fe 5 13 7 09 S n: Id 51 5 93 �•-0 N _ 39 9 Cumi..4.51W L E656la. �� rc� 5F4165 . ' %Ono EMh 81 Word.819 — .. 451455 mil$an5ehadie9 1n[ .7_ s436@ Inenawtd LC 3 1• •Y36aSa•Corultd915 It fk raEatIe Moeda loc. wrens;Ena8f8Yp Schou 9) 3 I' Wieaa)arizbmalma _ Wyl Ewhcorlleft 5@frost..Santoro Iuc , a t -13. CO Page 509 of 1637 ATTACHMENT B REQUEST FOR QUALIFICATIONS (RFQ) 50 iIMAM BEACH I City of Miami Beach,1755 Meridian Avenue,3rd Floor,Miami Beach, Florida 33139,www.mlamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490 ADDENDUM NO. 11 RFQ 2018-097-KB ' FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS July 23,2018 This Addendum to the above-referenced RFQ is issued In response to questions from prospective proposers, or other clarifications and revisions issued by the City. I. REVISION. Appendix C, Cl. Minimum Eligibility Requirements has been DELETED. RFQ has been revised as follows. •- • ••- • . • . __• -. _ _• _ •_ - : •_ := __ _ :e.... :••:• - ' - e-- - - .R—thr-- . .. . _ -• _. -- • - -e - - . considered. - e- -- • a-- -- : 'e. 9:..e... ••-• e .•_ -•. - - - •_-- --:- - co: Per Special Condition 17 below, within 30 days from notification of award, Consultant shall possess any and all licenses required by the State of Florida, Division of Business and • Professional Regulations AND Miami-Dade County to perform the work. . II. REVISION. Section 0300, Tab 1, Cover Letter & Minimum Qualifications Requirements and Tab 2, . Experience&Qualifications, have been revised as follows: • TAB 1 Cover Letter&Minimum Qualifications Requirements 1.1 Cover Letter and Table of Contents. The cover letter must indicate Proposer and Proposer Primary Contact for the purposes of this solicitation. • 1.2 Response Certification, Questionnaire & Requirements Affidavit (Appendix A). Attach Appendix A fully completed and executed. -pesifisatiers / TAB 2 I Experience&Qualifications • 2.1 Qualifications of Proposing Firm. Submit detailed information regarding the firm's history and relevant experience and proven track record of providing the scope of services similar as identified in this solicitation, including experience in providing similar scope of services to public sector agencies. For each project that the proposer submits as evidence of similar experience, the following is required: project description, agency name, agency contact, contact telephone & email, and year(s) • and term of engagement. • - "• '.cs Department; ch-nical 1 ADDENDUM NO.11 RFQ 2018-097-KB TESTING SE FOR CITYWIDERVICES GEOTECHNICONANAS-AL AND NEEDED LABORATORYBASIS • 2.1.1. Submit copies of all currently held applicable licensure(s) or certificate(s) from Miami- Dade County or the State of Florida relating to geotechnical and laboratory testing services. If any license which the bidder currently does not possess is required to perform the work, state the bidders plan to achieve said licensure if awarded. 2.2 Qualifications of Proposer Team. Provide an organizational chart of all personnel to be used for this project if awarded, the role that each team member will play in providing the services detailed herein and each team members' qualifications. A resume of each individual, including education, licensure, experience, and any other pertinent information, shall be included for each respondent team member to be assigned to this contract. 2.2.1. Submit copies of all currently held applicable licensure(s) or certificate(s) from Miami- Dade County or the State of Florida relating to geotechnical and laboratory testing services. If any license which the bidder currently does not possess is required to perform the work, state the bidders •Ian to achieve said licensure if awarded. 111. REVISION. Appendix D, Special Conditions has been revised as follows: 1. TERM OF CONTRACT. Five(5) y ars. This contract shall remain In effect for three (3) years from date of contract execution by the Mayor and City Clerk. 2. OPTIONS TO RENEW. ‘- ---. _ - _- _ -5 • _ -__ _•_ The City of Miami Beach has the option to renew the contract at the sole discretion of the City Manager for an additional two (2), one (1) year periods, on a year-to-year basis. Renewal of the contract is a City of Miami Beach prerogative, not a right of the Contractor. Such option will be exercised, if at all, only when it is in the best interest of the City of Miami Beach. In the event that the contract is held over beyond the term herein provided it shall only be from a month-to-month basis only and shall not constitute an implied renewal of the contract. Said month to month extension shall be upon the same terms of the contract and at the compensation and payment provided herein, and shall not exceed six(6)months. • ' I IV. ANSWERS TO QUESTIONS BY PROSPECTIVE PROPOSERS VIA EMAIL. Q1: Has the City amended the questions deadline past May 15th, 2018? Does the City expect to receive and answer questions from the second Q&A addenda to be released? Will the City tell us if there is a deadline or standard for hours/days prior to a due date we might expect to receive additional addenda? Al: The deadline for questions has concluded. No further questions will be considered. No due date extensions will be considered. • •• • . 2 ADDENDUM NO.11 RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS • ' f Any questions regarding this Addendum should be submitted In writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranadomiamibeachfl.qov. Procurement Contact: Telephone: Email: Kristy Bada 305-673-7000, ext. 6218 kristybada@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Potential proposers that have elected not to submit a response to the RFQ are requested to complete and return the "Notice to Prospective Bidders"questionnaire with the reason(s)for not submitting a proposal. 'Sing -rely, I A IAI_* D-R'- iPri.curement Director • • • • • • I 1 � I 3 ADDENDUM NO.11 RFQ 2018-097-KB • FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS • MIAMI B EAC H City of Miami Beach,1755 Meridian Avenue,3rd Floor,Miami Beach,Florida,33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490 ADDENDUM NO. 10 RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS July 20,2018 This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. I. RFQ DUE DATE AND TIME. The deadline for the receipt of bids is extended until. 3:00 p.m., on Monday,July 30, 2018, at the following location: City of Miami Beach Procurement Department . 1755 Meridian Avenue,3`d Floor Miami Beach, Florida.33139 Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow • for traffic or other delays for which the Proposer is solely responsible. ►. • - • • If I • • • III ? n • . . I • • • . II - YD. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below,with a copy to the City Clerk's Office at RafaelGranado anmiamibeachfl.aov. Procurement Contact: Telephone: Email: Kristy Bada 305=673-7000,ext.6218 , kristybada@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Potential proposers that have elected not to submit a response to the RFQ are requested to complete and return the"Notice to Prospective Bidders"questionnaire with the reason(s)for not submitting a proposal. erel Alex Denis Procurement Director 1 ' ADDENDUM NO.10 RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS MIAMI BEACH City of Miami Beach,1755 Meridian Avenue,3rd Floor, Miami Beach,Florida 33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490 ADDENDUM NO.9 RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES.ON AN AS-NEEDED BASIS July 13,2018 This Addendumto the above-referenced RFQ isissued in response to questions from prospective proposers, or ;other clarifications and revisions issued by the City. I. RFQ DUE DATE AND TIME..The deadline for the receiptof bids is extended until _ 3:00 p.m., on Monday,July 23, 2018, at the following location: City of Miami Beach Procurement Department 1.755 Meridian Avenue, 3'd Floor Miami Beach, Florida 33139 Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. P. • - . • ► ' • ii lel ' r► L • AIN - S• INS S • * 1 • - •. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below,with a copy to the City Clerk's Office at RafaelGranadoe.miamibeachfl.gov: Procurement Contact: Telephone: Email: Kristy Bada 305-673-7000,ext.6218 kristybada@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Potential j proposers that have elected not to submit a response to the RFQ are requested to complete and return the"Notice 'to Prospective Bidders"questionnaire with the reason(s)for not submitting a proposal. erel�r� AR l Alex Denis Procurement Director 1 ADDENDUM NO.9 RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS ,MAMIBEACH City of Miami Beach,1755 Meridian Avenue,3rd Floor, Miami Beach,.Florida 33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490 ADDENDUM NO. 8 RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED.BASIS July 6, 2018 This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. I. RFQ DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on Monday, July 16, 2018, at the following location:. City of Miami Beach Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposerls solely responsible. ? A FORTHCOMING ADDENDUM WILL CONTAIN RESPONSES TO QUESTIONS RECEIVED. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below,with a copy to the City Clerk's Office at RafaelGranado( miamibeachfl.gov. ' Procurement Contact: Telephone: Email: Kristy Bada 305-673-7000, ext.6218 kristybada@miamibeachfl.gov Proposers are reminded to acknowledge receiptof this addendum as part of your RFQ submission. Potential proposers that have elected not to submit a response to the RFQ are requested to complete and return the"Notice to Prospective Bidders"questionnaire with the reason(s)for not submitting a proposal. Alex Denis Procurement Director • 1 ` ADDENDUM NO.8, RFQ 2018-097-KB . FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS { { I � MIAMI BEACH City of Miami Beach,1755 Meridian Avenue,3rd Floor, Miami Beach,,Florida 33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT .Tel:,,305-673-7490 ADDENDUM NO. 7 RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS June 29, 2018 This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. I. RFQ DUE DATE AND TIME. The deadlinefor the receipt of bids is extended until 3:.00 p.m., on Monday, July 9, 2018, at the following location: City of Miami Beach Procurement Department 1755 Meridian.Avenue, 3`d Floor Miami Beach, Florida 33139 Late proposals will,not be accepted. Proposers are cautioned to plan sufficient time to allow fortraffic or other delays for which the Proposer is solely responsible. A FORTHCOMING ADDENDUM WILL CONTAIN RESPONSES TO QUESTIONS RECEIVED. ' 1 Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below,with a copy to the City Clerk's Office at RafaelGranadoamiamibeachfl:gov. Procurement Contact: Telephone: Email: , Kristy Bade 305-673-7000,ext.6218 kristybada@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Potential proposers that have elected not to submit a response to the RFQ are requested to complete and return the"Notice to Prospective Bidders"questionnaire with the reason(s)for not submitting a proposal: erel � { AR Alex Denis Procurement Director 9 I ADDENDUM NO.7 RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS MIAMI BEACH City of Miami Beach,1755 Meridian Avenue,3rd Floor,Miami Beach, Florida 33139,www.miamibeachfl.gov PROCUREMENT DEPARTMENT Tel: 305-673-7490 ADDENDUM NO. 6 RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS June 22,2018 I ;This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. I. RFQ DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on Monday, July 2, 2018, at the following location: City of Miami Beach Procurement Department 1755 Meridian Avenue, 3`d Floor Miami Beach, Florida 33139 1 Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. prop• Ill ABB ►r • 1 . 1 . • S 1 • . 1 01 - 1 B. Any questions regarding this Addendum should be submitted inwritingto the Procurement Department to the P attention of the individual named below,with a copy to the City Clerk's Office at RafaelGranadoOmiamibeachfl.aov. Procurement Contact: Telephone: Email: Kristy Bada 305-673-7000, ext.6218 kristybada@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Potential proposers that have elected not to submit a response to the RFQ are requested to complete and return the"Notice to Prospective Bidders"questionnaire with the reason(s)for not submitting a proposal. 17.71.......werel r Alex Denis Procurement Director 1 ADDENDUM NO.6 RFQ 2018-097-KB FOR CITYWIDE.GEOTECHNICAL AND LABORATORY i TESTING SERVICES ON AN AS-NEEDED BASIS 1 1 ' MIAMIBEACH City of Miami Beach,1755 Meridian Avenue,3rd Floor,.Miami Beach, Florida 33139,www.miamibeachfl.gov ' PROCUREMENT DEPARTMENT Tel: 305-673-7490 ADDENDUM NO.,5 RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS June 19, 2018 ' I This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers, or 'other clarifications and revisions issued by the City. I. RFQ DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on Wednesday,June 27, 2018, at the following location: City of Miami Beach Procurement Department 1755,Meridian Avenue, 3'd Floor Miami Beach, Florida 33139 Late proposals will not be accepted. Proposers,are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. II. ATTACHMENTS. Exhibit A: Rate Schedule of City's Current Confact for Geotechnical and Laboratory Testing Services Exhibit B: Pre-Proposal Sign-in Sheet III. REVISION. Appendix C, Cl. Minimum Eligibility Requirements has been revised as follows. The Minimum Eligibility requirements for this solicitation are listed below. Proposer shall submit, the required submittal(s). documenting compliance with each minimum requirement with its proposal or within three (3) days of request by the City. Proposers that - '- -- •- -- ' - -••'• ' • ' - -- : fail to comply withminimum requirements shall be deemed non-responsive and shall not have its proposal considered. 1. Bidder (defined as the Firm) shall hold - - -- = .- _- _ " -. - . e a geology business certification from the Florida Department of Business and Professional Regulation. 1 ADDENDUM NO.5 RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS 1 i r IV. REVISION. Section 0300, TAB 2, Experience &Qualifications, has been revised as follows: TAB 2 Experience&Qualifications 2.1 Qualifications of Proposing Firm. Submit detailed information regarding the firm's history and relevant experience and proven track record of providing the scope of services similar as identified in this solicitation, including experience in providing similar scope of services to public sector agencies. For each project that the proposer submits as evidence of similar experience, the following is required: project description, agency name, agency contact, contact telephone & email, and year(s)and term of engagement. 2.1.1. Provide-list of Miami-Dade County, Internal Services Department, Technical Certifications. Is the Proposer certified by Miami Dade County as a Technical Certified Firm in Category 10.02,Geology Services? 2.1.2 Miami-Dade County, Internal Services Department,Technical Certifications. Is the Proposer certified by Miami Dade County as a Technical Certified Firm in any Category 9.00, Soils, Foundations and Materials Testing? 2.2 Qualifications of Proposer Team. Provide an organizational chart of all personnel and-consultants to be used for this project if awarded,the role that each team member will play in providing the services detailed herein and each team members'qualifications.A resume of each individual, including education,licensureexperience, and any other pertinent information,shall be included for each respondent team member to be assigned to this contract. V. ANSWERS TO QUESTIONS BY PROSPECTIVE PROPOSERS VIA EMAIL. Q1: In relation to question #4, because the volume of work in these service areas is so small (<5%), we ask that the requirement be removed as a requirement of the Prime, as it is not feasible for a small business to support this type of staff full time. Or, as an alternate, would the City consider allowing these services to be provided by a Sub on the Prime's Team? Al: The City has issued the RFQ under the requirements of Section 287.055, Florida Statutes, commonly known as Consultant's Competitive Negotiation Act (CCNA), which requires for the City to consider the volume of work previously awarded to each firm by the agency. Q2: Undee-Appendix C the RFQ lists minimum eligibility requirements of asbestos and geology business certifications (page 26 C1). As this does not seem applicable to this RFQ will the City please confirm that this is a requirement? A2: Refer to Revision above. Q3: Who are the incumbents of this contract? A3: GFA International, Inc., Wingerter Laboratories, Universal Engineering Sciences, Inc., HP Consultants, Inc., and Radise International, LLC. Q4: Tab 3 Approach & Methodology: a) Is there a preferred format for responses to all items in Tab 3? b) Does the City require copies of actual reports and/or forms used for projects where we have provided services outlined in Tab 3? A4: Responses shall be in sufficient detail and include supporting documentation, as applicable, which will allow the Evaluation Committee to complete a fully review the qualifications of the Proposer. 2 ADDENDUM NO.5 RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS r • Q5:We recently had D&B send the City an SQR for RFQ 2018-141-ND a) Can you verify that you received it? b) Is it necessary for us to have D&B send it to the City again for this RFQ? A5: Within three (3) business days of request by the City, Each Proposer shall arrange for Dun & Bradstreet to submit a Supplier Qualification Report (SQR) directly to the Procurement Contact named in the RFQ. Q6: Appendix C Minimum Requirements and Specifications: a) Is anything else required besides a copy of the firm's asbestos and geology licenses? b) Is anything required for C.2? c)Typically for this type of work, we are asked for a copy of the firm's engineering license. Would you also like a copy of that license? A6: Refer to Revision above. Q7: The Minimum Requirement in C.1 includes "Bidder (defined as the Firm) shall hold an asbestos business certification AND a geology business certification from the Florida Department of Business and Professional Regulation." Are asbestos services included in the expected Scope of Work under this contract; and if so, can you provide a clarification on what type of services? A7: Refer to Revision above. Q8: What are the anticipated fees to be awarded under this contract? A8: Fees have not been established and will be negotiated with successful proposer(s) during negotiations. Q9: What firms were awarded under the previous contract and what were the total fees per awarded per firm? A9: Please refer to response A4 and Exhibit A. Q10: In the subject RFQ, Appendix D, Special Conditions, Item #13 (pg.32) of RFQ states that there is a sample contract attached to the RFQ. Can you please provide the sample contract? A10: Sample contract will be provided to the successful proposer(s) during negotiations. Q11: Please send us a list of all attendees to the pre-proposal meeting including those called in. All: Please refer to Exhibit B. 3 ADDENDUM NO.5 RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS • Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranadoaa.miamibeachfl.aov. Procurement Contact: Telephone: Email: Kristy Bada 305-673-7000, ext. 6218 kristybada@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Potential proposers that have elected not to submit a response to the RFQ are requested to complete and return the"Notice to Prospective Bidders"questionnaire with the reason(s)for not submitting a proposal. Sincerely, • Al:x Deni Pr) - ent Director • • • • • • • 4 ADDENDUM NO.5 RFQ 2018-097-KB • FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS Exhibit A: Rate Schedule of City's Current Contract for Geotechnical and Laboratory Testing Services 5 Q2N &0971-Z85 FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS • SCHEDULE C-RATE SCHEDULE For C(tywide Oootechnicai and I.aboratory Testing Services on an As-Needed Basis Ri=Cl No. '17-11P12 Unit Unit Price -i. GEOTECHNICAL SirRVLC S (9.01) - A.Mobilization of Truck Mounted Drill Rig. Up to 4 Percolations • 1.A.1 Mobilization of Truck-Mounted Drill Rig or special access equipment(ATV's,Off-Road or per Day or Up to 100 $350.00 .• ' Water/marine Equipment) Ft.of Borings. 1.A.Z Premium over 1.A.1 for mobilization of special access equipment (ATV's,Off-Road or Up to 4 Percolations To be negotiated Water/marine Equipment) per Day or Up to 100 as needed Ft.of Borings, B.Borings Standard Penetrat, •ion per ASTNI D-1586: • With or Without Casing: Penetration Depth 0'to 50' Foot $20.00 _Penetration Depth 51'to 75'_ Foot $24.00 Penetration Depth 76'to 100' Foot $28.00 Penetration Depth 101'to 150' Foot $35.00 C.Auger Borings per ASTM D-1452 Penetration Depth: : Penetration Depth 0'to 50' Foot $15.00 Penetration Depth 51'to 75' Foot $17.00 . Penetration Depth 76'to 100' Foot $19.00 Penetration Depth 301'to 150' Foot $24.00 D.Rock Corina per ASTM 0-2113(Max.N)(Size): Penetration Depth 0'to 50' Foot $35.00 • Penetration Depth 51'to 75' Foot $41.00 • Penetration Depth 76'to 100' Foot $48.00 • Penetration Depth 101'to 150' Foot +^ $55.00 E.Standard Penetration Test(includes Mobilization and Soli Boring hog)(Portable Equipment) Foot $25.00 1E.1 Standard Penetration Test(Water Boring)(Equipment Excluded, Barge Cost to be Foot $51.00 Negotiated by - - - - -- _ F.Undisturbed Sampling per ASTM 045 Each $112.00 G.Slug Percolation Test-USGS/PWD 9"Dia.Hole(DERM) (Min.2 per job) Each $432.00 H.Double Ring infiltration Test per ASTM 0.3385 (swale or grassy areas)(Min.2 tests) Each $504.00 I.Percolation Tests 11,1 FL Dept. of Health and Rehabilitative Services, Chapter 100-6.57 (Min,2 tests per Job) Each $349.00 11.2 DCPW Highway Division (min.6"dia.)(min,2 tests per lob) Each $496.00 11.3 Open Hole Method (min.6"dla.)(min.2 tests) Each $498.00 J.Closing Holes with Grout/Approved Methods to Safe Proof Site.[Safe Proof to be Foot $8.00 • Accomplished K.Trench Test per So.FL Water Management District.(Excludes,Equipment and Operator) Hour $496.00 (Provide ' L.Soil Cement Stabilization Field Inspection • Hour $87.00 ' 1L,1 Soil Cement Cylinder Testing Hour $64.00 1L.2 Soil Cement Cylinder Testing per ASTM D-1633 Hour $35.00 M.Water quality Monitoring Each $81.00 N,Geotechnical Engineering Evaluation and Report of Existing Soli With Respect to Allowable Bearing Hour $126.00 0.Geotechnical Engineer Pile Capacity Analysis Hour - $126.00 P.Muck Probes Hour $82.00 • Unit Unit Price . Page 41 of 50 CITY APPROVED ROTATIONAL CONSULTANT FORM(JANUARY 2013) Q.Engineering Inspection during Geotechnical Investigation Hour $90.00 2. MONITORING VI(kfLILS (Includes Drillinci) (9.01) A.Mobilization of Truck Mounted Drill Rig.(Same Conditions apply as referenced for Up to 2 wells $364.00 Geotechnical B.Monitoring Well Installation (2" PVC,Max.20'Depth)*(Min.2 wells) Per Well $659.00 C.Monitoring Well Abandonment (2"PVC,Max.20'Depth)* (Mit.2 wells) Per Well $277.00 '1 D.Monitoring Well Abandonment (4"PVC,Max.20'Depth)* (Min.2 Wells) Per Well $356.00 E.Monitoring Well(4"PVC,Max.20'Depth)*(Min.2 wells) Per Well T $863,00 F.Monitoring Well Installation (2"PVC,Greater than 20'up to 100')*(Min.7.wells) Foot $71.00 *Excludes permit • i G.Repair of Monitoring Wells Unit Rates _ Per Unit $951.00 H.Water Quality Monitoring(Does not include Analytical Tests) (Per Well) Per Well $246.00 I.Direct Push Well installation (20'Max) Per Well $773.00 J. Direct Push Soil/Ground water Sampling _ Per Day $1,608.00 i i(. Boat Rental (min.8 hr clay)with prior approval by the issuing dept.(furnish copy of ownership or Per Day $453.00 3. PRE-STRESS SS /PRE-CAST (9.D2) (INCLUDES TRAVEL, MILIEAGE% • DEI,.i1/ERY AND CERTIFIED REPORTS) A.Pre-stress/Pre-cast fabrication inspection per PCI MMI:116 (Structural) or MNL-117 - (Architectural) Per Hour $83.00 B. Pre-stree (inspection and Certified Report Included) (Stressing Operation and Inspection) per PCI Per Hour $83.00 I C.Reinforced Concrete Pipe and Pre-Fabricated Manhole Inspection (types,sizes,and design) j (Includes inspection and Certified Report) (Min.4 hrs.) Per Hour $83.00 D.Absorption Test of Pre-cast Units per ASTM C-497 Per Core $53.00 E.Three Edge Bearing Test per ASTM C-497 Per Hour $83.00 F.Hydrostatic Testing per ASTM C-497 Per Hour $83.00 G.Testing Concrete Cylinder per ASTM C.497(same conditions apply as shown on 3A.1)(Does NOT Per Cylinder $1.12.00 4.. PILING (9,02) A. Pile Driving/Auger Cast Pile Inspection (includes Certifird Log/Report[Min.4 hrs]) Per Hour $84.00 4A.1.S•pIlce of piles as-an addition (per otcurance)•(with prior approval from englneer)-(wltness Per Hour $84.00 _ B.Vibro-Flotation Inspection (4 hrs min.) Per Hour $84.00 - C.Pile Load Test-Test Frame and Load Set-Up Witnessed by Certified inspector per ASTM D-1743 Per Hour $84.00 4C.1 Furnishing and Set-Up of Calibrated Gauges Per Gauge $109.00. 4C.2 Monitoring of Pile Load Test,Collect Field Data,and Inspector Time Per Hour $84.00 4C.3 Pile Load Test Report, Certify and Prepare Report for Load Capacity of Pile(Engineers Time) Per Hour $126.00 S. SOILS (9.02) INCLUDES TRAVEL, MIILEAGE, DELIVERY AND CERTIFIED REPORTZ 5A.Field Density Tests 5A.1 Sand Cone Method per AASHTO T-19 and ASTM D-1556(2 test min.) Per Test $87.00 Nuclear Method per AASHTO T-238 AND ASTM D-2922,(Moisture per AASHTO T-239 and ASTM D- 5A.2 Per Test(From 1 to 4 tests) per trip Per Test $49.00 1 Per Test(From 5 to 10 tests)per trip - Per Test $33.00 Per Test(From 11 or more tests)per trip . Per Test $29.00 SA.3 Maximum/Minimum Relative Density Tests per ASTM D-4253 and 4254(Field and Per Test $169.00 Laboratory) Page 42 of 50 CITY APPROVED ROTATIONAL CONSULTANT FORM(JANUARY 2013) . • Unit Unit Price 5A,4 Hourly Rate(min.4 hrs)*(Unlimited tests) (7am to 6pni)(equipment ONLY,tech NOT Per Hour $63.00 ' SA.5 Evening Density Testing(9pm to 6am)(if requested by issuing dept.,designee to be performed in the evening and to be paid at the min.4hrs unlimited tests*)(equipmentONLY, Per Hour $84.00 technician NO•i'Included) B.Moisture Density Tests(Proctor) • 53.1 Standard per AASHTO T-99 and ASTM D-698(non-traffic areas)(Min,2 tests per trip) Per Test $131.00 • 58.2 Modified per AASHTO 1-180 and ASTM-1577 (Building/Highway Projects) (Min.2 tests per Per Test $149,00 C.Limerock Bearing Ratio(I.BR)-FDOT Per Test $361,00 D.Carbonates on L3R•Material(2 tests per trip) Per Test $75.00 E.Laboratory California Bearing Ratio(CBR) per ASTM 0-1883 (one Point) Per Test $278.00 • 56,1 Lab Proctor TeSt _ Per Test $147,00 • • 5E.2 Three Point CBR Per Test $350.00 P.Field California Bearing Ratio per Asphalt Institute MS-10(Latest Version) (Reaction Load by Per Test $424.00 Others)(2 Tests min.) G.Moisture Content Per Test $38.00 H.Organic Content 5H,1 Limerock per AASHTO 1-267(by incineration) _ Per Test $51,00 5H,2 Test of Soil Chemical Analysis [(1972) P.R.Hesse P.211] (by Peroxide) Per Test $71.00 I,Grain Size per AASHTO T-27(Sieve Analysis only) Per Test ' $65,00 J.Mechanical Analysis per ASTM D-422 or 1-11 and T-27 Per Test $69.00 K,Soil Classification per ASTM 0-3282 and 0-2487(AASHTO Unified-FAA) Per Test $97.00 L.Los Angeles Abrasion on rip-Rap per ASTM C-535(Large Size Coarse Aggregate) Per Test $258.00 M.Soundness on Rip-Rap per ASTM C-88(5 Cycle Sodium Sulfate) Per Test $286,00 N.Soil Specific Gravity per ASTM D-854 Per Test $61.00 0.Material Finer Than 200 Sieve Per ASTM C-117 Per Test $46.00 P.Liquid Limit per ASTM 0-4318 (Atterberg Limits) Per Test $76.00 Q.Salt Content per FOOT FM 5-516 Per Test $62.00 R.Limerock Base Thickness Determination -Min.3"dia.Holes FAAP-211 (min,2 tests) Per Test $80.00 (excludes mobilization and transportation) *unlimited tests • Day $689.00 S.Limerock Chemical Analysis per DCPW,FDOT(2 tests min.) , Per Test $88,00 T,Limerocic Chemical Analysis per DCAD rAAP-211(2 tests min.) Per Test $88,00 . U.Resistivity Test in Accordance with California Method 643-7 with Break-Down for test, Per $148,00 Sampling,PH Measurement of Water and Soli,etc. V.Sediment Tests Per Test $73.00 'W.Soil Load Bearing Test(Plate Load)(Reaction Load By Others) 5W,1 Static Load on Footings per ASTM D-1194 Per Test $523.00 5W,2 Repetitive Static Load for Pavement per ASTM D-1195 Per Test $557.00 SW,3 Non-Repetitive Static Load for Pavement er ASTM D-1196 Per Test $557.00 X.Soil Relative Density Tests(Vlbro-Flotation /In-Situ Verification) SKI CPT Cone Penetration Test Soundings Per Foot $16.00 Y.Horticultural Service for Ph Value of Soil Per Test $42.00 Z,Horticultural Service for Soluable Salts In Soil Per Test $70.00 AA.Horticultural Service for Macro Nutrients in Soli Per Test $85.00 AB.Backfili Monitoring (4 hrs min.) Per Hour $70.00 AC.Geotechnical Engineer(min.2 firs) Per Hour $126.00 5.ASPHALT CONCRETE (9.03)Includes travel,mileage and certified report A.Asphalt Paving Design Mix Marshall Method (includes Sampling,Standard Design as Applicable Marshall Procedures) par Asphalt Institute Manual Series No,2 Per Mix $800.00 B.Analysis of Special Design Mbc Per Mix $650.00 Page 43 of 60 CITY APPROVED ROTATIONAL CONSULTANT FORM(JANUARY 2013) • • Unit Unit Price C. Marshall Properties (FOOT Procedures) (Aviation P-401/P-405)(Technician plus tests) -+ ' 6C.1 Stability per ASTM D-1559 or AASHTO D-T 245(set of 3 specimen) Per Set $124.00 6C,2.Flow per ASTM-1559 or AASHTO D-T 245(set of 3 specimen) Per Set _ $116.00 6C.3.Density per ASTM D-2726 (set of 3 specimen) -- Per Set $117.00 6C.4 Air Voids per ASTM-3203 (set of 3 specimen) Per Set $116.00 6C.5 Maximum density per ASTM D-2041 Per Set �L $76.00 6c.6 Particle Coating per ASTM 0-2489 Per Sample _ $128.00 6C.7 Sampling/Prep,Per ASTM D-1539/D-2726 Per Sample $79,00 6C.8 Bulk Specific Gravity of Drilled Core per ASTM D-2726 Per Core $55.00 • i GC. 9 Moisture Content-Drying per ASTM C-566 Per Sample $56.00 ' 6C.10 Moisture Content-Distillation per ASTM D-1461 Per Sample $133.00 - 6C.11 Asphaltic Specific Gravity/Absorption of Aggregate Blends Per Aggregate Sample $102.00 r 6C.12 Sampling Hot mix at Manufacturer per ASTM D-979 Per Hour $66.00 6C.13 Effect of Water on Hot Mix per ASTM D-1075 (set of 6 samples) Per Set $128.00 6C.14 Washed Sieve Analysis Per Sample $65.00 6C.15 AASHTO T-182 Per Sample $143.00 GC,16 Flat/Elongated Pieces per ASTM D-4791 Per Sample $136.00 _ 6C.17 Effect of Moisture on Hot Mix per ASTM 0-4867(set of 6 samples) Per Set $318.00_ 6C.18 Sand Equivalent per ASTM D-2419 Per Sample $107.00 6C.19 Effect of Water on Cohesion per ASTM D-1075/Modified PerSample $192.00 j D. Extraction/Gradation Analysis per ASTM 06307 Per Test $146.00 E.Asphalt Plant Technician Using FOOT Approved plant,Laboratory and Procedures for Hour $83.00 Extraction,Gradation, Marshall Tests and Temperature Checks(ASTM D-290.85) (per person, min.4 his) F.Paving Technician for On-Site Paving Operations, inspections per FOOT Procedures (temperature,density testing and observation) (min,4 hrs.). Hour $82,00 G.Aspahlt densities(Nuclear-Back Scatter Methos) (Min.4 tests) • Per Test $30.00 H.Asphalt Core Drilling for Thickness Measrurements (includes Asphalt Patching) (min 6 cores Per Core $60.00 per call-out) I.Asphalt Cores Laboratory Tests for Measurements per ASTM 0-3549 and weight per cubic font,per ASTM D-2726(min 4 cores) Per Core $45,00 1.Gyratory Compaction (Bulk Specific Gravity) Per Sample $121.00 7. TECHNICAL SERVICES (AVIATION) (9.03) A,P401 Technical Services-NICET III/FDOTII/Equivalent per ASTM D-3666 Aspalt lant I Facilities and Initial Inspection,Quality Reviews, Design Mix/JMF Review,Technical Report/ Hour $125.00 Meetings/Coordination Oversight/PWL/reviews(min.2 hrs.) • B.P401/P602/P603/P609-Field Acceptance inspection-Certified Inspection per ASTM 78.1 Level I Inspector(weekday min.4 hrs) Hour $83.00 78.2 Level II Inspector(weekday min.4 hrs) Hour $91.00 713.3 Cancellation Fee(Plant) (Per cancellation, per technician) Per $244.00 ' 0. CONCRETE TECHNICIAN (9.03) INCLUSIVE®i'TRAVEL, MILEAGE, DELIVERY AND CERTIFIED REPO•T) A.Cylinders-cast and tested by laboratory 8A.1 Standard 6"x 12"or 4"x 8"cylinder(concrete temperature test and slump test)(per Per Set $113.00 ASTM C-31"Section 7"Lab.Strength Tests per C-39 using C-617 or C-1231)(max.5 cylinders 8A.2 Lightweight 3"x 6"cylinder Includes concrete per ASTM C-495(max.5 cylinders per set) Per Set $113.00 8A.3 Alr Entrainment pas ASTM C-31(used Concurrently with Concrete Set Testing) Per Set $37.00 8A.4 Cylinder pick-up (when not cast by laboratory) I _ Hour $59,00 . B.Securing Structural or Pavement Cores per ASTM C-42(6"max. dia.)(3 cores min.) 813.1 8"deep .__ _ - Per Core $129.00 86,2 14"deep - Per Core $157.00 Page 44 of 50 CITY APPROVED ROTATIONAL CONSULTANT FORM(JANUARY 2013) ' • • Unit Unit Price • 88.3 12"deep x 12"diameter _ Per Core $300.00 C.Cores Trim and Compression Test per ASTM 442 _ Per Test _ $41.00 - D.Concrete Masonry Units per ASTM C-140 and 0.551.-Block/Brick per ASTM-140 80.1 Concrete Brick per ASTM C-551(mm.2 bricks) • 8D,1A Compression Per Brick $46110 8D,1B Absorption. Per Brick $66.00 8D,1C Dimension Per Brick $45.00 8D.1D Appearance Per Brick $44.00 80.2 Block, Manhole Per Test $78.00 8D.3 Block,Concrete Compression per ASTM C-140-Individual Units Per Test $56.00 80.4 Block, Concrete Absorption per ASTM C-140-individual Units Per Test $67.00 80.5 Moisture Content of Concrete Block per ASTM C-140 Per Block $56.00 8D.6 Block Series, Dimensions, Compression, Absorption, Moisture Content and Unit Weight (Density) Per Block $176.00 80.7 Mortar Cubes 2'x2'x2° Compression Test per ASTM C-109(min.3 per test) (cast by others) Per Cube $38,00 ' 8D.8 Masonry Prism per ASTM C-1314(fabricated by contractor) (unfilled) Per Prism $141.00 80.9 Sampling and pick-up (casting not included) Per Unit $64,00 80,10 Concrete Block Unit Weight per ASTM C-140 Per Block $62.00 80.11 Grout Cube Compression Test per ASTM C-1014(cast by others) Per Cube $22.00 80.12 Technician to Cast Mortar or Grout Cubes in Laboratory or On-Site (Incl.slump and temp. Hour $64.00 tests) 80.13 On-Site Masonry Inspector per ACI-530 (min.4 hrs) Hour $83.00 .I E.Concrete Beams 8E,1 Tension Test per ASTM C-496 (Splitting Tension Test for Cylindrical Specimen,not beams) _ Per Test $66.00 8E,2 Flexural Test per ASTM C-78(ASTM C-31,C-78)cast per ASTM C-36,(2 beams required per Per Beam $122.00 F.Air Content per ASTM 0-173 or ASTM C-231 Per Test $36.00 G.Concrete Densities (Unit Weight)and Yield Test per ASTM C-13S Per Test $41.00 H.Design Mix per ACI-211 Standard Aggregate (Materials Furnished by Supplier) (I.aboratory Sampling Included)(1 Trial batch and 6 Cylinder Tests)(First of any Series) Per Mix $525,00 (Additional Design Mixes In Series) Per Mix $408.00 8H.1 Design Mix Materials Testing • 8H,1a Gradation Per Test $75.00 S1-1.1b Fln.e.Aggregate Gravity and Absorption C-127 -- -- - -Per Test $84.00. 81-1.1c Coarse Aggregates Specific Gravity and Absorption C-128 • Per Test $94.00 8H,1d LA Abrasion C-88 Per Test $221.00 I.On-Site inspection per ACI-304 and ACI-311.5R (per site visit as approved by the engineer).(4 Hour $83.00 J.Concrete Plant inspection per ACI-311.5 (Mix and Weight Verification) (4 hrs min.) Hour $83.00 K.Windsor Probe Test per ASTM C-803(Penetration Resistance to Determine Uniformity) with 'equipment charge(Windsor Gun) (per trip per location) Per Trip $271.00 L.ASTM C-803 (set of 3 probes per test) Per Set $108.00 M.Concrete Rebound Hammer Test per ASTM C-805(use of Spring Driven Steel Hammer to Per Hour $81.00 determine uniformity of in-place concrete) (4 hrs min) N.Pull-out per ASTM C-900(Includes pin installation) Per Test $344.00 0.Thickness of Concrete per ASTM C-1383 Hour $71.00 P.Corrosion Activity per ASTM C-876 Hour $88.00 Q.Chloride Content 80,1 Per ASTM C-1152 Per Test $129.00 80,2 Per ASTM C-1218 Per Test $135.00 R.Pachometer (Magnorneter) Readings for Rebar Location, approximate size and Spacing(4 hrs Hour $81.00 S,Los Angeles Abrasion per ASTM 4131(small size coarse aggregate) Hour $225.00 T.Slave Analysis per ASTM-136 Per Test $75.00 • Page 45 of 50 CITY APPROVED ROTATIONAL CONSULTANT FORM(JANUARY 2013) J • • Unit Unit Price U.Absorption Fine Aggregate per ASTM C-128,Coarse Aggregate per ASTM C-1.27 Per Test $75.00 V.Specific Gravity Fine Aggregate per ASTM C-121,Coarse Aggregate per ASTM C-127 Per Test $75.00 ' W.Weight par Cubic Feet per ASTM C-29 Per Test $75.00 9. STEEL (9044 (lases AWA, AiWiS, AWS, ASME, API, as applicable) A.Shop/Field Weld Inspection per ASTM D-8839(4 hrs min.) Hour $82.00 13,AWS,AWA,ASME Welder Tests-Groove or Fillet _ Plate _ _ Per position $217.00 Pipe Per position _ $227.00 - - - C.Reinforcing Steel Tensile Test(Min. 3 Tests)-TENSILE ONLY DOES NOT INCLUDE per Bar $171.00 TECHNICIAN TiME TO SET-UP MACHINE • ' D.Reinforcing Steel Deformation Test Per Test $57.00 E.Reinforcing Bar Placement Inspection Hour $82.00 F.Chemical Laboratory Test Weld Inspection and Dye Penetrant Weld Testing Hour _ $82.00 I G.Radiograph Weld Inspection (min.4 tests) i Per Test $142.00 I H.Engineering Services i 9H.1 Special Inspector for Threshold Buildings(State Certified) (2 hrs min.) _ Hour $121.00 91-1.2 Special Inspector Designee (2 hrs min.) Hour $116,00 9H.3 Special Inspector under the Florida Building Code(2 hrs min.) Hour $116.00 10, MECHANICAL (9.04) A.Sound Surveys'(includes travel time) Hour $98.00 B.Lighting Surveys(includes travel time) Hour $98.00 • 11. FIRE PROOFING (9.041 .. ' A,Inspection of Sprayed-On Fireproof Coating on Structural Steel 11A.1 4 hrs min • Hour $81.00 11A.2 Laboratory Unit Weight Test.of Fireproofing Coating per ASTM E-605 Per Test $61.00 11A.3 Field Adhesion /Cohesion Tests per ASTM E-736 Per Test $123.00 *If additional hours are required must have approval from issuing department 12; STRAIN"MEASUREMENTS (SR4"iiNDICATOR) (9".04) ' A.Technician Services to Install Gauges/Maice Strain Reading(4 hr min.) Hour $81.00 13. ULTRASONIC INSPECTIONS (9.04) A.Services of an Ultrasonic Technician and Equipment(8 hrs min) Hour $125.00 B.Assistant Technician (8 hrs.min) Hour $58.00 14. STRUCTURAL STEEL (9.04) A.Welding Inspector per AWS Code(4 hrs min) Hour $82.00 B.Structural Steel Shop or Field Inspector(4 hrs min) Hour $82,00 C.Bolt Tightening inspection by Using: 14C,1 Torque Wrench • Hour $82,00 14C,2 Reg,Wrench Hour $32.00 14C.3 Filler Gauge Hour $82.00 ID.Structural Steel Testing/Inspection (4 hrs min) Hour $82.00 16. WELDING (9.041 'A.AWS Certified inspector (2 hrs min)(per inspection) Hour $82.00 '13.AWS Certified Welding inspector/1 hr PADI Cortifled (min 2 Inspections per Inspection) Hour $142.00 _ 10. MAGNETIC PARTICLE TESTING (NIAGNAr(;LUX) (9.0441 A.Services of a non-ciestructive technician Hour _ $82.00 • B.Magnaflux Testing Hour $78.00 • Page 46 of 50 CITY APPROVED ROTATIONAL CONSULTANT FORM(JANUARY 2013) • • • • • Unit Unit Price • 17. ROOFING (9.05) (all tests performed shall be in accordance with current edition of the Florida liuildinsi Code at time the work is Issued) A.Built-up roof sample analysis (test method for moisture in mineral aggregate used for built-up roofs) (ASTM 0-1864) Per Test $53.00 B.ASTM 3617 Per Test $304.00 C.Compression Test-Roof Tiles Hour $58.00 0.Absorption Test-roof tiles(per set of 5) Per Set $233.00 E.Up-Lift test;of roof tiles(per set of 5) Per Set $282.00 • F.Core Samples (per architect/engineer's recommendation) Per Sample $73,00 • G.Visual Inspections Per job min. •-- --- - - -- Per Job min. $714.00 • - Per square foot Per Sq.Ft $0.16 d I H.Infrared Moisture Survey(mobilization of equipment) Per Job min. PerJob min. $792.00 • j Per square foot Per Sq.Ft _ $0.28 1 Asbestos Testing Per Sample $63.00 1 Nuclear Moisture Testing Per Job min, Per Job min, $754.00 • Per square foot Per Sq.Ft $0.22 1<.Impedance Moisture Survey(machine) (max 3 cores) Per job min, Per Job min, $790.00 Per square foot(additional square foot survey) Per Sq.Ft $0.26 L.Bonded Pull Test Per Test $201.00 M.Fastener Pull Test(First 10,000 sq.ft.per deck)(10 tests) Per Test $790,00 Per new roof(core sample) Per Test $50.00 Existing roof(core sample) Per Test - $60,00 N.Bell Chamber Test(max.2 tests/any additional test$300.(10) Per Test $750.00 O.Title Uplift Test(TAS 106) Per square feet(2,500 sq.ft) Per Sq.Ft $250.00 Additional per square - • - - Per Sq.Ft - - $20.00 P.Engineer's Report Hour $126.00 22. MAINTENANCE OF TRAFFiC (to be negotiated by Issuing dent 117 23. ENGINEERING SERVICES A.C.A.D. Operator Hour . $72.00 13.Staff Engineer Hour $90.00 C.Professional Engineer Hour $120.00 D.Senior Engineer Hour $143,00 E.Principal Hour $151.00 F.Clerical/Administrative Hour $48.00 G.Engineering Technician (applies to all sub-categories) Hour $65,00 Note:Fees paid to the laboratories for the work performed shall be in accordance to the -. 24. UNDERGROUND UTILITY LOCATION AND INSPECTION It shall be noted that work performed for UNDERGROUND UTILITY LOCATION AND INSPECTION belongs to Sub-Category 15.03-Underground Utility Location, Category 15.00 SURVEYING AND MAPPING, Laboratory firms must be Certified under Category 15110• Sub-Category 2,5.03 in order to perform this type of work or they shall Sub-Contract any of the firms certified under this Category. • Page 47 of 50 : CITY APPROVED ROTATIONAL CONSULTANT FORM(JANUARY 2013) ' I • Uni Unit Price _ h A.Utility Designation-Electronically Scan and Determine the Horizontal and Vertical Location of Per Hour $150.00 Burled Utility Lines. (Min.3 Hrs.) B.Expose Utility Lines by Air/Vacuum System (Soft Dig),Creating a Small Diameter Hole to be Plotted on Base Maps to Scale. Work Reviewed and Certified by a Florida Registered Land Surveyor. (Includes Cost;Associated with Restoration and Photographs/Drawings to Document/ Generate Complete Certified Report Per Test Hole(In Pavement) (Min,3 Tests per Visit) ^_ -- Per Test $850.00 Per Test Hole(In Soil)(Min.3 Tests per Visit) Per Test $850.00 C.Utility Location Inspector to Verify and Coordinate Location and.Documentation of Utility Company Per Hour $80.00 (Min.2 Hrs. per Test Location). • Paco 48 of 60 CITY APPROVED ROTATIONAL CONSULTANT FORM(JANUARY 2013) • Exhibit B: Pre-Proposal Sign-in Sheet 8 ADDENDUM NO.5 RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS ' r MIAMIBEACH CITY OF MIAMI BEACH PRE-PROPOSAL MEETING . SIGN-IN SHEET DATE: April 25, 2018 TITLE: REQUEST FOR QUALIFICATIONS (RFQ) 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS- NEEDED BASIS 3!-.4--,.'4t73LIVO-Z-tf,itiateLFEFOita • 634,V4ATAMtaiii:-t--<--74-- 4-1t-4AWs-< fCARA:- _k,-;a-aiY,*RW-,F,,z,A,. I':ikIMk,rifr;.A:4*W..4 , t,t,,taO4a;0W,r- 4tfOff:Aff t_ MW741-\i\E1 thIIU$F W10 gq:AikV i RU'V , Krigty Bada Procurement-CMB ' 305-673-7000 ext. 6218 • kristybada0,miamibeachfl.gov • C.IP— C44d &SJA•eit, &A-ObtR; 64)Al/0-43 I me/ ed a licivotfLletaft1P; , • L 1 • 1 E ' ,spwirkk 0 A46 — "'NA./ • : ' v'el" -- eAcie-ha4-___;.- (e-A2-6,04-1-4-ftyv . 1 . ... .. . 1 i . : . . : 94 , /.1 - 20, a1F1 UW:111 iiCY 'f 103 i4u60 s 30+0 h qkirt. ALI_ vt)5,5_ S 6-69 l'exya..cti fl, co ytt — --L, .I 40 i 1 \.)tA.N?-tr ScL.. UtititSmee,(wn .-teirma •ci pc,k\eirYyle,u1A;vizysci-kvikc\Wtetri9 I -7.- -I WA,L-tra sq MA- U p..5 w v.s.Q.S k(.... 5.4..c.os•->4.-to.u..)4 gc.i.si,,c.. .-..S. 24 (- Chtlti 1 : 1 r V: ek 6 e.,0,,..4,,hwrz .,,,(„c-i.) , ego ., tcril,k ed-,. s 4(-010 3 (- /)-674- I 4avv‘ot-ck. 0 i 0,t- 4441-I malt)rvi .4,21 11A-G"'eL-Q MC((Z4-12.-- . r‘121- ; i . ? i , 1 ! . - • • 1 1: MIAMIBEACH City of Miami Beach,1755 Meridian Avenue,3rd Floor,Miami Beach,Florida 33139,www.miamibeachfl:gov PROCUREMENT DEPARTMENT Tel: 305-673-7490' ADDENDUM NO.4 RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS June 15,2018 This Addendum to the above-referenced RFQ is issued in response to questions from prospectiveproposers, or other clarifications and revisions issued by the City. I. RFQ DUE.DATE AND TIME. The deadline for the receipt of bids is extended until. 3:00 p.m., on Monday: June 25, 2018, at the following location: City of Miami Beach Procurement Department 1755 Meridian Avenue, 3`d Floor Miami Beach, Florida 33139 Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. Any questions regarding this Addendum should be submitted in writing to the Procurement Department to the 'attention of the individual named below,with a copy to the City Clerk's Office at'RafaelGranadoemiamibeachfl.aov. Procurement Contact: Telephone: Email: Kristy Bada 305-673-7000,ext 6218 kristybada@miamibeachfl.gov ,Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Potential proposers that have elected not to submit a response to the RFQ are requested to complete and return,the."Notice to Prospective Bidders"questionnaire with the reason(s)for not submitting a proposal. erel z Alex Denis Procurement Director 1 ADDENDUM NO.4 RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS MIAMI BEACH' City of Miami Beach,1755 Meridian Avenue,3rd Floor,Miami Beach, Florida 33139,www.miamibeachfl.gov ;PROCUREMENT DEPARTMENT Tel: 305-673-7490 ADDENDUM NO. 3 RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ONAN AS-NEEDED BASIS' June 8, 2018 This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers, or 'other clarifications and revisionsissued by the City. I. RFQ DUE DATE AND TIME. The deadline for the receipt of bids is extended until 3:00 p.m., on Monday, June 18, 2018, at the following location: City of Miami Beach Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Late proposals will not be accepted.. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. A FORTHCOMING ADDENDUM WILL CONTAIN RESPONSES TO QUESTIONS RECEIVED. 'Any questions regarding this Addendum should be submitted in writing to the, Procurement Department to the attention of the individual named below,.with a copy to the City Clerk's Office at RafaelGranado@.miamibeachfl.gov. c Procurement Contact: Telephone: Email: Kristy Bade 305-673-7000,ext.6218 kristybada@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Potential proposers that have elected not to submit a response to the RFQ are requested to complete and return the"Notice to Prospective Bidders"questionnaire with the reason(s)for not submitting a proposal. Fyn ,nis ment Director 1 ADDENDUM NO.3 RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS • .'MIAMIBEACH City of Miami Beach,1755 Meridian Avenue,3rd Floor,Miami Beach,Florida 33139,www.miamibeachfl:gov PROCUREMENT DEPARTMENT Tel: 305-673-7490 ADDENDUM NO.2 RFQ 2018-097-KB FOR CITYWIDE.GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS June 1,2018 � C ;This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. I. RFQ DUE DATE AND TIME.The deadlinefor thereceipt of bids.is extended until 3:00 p.m.,onMonday,June 11, 2018, at the following location: City of Miami Beach Procurement Department 1755 Meridian Avenue, 3'd Floor Miami Beach, Florida 33139 Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic,or other delays for which the Proposer is solely responsible. A FORTHCOMING ADDENDUM WILL CONTAIN RESPONSES TO QUESTIONS RECEIVED. Any questions regarding this Addendum should be submitted inwriting to the Procurement Department to the attention of the individual named below,with a copy to the City Clerk's Office at.RafaelGranadoamiamibeachfl.00v. Procurement.Contact: Telephone: . Email: Kristy Bada 305-673-7000, ext.6218 .. kristybada@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ; submission. Potential proposers that have electednot 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. • erelkt.,__, tis Alex Denis Procurement Director ,.,;. : . .. .e..� .. . �.,. a ._.,,.., ...W.._. .. 1 ADDENDUM NO.2' j RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS.: ' l MIAMI BEACH j City of Miami Beach,1755 Meridian Avenue, 3rd Floor, Miami Beach,Florida 33139,.www.miamibeachfl.gov PROCUREMENT DEPARTMENT .Tel: 305-673-7490 ADDENDUM NO. 1 RFQ 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES.ON AN AS-NEEDED BASIS May 22, 2018 ,This Addendum to the' above-referenced. RFQ is issued in response to questions from prospective proposers, or ;other clarifications and revisions issued by the City. I. RFQ DUE DATE AND TIME. The deadline for the receiptof bids is extended until 3:00 p.m., on Monday, June 4, 2018, at the following location: City of Miami Beach Procurement Department 1755 Meridian Avenue, 3'" Floor Miami Beach, Florida 33139 Late proposals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. A FORTHCOMING ADDENDUM. WILL CONTAIN RESPONSES. TO QUESTIONS RECEIVED. Any questions regardingthis Addendum should be submitted in writing to.the Procurement Department to the attention of the individual named below,,with a copy to the City Clerk's Office at.RafaelGranadoCa.miamibeachfl.aov. Procurement Contact: Telephone: EmaiL:. Kristy Bade 305-673-7000, ext.6218 kristybada@miamibeachft.gov Proposers are reminded to acknowledge receipt of this addendumas part of your RFQ submission. Potential proposers that have elected not to submit a response to the RFQ are requested to complete and return the"Notice to Prospective Bidders"questionnaire with the reason(s)for not submitting a proposal. erely- Alex Penis Procurement Director ADDENDUM NO. RFQ 2018-097-KB . FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS REQUEST FOR QUALIFICATIONS (RFQ) ' FOR CITYWIDE GEOTECHNICAL.AND LABORATORY TESTING SERVICES ON AN AS NEEDED BASIS 2018-097-KB RFQ ISSUANCE DATE: APRIL 12, 2018 STATEMENTS OF QUALIFICATIONS DUE: MAY 25, 2018 @ 3:00 PM ISSUED BY: MIAMI BEACH KRISTY BADA, CONTRACTING OFFICER III PROCUREMENT DEPARTMENT ' 1755 Meridian Avenue, 3rd Floor, Miami Beach, FL.33139 305.673.7490 I kristybada@miamibeachfl.gov I www.miamibeachfl.gov • RFQ 2018-097-KB 1 MIAMI BEACH TABLE OF CONTENTS SOLICITATION SECTIONS: PAGE 0100 NOT UTILIZED N/A 0200 INSTRUCTIONS TO RESPONDENTS &GENERAL CONDITIONS 3 0300 SUBMITTAL INSTRUCTIONS & FORMAT 12 0400 EVALUATION PROCESS 14 APPENDICES: PAGE APPENDIX A RESPONSE.CERTIFICATION, QUESTIONNAIRE,AND AFFIDAVITS 16 APPENDIX B "NO BID" FORM 23 APPENDIX C MINIMUM REQUIREMENTS &SPECIFICATIONS .25 APPENDIX D SPECIAL CONDITIONS 31 APPENDIX F INSURANCE REQUIREMENTS 34 RFQ 2018-097-KB 2 MIAMI BEACH SECTION 0200 INSTRUCTIONS TO RESPONDENTS&GENERAL CONDITIONS 1. GENERAL. This Request for Qualifications (RFQ) is issued by the City of Miami Beach, Florida (the "City"), as the means for prospective Proposer to submit their qualifications, proposed scopes of work and cost Statement of Qualifications (the"proposal") to the City for the City's consideration as an option in achieving the required scope of services and requirements as noted herein. All documents released in connection with this solicitation, including all appendixes and addenda,whether included herein or released under separate cover, comprise the solicitation, and are complementary to one another and together establish the complete terms, conditions and obligations of the ' Proposer and,subsequently,the successful proposer(s)(the"contractor[s]")if this RFQ results in an award. The City utilizes PublicPurchase (www.publicpurchase.com) for automatic notification of competitive solicitation opportunities and document fulfillment, including the issuance of any addendum to this RFQ. Any prospective proposer who has received this RFQ by any means other than through PublicPurchase must register immediately with PublicPurchase to assure it receives any addendum issued to this RFQ. Failure to receive an addendum may result in disqualification of proposal submitted. 2. PURPOSE. The City requires the services of consulting firms to perform citywide geotechnical and soil testing services for the Capital Improvement Program (CIP) and Public Works Departments. For five(5)years,the City has contracted with several consulting firms to provide these services. The current contract for these services expires on August 18, 2018. In order to consider a replacement contract, the City is seeking proposals from qualified firm(s) to perform citywide geotechnical and soil testing services. Geotechnical, soil testing and/or lab testing services are required for proper pre-planning of construction projects for the City. Many of the City's CIP and Public Works projects will require, during one time or another, a geotechnical, soils or lab testing report to validate either the City's Engineer's or any Architect's or Engineer of Records recommendations as to any site, building or any other project's unknown characteristics. Through the issuance of this RFQ the City will be able to adequately plan and incorporate geotechnical and soil testing services as part of the pre-construction preparatory work, which is a phase of every City construction project. In addition, the Geotechnical firm(s) would provide personnel that are qualified, trained and thoroughly familiar with the City's rules, policies, and procedures in inspection, sampling testing, and reporting various areas and stages of construction. The ability to have a list of Geotechnical firms to be contacted on an as needed basis would enable the City to utilize these services when the need arises. It is the intent of the City of Miami Beach to select several firms under this RFQ, which will be contacted on an as needed basis. This contract shall remain in effect for an initial term of five (5) years, with two (2) optional renewal years at the City's discretion. This RFP is issued pursuant to Chapter 287.055, Florida Statutes, the Consultants Competitive Negotiations Act (CCNA). 3. SOLICITATION TIMETABLE..The tentative schedule for this solicitation is as follows: Solicitation Issued APRIL 12,2018 Pre-Submittal Meeting APRIL 25, 2018 AT 10:00AM Deadline for Receipt of Questions MAY 15,2018 AT 5:00PM RFQ 201 8-097-KB 3 MIAMI BEACH Responses Due May 25, 2018 AT 3:00PM Evaluation Committee Review TBD Proposer Presentations TBD Tentative Commission Approval Authorizing TBD Negotiations Contract Negotiations Following Commission Approval 4. PROCUREMENT CONTACT.Any questions or clarifications concerning this solicitation shall be submitted to the Procurement Contact noted below: Procurement Contact: Telephone: Email: Krist Bads 305-673-7490 kris bada• miamibeachfl.•ov Additionally, the City Clerk is to be copied on all communications via e-mail at: RafaelGranado a(�miamibeachfl.gov; or via facsimile: 786-394-4188. The Bid title/number shall be referenced on all correspondence. 'All questions or requests for clarification must be received no later than ten (10)calendar days prior to the date proposals are due as scheduled in Section 0200-3. All responses to questions/clarifications will be sent to all prospective Proposers in the form of an addendum. 5. PRE-PROPOSAL MEETING OR SITE VISIT(S). Only if deemed necessary by the City, a pre-proposal meeting or site visit(s) may be scheduled. A Pre-PROPOSAL conference will be held as scheduled in Anticipated RFQ Timetable section above at the following address: City of Miami Beach Procurement Department Conference Room 1755 Meridian Avenue,3rd Floor Miami Beach, Florida 33139 Attendance (in person or via telephone) is encouraged and recommended as a source of information, but is not mandatory. Proposers interested in participating in the Pre-Proposal Submission Meeting via telephone must follow these steps: (1) Dial the TELEPHONE NUMBER: 1-888-270-9936(Toll-free North America) (2) Enter the MEETING NUMBER: 5804578 Proposers who are interested in participating via telephone should send an e-mail to the contact person listed in this RFQ expressing their intent to participate via telephone. 6. PRE-PROPOSAL INTERPRETATIONS. Oral information or responses to questions received by prospective Proposers are not binding on the City and will be without legal effect, including any information received at pre- submittal meeting or site visit(s). The City by means of Addenda will issue interpretations or written addenda clarifications considered necessary by the City in response to questions. Only questions answered by written addenda will be binding and may supersede terms noted in this solicitation. Addendum will be released through PublicPurchase. Any prospective proposer who has received this RFQ by any means other than through RFQ 2018-097-KB 4 MIAMI BEACH PublicPurchace must register immediately with PublicPurchase to assure it receives any addendum issued to this RFQ. Failure to receive an addendum may result in disqualification of proposal. Written questions should be received no later than the date outlined in the Anticipated RFQ Timetable section. 7. CONE OF SILENCE. This RFQ is subject to, and all proposers are expected to be or become familiar with, the City's Cone of Silence Requirements, as codified in Section.2-486 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Cone of Silence are complied with,and shall be subject to any and all sanctions, as prescribed therein, including rendering their response voidable, in the event of such non-compliance. Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at rafaelgranado@miamibeachfl.gov 8. SPECIAL NOTICES. You are hereby advised that this solicitation is subject to the following ordinances/resolutions,which may be found on the City Of Miami Beach website: http:/lwww.miamibeachfl.Qovlcity-halllp rocurementlprocurement-related-ordi nance-and-procedures/ • CONE OF SILENCE CITY CODE SECTION 2-486 • PROTEST PROCEDURES CITY CODE SECTION 2-371 • DEBARMENT PROCEEDINGS CITY CODE SECTIONS 2-397 THROUGH 2-485.3 • LOBBYIST REGISTRATION AND DISCLOSURE OF FEES CITY CODE SECTIONS 2-481 THROUGH 2-406 • CAMPAIGN CONTRIBUTIONS BY VENDORS . CITY CODE SECTION 2-487 • CAMPAIGN CONTRIBUTIONS BY LOBBYISTS ON PROCUREMENT ISSUES CITY CODESECTION2-488 • 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 performwork 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 onthe convicted vendor list: 10. COMPLIANCE WITH THE CITY'S LOBBYIST LAWS. This RFQ is subject to, and all Proposers areexpected to be or become familiar with, all City lobbyist laws. Proposers shall be solely responsible for ensuring that all City ' lobbyist laws are complied with, and shall be subject to any and all sanctions, as prescribedtherein, including, without limitation,disqualification of their responses, in the event of such non-compliance. 11. DEBARMENT ORDINANCE: This RFQ is subjgctto, and all proposers areexpected 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 1 RFQ 2018-097-KB 5 i i MIAMI BEACH prescribed therein,including disqualification of their responses, in the event of such non-compliance. 13. CODE OF BUSINESS ETHICS. Pursuant to City Resolution No.2000-23879, the Proposer shall adopt a Code of Business Ethics ("Code") and submit that Code to the Procurement Department with its response or within five (5) days upon receipt of request. The Code shall, at a minimum, require the Proposer, to comply with all applicable governmental rules and regulations including, among others,the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. 14.AMERICAN WITH DISABILITIES ACT(ADA). Call 305-673-7490 to request material in accessible format; sign language interpreters (five (5) days in advance when possible), or information on access for persons with disabilities. For more information on ADA compliance, please call the Public Works Department, at 305-673-7000, Extension 2984. 15. POSTPONEMENT OF DUE DATE FOR RECEIPT OF PROPOSALS. The City reserves the right to postpone the deadline for submittal of proposals and will make a reasonable effort to give at least three (3) calendar days written notice of any such postponement to all prospective Proposers through PublicPurchase. 16. PROTESTS. Proposers that are not selected may protest any recommendation for selection of award in accordance with eh proceedings established pursuant to the City's bid protest procedures, as codified in Sections 2-370 and 2-371 of the City Code (the City's Bid Protest Ordinance). Protest not timely made pursuant to the requirements of the City's Bid Protest Ordinance shall be barred. 17. JOINT VENTURES. Joint Ventures are not allowed. Proposals shall be submitted only by the prime contractor who will serve as the CMR. The City will only contract with the prime contractor who will serve as the CMR. Proposals may, however, identify other sub-contractors or sub-consultants to the prime Proposer who may serve as team members. 18. VETERAN BUSINESS ENTERPRISES PREFERENCE. Pursuant to City Code Section 2-374, the City shall give a preference to a responsive and responsible Proposer which is a small business concern owned and controlled by a veteran(s) or which is a service-disabled veteran business enterprise, and which is within five percent (5%) of the lowest responsive, responsible proposer, by providing such proposer an opportunity of providing said goods or contractual services for the lowest responsive proposal amount(or in this RFQ, the highest proposal amount). Whenever, as a result of the foregoing preference, the adjusted prices of two (2) or more proposers which are a small business concern owned and controlled by a veteran(s) or a service-disabled veteran business enterprise constitute the lowest proposal pursuant to an RFQ or oral or written request for quotation, and such proposals are responsive, responsible and otherwise equal with respect to quality and service, then the award shall be made to the service-disabled veteran business enterprise. 19. DETERMINATION OF AWARD. The final ranking results of Step 1 &2 outlined in Section 0400, Evaluation of Proposals, will be considered by the City Manager who may recommend to the City Commission the Proposer(s) s/he deems to be in the best interest of the City or may recommend rejection of all proposals. The City Manager's recommendation need not be consistent with the scoring results identified herein and takes into consideration Miami Beach City Code Section 2-369, including the following considerations: (1)The ability, capacity and skill of the Proposer to perform the contract. (2)Whether the Proposer can perform the contract within the time specified,without delay or interference. (3)The character, integrity, reputation,judgment,experience and efficiency of the Proposer. RFQ 2018-097-KB 6 MIAMI BEACH (4)The quality of performance of previous contracts. (5)The previous and existing compliance by the Proposer with laws and ordinances relating to the contract. The City Commission shall consider the City Manager's recommendation and may approve such recommendation. The City Commission may also, at its option, reject the City Manager's recommendation and select another Proposal or Proposals which it deems to be in the best interest of the City, or it may also reject all Proposals. 20. NEGOTIATIONS. Following selection, the City reserves the right to enter into further negotiations with the selected Proposer. Notwithstanding the preceding, the City is in no way obligated to enter into a contract with the selected Proposer in the event the parties are unable to negotiate a contract. It is also understood and acknowledged by Proposers that no property, contract or legal rights of any kind shall be created at any time until and unless an Agreement has been agreed to;approved by the City;and executed by the parties. 21. POSTPONEMENT!CANCELLATION/ACCEPTANCE/REJECTION. The City may, at its sole and absolute discretion, reject any and all, or parts of any and all, responses; re-advertise this RFQ; postpone or cancel, at any time,this RFQ process;or waive any irregularities in this RFQ, or in any responses received as a result of this RFQ. Reasonable efforts will be made to either award the proposer the contract or reject all proposals within one-hundred twenty (120) calendar days after proposal opening date. A proposer may withdraw its proposal after expiration of one hundred twenty (120) calendar days from the date of proposal opening by delivering written notice of withdrawal to the Department of Procurement Management prior to award of the contract by the City Commission. 22. PROPOSER'S RESPONSIBILITY. Before submitting a response, each Proposer shall be solely responsible for making any and all investigations, evaluations, and examinations, as it deems necessary, to ascertain all conditions and requirements affecting the full performance of the contract. Ignorance of such conditions and requirements, and/or failure to make such evaluations, investigations, and examinations, will not relieve the Proposer from any obligation to comply with every detail and with all provisions and requirements of the contract, and will not be accepted as a basis for any subsequent claim whatsoever for any monetary consideration on the part of the Proposer. 23. COSTS INCURRED BY PROPOSERS. All expenses involved with the preparation and submission of Proposals, or any work performed in connection therewith, shall be the sole responsibility (and shall be at the sole cost and expense)of the Proposer, and shall.not be reimbursed by the City. 24. RELATIONSHIP TO THE CITY. It is the intent of the City, and Proposers hereby acknowledge and agree, that the successful Proposer is considered to be an independent contractor, and that neither the Proposer, nor the Proposer's employees, agents, and/or contractors, shall, under any circumstances, be considered employees or agents of the City. 24. OCCUPATIONAL HEALTH AND SAFETY. In compliance with Chapter 442, Florida Statutes, any toxic substance listed in Section 38F-41.03 of the Florida Administrative Code delivered as a result of this proposal must be accompanied by a Material Safety Data Sheet(MSDS)which may be obtained from the manufacturer. 25. ENVIRONMENTAL REGULATIONS. The City reserves the right to consider a proposer's history of citations and/or violations of environmental regulations in investigating a proposer's responsibility, and further reserves the right to declare a proposer not responsible if the history of violations warrant such determination in the opinion of the City. Proposer shall submit with its proposal, a complete history of all citations and/or violations, notices and RFQ 201 8-097-KB 7 MIAMI BEACH dispositions thereof. The non-submission of any such documentation shall be deemed to be an affirmation by the Proposer that there are no citations or violations. Proposer shall notify the City immediately of notice of any citation or violation which proposer may receive after the proposal opening date and during the time of performance of any contract awarded to it. 26.TAXES.The City of Miami Beach is exempt from all Federal Excise and State taxes. 27. MISTAKES. Proposers are expected to examine the terms, conditions, specifications, delivery schedules, proposed pricing, and all instructions pertaining to the goods and services relative to this RFQ. Failure to do so will be at the Proposer's risk and may result in the Proposal being non-responsive. 28. PAYMENT. Payment will be made by the City after the goods or services have been received, inspected, and found to comply with contract, specifications,free of damage or defect, and are properly invoiced. Invoices must be consistent with Purchase Order format. 29. COPYRIGHT, PATENTS& ROYALTIES. Proposer shall indemnify and save harmless the City of Miami Beach, Florida, and its officers, employees, contractors, and/or agents, from liability of any nature or kind, including cost and expenses for, or on account of, any copyrighted, patented, or unpatented invention, process, or article manufactured or used in the performance of the contract, including its use by the City of Miami Beach, Florida. If the Proposer uses any design, device or materials covered by letters, patent, or copyright, it is mutually understood and agreed,without exception,that the proposal prices shall include all royalties or cost arising from the use of such design, device, or materials in any way involved in the work. 30. DEFAULT. Failure or refusal of the selected Proposer to execute a contract following approval of such contract by the City Commission, or untimely withdrawal of a response before such award is made and approved, may result in a claim for damages by the City and may be grounds for removing the Proposer from the City's vendor list. 31. MANNER OF PERFORMANCE. Proposer agrees to perform its duties and obligations in a professional manner and in accordance with all applicable Local, State, County, and Federal laws, rules, regulations and codes. Lack of knowledge or ignorance by the Proposer with/of applicable laws will in no way be a cause for relief from responsibility. Proposer agrees that the services provided shall be provided by employees that are educated, trained, experienced, certified, and licensed in all areas encompassed within their designated duties. Proposer agrees to furnish to the City any and all documentation, certification, authorization, license, permit, or registration currently required by applicable laws, rules, and regulations. Proposer further certifies that it and its employees will keep all licenses, permits, registrations, authorizations,or certifications required by applicable laws or regulations in full force and effect during the term of this contract. Failure of Proposer to comply with this paragraph shall constitute a material breach of this contract. Where contractor is required to enter or go on to City of Miami Beach property to deliver materials or perform work or services as a result of any contract resulting from this solicitation, the contractor will assume the full duty, ,obligation and expense of obtaining all necessary licenses, permits, and insurance, and assure all work complies with all applicable laws.The contractor shall be liable for any damages or loss to the City occasioned by negligence of the Proposer,or its officers, employees, contractors,and/or agents, for failure to comply with applicable laws. 32. SPECIAL CONDITIONS. Any and all Special Conditions that may vary from these General Terms and Conditions shall have precedence. RFQ 2018-097-KB 8 MIAMI BEACH 33. NON-DISCRIMINATION. The Proposer certifies that it is in compliance with the non-discrimination clause contained in Section 202, Executive Order 11246, as amended by Executive Order 11375, relative to equal employment opportunity for all persons without regard to race, color, religion, sex or national origin. In accordance with the City's Human Rights Ordinance, codified in Chapter 62 of the City Code, Proposer shall prohibit discrimination by reason of race, color, national origin, religion, sex, intersexuality, gender identity, sexual orientation, marital and familial status,and age or disability. 34. DEMONSTRATION OF COMPETENCY. The city may consider any evidence available regarding the financial, technical, and other qualifications and abilities of a Proposer, including past performance (experience) in making an award that is in the best interest of the City, including: A. Pre-award inspection of the Proposer's facility may be made prior to the award of contract. B. Proposals will only be considered from firms which are regularly engaged in the business of providing the goods and/or services as described in this solicitation. C. Proposers must be able to demonstrate a good record of performance for a reasonable period of time, and have sufficient financial capacity, equipment, and organization to ensure that they can satisfactorily perform the services if awarded a contract under the terms and conditions of this solicitation. D. The terms "equipment and organization", as used herein shall, be construed to mean a fully equipped and well established company in line with the best business practices in the industry, and as determined by the City of Miami Beach. E. The City may consider any evidence available regarding the financial, technical, and other qualifications and abilities of a Proposer, including past performance (experience), in making an award that is in the best interest of the City. F. The City may require Proposer s to show proof that they have been designated as authorized representatives of a manufacturer or supplier,which is the actual source of supply. In these instances,the City may also require material information from the source of supply regarding the quality, packaging, and characteristics of the products to be supply to the City. 35. ASSIGNMENT. The successful Proposer shall not assign, transfer, convey, sublet or otherwise dispose of the contract, including any or all of its right, title or interest therein, or his/her or its power to execute such contract, to any person,company or corporation,without the prior written consent of the City. 36. LAWS, PERMITS AND REGULATIONS. The Proposer shall obtain and pay for all licenses, permits, and inspection fees required to complete the work and shall comply with all applicable laws. 37.OPTIONAL CONTRACT USAGE.When the successful Proposer(s)is in agreement, other units of government or non-profit agencies may participate in purchases pursuant to the award of this contract at the option of the unit of government or non-profit agency. 38. VOLUME OF WORK TO BE RECEIVED BY CONTRACTOR. It is the intent of the City to purchase the goods and services specifically listed in this solicitation from the contractor. However, the City reserves the right to purchase any goods or services awarded from state or other governmental contract, or on an as-needed basis through the City's spot market purchase provisions. 39. DISPUTES. In the event of a conflict between the documents, the order of priority of the documents shall be as follows: A. Any contract or agreement resulting from the award of this solicitation;then B. Addendum issued for this solicitation,with the latest Addendum taking precedence;then ' RFQ 2018-097-KB 9 MIAMI BEACH C. The solicitation;then D. The Proposer's proposal in response to the solicitation. 40. INDEMNIFICATION. The Proposer shall indemnify and hold harmless the City and its officers, employees, agents and'instrumentalities from any and all liability, losses or damages, including attorney's fees and costs of defense, which the City or its officers, employees, agents or instrumentalities may incur as a result of claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to or resulting from the performance of the agreement by the contractor or its employees, agents, servants, partners, principals or 'subcontractors. The contractor shall pay all claims and losses in connection therewith, and shall investigate and 'defend all claims, suits or actions of any kind or nature in the name of the City, where applicable, including appellate. ,proceedings, and shall pay all costs,judgments, and attorney's fees which may be incurred thereon. The Proposer expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by the contractor shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided. The above indemnification provisions shall 'survive the expiration or termination of this Agreement. 41. CONTRACT EXTENSION. The City reserves the right to require the Contractor to extend contract past the stated termination date for a period of up to 120 days in the event that a subsequent contract has not yet been awarded. Additional extensions past the 120 days may occur as needed by the City and as mutually agreed upon by the City and the contractor. 42. FLORIDA PUBLIC RECORDS LAW. Proposers are hereby notified that all Bid including,without limitation, any and all information and documentation submitted therewith, are exempt from public records requirements under Section 119.07(1), Florida Statutes,and s. 24(a),Art. 1 of the State Constitution until such time as the City provides notice of an intended decision or until thirty (30) days after opening of the proposals, whichever is earlier. Additionally, Contractor agrees to be in full compliance with Florida Statute 119.0701 including, but not limited to, agreement to (a) Keep and maintain public records that ordinarily and necessarily would be required by the public agency in order to perform the services; (b) provide the public with access to public records on the same terms and conditions that the public agency would provide the records and at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law; (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law; (d) Meet all requirements for retaining public records and transfer, at no cost, to the public agency all public records in possession of the contractor upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. All records stored electronically must be provided to the public agency in a format that is compatible with the information technology systems of the public agency. 43. OBSERVANCE OF LAWS. Proposers are expected to be familiar with, and comply with, all Federal, State, , County, and City laws, ordinances, codes, rules and regulations, and all orders and decrees of bodies or tribunals having jurisdiction or authority which, in any manner, may affect the scope of services and/or project contemplated by this RFQ (including, without limitation, the Americans with Disabilities Act, Title VII of the Civil Rights Act, the EEOC Uniform Guidelines, and all EEO regulations and guidelines). Ignorance of the law(s) on the part of the Proposer will in no way relieve it from responsibility for compliance. 44. CONFLICT OF INTEREST. All Proposers must disclose, in their Proposal, the name(s) of any officer,director, agent, or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Further, all Proposers must disclose the name of any City employee who owns, either directly or RFQ 2018-097-KB 10 MIAMI BEACH indirectly, an interest of ten (10%) percent or more in the Proposer entity or any of its affiliates. 45. MODIFICATION/WITHDRAWALS OF PROPOSALS.A Proposer may submit a modified Proposal to replace all ' or any portion of a previously submitted Proposal up until the Proposal due date and time. Modifications received after the Proposal due date and time will not be considered. Proposals shall be irrevocable until contract award unless withdrawn in writing prior to the Proposal due date, or after expiration of 120 calendar days from the opening of Proposals without a contract award. Letters of withdrawal received after the Proposal due date and before said expiration date, and letters of withdrawal received after contract award will not be considered. 47. EXCEPTIONS TO RFQ. Proposers must clearly indicate any exceptions they wish to take to any of the terms in this RFQ, and outline what, if any, alternative is being offered. All exceptions and alternatives shall be included and clearly delineated, in writing, in the Proposal. The City, at its sole and absolute discretion, may accept or reject any or all exceptions and alternatives. In cases in which exceptions and alternatives are rejected, the City shall require the Proposer to comply with the particular term and/or condition of the RFQ to which Proposer took exception to (as said term and/or condition was originally set forth on the RFQ). 48. ACCEPTANCE OF GIFTS, FAVORS,SERVICES. Proposers shall not offer any gratuities, favors, or anything ' of monetary value to any official, employee, or agent of the City,for the purpose of influencing consideration of this Proposal. Pursuant to Sec. 2-449 of the City Code, no officer or employee of the City shall accept any gift,favor or ' service that might reasonably tend improperly to influence him in the discharge of his official duties. 49. SUPPLEMENTAL INFORMATION. City reserves the right to request supplemental information from Proposers at any time during the RFQ solicitation process. 50.ADDITIONAL SERVICES. Although this solicitation and resultant contract identifies specific goods, services or , facilities ("items"), it is hereby agreed and understood that the City, through the approval of the Department and Procurement Directors (for additional items up to $50,000) or the City Manager (for additional items greater than $50,000), may require additional items to be added to the Contract which are required to complete the work. When additional items are required to be added to the Contract, awarded vendor(s), as applicable to the item being ' requested, under this contract may be invited to submit price quote(s) for these additional requirements. If these quote(s) are determined to be fair and reasonable, then the additional work will be awarded to the current contract vendor(s)that offers the lowest acceptable pricing. The additional items shall be added to this contract by through a Purchase Order (or Change Order if Purchase Order already exists). In some cases, the City may deem it necessary to add additional items through a formal amendment to the Contract, to be approved by the City Manager. The City may determine to obtain price quotes for the additional items from other vendors in the event that fair and reasonable pricing is not obtained from the current contract vendors, or for other reasons at the City's discretion. Balance of Page Intentionally Left Blank RFQ 2018-097-KB 11 MIAMI BEACH SECTION 0300 SUBMITTAL INSTRUCTIONS AND FORMAT 1. SEALED RESPONSES. One original Statement of Qualifications (preferably in 3-ring binder) must be submitted in an opaque, sealed envelope or container on or before the due date established for the receipt of proposals. Additionally, ten (10) bound copies and one (1) electronic format (CD or USB format) are to be submitted. The following information should be clearly marked on the face of the envelope or container in which the proposal is submitted: solicitation number, solicitation title, proposer name, proposer return address. Statement of Qualifications received electronically,either through email or facsimile, are not acceptable and will be rejected. 2. LATE BIDS. Statement of Qualifications are to be received on or before the due date established herein for the receipt of Bids. Any Bid received after the deadline established for receipt of Statement of Qualifications will be considered late and not be accepted or will be returned to proposer unopened. The City does not accept responsibility for any delays, natural or otherwise. 3.STATEMENTS OF QUALIFICATIONS FORMAT. In order to maintain comparability,facilitate the review process and assist the Evaluation Committee in review of Statement of Qualifications, it is strongly recommended that Statement of Qualifications be organized and tabbed in accordance with the sections and manner specified below. Hard copy submittal should be tabbed as enumerated below and contain a table of contents with page references. Electronic copies should also be tabbed and contain a table of contents with page references. TAB 1 Cover Letter&Minimum Qualifications Requirements 1.1 Cover Letter and Table of Contents.The cover letter must indicate Proposer and Proposer Primary Contact for the purposes of this solicitation. 1.2 Response Certification, Questionnaire & Requirements Affidavit (Appendix A). Attach Appendix A fully completed and executed. 1.3 Minimum Qualifications Requirements. Submit verifiable information documenting compliance with the minimum qualifications requirements established in Appendix C, Minimum Requirements and Specifications. TAB 2 Experience&Qualifications 2.1 Qualifications of Proposing Firm. Submit detailed information regarding the firm's history and relevant experience and proven track record of providing the scope of services similar as identified in this solicitation,including experience in providing similar scope of services to public sector agencies. For each project that the proposer submits as evidence of similar experience, the following is required: project description, agency name, agency contact, contact telephone & email,and year(s)and term of engagement. 2.1.1.Provide list of Miami-Dade County, Internal Services Deparment,technical certifications 2.2 Qualifications of Proposer Team. Provide an organizational chart of all personnel and consultants to be used for this project if awarded, the role that each team member will play in providing the services detailed herein and each team members' qualifications. A resume of each individual, including education, experience, and any other pertinent information,shall be included for each respondent team member to be assigned to this contract. TAB 3 Approach and Methodology 3.1 Submit detailed information on the approach and methodology proposer has used on similar past projects, including detailed information, as applicable,on the following: 1. Geotechnical Services a. Previous Construction Activity and Existing Fill b. Subsurface Conditions RFQ 2018-097-KB 12 MIAMI BEACH c. Site Preparation Recommendations d. Compaction Requirements e. Foundation.Reporting f. Slope Stability and Excavations g. Excavation Requirements h. Dewatering L Corrosion Potential and Chemical Attack to Concrete j. Pavements and Roadway 2. Roadway Reports 3. Materials Testing, Inspection,and.Reporting a. Bituminous Construction Materials b. Sand, Coarse Aggregate,,Limerock and Cemented Coquina Mine Inspection c. Base,Sub-Grade and Embankment Materials d. Pavement Parking Materials e. Portland Cement Concrete f. Precast Concrete Products g. Pre-Stressed Concrete Products h. Drilled Shaft Inspection i. Laboratory Information Management System(LIMS)Data Entry j. Pavement Coring Reporting.(PCR) Data Entry k. Consultant Contract Project Management I. Construction Materials Investigations,Special Studies&Projects m. Miscellaneous Construction Related Activities n. Materials Inspection and Testing Related Maintenance Activities o. Asphalt Concrete Inspection/Evaluation 4. Laboratory Services a. Materials b. Quality Control Program Responses shall be in sufficient detail and include supporting documentation, as applicable, which will allow the Evaluation Committee to complete a fully review and score the proposed scope of services. 4. FINANCIAL CAPACITY.Within three (3) business days of request by the City, Each Proposer shall arrange for Dun & Bradstreet to submit a Supplier.Qualification Report' (SQR) directly to the Procurement Contact named herein. No proposal will be considered without receipt, by the City, of the SQR directly from Dun &Bradstreet. The cost of the preparation of the SQR shall be the responsibility of the Proposer.The Proposer shall request the SQR report from D&B at: httpsalsupplierportal:dnb.comlwebapplwcslstoreslservlet/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. 15. ADDITIONAL INFORMATION OR CLARIFICATION. After proposal submittal, the City reserves the right to require additional information from Proposers (or Proposer team members or sub-consultants) to determine: qualifications(including,but not limited to,litigation history,regulatory action,or additional references);and financial capability (including, but not limited to, annual reviewed/audited financial statements with the auditors notes for each of their last two complete fiscal years). RFQ 2018-097-KB 13 MIAMI BEACH SECTION 0400 STATEMENTS OF QUALIFICATIONS EVALUATION 1. Evaluation Committee. An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each Statement of Qualifications in accordance with the requirements set forth in the solicitation. If further information is desired, Proposals may be requested to make additional written submissions of a clarifying nature or oral presentations to the Evaluation Committee.The evaluation of Statement of Qualifications will proceed in a two-step process as noted below. It is important to note that the Evaluation Committee will score the qualitative portions of the Statement of Qualifications only. The Evaluation Committee does not make an award recommendation to the City Manager. The results of Step 1 &Step 2 Evaluations will be forwarded to the City Manager who will utilize the results to make a recommendation to the City Commission. In the event that only one responsive proposal is received,the City Manager, after determination that the sole responsive proposal materially meets the requirements of the RFP, may, without an evaluation committee, recommend to the City Commission that the Administration enter into negotiations. The City, in its discretion, may utilize technical or other advisers to assist the evaluation committee in the evaluation of proposals. 2. Step 1 Evaluation. The first step will consist of the qualitative criteria listed below to be considered by the Evaluation Committee. The second step will consist of quantitative criteria established below to be added to the Evaluation Committee results by the Department of Procurement Management. An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each Statement of Qualifications in accordance with the qualifications criteria established below for Step 1, Qualitative Criteria. In doing so, the Evaluation Committee may review and score all proposals received,with or without conducting interview sessions. Step 1-Qualitative Criteria Maximum Points Proposer Experience and Qualifications 70 Approach and Methodology 30 TOTAL AVAILABLE STEP 1 POINTS 100 3. Step 2 Evaluation. Following the results of Step 1 Evaluation of qualitative criteria, the Proposer may receive additional quantitative criteria points to be added by the Procurement Department to those points earned in Step 1, as follows. Step 2-Quantitative Criteria Maximum Points Veterans Preference 5 Prime Proposer Volume of Work (0-5 Points). Points awarded to the proposer for volume of work awarded by the City in the last three(3)years in accordance with the following table: Less than$250,000 5 5 $250,000.01—$2,000,000 3 Greater than$2,000,000 0 TOTAL AVAILABLE STEP 2 POINTS 10 RFQ 2018-097-KB 14 MIAMI BEACH 4. Determination of Final Ranking. At the conclusion of the Evaluation Committee Step 1 scoring, Step 2 Points will be added to each evaluation committee member's scores by the Department of Procurement Management. Step 1 and 2 scores will be converted to rankings in accordance with the example below: Proposer Proposer Proposer A• B C Ste. 1 Points 82 76 80 Committee. Ste.2 Points 22 15 12 Member 1 Total 104 91 92 Rank 1 • . 3• 2 Ste. 1 Points 79 85 72 Committee Ste.2 Points 22 15 12 Member 2 Total 101 100 84 Rank 1. Ste. 1 Points 80 74 66 Committee Ste.2 Points 22 15 12 Member 2 Total 102 89 78 Low Aggregate Score 3 7 8 Final Ranking* 1 2 3 * Final Ranking is presented to the City Manager for further due diligence and recommendation to the City Commission. Final Ranking does not constitute an award recommendation until such time as the City Manager has made his recommendation to the City Commission, which may be different than final ranking results. RFQ 2018-097-KB 15 APPENDIX A Response Certification , Questionnaire & Requirements Affidavit 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS NEEDED BASIS PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach, Florida33139 RFQ 2018-097-KB 16 MIAMI BEACH Solicitation No: Solicitation.Title: 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS Procurement Contact: Tel: Email: KRISTY BADA 305-673-7490 KRISTYBADA@MIAMIBEACHFL.GOV STATEMENTS OF QUALIFICATIONS CERTIFICATION, QUESTIONNAIRE&REQUIREMENTS AFFIDAVIT • Purpose: The purpose of this Response Certification, Questionnaire and Requirements Affidavit.Form is to inform prospective Proposals of certain solicitation and contractual requirements,and to collectnecessary information from Proposals in order that certain portions of responsiveness, responsibility and other determining factors and compliance with requirements may be evaluated. This Statement of Qualifications Certification, Questionnaire and Requirements Affidavit. Form is a REQUIRED FORM that must be submitted fully completed and executed. 1. General Proposer Information. FIRM NAME: NO.OF YEARS IN BUSINESS: NO.OF YEARS IN BUSINESS LOCALLY: NO.OF EMPLOYEES: OTHER NAME(S)PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: FIRM PRIMARY ADDRESS(HEADQUARTERS): CITY: STATE: ZIP CODE: TELEPHONE NO.: TOLL FREE NO.: • FAX NO.: • 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 in accordance with contract requirements. RFQ 20.18-097-KB 17 MIAMI BEACH 1. Veteran Owned Business.Is Pro oser claiming a veteran owned business status? YES NO SUBMITTAL REQUIREMENT: Proposers claiming veteran owned business status shall submit a documentation proving that firm is certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United States federal government,as required pursuant to ordinance 2011-3748. 2. Conflict Of Interest. All Proposers must disclose, in their Proposal, the name(s) of any officer, director, agent, or immediate family member(spouse,parent, sibling,and child)who is also an employee of the City of Miami Beach. Further,all Proposers must disclose the name of any City employee who owns,either directly or indirectly,an interest of ten(10%)percent or more in the Proposer entity or any of its affiliates. SUBMITTAL REQUIREMENT: Proposers must disclose the name(s)of any officer,director,agent,or immediate family member (spouse,parent,sibling,and child)who is also an employee of the City of Miami Beach. Proposers must also disclose the name of any City employee who owns,either directly or indirectly,an interest of ten(10%)percent or more in the Proposer entity or any of its affiliates 3. References &Past Performance. Proposer shall submit at least three (3)references for whom the Proposer has completed work similar in size and nature as the work referenced in solicitation. SUBMITTAL REQUIREMENT: For each reference submitted, the following information is required: 1) Firm Name, 2) Contact Individual Name&Title,3)Address,4)Telephone,5)Contact's Email and 6)Narrative on Scope of Services Provided. 4. Suspension, Debarment or Contract Cancellation. Has Proposer ever been debarred, suspended or other legal violation,or had a contract cancelled due to non-performance public sector agency? YES b an NO SUBMITTAL REQUIREMENT: If answer to above is"YES,"Proposer shall submit a statement detailing the reasons that led to • action(s). 5. Vendor Campaign Contributions.Proposers are expected to be or become familiar with,the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with, and shall be subject to any and all sanctions,as prescribed therein,including disqualification of their Proposals,in the event of such non-compliance. SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities(including your sub-consultants)with a controlling financial interest as defined in solicitation.For each individual or entity with a controlling financial interest indicate whether or not each individual or entity has contributed to the campaign either directly or indirectly,of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. 6. Code of Business Ethics.Pursuant to City Resolution No.2000-23879,each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics("Code")and submit that Code to the Department of Procurement Management with its proposal/response or within five (5)days upon receipt of request. The Code shall, at a minimum, require the Proposer, to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. In lieu of submitting Code of Business Ethics, Proposer may submit a statement indicating that it will adopt,as required in the ordinance,the City of Miami Beach Code of Ethics,available at htto://www.miamibeachfl.00v/city-hall/procurement/ RFQ 2018-097-KB 18 • MIAMI BEACH 7. Living Wage.Pursuant to Section 2-408 of the City of Miami Beach Code,as same may be amended from time to time,covered employees shall be paid the required living wage rates listed below: 1. Effective January 1,2018, covered employees must be paid a living wage rate of no less than$11.62 per hour with health care benefits of at least$2.26 per hour,or a living wage,rate of no less than$13.88 per hour without health cake benefits. 2. Effective January 1,2019, covered employees must be paid a living wage rate of no less than$11.70 per hour with health care benefits of at least$2.74 per hour,or a living wage rate of no less than$14.44 per hour without health care benefits. 3. Effective January 1,2020, covered employees must be paid a living wage rate of no less than$11.78 per hour with health care benefits of at least$3.22 per hour,or a living wage rate of no less than$15.00 per hour without health care benefits. The living wage rate,and health care benefits rate may,by Resolution of the City Commission be indexed annually forinflation using the Consumer Price Index for all Urban Consumers (CPI-U) Miami/Ft. Lauderdale, issued by the U.S. Department of Labor's Bureau of Labor Statistics. Notwithstanding the preceding;,noannual index shall exceed three percent(3%).The.City may also,by resolution,elect not to index the living wage rate in any particular year,if it determines it would not be fiscally sound to implement same(in a particular year). Proposers'failure to comply with this provision shall be deemed a material breach under this proposal,under which the City may, at its sole option,immediatelyy deem said Proposer as non-responsive,and may further subject Proposer to additionalpenalties and fines,as provided in the City's Living Wage Ordinance,as amended. Further information on the Living Wage requirement is available at htto://www.miamibeachfi.00v/city-hall/procurement/procurement-related-ordinance-and-procedures! SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees to the living wage requirement Any payroll request made by the City during the contract term shall be completed electronically via the City's electronic compliance portal,LCP Tracker(LCPTracker.net). 8. Equal Benefits for Employees with Spouses and Employees with Domestic Partners. When awarding competitively solicited contracts valued at over$100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks, the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business with the City of Miami Beach,who are awarded a contract pursuant to competitive proposals,to provide"Equal Benefits"to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach, Florida;and the Contractor's employees located in the United States,but outside of the City of Miami Beach limits,who are directly performing work on the contract within the City of.Miami Beach. A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? YES '7. NO B. Does your company provide or offer access to any benefits to employees with(same or opposite sex)domestic partners*or to domestic partners of employees? YES NO C. Please check all benefits that apply to your answers above and list in the "other" section any additional benefits not already specified.Note:some benefits are provided to employees because they have a spouse or domestic partner,such as bereavement leave;other benefits are provided directly to the spouse or domestic partner,such as medical insurance. BENEFIT ' Firm Provides for Firm Provides for Firm does not Employees with Employees with Provide Benefit Spouses . Domestic Partners Health I Sick Leave _ Family Medical Leave Bereavement Leave If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g.,there are no insurance providers in your area willing to offer domestic partner coverage)you may be eligible for Reasonable Measures compliance.To comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable.Measures Application (attached)with all necessary documentation.Your.Reasonable Measures Application will be reviewed for consideration by the City Manager,or his designee.Approvalis not guaranteed and the City Managers decision is final. Further information on the Equal Benefits requirement is available at htto`//www.miamibeachfLoov/city-hall/procurement/procurement-related-ordinance- and-procedures/ RFQ 2018-097-KB 19 MIAMI BEACH 9. Public Entity Crimes.Section 287.133(2)(a),Florida Statutes,as currently enacted or as amended from time to time,states that a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal,proposal,or reply on a contract to provide any goods or services to a public entity;may not submit a proposal, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit proposals, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor,supplier,subcontractor,or consultant under a contract with any public entity;and may not transact business with any public entity in excess of the threshold amount provided in s.287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees with the requirements of Section 287.133,Florida Statutes,and certifies it has not been placed on convicted vendor list. 10. Non-Discrimination.Pursuant to City Ordinance No.2016-3990,the City shall not enter into a contract with a business unless the business represents that it does not and will not engage in a boycott as defined in Section 2-375(a) of the City Code, including the blacklisting,divesting from,or otherwise refusing to deal with a person or entity when such action is based on race, color,national origin,religion,sex,intersexuality,gender identity,sexual orientation,marital or familial status,age or disability. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code. 11. Moratorium on Travel to and the Purchase of Goods or Services from North Carolina and Mississippi. Pursuant to Resolution 2016-29375, the City of Miami Beach, Florida, prohibits official City travel to the states of North Carolina and Mississippi, as well as the purchase of goods or services sourced in North Carolina and Mississippi. Proposer shall agree that no travel shall occur on behalf of the City to North Carolina or Mississippi,nor shall any product or services it provides to the City be sourced from these states. SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees it is and shall remain in full compliance with Resolution 2016-29375. 12. Fair Chance Requirement.Pursuant to Section 2-376 of the City Code,the City shall not enter into any contract resulting from a competitive solicitation, unless the proposer certifies.in writing that the business has adopted and employs written policies, practices,and standards that are consistent with the City's Fair Chance Ordinance,set forth in Article V of Chapter 62 of the City Code("Fair Chance Ordinance"), and which, among other things, (i)prohibits City contractors, as an employer,from inquiring about an applicant's criminal history until the applicant is given a conditional offer of employment; (ii) prohibits advertising of employment positions with a statement that an individual with a criminal record may not apply for the position,and(iii)prohibits placing a statement on an employment application that a person with a criminal record may not apply for the position. SUBMITTAL REQUIREMENT: No additional submittal is required at this time. By virtue of executing this affidavit, Proposer certifies that it has adopted policies,practices and standards consistent with the City's Fair Chance Ordinance. Proposer agrees to provide the City with supporting documentation evidencing its compliance upon request. Proposer further agrees that any breach of the representations made herein shall constitute a material breach of contract, and shall entitle the City to the immediate termination for cause of the agreement,in addition to any damages that may be available at law and in equity. 13. Acknowledgement of Addendum. After issuance of solicitation,the City may release one or more addendum to the solicitation which may provide additional information to Proposers or alter solicitation requirements. The City will strive to reach every Proposer having received solicitation through the City's e-procurement system, PublicPurchase.com. However, Proposers are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation.This Acknowledgement of Addendum section certifies that the Proposer has received all addendum released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addenda may result in proposal disqualification. Initial to Confirm Initial to Confirm Initial to Confirm Receipt Receipt Receipt Addendum 1 Addendum 6 Addendum 11 Addendum 2 Addendum 7 Addendum 12 Addendum 3 Addendum 8 Addendum 13 Addendum 4 Addendum 9 Addendum 14 Addendum 5 Addendum 10 Addendum 15 If additional confirmation of addendum is required,submit under separate cover. RFQ 2018-097-KB 20 MIAMI BEACH DISCLOSURE AND DISCLAIMER SECTION The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach(the"City")for the recipients convenience. Any action taken by the City in response to Statement of Qualifications made pursuant to this solicitation,or in making any award, or in failing or refusing to make any award pursuant to such Statement of Qualifications,or in cancelling awards,or in withdrawing or cancelling this solicitation,either before or after issuance of an award,shall be without any liability or obligation on the part of the City. In its sole discretion,the City may withdraw the solicitation either before or after receiving Statement of Qualifications,may accept or reject Statement of Qualifications,and may accept Statement of Qualifications which deviates from the solicitation,as it deems appropriate and in its best interest. In its sole discretion, the City may determine the qualifications and acceptability of any party or parties submitting Statement of Qualifications in response to this solicitation. Following submission of Statement of Qualifications, the applicant agrees to deliver such further details, information and assurances, including financial and disclosure data, relating to the Statement of Qualifications and the applicant including, without limitation, the applicants affiliates,officers,directors,shareholders,partners and employees,as requested by the City in its discretion. The information contained herein is provided solely for the convenience of prospective Proposals. It is the responsibility of the recipient to assure itself that information contained herein is accurate and complete.The City does not provide any assurances as to the accuracy of any information in this solicitation. Any reliance on these contents, or on any permitted communications with City officials, shall be at the recipient's own risk. Proposals should rely exclusively on their own investigations,interpretations,and analyses.The solicitation is being provided by the City without any warranty or representation,express or implied,as to its content,its accuracy,or its completeness.No warranty or representation is made by the City or its agents that any Statement of Qualifications conforming to these requirements will be selected for consideration, negotiation,or approval. The City shall have no obligation or liability with respect to this solicitation,the selection and the award process,or whether any award will be made.Any recipient of this solicitation who responds hereto fully acknowledges all the provisions of this Disclosure and Disclaimer, is totally relying on this Disclosure and Disclaimer,and agrees to be bound by the terms hereof.Any Statement of Qualifications submitted to the City pursuant to this solicitation are submitted at the sole risk and responsibility of the party submitting such Statement of Qualifications. This solicitation is made subject to correction of errors,omissions,or withdrawal from the market without notice.Information is for guidance only,and does not constitute all or any part of an agreement. The City and all Proposals will be bound only as,if and when a Statement of Qualifications,as same may be modified,and the applicable 'definitive agreements pertaining thereto,are approved and executed by the parties,and then only pursuant to the terms of the definitive agreements executed among the parties.Any response to this solicitation may be accepted or rejected by the City for any reason,or for no reason,without any resultant liability to the City. The City is governed by the Government-in-the-Sunshine Law, and all Statement of Qualifications and supporting documents shall be subject to disclosure as required by such law.All Statement of Qualifications shall be submitted in sealed proposal form and shall remain confidential to the extent permitted by Florida Statutes, until the date and time selected for opening the responses. At that time, all documents received by the City shall become public records. Proposals are expected to make all disclosures and declarations as requested in this solicitation. By submission of a Statement of Qualifications,the Proposer acknowledges and agrees that the City has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement information contained in the Statement of Qualifications,and authorizes the release to the City of any and all information sought in such inquiry or investigation.Each Proposer certifies that the information contained in the Statement of Qualifications is true,accurate and complete,to the best of its knowledge,information,and belief. Notwithstanding the,foregoing or anything contained in the solicitation, all Proposals agree that in the event of a final unappealable judgment by a court of competent jurisdiction which imposes on the City any liability arising out of this solicitation,or any response thereto, or any action or inaction by the City with respect thereto, such liability shall be limited to $10,000.00 as agreed-upon and liquidated damages. The previous sentence, however, shall not be construed to circumvent any of the other provisions of this Disclosure and ;Disclaimer which imposes no liability on the City. In the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation,it is understood that the provisions of this Disclosure and Disclaimer shall always govern.The solicitation and any disputes arising from the solicitation shall be governed by and construed in accordance with the laws of the State of Florida. RFQ 2018-097-KB 21 i MIAMI BEACH • PROPOSER CERTIFICATION I hereby certify that: I, as an authorized agent of the Proposer , am submitting the following information as my firm's proposal; Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation, all attachments, exhibits and appendices and the contents of any Addenda released hereto,and the Disclosure and Disclaimer Statement; proposer agrees to be bound to any and all specifications, terms and conditions contained in the solicitation, and any released Addenda and understand that the following are requirements of this solicitation and failure to comply will result in disqualification of proposal submitted; Proposer has not divulged,discussed, or compared the proposal with other Proposals and has not colluded with any other proposer or party to any other proposal; proposer acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; all responses, data and information contained in this proposal, inclusive of the Statement of Qualifications Certification,Questionnaire and Requirements Affidavit are true and accurate. Name of Proposer's Authorized Representative: Title of Proposer's Authorized Representative: Signature of Proposer's Authorized Representative: Date: State of FLORIDA ) On this_day of ,20_,personally appeared before me who County of ) stated that(s)he is the of _ , a corporation,and that the instrument was signed in behalf of the said corporation by authority of its board of directors and acknowledged said instrument to be its voluntary act and deed. Before me: Notary Public for the State of Florida My Commission Expires: RFQ 2018-097-KB 22 APPENDIX B • • " No Bid " •• Form • 201. 8-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON. AN AS- . - NEEDED BASIS • PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Vo e: It.is.4hiportatitfae thoseveRd'ors who have received notification of this'salicfat or but have decided not to-respond, to:'complete and submit the attached "Statement of No Bid,"..The "Statement of No Bid" provides h itl iri oiu.iatio,n on. how-to it prove the solicitation processor Failure fa submit a "Sfaten ent of No Bid" may result in not being notified. of future solicitations by the Ci, -;, REQ 2018-097-KB 23 • MIAMI BEACH Statement of No Bid WE HAVE ELECTED NOT TO SUBMIT A STATEMENTS OF QUALIFICATIONS AT THIS TIME FOR REASON(S) CHECKED AND/OR INDICATED BELOW: _Workload does not allow us to proposal _Insufficient time to respond _Specifications unclear or too restrictive Unable to meet specifications _Unable to meet service requirements _Unable to meet insurance requirements _Do not offer this product/service _OTHER. (Please specify) We do_do not_want to be retained on your mailing list for future proposals of this type product and/or service. Signature: Title: Legal Company Name: Note: Failure to respond, either by submitting a proposal or this completed form, may result in your company being removed from our vendors list. PLEASE RETURN TO: CITY OF MIAMI BEACH PROCUREMENT DEPARTMENT ATTN: KRISTY BADA STATEMENTS OF QUALIFICATIONS#2018-097-KB 1755 MERIDIAN AVENUE, 3rd FLOOR MIAMI BEACH, FL 33139 RFQ 2018-097-KB 24 APPENDIX C M AM I jp. C H Minimum Requirements & • . Specifications 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS- NEEDED BASIS PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 31cl Floor Miami Beach, Florida 33139 RFQ 2018-097-KB 25 1 MIAMI BEACH C1. Minimum Eligibility Requirements. The Minimum Eligibility Requirements for this solicitation are listed below. Proposer shall submit, the required submittal(s) documenting compliance with each minimum requirement. Proposers that fail to include the required submittals with its proposal or fail to comply with minimum requirements shall be deemed non-responsive and shall not have its proposal considered. 1. Bidder (defined as the Firm) shall hold an asbestos business certification AND a geology business certification from the Florida Department of Business and Professional Regulation. C2.Statement of Work Required 2.1 Introduction/Background The City requires the services of consulting firms to perform citywide geotechnical and soil testing services for the Capital Improvement Program (CIP) and Public Works Departments. For five (5) years, the City has contracted with several consulting firms to provide these services. The current contract for these services expires on August 18,2018. In order to consider a replacement contract, the City is seeking proposals from qualified firm(s) to perform citywide geotechnical and soil testing services. Geotechnical, soil testing and/or lab testing services are required for proper pre-planning of construction projects for the City. Many of the City's CIP and Public • Works projects will require, during one time or another, a geotechnical, soils or lab testing report to validate either the City's Engineer's or any Architect's or Engineer of Records recommendations as to any site, building or any other project's unknown characteristics. Through the issuance of this RFQ the City will be able to adequately plan and incorporate geotechnical and soil testing services as part of the pre-construction preparatory work, which is a phase of every City construction project. In addition, the Geotechnical firm(s) would provide personnel that are qualified, trained and thoroughly familiar with the City's rules, policies, and procedures in inspection, sampling testing, and reporting various areas and stages of construction. The ability to have a list of Geotechnical firms to be contacted on an as needed basis would enable the City to utilize these services when the need arises. It is the intent of the City of Miami Beach to select several firms under this RFQ,which will be contacted on an as needed basis. This contract shall remain in effect for an initial term of five (5) years, with two (2) optional renewal years at the City's discretion. 2.2 Geotechnical Services • The Consultant shall provide all labor, materials, equipment, transportation, and other appurtenant work for performing subsurface explorations, obtaining representative samples, and performing all other geotechnical services. • The Consultant shall comply with all federal, state, and local rules and regulations with regard to permits, bonds, drilling, plugging, and all other applicable aspects of drilling. • The Consultant shall research and review all pertinent existing geologic and geotechnical data and information available from USGS, area development, and the company's own files. • The Consultant shall review the proposed project information and requested scope of work indicated as a minimum level of services desired relative to the anticipated subsurface conditions present. If localized subsurface conditions are expected to vary significantly, Consultant shall advise Owner of additional recommended services prior to commencing work. • The Consultant shall be responsible for contacting the appropriate agencies (state/city utility check) RFQ 2018-097-KB 26 MIAMI BEACH for determining locations of utilities in the vicinity of the actual boring locations. • Borings shall be backfilled to the original ground surface in accordance with all applicable local, state,and federal guidelines. • Consultant shall perform the standard penetration test(SPT) in accordance with ASTM Designation D 1586. • In soil that is predominantly cohesive (silty clays, sandy clays, and material with adhesive binder), Consultant shall use the thin-walled tube method for sampling in accordance with ASTM Designation D 1587. • Rock coring shall be performed in accordance with ASTM Designation D 2113. • Double-ring infiltration test shall be conducted in accordance with ASTM Designation D 5093. • Laboratory tests shall be assigned and performed by the Consultant to classify soils and obtain geotechnical physical characteristics such as strength, compressibility, swell potential, compaction characteristics, and chemical characteristics such as corrosiveness. Perform laboratory testing consistent in quantity and quality with local geotechnical engineering practice to provide the required design parameters and recommendations. The quantity of tests to be performed will be dependent upon the type of soil and/or rock encountered during drilling and sampling with additional consideration of the foundation types that may be required to support the proposed structures. • The Consultant shall prepare a geotechnical engineering report containing a discussion of the proposed construction, final boring logs, boring location plan, a description of the drilling and sampling program, a description of the geology and subsurface conditions encountered, groundwater conditions, laboratory test results, and foundation and earthwork recommendations and design parameters. The following is a list of major items that shall appear in the geotechnical engineering report: • Previous Construction Activity and Existing Fill (If present): A discussion of previous construction activity shall address any existing fills or subsurface openings, if encountered. Outline the engineering properties of any existing fills with regard to foundation design. • Subsurface Conditions: Subsurface conditions encountered at the site shall be discussed, based upon stratigraphic sequence observed and local geology. Figures shall be provided displaying soil borings and generalized cross sections. A general description of the engineering properties or parameters determined from the investigation and applied to design recommendations shall be provided. Prevailing groundwater elevations observed and those recommended for design shall be noted. • Site Preparation Recommendations: Provide grading and site preparation recommendations taking into consideration the conceptual grading plan for the site. • Compaction Requirements: The report shall contain detailed and specific criteria for acceptable embankment, fill, or backfill materials and address whether the available borrow material on site is suitable for general or structural fill.The report shall contain recommendations for material usage at the site with regard to placement and compaction requirements as well as any recommended treatment. Compaction criteria, including acceptable gradations, moisture control, compactive effort, and need for proofrolling shall be discussed, including criteria for both granular and cohesive fill, if applicable. Preparation of subgrades for fill and backfill placement shall be discussed. • Foundation Design: The geotechnical engineering report prepared by the Consultant will be used to size and structurally design stable foundations for the structures.To accomplish this task,the report shall contain recommendations in regard to the recommended foundation type for each structure, as RFQ 2018-097-KB 27 MIAMI BEACH loading and site conditions may require. The report shall provide net allowable bearing pressures for shallow spread footings and mats, at recommended bearing depths, considering the types of materials supporting the mats, and note whether any overstressing is allowed under short-term loading such as dynamic, wind, or seismic loading conditions. If over-excavation of unsuitable materials and backfill with structural backfill are required to improve the foundation soils to allow the use of shallow foundations, provide estimated vertical and horizontal extent of the over-excavation and structural backfill. Provide estimated total and differential settlement for foundations using the recommended bearing pressures. Provide an estimate of the time of settlement. Note factors of safety included or recommended. Provide recommendations for resistance to lateral loads, such as passive earth pressures and sliding friction for the base of foundations. Provide recommended groundwater level for determination of buoyancy and means to resist buoyant forces, if needed. Recommendations for deep foundations shall include diameter, depth, and any recommended installation requirements. Provide allowable design loading capacities for vertical downward loading, vertical upward loading, and horizontal loading,as appropriate to the site conditions. Provide design parameters for analysis of laterally loaded drilled piers as required for input into lateral pile capacity software.All factors of safety utilized in developing the allowable load capacities shall be outlined in • detail. • Slope Stability and Excavations: The report shall address the recommended inclination of both temporary excavation and permanent slopes. • Excavation Requirements: If necessary, a section of the report shall address the excavatibility of the soils and rock which may be exposed during foundation excavation and site grading. The effort and type of equipment utilized to perform excavations is dependent upon the size and depth of the excavation. Thus, the discussion shall be in regard to area-type excavations and confined excavations, such as utility trenches. • Dewatering: Conditions present at the site requiring groundwater control, dewatering, or surface drainage during excavation for mats, footings, and other construction shall be discussed. Anticipated types of dewatering shall be described. Special consideration to exposed sub-soils within the bottom of excavations during construction shall be addressed. • Corrosion Potential and Chemical Attack to Concrete: An evaluation of representative subsurface materials shall be performed to provide laboratory test results for chemical constituents, specifically pH, chloride ion, soluble sulfates, and sulfides as well as electrical resistivity. These parameters are required to evaluate the potential for corrosion to underground piping and grounding, and selection of cement type to resist potential sulfate attack. • Pavements and Roadway: Provide typical pavement thickness suggestions in accordance with Miami Dade County and FDOT specifications. Any other items of consideration as deemed necessary by the geotechnical company. The geotechnical engineering report shall be prepared by or under the direction of a Registered Professional Engineer registered under the regulatory laws of the State of Florida. RFQ 2018-097-KB 28 MIAMI BEACH 2.3 Roadway Reports Roadway reports shall include, but not be limited to: • Copies of SCS and USGS maps with project limits. • A report of tests sheet that summarizes the laboratory test results, the soil stratification (i.e., soils grouped into layers of similar materials) and construction recommendations relative to the current Standard Indices. • Estimated seasonal high and/or low groundwater levels, and review with respect to proposed pavement grades. • Recommend type of geosynthetic for various applications. • The Design LBR results from 90%and mean methods. • Permeability/infiltration parameters for water retention areas/exfiltration trenches/swales. • A description of the site and subsoil conditions, design recommendations and a discussion of any special considerations (i.e., removal of unsuitable material, recompression of weak soils, estimated settlement time/amount,groundwater control etc.). • An appendix which contains stratified soil boring profiles, laboratory test data sheets, Design LBR calculations/graphs,and any other pertinent information. In addition to the roadway report, the Consultant will also provide stratified boring profiles to the Designer and review the entire set of plans for completeness before each submittal as requested by the Department. The Consultant shall assist the Designer with detailing limits on the cross-sections of subsoil excavation. Up to four draft roadway reports shall be submitted to the District Geotechnical Engineer,for each review prior to incorporation of the Consultant's recommendations in the project design. 2.4 Permits The consultant is responsible for obtaining and maintaining all required City of Miami Beach and any Miami Dade County Public Works permits, including but not limited to, MOT, excavations, etc. Additionally, if required, the consultant shall be responsible for all special events permits from the City of Miami Beach and Miami Dade County Police Departments. 2.5 Additional Services Other geotechnical services to perform geotechnical investigation and/or construction material testing at other locations to be determined at a later date, may be required beyond the scope of this work. Compensation for such additional services shall be negotiated based on hourly rates contained in the Agreement awarded under this RFQ. 2.6 Materials Testing, Inspection,and Reporting The Consultant shall provide the City of Miami Beach with personnel that are qualified, trained and thoroughly familiar with the City's rules, policies, and procedures in inspection, sampling testing, and reporting in the following areas: RFQ 2018-097-KB 29 MIAMI BEACH • Bituminous Construction Materials • Sand,Coarse Aggregate, Limerock and Cemented Coquina Mine Inspection • Base,Sub-Grade and Embankment Materials • Pavement Parking Materials • Portland.Cement Concrete • Precast Concrete Products • Pre-Stressed Concrete Products • Drilled Shaft Inspection • Laboratory Information Management System (LIMS)Data Entry • Pavement Coring Reporting(PCR)Data Entry • Consultant Contract Project Management • Construction Materials Investigations,Special Studies&Projects • Miscellaneous Construction Related Activities • Materials Inspection and Testing Related Maintenance Activities. • Asphalt Concrete Inspection/Evaluation • SeismicNibration Monitoring/Reporting • Special Inspector Services I.The Consultant shall provide(when required)qualified and experienced technicians in the following: • Aggregate Field Testing • Concrete Field Technician Level I and II • Aggregate Laboratory Testing • Concrete Laboratory Technician • LBR Technician • Asphalt Paving • Asphalt Plant • CTCI-Concrete Transportation Construction Inspections • Pre-stress Inspector Technician • Drilled Shaft Inspector • Pile Driving Inspector 2.7 Laboratory.Services The Consultant shall have a capable materials laboratory. The Consultant laboratory shall have a Quality Control Program that includes provisions for checking test equipment and lab personnel proficiency. The laboratory must keep up-to-date records of calibration checks. RFQ 2018-097-KB 30 MIAMI BEACH APPENDIX D Special Conditions 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS- NEEDED BASIS PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 • RFQ 2018-097-KB 31 MIAMI BEACH 1.TERM OF CONTRACT. Five(5)years. 2.OPTIONS TO RENEW.Option to renew is at the discretion of the City for two(2)additional two(2)year periods. 3.PRICES.Not Applicable. 4.EXAMINATION OF FACILITIES. Not Applicable. 5. INDEMNIFICATION. Provider shall indemnify and hold harmless the City and its officers, employees, agents and instrumentalities from any and all liability, losses or damages, including attorneys' fees and costs of defense, which the City or its officers, employees, agents or instrumentalities may incur as a result of claims, demands, suits, causes of actions or proceedings of any kind or nature arising out of, relating to or resulting from the performance of this Agreement by the Provider or its employees,agents, servants, partners principals or subcontractors. Provider shall pay all claims and losses in connection therewith and shall investigate and defend all claims, suits or actions of any kind or nature in the name of the City, where applicable, including appellate proceedings, and shall pay all costs,judgments, and attorney's fees which may issue thereon. Provider expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by Provider shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City or its officers,employees,agents and instrumentalities as herein provided. 6. PERFORMANCE BOND. Not Applicable. • 7. REQUIRED CERTIFICATIONS.Not Applicable. 8.SHIPPING TERMS.Not Applicable. 9. DELIVERY REQUIREMENTS. Not Applicable. 10.WARRANTY REQUIREMENTS.Not Applicable. .11. BACKGROUND CHECKS. Not Applicable. 12. COMPETITIVE SPECIFICATIONS. It is the goal of the City to maximize competition for the project among suppliers& contractors. Consultant shall endeavor to prepare all documents, plans & specifications that are in accordance with this goal. Under no condition shall Consultant include means &methods or product specifications that are considered "sole source"or restricted without prior written approval of the City. 13. ADDITIONAL TERMS OR CONDITIONS. This RFQ, including the attached Sample Contract, contains all the terms and conditions applicable to any service being provided to the City resulting from award of contract. By virtue of submitting a proposal,consultant agrees not to require additional terms and conditions at the time services are requested, either through a separate agreement,work order,letter of engagement or purchase order. 14. CHANGE OF PROJECT MANAGER. A change in the Consultant's project manager (as well as any replacement) shall be subject to the prior written approval of the City Manager or his designee (who in this case shall be an Assistant City Manager). Replacement(including reassignment) of an approved project manager or public information officer shall not be made without submitting a resume for the replacement staff person and receiving prior written approval of the City Manager or his designee(i.e.the City project manager). 15. SUB-CONSULTANTS. The Consultant shall not retain, add, or replace any sub-consultant without the prior written approval of the City Manager, in response to a written request from the Consultant stating the reasons for any proposed RFQ 2018-097-KB 32 MIAMI BEACH substitution. Any approval of a sub-consultant by the City Manager shall not in any way shift the responsibility for the quality and acceptability by the City of the services performed by the sub-consultant from the Consultant to the City. The quality of services and acceptability to the City of the services performed by sub-consultants shall be the sole responsibility of Consultant. 16. NEGOTIATIONS.Upon approval of selection by the City Commission,negotiations between the City and the selected Proposer(s) will take place to arrive at a mutually acceptable Agreement, including final scope of services, deliverables and cost of services. Remainder of Page Intentionally Left Blank RFQ 2018-097-KB 33 APPENDIX E AAA I H Insurance Requirements 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS- NEEDED BASIS PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 RFQ 2018-097-KB 34 BEACH A/\ I AM 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$ 1,000,000.00 per occurrence for bodily injury property damage to include Premises/ Operations; Products, Completed Operations and Contractual Liability. Contractual Liability and Contractual Indemnity (Hold harmless endorsement exactly as written in"insurance requirements"of specifications). XXX 3. Automobile Liability-$1,000,000 each occurrence-owned/non-owned/hired automobiles included. 4. Excess Liability-$ .00 per occurrence to follow the primary coverages. XXX 5. The City must be named as and additional insured on the liability policies;and it must be stated onthe certificate. 6. Other Insurance as indicated: Builders Risk completed value $ .00 _Liquor Liability $ .00 Fire Legal Liability $ .00 - Protection and Indemnity $ .00 _Employee Dishonesty Bond $ .00 _Other $ .00 XXX 7. Thirty(30)days written cancellation notice required. XXX 8. Best's guide rating B+:VI or better,latest edition. XXX 9. The certificatemust state the proposal number and title The City of Miami Beach is self-insured.Any and all claim payments made from self-insurance are subject to the limits and provisions of Florida Statute 768.28, the Florida Constitution, and any other applicable Statutes. RFQ 2018-097-KB . ,_ ._.W.. -......�.�..__ .. ...�... �.. 35 ATTACHMENT C CONSULTANT'S RESPONSE TO THE RFQ 51 Detail by FEI/EIN Number Page 1 of 3 Florida Department of State DivisioN OF CORPORATIONS 41111towoDI'�tti.;LC i cf � ( • 00044%.%VI , I,�FLP n2,'-\'ra �\I +.� on!Vidal!Attie rij P•darida si'_bu'i f Department of State / Division of Corporations / Search Records / Detail By Document Number/ Detail by FEI/EIN Number Foreign Profit Corporation PROFESSIONAL SERVICE INDUSTRIES, INC. Filing Information Document Number 856982 FEI/EIN Number 37-0962090 Date Filed 07/01/1983 State DE Status ACTIVE Principal Address 545 E.Alogonquin Rd • Arlington Heights, IL 60005 Changed:01/03/2018 Mailing Address 545 E.Alogonquin Rd • Arlington Heights, IL 60005 • Changed: 01/03/2018 Registered Agent Name&Address CORPORATION SERVICE COMPANY 1201 HAYS STREET TALLAHASSEE, FL 32301-2525 • Name Changed:04/20/2016 Address Changed:04/20/2016 • Officer/Director Detail Name&Address Title President, Director DAYTON, DOUGLAS 545 E.Alogonquin Rd Arlington Heights, IL 60005 Title CEO, DIRECTOR Campbell, Gavin http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inq... 1/29/2019 Detail by FEI/EIN Number Page 2 of 3 545 E.Alogonquin Rd Arlington Heights, IL 60005 Title DIRECTOR • Tiemann, Gregg 545 E.Alogonquin Rd Arlington Heights, IL 60005 Title Treasurer,VP Grigsby, Michael Suite 400 200 Westlake Park Blvd.,Westlake Building 4 Houston,TX 77079 Title Secretary ANDREWS,TODD 545 E.Alogonquin Rd Arlington Heights, IL 60005 Title Asst.Secretary,VP Harkness, Darrin 200 Westlake Park Blvd.,Westlake Building 4 Suite 400 Houston,TX 77079 Title CFO Bergfeld,Whitney 545 E.Alogonquin Rd Arlington Heights, IL 60005 Title VP VILLEGAS, JUAN 7950 NW 64TH STREET MIAMI, FL 33166 Annual Reports Report Year Filed Date 2018 01/03/2018 2019 01/23/2019 2019 01/25/2019 Document Images 01/25/2019—AMENDED ANNUAL REPORT View image in PDF format 01/23/2019—ANNUAL REPORT View image in PDF format 01/08/2018—AMENDED ANNUAL REPORT View image in PDF format 01/03/2018—ANNUAL REPORT View image in PDF format http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inq... 1/29/2019 Detail by FEI/EIN Number Page 3 of 3 01/05/2017—ANNUAL REPORT View image in PDF format 12/14/2016—AMENDED ANNUAL REPORT View image in PDF format 04/20/2016—Req.Agent Change View image in PDF format 01/26/2016—ANNUAL REPORT View image in PDF format 10/01/2015—AMENDED ANNUAL REPORT View image in PDF format 01/02/2015—ANNUAL REPORT View image in PDF format 01/02/2014—ANNUAL REPORT View image in PDF format 01/02/2013-ANNUAL REPORT View image in PDF format 01/03/2012—ANNUAL REPORT View image in,PDF format 01/03/2011—ANNUAL REPORT View image in PDF format • 01/04/2010—ANNUAL REPORT View image in PDF format 01/06/2009—ANNUAL REPORT View image in PDF format 10/02/2008—ANNUAL REPORT View image in PDF format 01/02/2008-,ANNUAL REPORT View image in PDF format 01/02/2007--ANNUAL REPORT View image in PDF format 01/03/2006--ANNUAL REPORT View image in PDF format 01/03/2005—ANNUAL REPORT View image in PDF format 01/13/2004--ANNUAL REPORT View image in PDF format 01/04/2003—ANNUAL REPORT View image in PDF format • 01/08/2002--ANNUAL REPORT View image in PDF format ' 01/03/2001—ANNUAL REPORT View image in PDF format 01/21/2000—ANNUAL REPORT View image in PDF format 04/01/1999—ANNUAL REPORT View image in PDF format 01/20/1998--ANNUAL REPORT View image in PDF format 01/28/1997—ANNUAL REPORT View image in PDF format 05/08/1996—ANNUAL REPORT View image in PDF format 01/18/1995—ANNUAL REPORT View image in PDF format Florida Department of State,Division of Corporations • • • 7 littp://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail.inq... .1/29/2019 intertek • Professional Service7915n0dNuvvst6r4ieths,stIrneect. an Intertek Company(Intertek-PSI) psi Miami, Florida 33166 ,0o. il apTopioi000mglIllipllnro1/4 110.00. , ."-*41."111M111111 ..t4OP ;00 • ,„, 4110 , . lir • 11 iilie 440110041,,, :mar 1000,0*: 4: lailW .imft, ,41416... Oa. ,40, ''. 111, ' • ,. 4 4-r04.at' -ti * .4, .4 Alk 0•* . . — ar . it ' -'1•1111•111 m __!_ei "-- , Aloris , -runiam aims•was . ., - I - ............... • . •••••••,......... ,,„ ,„, t , .••••NIM 911FMNIM*0 Ir.g 1 . •' I•-7 j : ••••_44.144 1.411111111.0, =,.., .,. ''' '-'-`-- '-.".- ^.,.4.--1."' "1r - F.... .4..... . ..1 gra -7 r -'7* t•- t. .***-SION*M1.1.01" li, ., •:=:: :, .... , .-.1t*- a.. ......... .....04. .„,,t ..* ..-- !! f. li- ..,a..ia. 4"444'...110-60 .4. tic.' :...-- _ . -.. ...t. ..... , ..„ ,...._... _ , . ,.. - ..imaiRsrust. ....-4- '. - , ...... sk.,- -- .: ::: • .t .,., ....„ . . . - ..:. .7. , 7.:A,- .• 1 i _. " fr -.Apr. :..,.... ;•; ..-.."-'_---•,4 --dimobuidir- ..--_-_-: t. ... .1,....14. ;z:::: ••. .40e-- -__ 4.r _ -— ••• •. ..-.:::-.:-4,-- , - • - ' - — • -- .: ::: .,- '. -----•-• - -fr..... 04%....,,.- - - - 1. .-" - - ...7.•- m.o.. -....,E,-..-: 1. ••• :--4.; ..-s----, --=_, ...--1 ---- , E - ,:.::: -.1...,„,-, , Si,*r .., —IP t., "....-.7.,-r,.--' -*4 4- ._.- 17-n: .' ;:s,""•&‘.. • * v '10L-41L7--- --- ...--- , 1.--- • ....17.,..W 1, 1 ........, ....4444.._,....... -.... rag .-.-:-__- „__- . .•..,. ........• •.. ---...•..- 1.....r*,-- :: ;;,, t 7 .., '...!. ' ., 4:-.:...•1;„.‘ 0..... '7,• _ "'"-.•^,. ' • —-' s . . Z.''' "3": - IdA . Z.... .-14'.; • f''.•. ; ,-.. „Al . i ..' - ..-..: . ., manis•••16 "• ..Tzla. ,e•:... • .. ' • .., ... . - -ek,r. . , ...... '1, - ' ' Iv t'''.7"F ..k.,••• ' ' . , -...14.Ar- .."Trw,„ • - 4.44*... . , • ae ill.111 S • i 1-_, ,, '4<fr • , < - ... • .611.400 •, • *•-*P.- -...-. ', ..-.4 - , . 4 a., 6,p d. 1111•.* 0 4 • 7. •. 17.440,.tra. . 7.... ... 44' .., ...„, --.:4-4... -'-ftf.0 , „ , ..* • ... ... *.., 4,. '''.. ".....",":"*.• illiWir'A lit el, ,,,.= ._ - ,, C,. '''' , • ' • " - '1.• - •,4' r-i- ": -'7. rvo -70-' il lq ..,,... - . --. ...," .21..„---. - 4 , 0, ...• , .....fa, 1-''S.''' ',.1 ,. ",,,, .....,1,„'jor, y p , , .,, . •.'t ,.•:*'.•"5, ',..\ -- " • - .I. - '• - . ' Air— • ' -1.7... -.. - a,',.... 1 4 ' - .,....._ a. - 1 • ,__ ....40V1 074, 4'• . '''----4 f ' Altio- -- - 6 1.1>'"K 44-0.--wit , ' . er„,,,,/' i ,.0.4, ... • . , -• t, •, •• IA e- , .14 ' - . , _ ft. , „ ..... ^,- • f iN. .,t - 7.' Mr.. • k, . a=4" . •Ti,,Aii * ••••••4:77 ,t. - ;,,, ,, 6.. .•• ,...... 7 ---...00. - ....<-- ,„. - , ‘.44•:...• .,. CITY OF MIAMI BEACH Citywide Geotechnical and Laboratory Testing Services on an As-NeededBall'si\:Iks:17;:':'''.1:4113 REQ 2018-097-KB July 30, 2018 tntertek pD c Di n O < z v, rt (D N C E 3 5' rD3 rr c 3 n_a '•' .• SL f.•y.N rf� R • • pl CITY OF MIAMI BEACH Citywide Geotechnical and Laboratory Testing Services on an As-Needed Basis RFQ 2018-097-KB Statement of Qualifications for the City of Miami Beach intertek . CITYWIDE Q 20 B9E GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS RJuly 30,2018 City of Miami Beach PSI Office Location Procurement Department 7950 NW 64th Street 7 1755 Meridian Avenue,3rd Floor Miami,Florida 33166 Miami Beach, Florida 33139 305-471-7725 305-673-7490 I kristybada@miamibeachfl.gov Contract Key Personnel Attn: Ms.Kristy Bada,Contracting Officer III and Mr.Alex Denis,Procurement Director Juan D.Villegas,PE Senior Vice President Re: RFQ 2018-097-KB—CITYWIDE GEOTECHNICAL AND LABORATORY TESTING Tony Caggiano,PE SERVICES ON AN AS-NEEDED BASIS Construction Services Department Manager Professional Service Industries, Inc. (PSI), an Intertek Company, is pleased to present our Morgan Dickinson,PE,51 qualifications for this Request for Qualifications(RFQ)for GEOTECHNICAL AND LABORATORY Regional Engineer TESTING SERVICES. We have reviewed the qualification instructions and state that all conditions are understood and acknowledged by the undersigned authorities. We have Paul Passe,PE reviewed your 2025 Comprehensive Plan and Capital Improvements Projects Plan and have Chief Geotechnical Engineer prepared this package specifically to address your needs.PSI desires to assist the City with all Horizontal Construction your current and upcoming Neighborhood Improvements, Parks, Parking lots and Garages, and Pathway/Corridor projects including the successful completion of the Lincoln Road Ian Kinnear,PE Chief Geotechnical Engineer Business District Improvements among the other projects. Vertical Construction PSI is able to provide the City of Miami Beach with all the geotechnical and materials testing Patrick Montgomery,PE services outlined in the RFQ scope of services.As a full-service firm,we also offer numerous Geotechnical Project specialty testing and consulting services should a need arise on any City projects.We offer a Engineer highly-skilled,multidisciplinary team of professionals with local and international experience Subconsultant Firmproviding similar services to public and private sector clients. Our team has the capabilities 305 Consulting and availability to undertake this assignment, commits to providing our services in a timely Engineers,LLC manner with superior quality,and partnering with the City of Miami Beach team in achieving Enrique Zuniga,PE,si your goals. Principal-in-Charge PSI is not a disadvantaged business enterprise,as defined by the Florida Small and Minority Business Assistance Act, however, we endeavor to use minority, small, and veteran-owned subconsultants as qualified firms are available and a project scope-of-work requires additional specialty services. PSI is committed to meet, or exceed, any of the City's Disadvantaged Business/Service-disabled Veteran Small Business participation goals for this contract. To that end, we have teamed with Miami-based 305 Consulting Engineers, LLC to provide any required special inspections and/or specialty services should they arise on any of the City's upcoming projects. Your primary PSI contact for this contract will be Mr. Anthony V. (Tony) Caggiano, PE. Operating as PSI's Construction Services Department Manager in our Miami office,Tony has over 10 years of engineering experience in in Florida.He has hands-on experience performing geotechnical field investigations related to the design of structures, roadways, and storm water management facilities,subsidence/sinkhole evaluations,and subsurface remediation. He has coordinated construction material testing and inspection on multiple construction projects ranging from multi-story buildings, to thousand-acre developments. This has included directing multiple field engineers and technicians. He has also conducted field inspections of building components during construction for compliance with plans and specifications. His direct contact info is: Tony Caggiano,PE—Construction Services Department Manager 305-471-7725 Office 1864-650-5115 Mobile I tony.caggiano@psiusa.com 1 PSI recognizes the selection of the most qualified consultant is essential to achieving your goals for this contract. Your consultant must demonstrate creativity,be sensitive to schedules and budgets,possess proven abilities to work with the public, be a good listener and bring added value to the process.We feel that PSI can develop an integral role with the City team.We understand that the City of Miami Beach operations and facilities are key to the economy of both Miami-Dade County and the Florida tourism industry, with numerous activities occurring year-round that attract visitors for business, leisure, and events. The following is a summary of reasons why PSI is the best choice for this contract: History and Continuity— PSI is consistently ranked as an Engineering News Record (ENR) top-50 firm. We are a national environmental consulting, geotechnical engineering, construction materials testing, threshold inspection, and facilities/roof consulting corporation with over 2,000 professional engineers, geologists, scientists, quality control inspectors, field and laboratory technicians and support personnel in 125 offices across the country.PSI was incorporated in Delaware in June 1972, with corporate headquarters located in Oakbrook Terrace,Illinois.Our business history dates to 1881 by way of the acquisition of Pittsburgh Testing Laboratories,Inc.,giving us a service history of nearly 130 years. Local Conditions/Knowledge—PSI has worked in South Florida since the early 1980's.This contract will be managed and staffed out of our Miami office. We will not have to staff up for this contract, as the necessary personnel are already in place and experienced with the technical and administrative requirements of the City. In the unlikely event that additional staffing support is needed,we have a team of more than 300 professionals located within 9 offices throughout the State as well as a nationwide support network upon request. Certified Labs &People—PSI's materials testing laboratories and personnel are certified by numerous entities including the FDOT, AASHTO, CCRL, CMEC, ACI, AWS, ASNT and ICC. Our laboratory undergoes annual in-depth inspections/audits by the FDOT, CMEC, AASHTO, CCRL and the Army Corps of Engineers. Our staff includes registered professional engineers with significant construction inspection and testing experience in South Florida. PSI technicians and inspectors are certified and qualified for soils,concrete and asphalt testing,certified welding inspectors for the inspection and testing of bolted and welded connections, certified non-destructive examiners and radiographers for ultrasonic and radiographic inspection of welds, registered threshold inspectors and building code inspectors,and NACE certified coatings inspectors—all in-house. Proven Past Record—A large percentage of PSI's business is based on work from repeat clients who continually contract with PSI. Our team has extensive experience with the successful administration of continuing contracts and the projects assigned through those agreements to multiple cities, counties, public agencies, school boards, and private clients. Over the past 30+ years, PSI has provided geotechnical engineering, construction materials testing, specialty inspections, and environmental engineering services for public agencies throughout South Florida including, but not limited to, Miami-Dade County, Monroe County, Broward County, FDOT,South Florida Water Management District, Miami-Dade County Public Schools,and the Cities of Miami,Miami Beach,North Miami,Key West,Coral Gables,Plantation,Doral,Hialeah,Fort Lauderdale,Hollywood,Miramar, Pompano Beach, Margate,and Coral Springs. Our Commitment to You—We are committed to providing the highest quality and most responsive professional services. PSI's unsurpassed client commitment ensures the City that not only will we deliver quality, timely and cost-effective services, but that you will be treated as a most-favored customer.PSI is confident that you will agree that with our demonstrated expertise and experience, size and qualified professional staff, and competitive pricing, we are the best choice to provide the City of Miami Beach with ongoing professional services. Sincerely, PROFESSIONAL SERVICE INDUSTRIES, INC. 11JE6 Juan D.Villegas,PE Anthony V. (Tony)Caggiano, PE Senior Vice President Construction Services Department Manager juan.villegas@psiusa.com tony.caggiano@psiusa.com 305-522-7874 864-650-5115 intertek PSI QUALIFICATIONS STATEMENT:City of Miami Beach Citywide Geotechnical and Laboratory Testing Services on an As-Needed Basis I RFQ 2018-097-KB 2 TABLE OF CONTENTS Tab 1 Cover Letter & Minimum Qualifications Requirements 1.1 Cover Letter and Table of Contents 1 1.2 Response Certification, Questionnaire& Requirements Affidavit(Appendix A) 4 Tab 2 Experience & Qualifications 2.1 Qualifications of Proposing Firm 12 2.1.1 Firm Licenses&Certificates 34 2.2 Qualifications of Proposer's Team 38 2.2.1 Team Licenses&Certificates 40 TAB 3 Approach and Methodology UNDERSTANDING OF THE SCOPE 70 PROJECT MANAGEMENT APPROACH 70 PROJECT METHODOLOGY 3.1 Geotechnical Services 76 3.2 Roadway Reports 79 3.3 Materials Testing, Inspection, and Reporting 79 3.4 Laboratory Services 80 intertekP s PSI QUALIFICATIONS STATEMENT:City of Miami Beach Citywide Geotechnical and Laboratory Testing Services on an As-Needed Basis I RFQ 2018-097-KB 3 MIAMI BEACH Solicitation No: Solicitation Title: 2018-097-KB FOR CITYWIDE GEOTECHNICAL AND LABORATORY TESTING SERVICES ON AN AS-NEEDED BASIS Procurement Contact: Tel: Email: KRISTY BADA 305-673-7490 KRISTYBADA@MIAMIBEACHFL.GOV STATEMENTS OF QUALIFICATIONS CERTIFICATION, QUESTIONNAIRE & REQUIREMENTS AFFIDAVIT Purpose: The purpose of this Response Certification, Questionnaire and Requirements Affidavit Form is to inform prospective Proposals of certain solicitation and contractual requirements, and to collect necessary information from Proposals in order that certain portions of responsiveness, responsibility and other determining factors and compliance with requirements may be evaluated. This Statement of Qualifications Certification, Questionnaire and Requirements Affidavit Form is a REQUIRED FORM that must be submitted fully completed and executed. 1. General Proposer Information. FIRM NAME: Professional Service Industries, Inc.(PSI) NO.OF YEARS IN BUSINESS: 45 NO.OF YEARS IN BUSINESS LOCALLY: NO.OF EMPLOYEES: 35 2000 OTHER NAME(S)PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: none FIRM PRIMARY ADDRESS(HEADQUARTERS): 545 East Algonquin Road CITY: Arlington Heights STATE: Illinois ZIP CODE: 60005 TELEPHONE NO.: (630)691-1490 TOLL FREE NO.: 1-800-548-7901 FAX NO.: (630)691-1587 FIRM LOCAL ADDRESS: 7950 NW 64th Street CITY: Miami STATE: Florida ZIP CODE: 33166 PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: Tony Caggiano, PE ACCOUNT REP TELEPHONE NO.: 305-471-7725 office 1864-650-5115 mobile ACCOUNT REP TOLL FREE NO.: 1-800-548-7901 ACCOUNT REP EMAIL: tony.caggiano@psiusa.com fano@psiusa.com Y• FEDERAL TAX IDENTIFICATION NO.: 37-0962090 The City reserves the right to seek additional information from proposer or other source(s),including but not limited to:any firm or principal information, applicable licensure, resumes of relevant individuals, client information, financial information, or any information the City deems necessary to evaluate the capacity of the proposer to perform in accordance with contract requirements. RFQ 2018-097-KB 17 4 MIAMI BEACH 1. Veteran Owned Business. Is Proposer claiming a veteran owned business status? YES x NO SUBMITTAL REQUIREMENT: Proposers claiming veteran owned business status shall submit a documentation proving that firm is certified as a veteran-owned business or a service-disabled veteran owned business by the State of Florida or United States federal government,as required pursuant to ordinance 2011-3748. 2. Conflict Of Interest. All Proposers must disclose, in their Proposal, the name(s) of any officer, director, agent, or immediate family member(spouse, parent, sibling,and child)who is also an employee of the City of Miami Beach. Further, all Proposers must disclose the name of any City employee who owns, either directly or indirectly,an interest of ten (10%)percent or more in the Proposer entity or any of its affiliates. 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 n/a 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. Please see attached. 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. noted. 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 http://www.miamibeachfl.qov/city-hall/procurement/ PSI will adopt the City of Miami Beach Code of Ethics. RFQ 2018-097-KB 18 5 MIAMI BEACH 7. Living Wage.Pursuant to Section 2-408 of the City of Miami Beach Code,as same may be amended from time to time,covered employees shall be paid the required living wage rates listed below: 1. Effective January 1, 2018, covered employees must be paid a living wage rate of no less than $11.62 per hour with health care benefits of at least$2.26 per hour,or a living wage rate of no less than$13.88 per hour without health care benefits. 2. Effective January 1, 2019, covered employees must be paid a living wage rate of no less than $11.70 per hour with health care benefits of at least$2.74 per hour,or a living wage rate of no less than$14.44 per hour without health care benefits. 3. Effective January 1, 2020, covered employees must be paid a living wage rate of no less than $11.78 per hour with health care benefits of at least$3.22 per hour,or a living wage rate of no less than$15.00 per hour without health care benefits. The living wage rate and health care benefits rate may, by Resolution of the City Commission be indexed annually for inflation using the Consumer Price Index for all Urban Consumers (CPI-U) Miami/Ft. Lauderdale, issued by the U.S. Department of Labor's Bureau of Labor Statistics. Notwithstanding the preceding, no annual index shall exceed three percent(3%). The City may also, by resolution,elect not to index the living wage rate in any particular year, if it determines it would not be fiscally sound to implement same(in a particular year). Proposers'failure to comply with this provision shall be deemed a material breach under this proposal, under which the City may, at its sole option, immediately deem said Proposer as non-responsive, and may further subject Proposer to additional penalties and fines,as provided in the City's Living Wage Ordinance,as amended. Further information on the Living Wage requirement is available at http://www.miamibeachfl.gov/citv-hall/procurement/procurement-related-ordinance-and-procedures/ SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees to the living wage requirement. Any payroll request made by the City during the contract term shall be completed electronically via the City's electronic compliance portal, LCP Tracker(LCPTracker.net). PSI complies with the Living Wage Ordinance. 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? n/a. " please see following inserted page. YES NO C. Please check all benefits that apply to your answers above and list in the "other" section any additional benefits not already specified. Note:some benefits are provided to employees because they have a spouse or domestic partner,such as bereavement leave;other benefits are provided directly to the spouse or domestic partner,such as medical insurance. BENEFIT Firm Provides for Firm Provides for Firm does not Employees with Employees with Provide Benefit Spouses Domestic Partners Health X n/a Sick Leave X n/a Family Medical Leave X n/a Bereavement Leave X n/a 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.nov/city-hall/procurement/procurement-related-ordinance- and-procedures/ RFQ 2018-097-KB 19 6 RE: Item 8. b. **Pursuant to Miami Beach Florida Ordinance 2005-3494; Sec. 2-373 Requirement for city contractors to provide equal benefits for domestic partners, (G) Nonapplicability, exceptions and waivers, 2)The provisions of this section shall not apply to covered contracts which involve, e)The acquisition of professional architectural, engineering, landscape architectural, or survey and mapping services procured pursuant to Chapter 287.055, Florida Statutes (the "Consultants'Competitive Negotiation Act"), as same may be amended.; the conditions of City of Miami Beach Equal Benefits for Domestic Partners Ordinance 2005-3494, § 1, 10-19-05, do not apply to this solicitation. sources: https://library.municode.com/fl/miami_beach/codes/code_of_ordi nances? nodeld=SPAGEOR CH2AD ARTVIPR DIV3COPR S2-373RECOPREQBEsourDOPA https://www.miamibeachfl.gov/wp-content/uploads/2017/08/2005-3494.pdf 7 MIAMI BEACH 9. Public Entity Crimes.Section 287.133(2)(a), Florida Statutes,as currently enacted or as amended from time to time, states that a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a proposal,proposal,or reply on a contract to provide any goods or services to a public entity;may not submit a proposal, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit proposals, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor,supplier, subcontractor,or consultant under a contract with any public entity;and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list. PSI has not been placed on the convicted vendors 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. PSI agrees it is and shall remain in full compliance with Section 2-375 of the City of Miami Beach City Code. 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. PSI agrees it is and shall remain in full compliance with Resolution 2016-29375 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. PSI certifies that it has adopted policies,practices and standards consistent with the City's Fair Chance Ordinance SUBMITTAL REQUIREMENT: No additional submittal is required at this time. By virtue of executing this affidavit, Proposer certifies that it has adopted policies,practices and standards consistent with the City's Fair Chance Ordinance. Proposer agrees to provide the City with supporting documentation evidencing its compliance upon request. Proposer further agrees that any breach of the representations made herein shall constitute a material breach of contract, and shall entitle the City to the immediate termination for cause of the agreement, in addition to any damages that may be available at law and in equity. 13. Acknowledgement of Addendum. After issuance of solicitation,the City may release one or more addendum to the solicitation which may provide additional information to Proposers or alter solicitation requirements. The City will strive to reach every Proposer having received solicitation through the City's e-procurement system, PublicPurchase.com. However, Proposers are solely responsible for assuring they have received any and all addendum issued pursuant to solicitation.This Acknowledgement of Addendum section certifies that the Proposer has received all addendum released by the City pursuant to this solicitation. Failure to obtain and acknowledge receipt of all addenda may result in proposal disqualification. Initial to Confirm Initial to Confirm Initial to Confirm Receipt Receipt Receipt JV Addendum 1 JV Addendum 6 JV Addendum 11 JV Addendum 2 JV Addendum 7 Addendum 12 JV Addendum 3 JV Addendum 8 Addendum 13 JV Addendum 4 JV Addendum 9 Addendum 14 JV Addendum 5 JV Addendum 10 Addendum 15 If additional confirmation of addendum is required,submit under separate cover. RFQ 2018-097-KB 20 8 MIAMI BEACH DISCLOSURE AND DISCLAIMER SECTION The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach (the"City")for the recipient's convenience. Any action taken by the City in response to Statement of Qualifications made pursuant to this solicitation, or in making any award, or in failing or refusing to make any award pursuant to such Statement of Qualifications, or in cancelling awards,or in withdrawing or cancelling this solicitation,either before or after issuance of an award,shall be without any liability or obligation on the part of the City. In its sole discretion,the City may withdraw the solicitation either before or after receiving Statement of Qualifications, may accept or reject Statement of Qualifications, and may accept Statement of Qualifications which deviates from the solicitation, as it deems appropriate and in its best interest. In its sole discretion, the City may determine the qualifications and acceptability of any party or parties submitting Statement of Qualifications in response to this solicitation. Following submission of Statement of Qualifications, the applicant agrees to deliver such further details, information and assurances, including financial and disclosure data, relating to the Statement of Qualifications and the applicant including, without limitation, the applicant's affiliates,officers,directors,shareholders,partners and employees,as requested by the City in its discretion. The information contained herein is provided solely for the convenience of prospective Proposals. It is the responsibility of the recipient to assure itself that information contained herein is accurate and complete. The City does not provide any assurances as to the accuracy of any information in this solicitation. Any reliance on these contents, or on any permitted communications with City officials, shall be at the recipient's own risk. Proposals should rely exclusively on their own investigations, interpretations, and analyses. The solicitation is being provided by the City without any warranty or representation, express or implied, as to its content, its accuracy, or its completeness. No warranty or representation is made by the City or its agents that any Statement of Qualifications conforming to these requirements will be selected for consideration, negotiation,or approval. The City shall have no obligation or liability with respect to this solicitation,the selection and the award process,or whether any award will be made. Any recipient of this solicitation who responds hereto fully acknowledges all the provisions of this Disclosure and Disclaimer, is totally relying on this Disclosure and Disclaimer,and agrees to be bound by the terms hereof.Any Statement of Qualifications submitted to the City pursuant to this solicitation are submitted at the sole risk and responsibility of the party submitting such Statement of Qualifications. This solicitation is made subject to correction of errors,omissions,or withdrawal from the market without notice. Information is for guidance only,and does not constitute all or any part of an agreement. The City and all Proposals will be bound only as, if and when a Statement of Qualifications, as same may be modified,and the applicable definitive agreements pertaining thereto, are approved and executed by the parties, and then only pursuant to the terms of the definitive agreements executed among the parties.Any response to this solicitation may be accepted or rejected by the City for any reason,or for no reason,without any resultant liability to the City. The City is governed by the Government-in-the-Sunshine Law, and all Statement of Qualifications and supporting documents shall be subject to disclosure as required by such law.All Statement of Qualifications shall be submitted in sealed proposal form and shall remain confidential to the extent permitted by Florida Statutes, until the date and time selected for opening the responses. At that time, all documents received by the City shall become public records. Proposals are expected to make all disclosures and declarations as requested in this solicitation. By submission of a Statement of Qualifications,the Proposer acknowledges and agrees that the City has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement information contained in the Statement of Qualifications,and authorizes the release to the City of any and all information sought in such inquiry or investigation.Each Proposer certifies that the information contained in the Statement of Qualifications is true,accurate and complete,to the best of its knowledge, information,and belief. Notwithstanding the foregoing or anything contained in the solicitation, all Proposals agree that in the event of a final unappealable judgment by a court of competent jurisdiction which imposes on the City any liability arising out of this solicitation,or any response thereto, or any action or inaction by the City with respect thereto, such liability shall be limited to $10,000.00 as agreed-upon and liquidated damages. The previous sentence, however, shall not be construed to circumvent any of the other provisions of this Disclosure and Disclaimer which imposes no liability on the City. In the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation, it is understood that the provisions of this Disclosure and Disclaimer shall always govern.The solicitation and any disputes arising from the solicitation shall be governed by and construed in accordance with the laws of the State of Florida. RFQ 2018-097-KB 21 9 MIAMI BEACH PROPOSER CERTIFICATION I hereby certify that: I, as an authorized agent of the Proposer , am submitting the following information as my firm's proposal; Proposer agrees to complete and unconditional acceptance of the terms and conditions of this document, inclusive of this solicitation, all attachments,exhibits and appendices and the contents of any Addenda released hereto,and the Disdosure and Disclaimer Statement; proposer agrees to be bound to any and all specifications, terms and conditions contained in the solicitation, and any released Addenda and understand that the following are requirements of this solicitation and failure to comply will result in disqualification of proposal submitted; Proposer has not divulged, discussed, or compared the proposal with other Proposals and has not colluded with any other proposer or party to any other proposal; proposer acknowledges that all information contained herein is part of the public domain as defined by the State of Florida Sunshine and Public Records Laws; all responses, data and information contained in this proposal, inclusive of the Statement of Qualifications Certification, Questionnaire and Requirements Affidavit are true and accurate. Name of Proposer's Authorized Representative: Title of Proposer's Authorized Representative Juan D.Villegas, PE Senior Vice President Signature er's Auth z Representative Date: --___5- ir, r July 24, 2018 State of FLORIDA ) On thiseVi day of Si.1t ,2018,personally n appeared before me Juan illegas who County of f"t.n NNCZ.- g) stated that(s)he is the Senior Vice President ofd -,i c wTJ,d 4a corporation, and that the i--•- - '• •- .- • : - said corporation by authority of its board of directo . .u''r" :qpwledgeoisaictintnatent to be its voluntary act and deed. Before me: = Nutary Public-State of Fbrlda f emission 0 FF 992217 11 ',A` My • • i.oires May 12.2020 iiiIr.:ry Public for the State of F orida My Commission Expires: . .l.. I .,0 Al IP RFQ 2018-097-KB 22 1. Cover Letter& Minimum Qualifications Requirements PSI REFERENCES 1) Firm Name: City of Doral 2) Contact Individual Name&Title: Mr.Jorge Gomez, PE—Chief of Engineering 3)Address: 8401 NW 53rd Terrace, Doral, FL 33166 4)Telephone: 305-593-6740 5)Contact's Email:Jorge.Gomez@CityofDoral.com 6) Narrative on Scope of Services Provided: PSI has performed Geotechnical Engineering and Materials Testing services for the City of Doral on multiple projects including the Aquatic Facility, Glades Park, Legacy Park,various City facilities,and undeveloped properties. 1) Firm Name: City of Coral Gables-Public Works Department 2) Contact Individual Name&Title: Mr. Ernesto R. Pino, R.A., LEED AP,Assistant Public Works Director 3)Address:2800 S.W.72nd Avenue, Miami, Florida 33155 4)Telephone:305-460-5054 5)Contact's Email: epino@coralgables.com 6) Narrative on Scope of Services Provided: PSI has performed Geotechnical Engineering and Materials Testing services for the City of Coral Gables on multiple projects over the past 10 years including Miracle Mile and Giralda Ave.Streetscapes, Minorca Ave. Public Safety Building, Fire Station #2, Maintenance Facility,Campana & Rovino Pump Stations,to name a few. 1) Firm Name: FDOT District IV&VI 2)Contact Individual Name&Title: Mr. Matthew Gisondi, PE—Assistant District Geotechnical Engineer 3)Address: 14200 West State Road 84, Davie, FL 33325 4)Telephone: (954) 677-7038 5)Contact's Email: Matthew.Gisondi@dot.state.fl.us 6) Narrative on Scope of Services Provided: PSI continues long-term successful relationship with the FDOT and has successfully performed hundreds of Geotechnical Explorations as well as materials testing, on many recent high-profile/impact projects with the District(s). In addition, please feel free to contact any clients listed with the representative projects in the Experience and Qualifications section (Tab 2). intertek - P S I PSI QUALIFICATIONS STATEMENT:City of Miami Beach Citywide Geotechnical and Laboratory Testing Services on an As-Needed Basis I RFQ 2018-097-KB 11 1 intertek w N m x -0 m 1 tD c A C) m 90 p c a, n' a, o' U) -:7::- s } CITY OF MIAMI BEACH Citywide Geotechnical and Laboratory Testing Services on an As-Needed Basis - RFQ 2018-097-KB .-_-__- 0M---.-- = -_ 2. Experience & Qualifications 2.1 QUALIFICATIONS OF PROPOSING FIRM FIRM BIO Consistently ranked as an Engineering News Record(ENR)top-50 firm,PSI is a leader among the nation's independent testing organizations and rank among the country's largest consulting engineering firms. We are a nationally recognized consulting engineering and testing firm providing integrated services in several disciplines, including geotechnical and environmental engineering,construction services, materials engineering&testing, roof&pavement consulting,asbestos management,and facilities consulting and engineering. PSI has provided PSI was incorporated in Delaware in June 1972,with corporate headquarters located in Oakbrook Terrace, Illinois. However, the name was not used in the marketplace Geotechnical Engineering until the 1980's. Our business history dates to 1881 by way of the acquisition of and Construction Materials Pittsburgh Testing Laboratories, Inc.,giving us a service history of nearly 130 years. Testing& Inspection Services In November of 2015, Professional Service Industries, Inc. (PSI) was purchased by to public agencies in South Intertek Group, PLC. Although PSI has a new owner, PSI continues to operate as a Florida for separate legal entity than Intertek. over 30 years. PSI has over 2,000 professional engineers, geologists, scientists, quality control inspectors, field and laboratory technicians and support personnel in 100 offices across the country. In Florida, PSI has a team of more than 300 professionals located within 9 offices throughout the state with over 100 employees located in our three South Florida offices.Therefore,we will not have to staff up for this contract, as the necessary personnel are already in place and experienced with the technical and administrative requirements of the City. Our unique combination of local, independent offices paired with a nationwide presence allows PSI to provide the responsiveness and concern of a local firm with the collective skills and resources of a national company. Over the past 30+years, PSI has provided geotechnical engineering,construction materials testing,specialty inspections,and environmental engineering services for public agencies throughout South Florida including, but not limited to, Miami-Dade County, Monroe County, Broward County, FDOT, South Florida Water Management District, Miami-Dade County Public Schools, and the Cities of Miami, Miami Beach, North Miami, Key West, Coral Gables, Plantation, Doral, Hialeah, Fort Lauderdale, Hollywood, Miramar, Pompano Beach, Margate,and Coral Springs. GEOTECHNICAL SERVICES For over 35 years, PSI has been providing geotechnical solutions for a variety of city and county governments and private clients throughout Florida under challenging premises. PSI personnel have performed thousands of subsurface explorations in south Florida and our experience ranges from projects requiring a few soil borings to large projects requiring several hundred borings. We provide qualified recommendations and use the most updated field equipment to gather our information. PSI maintains a large variety of land and marine subsurface exploration equipment along with laboratory and office facilities. We have more than 100 fully equipped exploration crews with drill rigs mounted on all types of carriers to allow access to virtually any condition on land or water.The variety of sizes and types of equipment and our crews' broad experience allow flexibility in sampling and drilling techniques and in scheduling.PSI Geo services include gathering of"existing data"(i.e.USDA SCS Soil Survey maps, USGS maps, historic photographs and geotechnical data).We strongly believe that an in-depth review of"existing data",increases project awareness and provides knowledge of any unusual subsurface conditions or construction issues well in advance,thereby avoiding or appropriately addressing and planning for potential problems.The required drilling permits will be obtained and field work will be performed with appropriate Maintenance of Traffic and ATSSA certified personnel.Our knowledge of existing soils conditions,local construction materials,contractor capabilities and potential claim areas will be used to prepare the most cost effective and feasible recommendations. intertek --- PSIPSI QUALIFICATIONS STATEMENT:City of Miami Beach Citywide Geotechnical and Laboratory Testing Services on an As-Needed Basis I RFQ 2018-097-KB 12 2. Experience & Qualifications PSI performs all necessary reviews,monitoring,evaluation and recommendation of production pile lengths and drive criteria. PSI is capable of providing a full package of PDA services or doing specific task work as necessary. All PDA work will be performed in accordance with ASTM D-4945 and Section 455 of the FDOT Specifications. We would offer the following deliverables: review construction plans; attend project meetings; perform hammer evaluations using WEAP with results to the Turnpike within 72 hours; review/comment on pile installation plans; perform dynamic load testing; determine proper fuel settings, optimum pile cushion thickness, and identify hammer system weaknesses or problems in the field for quick resolution; record all pertinent pile driving data such as blowcount, stroke, fuel settings, jetting, preforming/predrilling, elevations of templates and ground surface, and unusual events; immediately provide pile driving log; perform CAPWAP analysis in the field or within 24 hours after completion of driving; perform WEAP analysis for production driving criteria based on dynamic load test and CAPWAP data in 72 hours or less;and recommend production pile lengths and driving criteria. All letters,analyses,driving logs,and raw PDA data will be included in the report. PSI also has extensive experience in monitoring ground vibrations related to pile driving and other construction activities.We maintain in-house equipment and certified staff that are readily available to respond to these requests. PSI possesses the expertise necessary to address any issue that may arise, including unusual subsurface conditions, deep foundation design, vibration monitoring, evaluation of change in materials, and assessment of existing conditions with respect to planned construction.Our Geotechnical Services include: Preliminary or General Studies Foundation/Specialty Analysis Auger borings Muck survey Risk assessment Rock coring Site preparation specifications Foundations/construction over Monitoring well installation Early site selection compressible soils Continuous sampling Design of pond and landfill liners Subsoil modification Environmental sampling Preliminary soil and foundation Analysis of high-rise foundations Undisturbed thin-walled tubes evaluation Dewatering concepts Groundwater sampling Embankment settlement Soil mechanics research Bulk disturbed samples Foundations for structures Specialty foundations Mineral exploration Vibration studies Retaining walls Slope stability and design Cone penetration test data Laboratory Services interpretation Soil classification Environmental/Permitting Landfill foundation studies Strength parameters Environmental permits Earthen dam analysis Consolidation Groundwater studies Pile driving analyzer(PDA) Compaction Soil suitability analysis Cross-hole Sonic Logging(CSL) Permeability Effluent disposal evaluation CBR Well and pollution source inventory Groundwater Monitoring Plans Soil cement Design of pond and landfill liners Design and implementation of Triaxial Water supply testing and permitting groundwater monitoring plans Relative density Septic tank design and permitting Installation of monitoring wells Drawdown effects on wetlands Sampling of groundwater from Additional Services Sanitary landfill permitting monitoring wells Hydrology Earthquake geology and Effluent Disposal Roadway/Transportation Studies engineering Percolation pond design, Rapid Corridor study/fatal flaw analysis Environmental geology Infiltration Basins(RIBs) Bridge foundations(shallow and Soil stabilization Wetland disposal assessment deep) Geophysical investigations Development of groundwater Pavement design Soil/rock dynamics monitoring plans Field and Drilling Services Standard test borings intertek siPSI QUALIFICATIONS STATEMENT:City of Miami Beach Citywide Geotechnical and Laboratory Testing Services on an As-Needed Basis I RFQ 2018-097-KB 13 2. Experience & Qualifications MATERIALS TESTING & INSPECTIONS PSI has provided construction materials testing and inspection services to public agencies in South Florida for over 35 years. We maintain complete facilities and equipment for the inspection and testing of soils,concrete,structural elements, metals, pavement, roofing materials, and specialty items. In addition to these basic services, we perform a full range of consulting engineering services, forensic evaluations, and quality assurance/quality control for construction projects. PSI's key team members have provided these services on hundreds of successfully completed projects, including roadways, utilities, and other facilities.PSI consistently maintains certification by all pertinent regionally and nationally recognized testing laboratory certification bodies relative to the types of testing normally performed in our industry. All measurement equipment and instruments are routinely inventoried, marked and calibrated in accordance with the National Bureau of Standards. In addition to certification,the testing procedures are conducted under the guidelines of ASTM E329 where applicable, and in all cases,a state registered engineer oversees all inspection and materials testing procedures. Concrete Pavements Metals Cement physical and chemical Preconstruction services Structural steel fabrication testing Soil density testing inspection Mix design Soil stabilization testing Structural steel field erection Strength testing Soil-cement inspection Field testing and inspection Laboratory testing asphalt Weld certification and procedure In-situ evaluation Field testing and inspection qualification Reinforcement location Concrete pavement testing and Construction inspection and testing Prestressed/precast testing and inspection Nondestructive examination inspection Pavement evaluation and failure Laboratory testing Aggregate unit weight,gradation, investigation etc. Underdrains Specialty Floor flatness profiling Structural Masonry Vibration monitoring Threshold inspections Concrete masonry unit testing Load tests Post tensioning calibration and Mortar/stucco mix design testing& Failure investigations inspection inspection Curtainwall mock-up and fabrication Fireproofing thickness,weight, Brick testing inspection adhesion/cohesion Construction testing and inspection Review of waterproofing Reinforcing steel Failure investigation specifications Prisms construction control Monitoring waterproofing application PSI is a full-service engineering, consulting and testing firm providing an extensive menu of services within multiple disciplines intertek, —Psi PSI QUALIFICATIONS STATEMENT:City of Miami Beach Citywide Geotechnical and Laboratory Testing Services on an As-Needed Basis I RFQ 2018-097-KB 14 2. Experience & Qualifications NON-DESTRUCTIVE EXAMINATION & TESTING PSI has the expertise,experience,and equipment needed to conduct nondestructive examination and testing(NDE)on your equipment, systems, and materials. PSI's long history of conducting NDE began with the establishment of our Pittsburgh Testing Laboratory Division in 1881.The Pittsburgh laboratory inspected the original cables on the Brooklyn Bridge in 1883 and a few years ago, we inspected the replacement cables. This demonstrates a continuity that no other testing firm can match. Ultrasonic Testing ICC structural steel inspectors Angle beam/shear wave ICC bolting special inspectors Liquid Penetrant Thickness determination ICC structural welding inspectors Solvent-removable Erosion/corrosion surveys Bolt torque and placement Water-washable Tank bottom surveys verification Fluorescent/color contrast Full wave bond/lamination EIFS inspection inspection ICBG inspection Radiographic Advanced flaw analysis Iridium 192 n Magetic Particle Cobalt 60 Rail/light rail inspection Drypowder X-ray methods Visual&Structural Steel Wet fluorescent Mobile or in-house AWS Certified Welding Inspectors Yoke, prod or coil FACILITIES & ROOF CONSULTING SERVICES PSI takes a clinical approach to solving existing facility concerns and simplifying needed quality assurance involved in new construction. Our team of professional consultants and assessors identify building system deficiencies and potential problems,quantify the issues,prioritize their impact and provide solutions.We accomplish this with detailed site inspections, documentation review, specialty testing and peer review or remediation design.Whether you have one small structure or a portfolio of buildings,we are here to help by offering a wide range of Facilities Consulting services. • Roof Wind Uplift Testing • Infrared Thermography • Limited MEP • Roof/Waterproofing Consulting • Nuclear Testing • Pavement Consulting • Property Condition Assessments • Specialty Testing • Modular Unit Consulting (PCA) • Exterior Facade/Envelope • Due Diligence • ASTM E 779-03& E 1827 Whole Consulting • Ground Penetrating Radar Building Field Testing • ADA and Fair Housing Audits • Remediation Design • ASTM E1105 Moisture Intrusion • Limited Structural (With PSI • Field and Laboratory Testing • AAMA 501.2 Window Testing Other Services) • Subgrade Moisture Investigation (Spray Nozzle) SPECIALTY ENGINEERING & TESTING SERVICES • Engineered Wood Products • Window, Door,Skylight& Panel • Petrography Testing&Certification Testing • Nondestructive Examination & • Plumbing Products Testing • Building Facade&Curtain Wall Testing • Mechanical Testing Testing&Consulting • Packaging/Cylinder Testing • Safety Products Testing • Structural System Testing • Dielectric Testing • Consumer&Industrial Products • Roofing System Testing& • Asbestos, Lead-Paint, Mold& Testing Consulting Industrial Hygiene Testing • Corrosion &Environmental • Investigative Structural Testing& Testing Evaluation intertek psi PS1 QUALIFICATIONS STATEMENT:City of Miami Beach Citywide Geotechnical and Laboratory Testing Services on an As-Needed Basis I RFQ 2018-097-KB 1S 2. Experience & Qualifications ENVIRONMENTAL SERVICES PSI provides cost-effective environmental solutions that comply with government regulations, meet project needs, and reduce liability. PSI's environmental services include indoor air quality testing, asbestos program management, Phase I Environmental Site Assessments (ESA), Phase II and Phase III ESAs, environmental drilling, environmental site characterization, soil and groundwater studies, remedial design and action, underground storage tank (UST) management, water resources investigations,regulatory compliance and more.PSI's Environmental Services group provides a diverse array of professional consulting services, including: Asbestos and Lead-Based Paint Assessment Underground Storage Tank(UST)Management AHERA and NESHAP Asbestos Assessments&Design Upgrade Alternative Evaluation/Cost Analysis OSHA Lead Assessments UST/AST Design Project Monitoring Including Air Sampling Preparation of Construction Plans and Specifications Competitive Bidding&Contractor Selection Assistance Indoor Air Quality Assessments Construction Oversight Site Assessments w/Comfort Parameter Testing UST Closures Air Contaminant Testing Environmental Sampling/Closure Reporting LEED®Certification Air Sampling Remedial Action Fungi and Bacteria Assessment Preparation of Construction Plans and Specifications Site Surveys Including Air and Surface Testing Construction Management and Oversight Remediation Project Design Competitive Bidding&Contractor Selection Assistance Removal&Disposal of Contaminated Soil/Groundwater Phase I Environmental Site Assessments Design and installation of soil/groundwater remediation ASTM E 1527 Phase I ESA systems ASTM E 1528 Transaction Screen Process Operation& Maintenance of Soil/Groundwater ASTM E 2600-15 Tier I Vapor Encroachment Screening Treatment Systems In-situ Remediation Phase II Environmental Site Assessments Sub-slab Depressurization System Design Source Identification Characterization of Unknown Materials Site Characterization/Soil and Groundwater Studies Soil/Groundwater/Air Sampling Preliminary Contamination Assessment Soil Gas Sampling Radon Consulting Quality Assurance Plans Environmental Drilling Health and Safety Plans Cone Penetrometer Soil Vapor Surveys Geoprobe® Soil Borings/Monitoring Wells Auger/Rotary Drilling Soil/Water Quality Testing Soil Borings/Soil Sampling Estimation of Aquifer Characteristics Well Installation and Development Geophysical Logging Contaminant Source Identification/Delineation Fate and Transport Modeling intertek — — — — PSIPSI QUALIFICATIONS STATEMENT:City of Miami Beach Citywide Geotechnical and Laboratory Testing Services on an As-Needed Basis I RFQ 2018-097-I<B 16 2. Experience & Qualifications SDVOSB SUBCONSULTANT PSI is not a disadvantaged business enterprise,as defined by the Florida Small and Minority Business Assistance Act,however, we endeavor to use minority,small,and veteran-owned subconsultants as qualified firms are available and the project scope of work requires additional specialty services. In fact,we often exceed our client's participation goals during a contract term. PSI is committed to meet,or exceed,any of the City's Disadvantaged Business/Service-disabled Veteran participation goals for this contract. Therefore, we have included 305 Consulting Engineers, LLC as subconsultant to provide inspection and/or specialty services should they arise on any of the City's upcoming projects. �\ 305 Consulting Engineers, LLC, is a Miami-based professional firm of Engineers and Construction 305 CONSULTING Managers specializing in Civil Engineering Design, Structural Engineering Design, Construction Ev G,NEERS L_C ,NGINF,S. PtAV,ERS Engineering and Inspection(CEI)and Construction Management services for government agencies and private developers in South Florida and beyond.Our services cover all aspects of design of a wide array of building types including hotels, commercial, mixed-use, residential, civic and retail projects as well as civil infrastructure projects including airports, mass transit,transportation, structures and utilities. They can fully staff and supplement infrastructure project management and construction engineering inspection (CEI) teams with highly qualified and motivated personnel. We focus on providing CEI services for a variety of infrastructure projects, including mass transit, roadway, bridge and utility applications.We pride ourselves in exceeding our client's expectations with respect to quality and issue responsiveness. Our proactive approach to project challenges has proven effective in keeping construction costs within budget,while consistently achieving project time-directed milestones. • intertek, _-- pi.', PSI QUALIFICATIONS STATEMENT:City of Miami Beach Citywide Geotechnical and Laboratory Testing Services on an As Needed Basis RFQ 2018 097 I<B 17 2. Experience & Qualifications PSI PROJECTS/SIMILAR EXPERIENCE Representative projects are detailed below: South Pointe Park, City of Miami Beach, Florida :yr.- ,. —-7 ,...„.:...._....r, ..:. : . _ ., • c. _ r - �� 14, • : . AVI. y 4.4 �� a �� �' '� r 0 i i 6 F') 1 " 1 t - NVIPI f / to.' A'.5" t - *';* ,• --. '''' ' ' i" ''.•„0 , iiiir . •by '''' '. el. ,,,,r..........04:„...,,...••••-.4,,,- . .-.--.- ,t, ‘,. ,-44 6 : 4 , • ..ft-,,,, , ''''', . " .. .011;° t The 17-acre park located in the City of Miami Beach features restaurants, children's parks, dog areas,and water works.The $22M project includes the construction of new walk path, planters, parking lot renovation and addition, construction of a new pavilion and playground with extensive keystone curbing stone.As part of our continuing services contract with the City, PSI provided construction materials testing and inspection services. This included soils proofrolling inspection, asphalt placement monitoring, concrete field sampling and laboratory compression strength testing, soil density testing, and compression test for masonry blocks. Client:City of Miami Beach, 1700 Convention Center Drive, Miami Beach, FL 33139 Client Contact: Ms.Carla Dixon,Capital Projects Coordinator 1305-673-7000 ext. 264 PSI Services:Construction Material Testing&Inspections I Date: 2009 ntertek. SIPSI QUALIFICATIONS STATEMENT:City of Miami Beach Citywide Geotechnical and Laboratory Testing Services on an As-Needed Basis I RFQ 2018-097-KB 18 2. Experience & Qualifications Vizcaya Park Phase 3 14200 SW 55th Street, Miramar, FL 33027 r - . r.. ... • - ter. . r _ 1111111 P� t ilk _ "et - ',. ' _-SIC-- ` \ . ` " �• i! ` OPEN FIELD AREA `moi ..� _ �1 - •wcic., AND POTENTIAL ADDITIONAL s •- ,aGRASS PARKING FOR EVENTS -. 14 wF Po ',NIA,, .° : - '14,.4EXIST T" - tgt 74 �� ` � s't GRASS PARKI r 1 j' 40i, ,,...,, A.,„„.„ , ,... Jr el. Fes:, i �. \ :_ . - �' Toll% "-iJ4,,,,,..\ s '' ' x 1 J/ -c} Y R ,4• `,, .jet �►. 11 4. f f l V1‘,.*- - ,, , .‘“"' , ' s '" ' ' I, - ' �' `' r ,, \ 0S,i 1 w The project involves construction of additional soccer field,grass parking,two pavilions,splash pad, new gate and monument sign at Park entrance. PSI provided a Density Testing, Laboratory Testing, Special Inspector, Engineering & Reporting and Concrete Sampling and Testing. Concrete and masonry(grout)testing was performed for every 30 cubic yards placed, or for one day's production,whichever is less,for concrete slabs,columns,beams and footings.This work included sampling,slump testing, molding,curing and laboratory testing to determine the unconfined compressive strength of the concrete. Client: Emerald Construction Corp., 1211 Stirling Rd#106, Dania Beach, FL 33004 I Contact: Ramiro Gamez CGC, LEED AP BD+C, Director of Construction 1954.241.2583 I ramiro@emeraldconstructioncorp.com I Construction Cost:$1.8M I PSI Services: Materials Testing& Inspections I Date:04/2015 intertek• --- iPSI QUALIFICATIONS STATEMENT:City of Miami Beach Citywide Geotechnical and Laboratory Testing Services on an As-Needed Basis I RFQ 2018-097-I<B 19 2. Experience & Qualifications Proposed NW 114th Avenue Park (Doral Legacy Park), Doral, FL Geotechnical Engineering and Materials Testing * , / w - it 4 ar IF >: ,r_'r.ir+r--ar--s.+e w ix -,4.21,-, �r Foto,i,,,,__ 14, // /7 AY I -,-, 1 .1:1 IS4 , 1 1 g ',11 .A,/ ` 3 _«' -, ' r j — ?csssa �"rs d1 �,:t '#ii'it ,. / i aoous ;i . /.,„,„.... _ f I ..7,,,......1.72..-..2,,,A , i.T\LLl,1,=1\LL 11 ,\ + p ,',..,<:.i, ; syr — '7 ®+ k.. 4-" r ate " T , x-, > 0, .; — :iyN 1 *.' AMY. _- -ZIP-- w. i•� .a ... '—•.�::"•- ... ' ,ter ..::11. i qtr muAr, / x ; _ GEOTECHNICAL SERVICES:NW 114th Avenue Park is conceived as a place in which the community can gather to enjoy sports, cultural arts, and nature in a safe environment that is representative of the beautiful City of Doral. The park will encompass 18+acres in the section 7 area of Doral. Located at 11300 N.W.81st Terrace, Doral, Florida,the overall project consists of the following new components: Playfields consisting of soccer fields, a baseball field, tennis courts, and basketball courts. A two-story recreational center and a pedestrian bridge across N.W. 114th Avenue that will connect the recreational center to the playfields situated east of N.W. 114th Avenue. Miscellaneous structures consisting of restroom facilities, storage areas, band shell and shelter structures at various locations within the property. Paved parking/drive areas within the northern perimeter of the property and drainage systems consisting of exfiltration trenches and retention ponds. PSI performed field exploration including: SPT borings, percolation tests, provided soil classifications, groundwater depths reporting, as well as foundation and other site-preparation/construction recommendations. Client Reference:City of Doral,Jorge Gomez, PE,305-593-6740,Jorge.Gomez@CityofDoral.com PSI Services Provided:Geotechnical Engineering and Consulting Services I Date:2014 intertek _ _ PSI QUALIFICATIONS STATEMENT:City of Miami Beach Citywide GeotechnicaI and Laboratory Testing Services on an As-Needed Basis I RFQ 2018-097-KB 20 2. Experience & Qualifications Proposed NW 114th Avenue Park(Doral Legacy Park) continued - MATERIALS TESTING:The project consists of a 17-acre urban setting - ¶= -4 --'---4.641(........ park including a 2—story, 36,500 SF Recreation Building with 1 •, -, gymnasium, locker rooms, exercise rooms, etc. Park work includes, • '4,, , =. clearing & de mucking, grading , roadway revisions, underground <y"'" , j sanitary and sewer,concrete paving sidewalks and walls,a pedestrian " ' / bridge, ornamental & chain link fencing, pavers, baseball field with r. . _ _„ r dugouts,soccer field,football field,2 sand volleyball courts, 5 tennis .,1-z- - fcourts and 3 full and 1, 1/2 court basketball courts all with court . ,.$« surfacing, a band-shell, splash-pad, playground, shelters, concession % building with restrooms, storage buildings, dog park, and all `�-, '"' associated amenities. Phase 1 refers to mass excavation and ,� backfilling for the South half of park footprint and for the building pad area. Phase 1 does not include any structural excavation or backfill neither any work performed for the perimeter roadways r ; improvements. PSI performed: .7,-far: -44'4'....-44. EARTHWORK J'� -`"` - Monitoring for Phase 1 (10 weeks estimated) A total of 190 hrs. An �-= r , • 4,. .' „ • Inspector observed and verified the following: .*,4," '---,z, ,'" - 1- Surficial layer of field material of highly heterogeneous material removal for North half of the property. •„ ` ;a 2- Soft compressible layer of highly organic peat removal for South p " . half of the property. 3- Verification of excavation to expose the natural limestone -4,:;, formation. A.,7.R.,.. .w, 4- Verification of backfilling operations to one (1) foot above the ror;` water table and proof-rolling this surface with a heavy vibratory roller ... ,,.,cam_ ''� ,l until the surface is firm and unyielding. aft. ,� 41. 1 Ii' 4'.477--_ y SOIL TESTING - ,*,:1:1','' ,., Laboratory moisture density relationship tests(AASHTO T-180)were ,,.r..�' conducted on each of the materials used for backfill. In-place density -t_,""° "'' f - .° go testing per ASTM D-6938 was performed on backfill. The tests were ,; u conducted ata frequency of one per each vertical foot of fill placed ,," at every 2,500 square feet of horizontal area. Density Tests: 640 - •t ) ASTM D2922 Laboratory Testing: 5-Modified Proctor ASTM D 1557, 5-Sieve Analysis, 5-Organic Content, 2-LBR Engineering&Reporting ',,.. _- - CONCRETE TESTING 11.1111111311" - + � Including, but not limited to,the Rec Center, Sidewalks, Play Courts, � � . ..., �; and Parking lots. 0 � r Client: Biltmore Construction Co Inc., 1055 Ponce De Leon Blvd, ,,,,, '" dir�6 ,, Belleair, Florida,33756 Phone:(727)585-2084 �-. ......... Blake Shatto,Sr.Project Manager . i BShatto@biltmoreconstruction.com rt �ci Barry Cercone,Sr. Project Manager m 1 ` bcercone@biltmoreconstruction.com I Date: 2015 inter tek .P SIPSI QUALIFICATIONS STATEMENT:City of Miami Beach Citywide Geotechnical and Laboratory Testing Services on an As-Needed Basis I RFQ 2018-097-KB 21 2. Experience & Qualifications Miracle Mile and Giralda Ave. Streetscapes City of Coral Gables, FL The $20-million improvement project reimagines the _ Miracle Mile and Giralda Avenue corridors as distinctive T, pedestrian-dominant environments with character unique ___ ' to the City of Coral Gables.On Miracle Mile—the four-block •A length of Coral Way between LeJeune and Douglas Plazas— - three staggered rows of trees soften the edges of the street - •..to slow traffic flow. Changing the 45-degree parking to - parallel enables the widening of sidewalks to accommodate dynamic street furniture and outdoor seating at restaurants and cafés. An emphasis on a sense of arrival at the plazas , and the north-south circulation of pedestrians at crosswalks — and paseos knits together the surrounding downtown ♦ g1°'�' — \ streets. Giralda Avenue is transformed into a curbless, pedestrian-dominant street that can be closed to vehicular traffic for special events. To give Giralda its own unique character, it is differentiated by concentric paving patterns * • inspired by raindrops. At the center of the block between l+ - • NA Ponce de Leon Boulevard and Merrick Way, the design s .`•`• , • creates the focal point of an outdoor room, where palm ` ' - , _-f trees, distinct paving, and suspended dashes of LED lights ,, i create a unique sensory experience. G �� {�,• I s yi The subject site is located along Miracle Mile and Giralda , Avenue, bounded by Le Jeune Road (S.W.42nd Street)and Douglas Road in Coral Gables, Florida. At the time of our study, the site was an asphalt paved roadway. The project includes improvements that will consist of widening the existing sidewalk, new light poles and landscape. In addition, the project will include a stormwater management system(s). PSI geotechnical involvement relates to determining the hydraulic conductivity value (k)to aid in the design and permitting of the proposed stormwater management system.The design of the stormwater management system will be by others. PSI GEOTECHNICAL SERVICES included: Field exploration and subsurface conditions (SPT borings and percolation tests), subsurface and groundwater conditions, and foundation/construction recommendations for light poles, pavement, and sidewalks as well as related site-prep recommendations. PSI MATERIALS TESTING SERVICES including: Soils: Laboratory moisture-density relationship tests(AASHTO T-180)was conducted on each of the materials used for utility backfill. In-place density testing per ASTM D-6938 was performed on backfill placed over utility pipes, between structures, and backfill placed around structures.The tests were conducted at a frequency of one per each vertical foot of fill placed on pipes and around structures and one every 100 linear feet of horizontal distance. Concrete Sampling and Testing Concrete and masonry(grout)testing was performed for every 50 cubic yards placed,or for one day's production,whichever is less. Test will be performed for concrete slabs, columns, beams, footings, sidewalks, and curbs. This work will include sampling, slump testing, molding, transporting, curing, and laboratory testing to determine the unconfined compressive strength of the concrete. Client:City of Coral Gables, Public Works Department, 2800 S.W. 72nd Avenue, Miami, Florida 33155 Contact: Mr. Ernesto R. Pino, R.A., LEED AP,Assistant Public Works Director 1305-460-5054 I epino@coralgables.com PSI Services:Geotechnical Engineering and Materials Testing I Date:04/2015-12/2017 I Construction Cost:$20M intertek — — - -- PSI QUALIFICATIONS STATEMENT: City of Miami Beach Citywide Geotechnical 00.)S I and Laboratory Testing Services on an As-Needed Basis I RFQ 2018-097-KB 22 2. Experience & Qualifications Briny Avenue Streetscape Pompano Beach, FL 1;14.1) t lift ..-`,..-;.. k.,„'"Vir--„, ''* ::., '-'.-::, .‘ ' 4),.14r.a-‘,...-- , ,--' .4:44.442,* '1( ' 7*k' ' Nt* 1 1 1 ft.*.' ., ,4 , st { t 3 a t "7 -‘ • 1 y 1• 11 *T .sn i /, r,ye' Y► • 4 0 �.�. 1__ ;4"s .., I f .�7r-, 00.. '�**.gr;,,,,.,V4 './/'r,1 ok.r ,�., 4., *:,''.«'{4. `^+.y'. irizv _ III yy 4 _--— � ria �f i 1S )'-‘,4"_,1'. O... HH.. - Nil �w'" z 74$11 'ss -iIVirt'klt . 'y i < M �4,44•16"` I • l j. _ • Iri a_ —� The project consists of roadway improvements along Briny Avenue, extending south approximately±1,600 linear feet from S.E. 2"d Street in Pompano Beach, Florida.The overall improvements to Briny Avenue consist of milling and resurfacing the existing roadway and the installation of a new exfiltration trench.The invert of the pipe associated with the exfiltration trench is planned to be approximately 4.5 feet below grade, with a minimum one-foot exfiltration trench depth bottom below the pipe invert(i.e.total 5.5 feet).For the current study,our involvement relates to determining the hydraulic conductivity values (k)to aid in the design and permitting of the proposed stormwater management system. As requested, PSI performed two percolation tests at a depth of 6 feet below grade.The percolation tests were performed in general accordance with the South Florida Water Management District (SFWMD) procedures for the "Usual Condition Constant Head"Percolation Test.The boreholes were advanced using a 6-inch diameter casing.A 4-inch diameter perforated PVC pipe was placed in the boreholes prior to retrieving the casing. Water was then pumped into the boreholes in order to raise the water level as close to the ground surface as possible.Once the inflow equalized with the outflow rate,the average pumping rate and level of the water for this stabilized flow rate was recorded. PSI also collected a total of eleven, six-inch diameter pavement cores for this project. Upon completion of field testing,the pavement core locations were sealed using a cold bitumen patch and the site was generally cleaned, as required. Client:City of Pompano Beach, 100 West Atlantic Boulevard, Pompano Beach, Florida 33060 Contact: Mr.John Sfiropoulos, P.E., Engineer III Dates:July 2014-Feb 2015 John Sfiropoulos,PE p< mpano Civil Engineer Hi ralbeach john.sfiropoulos@copbfi.com 954 545.7009 pompanobeachfl.gov 4.., intertek PSI QUALIFICATIONS STATEMENT:City of Miami Beach Citywide Geotechnical tad..,.."I and Laboratory Testing Services on an As-Needed Basis I RFQ 2018-097-KB 23 2. Experience & Qualifications City of Opa-Locka City-Wide Water and Wastewater Improvements The City of Opa-Locka's owned and maintained Drinking Water system is supplied by potable water ; ; ,- -- 1 from Miami-Dade Water and Sewer Department's I 1 , (MDWASD)system via a large user agreement through , three metered interconnects. The water distribution - - - zars .., ::-,-,-. • system is comprised of over 471,000 linear feet of " pipeline ranging in size from 2 inches to 24 inches in s x diameter. The existing piping consists of over 106,000 .1::: ifr` linear feet of asbestos cement pipe (ACP) and over 260,000 linear feet is 6 inches or less in diameter.The , city of Opa-Locka's owned and maintained wastewater , system consists of a gravity collection system ' .,. combined with a transmission system that discharges • ''° to Miami-Dade Water and Sewer Department's 44--"-11- �j" (MDWASD)wastewater treatment system.The system I, , . '-' '4 T - c t , comprises of approximately 183,000 linear feet of : * �'- gravity collection piping with maintenance access manholes structures interspaced along the length of the system. The transmission infrastructure comprises approximately 42,300 linear feet of piping and 20 lift stations. SigDue to the age of the existing infrastructure,the distribution and collection piping has Sir experienced a significant number of failures and is characterized by the presence of . ...... k __ __ . cracks which have led to breakage and damage to the pipe segments within the system. r7" These have secondarily resulted in leaks, main breaks and blockages in the system ■-■ 'r ., ' —�• adversely impacting on service levels to the residents. The majority of the Drinking '0 • Water infrastructure is well past its useful life. Several of the lift stations and pump tk7'1,,,,, v - stations are in different stages of a Miami Dade County RER imposed moratorium due 4 ANN non-compliance with local, county, state and federal requirements. The leaks and 40, inflow and infiltration issues experienced due to the lack of minimum operating conditions of the system has a potential to impact groundwater due the presence of toxins, pathogens,heavy metals,salts,oils, phenols as well as other contaminants that * ' may be present in the wastewater flow stream. aliThe city has expressed a need to put in place critical infrastructure components that are adequately and efficiently sized to handle current and projected demand whilst operating in an environmentally sound and sustainable manner. The city's goal is to jOrt,\X own and maintain an infrastructure system that functions according to jurisdictional and regulatory standards whilst providing maximum service levels to the residents of the city. Our involvement related to determining the hydraulic conductivity values(k) to aid in the design and permitting of the proposed stormwater management system and providing recommendations for pipe bedding, groundwater control, and pavement restorations. PSI performed 217 Standard Penetration Test Borings and 115 Percolation Tests,which consisted of 2,950 feet of linear drilling. Owner:City of Opa Locka Client: EAC Consulting, Inc. I Contact: Ms. Donna Grace, PE 1954-714-2007 PSI Services:Geotechnical Engineering and Materials Testing Services Date:01/2015-06/2015 intertek. —_ PSIPSI QUALIFICATIONS STATEMENT:City of Miami Beach Citywide Geotechnical and Laboratory Testing Services on an As-Needed Basis I RFQ 2018-097-KB 24 2. Experience & Qualifications West 48th Street Improvements, Miami Beach, FL PSI catered the drilling and engineering analysis to ' % • ":4" f ' 3 \.i''''';'''''" provide engineering recommendations for the li • ; . roadway reconstruction and utility improvements .�' -q._ for West 48th Street in Miami Beach,Florida. Utility „,,*;'—:',,..f...."..*;:„.”. � —,..it, IW �� �+ . t, ,, k—„ *-6 r �'- • 1 • improvements included a 20-inch water main, 8- h ''',.44—,4i1.,.` ,. >_• inch sanitary sewer line and a 15 to 24 inch storm �`:. ''` �;— �r.,-r ^v ,, _* •drainage •pipe. PSI provided site preparation —,,,,:i a ' `' R ,•"--r,' _ a=" ., ; recommendations which included material "-, = 'sa K ,.":47; ..'17--.;77—* i ' specifications and the removal of unsuitable �� t z .r (• .ii ;�• ��'` `. "�- ' materials. Also provided geotextile ..__, j . 4 •/' • �' —,,� recommendations to be used to wrap the utility r r-'.. ..'1.-r.',-..>".'>:.*.> .'„ii,_,...._,, j)7 .; 0 ,`- pipes along the roadway alignment. Throughout ''1j -�} "'' the project PSI and the design team overcame the Approximate Site Location M1a?`f'. t a,..1...4.„!v,..,'° pip ,3 4.,. / €Jn . in-:. , presence of clayey and organic soils, high { ,��,. '''' . k*S‘ 4'1'+g ' _ /tilt ' ' groundwater table, corrosive water and drilling '`" - •'� - mir •., „„,x . ., safety precautions to accommodate for the .01),,„1,,,.. �.`g °. — — , vt. t weather, construction operations and r ,. 444' . ' * n '= , .m 4r4 ► :t\ 4'. '''%41,;.014.. maintenance of traffic. lir #'0. 't i \ q 'k 'a 446 , , W �r.,•_ .•� N----- ---, "pt r • .V,Sd tom, ..1 w - 1 I` , : r m tagist P. „ . slit +.s ;� ext# ,,t1,,,,;-;„;i1„:,,,,-.. , • », ,y '""-+ "t • s - �. _,--.-••,,. ....' •.,.0.,;t7ii, -,Av7,a4.•,3,1-4-t . r ,."ate* n *k ' • t* PSI Services:Geotechnical Engineering Client: BCC Engineering, Inc. Contact: Mr.Jose A.Otero, P.E. 1305-670-2350 Date:5/22/15-7/22/15 intertek, — ------- - PSI QUALIFICATIONS STATEMENT:City of Miami Beach Citywide Geotechnical p...4and Laboratory Testing Services on an As Needed Basis RFQ 2018 097 I<B 25 2. Experience & Qualifications Dove Creek Estates Roadway Soil Survey Key Largo, FL—Geotechnical Engineering •t ti 4 ,.. ••!R0 b '3 .¢ :it.? ,,,A,......:0 ,;..,,,,,, ,%b _fi�Y`+p !y � � *.rv" „ ,I k d. 'y . M e A_A0 1' ,o •rY Yk `. / ^' NIXIA DI '44A4:„ n aw ,.e. - lit f u , e , 1 T etA -i ,♦ ^sn-Gala r, , The subject project is located at Dove Creek Estates, Seaside and Bay Haven communities in Key Largo, Monroe County, Florida.More specifically,the subject neighborhoods are located on the west side of US-1(Overseas Highway)from Mangrove Avenue to Meridian Avenue, on the east side of US-1 from Coconut Drive to Seaside Avenue and Dove&Peace Avenue.The field scope of services for the project included site reconnaissance, marking the field exploration locations, clearing underground utilities, maintenance of traffic (MOT), performing pavement cores, performing percolation tests and conducting Standard Penetration Test (SPT) borings/sampling.The SPT borings were performed using CME-55 and CME-75 truck mounted drilling rigs, both of which were equipped with automatic hammers. PSI performed 24 percolation tests,with testing at each location performed at a depth of 15 feet below grade.The percolation tests were performed in general accordance with the South Florida Water Management District(SFWMD)procedures for the "Usual Condition Constant Head" Percolation Test. SPT sampling was performed simultaneously as the boreholes were advanced using a 6-inch diameter casing.A 4-inch diameter perforated PVC pipe was placed in the borehole prior to retrieving the casing. Water was then pumped into the borehole in order to raise the water level as close to the ground surface as possible.Once the inflow equalized with the outflow rate,the average pumping rate and level of the water for this stabilized flow rate was recorded. PSI collected 35,six-inch diameter pavement cores for this project,one at each SPT boring location. The Soil Survey of Monroe County, Florida, published by the United States Department of Agriculture (USDA)was reviewed for general near-surface soil information within the general project vicinity. The groundwater levels were measured in the completed boreholes after termination of the drilling operations.The ground water level was encountered at depths ranging from 1.2 to 6.3 feet below the existing ground surface. PSI provided engineering and construction recommendations based upon our findings. Client: EAC Consulting, Inc.,815 NW 57th Avenue,Suite 402, Miami, Florida 33126 Contact: Ms.Sharmin Siddique, PE,Senior Project Manager 1305-265-5400 I ssiddique@eacconsult.com Date:2015 intertek —— — -.. PSI QUALIFICATIONS STATEMENT:City of Miami Beach Citywide Geotechnical *tad ema) and Laboratory Testing Services on an As-Needed Basis I RFQ 2018-097-I<B 26 2. Experience & Qualifications Village of Key Biscayne — High Tide Mitigation Phase e! ��-ir ,.. 4 S' "..—,t4.....4!.. ,.¢ 4...OG. * {-` iJ1'1• } r t O; ` fir '' •- fir s f‘ v 4,..�`= ', 1 _r 1 ;. ,r „+ 4�.3'� rrr z.:" rat - . II54 �� � + +, W Heather Or _ , n .inter 6r` " • ..�.,, — I at _:t r. '' ® -„ �� " .'gay Dr '4.4 " r ' LI..... `' : 7 ! 4. ...1%. W r' ,yrtyyiyy�tle Wa a X11,. Redwood .. C J, • -✓ f *'•/ v 4f M•N�w Ery •e;' - .~'�' • (�•.. , ..' I _*14.:71 '/, N " • ••- 't +L :. eC n g. .a A. 3• r I • e e r es . it • - 27 '� Flt -- +e , V y t T i .. �; i � �t..t � vis,.iii • s fie'9a 1 - —.. ^.. 7, • asrwooa r sy. t^ *;r •i4 t — I I t , e: ._�♦ ' `- ,..4.. • a.2. M• 4'.�• ...aceta,J Y •.. • y,40„{t7• '}T0,� V**Riff* yr .11:e....5 • p , •Ic _ ,. .4 ...,a Ha,t..a, 6 Us I MxMa 0' 'pwr, ., r SW <e 'o.+f \* stand Or t"2. �,, . Approximate Site Location •e; '4 ,� In SP b., �. t �ASIA 'CI' ... t r ( F,. ,.,' '— . 0'y / ^� .- 1.0 PROJECT DESCRIPTION—The project will include the installation of concrete drainage structures and concrete drainage pipes at various locations within the Village of Key Biscayne in Miami-Dade County, Florida.The phase of this project relates to high tide mitigation in association with the Village of Key Biscayne FRP No. 2014-02 Stormwater Improvement Implementation Plan. The pipe inverts have not been set at this time and we have assumed the invert of the pipes to be in the upper 10 feet of the subsurface profile. PSI provided: 2.0 FIELD EXPLORATION AND SUBSURFACE CONDITIONS 4.2 Geotechnical Recommendations 2.1 Standard Penetration Test(SPT) Borings 4.3 Pipe Bedding-General 2.2 Subsurface Conditions 4.4 Drainage Structures 2.3 Groundwater Conditions 4.5 Soil Parameters for Design 4.6 Pavement Restoration 3.0 LABORATORY TESTING 5.0 CONSTRUCTION RECOMMENDATIONS 4.0 GEOTECHNICAL EVALUATION AND RECOMMENDATIONS 5.1 Excavations 4.1 Geotechnical Evaluation 5.2 Groundwater Control Our professional services were performed,findings obtained, and recommendations prepared in accordance with generally accepted geotechnical engineering principles and practices at the time of the report.This company is not responsible for the conclusions,opinions or recommendations made by others based on this data.No other warranties are implied or expressed. After the plans and specifications are complete, it is recommended that PSI be provided the opportunity to review the final design and specifications,to verify that the earthwork and recommendations are properly interpreted and implemented. At that time, it may be necessary to submit supplemental recommendations. intertek __ IPSI QUALIFICATIONS STATEMENT:City of Miami Beach Citywide Geotechnical and Laboratory Testing Services on an As Needed Basis RFQ 2018 097 I<B 27 i 2. Experience & Qualifications The scope of investigation was intended to evaluate soil conditions within the influence of the proposed drainage structures and pipes. The analyses and recommendations submitted in this report are based upon the data obtained from the soil borings performed at the locations indicated. If any subsoil variations become evident during the course of this project,a re- evaluation of the recommendations contained in this report will be necessary after we have had an opportunity to observe the characteristics of the conditions encountered. The applicability of the report should also be reviewed in the event significant changes occur in the design, nature or location of the project. The scope of our services did not include an environmental assessment for the presence or absence of hazardous or toxic materials in the soil and groundwater. Any statements in this report regarding odors, staining of soils, or other unusual conditions observed are strictly for the information of our client. Client: EAC CONSULTING, INC., 815 NW 57th Ave.,Suite 402, Miami, FL 33126 Contact: Mr. Michael Adeife, P.E.,Vice President,Civil Engineering Start Date:01/20/2016 I PSI Project:03971027 1st Street Corridor Right-Of-Way Improvement Project MIAMI BEACH, MIAMI-DADE COUNTY, FLORIDA City of Miami Beach 2017-003-KB Architectural and . I,' i�. -' _ , " ^°'"" -*""' ° A ' `"pis, ,..- Engineering Services for 1" Street (Alton Road to ' ,e,...$ ' re _ •• r-•3 . 'F.+ . . � Washington Ave.) w w � ti Continuing a stormwater regulations overhaul program to - :4 r j address wet weather challenges from rising sea levels and 1"' . ,.rdift r µ T `I protect community assets, the City of Miami Beach is -4 r: l , '" ' 4 "" .w. - ..„,."3.1": upgrading stormwater and drainage infrastructure in its ' `<`tt,,: ,m"" j .,, South of Fifth Street district, also known as SoFi, on the ` ' southernmost tip of South Beach.Wade Trim is designing .µ', v... i .. ."iiil, , ' - s ,. f, drainage improvements throughout the SoFi area, and "' `. r repurposing 1st Street with full utility replacement and et,: 2. Experience & Qualifications uniform landscaping of mature oak trees, updated placemaking signage and street lighting, and reconfigured roadway and parking lanes. Design is expected to be complete in 2018, pending approvals by the City, South of Fifth Neighborhood Association,the Miami Beach Historic Preservation Board, and other stakeholders. Wade Trim has assisted Miami Beach in implementing similar stormwater management improvements in the Palm and Hibiscus Islands neighborhood,the Espanola Way pedestrian mall, and the Sunset Harbour neighborhood. The project consists of approximately 800 lineal feet (1st Street - each way) and 200 lineal feet (Jefferson Ave.) of raising complete roadway reconstruction involving raising the roadway to elev. 3.7 feet NAVD, utility removal replacement, storm sewer trunk line installation, pump station construction,force main installation, landscaping,and lighting. Additionally, the installation of a stormwater sewer system is proposed along the segments of Alton Road and Washington Avenue between 5th Street and 1st Street. PSI provided Geotechnical and Environmental Services as subconsultant to Wade Trim including: Geotechnical 1.A total of ten (10)SPT boring to depths of 10 and 15 feet below existing grade along EB and WB 1st St and Jefferson Ave. 2.One{1)SPT boring for the proposed pump station to a depth of approximately 40 feet below existing grade. 3. A total of two (2) percolation tests at approximately 15 feet below existing grade in accordance with the procedures outlined bySFWMD. 4. Geotechnical engineering report will be provided with the field test results Including roadway design and construction recommendations, borings logs with groundwater levels,design soil parameters for excavation lateral support,and hydraulic conductivity values(k}. Environmental Contamination Screening Evaluation Report(CSER)as described in Exhibit B.The CSER will be conducted to evaluate whether adjoining and/or surrounding properties along the project alignment have impacted the soil and groundwater with hazardous substances and/or petroleum products.The scope of services generally will Include: • Regulatory records review •Site reconnaissance • Interviews, and • Preparation of a written report The purpose of this CSER was to evaluate the risk of encountering petroleum or hazardous substance impacted facilities along the Project Area as part of upcoming water and Stormwater upgrades in the Project Area.This study was conducted in general accordance with the methodology described in Chapter 20 of the Florida Department of Transportation (FDOT) Project Development and Environmental (PD&E) Manual, dated June 17, 2017, and ASTM E 1527-13, Standard Practice for Environmental Site Assessments: Phase I Environmental Site Assessment Process(ASTM E 1527-13). Client:Wade Trim, 5010 Woodland Lawn Center Boulevard,Suite 1200,Tampa, Florida 33614 Dates:March 2017&July 2017 Intertek.psi PSI QUALIFICATIONS STATEMENT:City of Miami Beach Citywide Geotechnical and Laboratory Testing Services on an As-Needed Basis I RFQ 2018-097-KB 29 2. Experience & Qualifications PortMiami Area 2 (Bay 177-183) Seawall Construction Miami, FL—Geotechnical Material Testing and Inspection Services Area 2(Bays 177-183) Construction of Seawall Project performed under Miami-Dade County i ,. \ Contract E12-PWWM-02 `l;' o Geotechnical Services 1,} 45 • Soil Boring Tests for vibro-compacted , �. areas „.. . iiii • r , Special Inspector r __- Piling and Sheet Piling Installation Monitoring ', ?” ` Vibro compaction monitoring ,, ` - Inspection of tie rods and tie back wall f" .,,• r f,,,. installation Bollard bolt fastening 1 '' ' ""€-• - Welding Testing , ,, ' t. Asphalt placement Monitoring *"'f° r ,,,, Re bar and concrete placement ';,."`0. o ......ii i, � Field and Laboratory Testing *I Concrete and Grout Testing * 17, . .. Testing services for fill and soil compaction - *� •" _, Soil testing for Existing subgrade, base and j V. r --- .,...v.,,- back :. `_,back fill work -.7-,4,-,-.'"",''' Field Asphalt Testing-Density,Thickness ;-" - Plant asphalt testing(random lot testing) ,t 4, , Fender Skin Thickness Inspection -1,••4.•C,i•1�'�`�`,e �� Random sheet pile and Bollard coatinga' `�ftNt��� V1/4.`���� ` thickness check Client: MIAMI DADE COUNTY SEAPORT DEPT % I �\` \ ` Capital Development Division Engineering/POM % u Tunnel Project ,`, ,".., 1007 N America Way,Suite 301 - r, Miami, Florida 33132 - •4 t . - Contact:Olga V.Cordero, P.E., LEED°AP/BC+D . Senior Professional Engineer 1305-347-4977 Dates:07/2014-07/2015 untertek . __ _-_- Si PSI QUALIFICATIONS STATEENT:City of Miami Beach Citywide Geotechnical and Laboratory Testing ServicesMon an As Needed Basis RFQ 2018 097 I<B 30 2. Experience & Qualifications Aventura Mall Expansion Ill — Redesign Parking Structure Miami, FL ,. _ Mak *" -- '1*,viit - AI. _ t ' .yin,.... 4I''' 40. dit'sidit 411/41* . i 41C;66 411e it 4' . C''''' ,r,i Vi'). 7.ft" 'i ' r e.., „ M \ .e' ds u 'kt — i 6 + ter J° �r The project consists of one new 6-level parking structure.The structure will be supported on auger cast piles.The structure will be a combination of precast, cast-in-place concrete and post tension slabs. According to the schedule the total project duration is to be 60 weeks for the garage structure construction and 2.5 weeks for the auger cast. PSI provided: CONSTRUCTION MATERIAL TESTING Soils,Density Test-ASTM D2922 Laboratory Testing-Modified Proctor ASTM D 1557,Organic Content,Sieve Analysis, LBR Grout Testing-Auger Cast Piles Concrete Sampling and Testing ASTM C-143,Concrete set of five 4" by 8" cylinders. Grout&Mortar Testing ASTM C-1019&ASTM C-780 CMU Testing ASTM C140 Engineering&Reporting _ • Client: Turnberry Associates, 19501 Biscayne Boulevard, `\. 9' c a . • D. -- Suite 400,Aventura, FL 33180 i�'�� , m ry a����'�' Contact: Federico Zapata I T: 786.528.1085 I C: ��t;� �j � s�1� 954.709.6696 I fzapata@turnberry.com ,.•,p • ���� t PSI Project:03951425 I Start Date:2016 �ll�', ��� intertek PSI QUALIFICATIONS STATEMENT: City of Miami Beach Citywide Geotechnical and Laboratory Testing Services on an As-Needed Basis I RFQ 2018-097-I<B 31 2. Experience & Qualifications FDOT Geotechnical & Materials Testing Misc. Projects/Continuing Contracts On a recently completed FDOT contract,PSI received a performance evaluation score of 4.7 out of a total score 5.0 (this is one of the highest scores in the state for such contracts) _,... ��yy i St j40.0—,,,i "".1, az*w "pry, _. -w,_. .r...-•-,,.....�...■.�r Mem.++".,,-„,.,fir. , *---.�.w... .�-.w�� •_. , _ _ e�l.[� `"" ""miser,... - ,.A'. ' ^ %awy. ,..08.0"_�" # at ,000°"1----.., � _ ,moi _-�< '"N14,,,,,, ,. _,,,,..,-,0101..'"I',,". _ ,+t.'la . �s ~„,,,,,,,00, +:.._. 1-75 Managed Lanes,2011-2013-,'vliami-Dade&Bra ward Counties PSI continues long-term successful relationship with the FDOT and has successfully performed Geo and CS on many recent high-profile/impact projects with the District(s), including the following representative projects: PSI Representative Local FDOT Roadway Projects: PSI Number Project Title Location Start Date 03971253 S.R.93(1-75)NB BRIDGE OVER MIAMI 08/25/2017 03971225 SR:736 RDWY TRAFFIC SIGNALS MIAMI 06/27/2017 03971197 UNIVERSITY DRIVE WIDENING MIAMI 04/11/2017 03971190 NE 2ND AVENUE CORES MIAMI 03/16/2017 03971178 RITA ROAD CORES TESTING MIAMI 02/20/2017 03971110 MISCELLANEOUS FDOT#2 MIAMI 08/29/2016 03971111 SR 810 MAST ARM MIAMI 08/29/2016 03971107 GLADES ROAD CORES MIAMI 08/16/2016 03971037 TECHNICAL REVIEWS PROPOSAL MIAMI 02/05/2016 0397956 SR 25 AND NW 138 STREET MIAMI 07/01/2015 0397953 S.R.838&N.W.16TH AVE-SP MIAMI 06/25/2015 0397744 PARK&RIDE FACILITY-MIRAMAR MIRAMAR 04/27/2014 Owner/Client: Florida Department of Transportation Contacts: Matt Gisondi, P.E., FDOT District 4&6; (954)677-7038 I Ken Morgan, PE,CPM,Turnpike Authority(407)264- 3335 I PSI Services:Geophysical Investigations,Geotechnical Exploration, Drilling&Sampling Procedures; Materials Testing &Consulting I Dates:Ongoing Intertek. SI PSI QUALIFICATIONS STATEMENT:Serviceson CityanAs of Miami Needed BeachBasis Citywide RFQ2018 Geotechnical I<B and Laboratory Testing 32 2. Experience & Qualifications PSI LABORATORY FACILITIES/EQUIPMENT PSI maintains complete facilities and equipment for the inspection and testing of soils, foundations, concrete, structural elements, metals,pavement, roofing materials,asbestos,and specialty items. In addition to these basic services,we perform a full range of consulting engineering services, forensic evaluations, and quality assurance/quality control for construction projects.All measurement equipment and instruments are routinely inventoried, marked and calibrated in accordance with the National Bureau of Standards. CMEC-Miami ARMY CORPS-Miami PSI Miami CMEC 7950 MW Beth S2N1 ^' 'r"�""a"rr"rie' MKamind States DEPARTMENT DF THE ARMY Enw1nE611 ALSL1a01 AN p pEVIaAPMEa,pB17Ea Cpa.6 of MiGMEEna IMMI..SOMO arc taateu • �y+y�,�. MO Eanmx Aaa emutrueee uiw.ATonr, • AASFfTO R18 ao..E...Mao 1 - a"E6r •• M«w o01tass9ivla%,eenie.EEnm.OAa �.r� December 11,2015 ♦21 rr:.m am.N.wr•OM MTACIT4AMM Dawn,, .tree-MAMIMA MN*EMMY®.•••,ar lied,mm•menann eft ..rrroer.a wMMONIS OMOn,..wwn•r M10."Mwm.www a.rwrow waero a Concrete and Materials Grand, COSMO AMIN maImit M..04 AWN � Mb=wn crit ran cin rani m.wm mise =ran wnim.. OW rani rate Wu Mmempesmn.torom .MONOMMMM,MM.MM.MAMA NM.1.11,-fr•MANTOnn.4.101,,,./...TOTMMAMM0112*IMMO rat'MVO,.MORI),reg.WM MIMM • nr rr,VEN wr.. Mr.Delbbys Pornnue, al • o r.perrsn D..r.ar.wa-r 7950 NW 64°Strewne. eslrsa.lrtc. , arssown 7860 i.F 644Street ram Mimi.FL 331 G6 — On,Mr.Rodrgu.0: • AMMIIMM.AMM wniwr.wsnoww.wsnm,.wniw..m.MM a.es a w.se.s Yuman .nibrwrrw.er an.rwni Mineapcoon of your materiels taming laba.dy was pMormed on September 2223,2015. • sneer..rains .,anb,,.rwwra,.wrrorunr,nine,.wartorv.wrmnrsww,orawwmn•wanos You provided detoenty Gorrecoon.to to Materials Testing Center lMTC)on December 11.2015. 'hese Who woe corrections were compared to the ASTM Slendergs for compliance and rand to x saliatatNry. • Your Quality System meets the reg4rements of me L S.Army Corps of Engineers.T11n malrml teal.methods that you are vasd.dd to perform la the U.S.Arrry Corfu rd Engineers are: Aggregate Teel.:ACM 040.C117,0120,C128.C138.C566,C702.C1 W 7,end 075. waaaerrOM MU., Emma,.snr:In-VW Caeuede Teed:ASTM C31,C39 D138,0143,C172,0173,C1064.C.2.C76.0473.CSI I, ,Q ygekkeiee.. 004017,01231,anti 5379 rerr...a...ret.. - ` _.e_n.'_ r •as re".4mews P..a. !. l Masonry,Mohr,A GrmA Taw:ASTM C 100 and 01019. I Soli Paw:ASTM 0421.5000.01140.01566,01657.01889,02468,D2216.02487.02488, 03740.04318,[14643 06430.end 6329. We will add your laborato y?o the list of conlrerual laboratortee<MAMd 10 e0nduO material Iatm for the U.S.Army Corps ot Enclosers,seed*MMC pegs al CMEC—Fort Lauderdale 6 3g..w...—,L�Medl3FadS,..w.L-S^ale^ dbd�2VI"brla'476661'rraaariais 1p0gpg.01n .ia Ali Corps office*wet Iso notified d l05 decision and will have the nppo,Luney to use your serves.P100w&anal Service 010081re9•m.,MATO.FL Mn romair On OW 1st W YGam.4es Professional Services Inc. Manned to corW2 mestere tests urrl 1 September 23.2016'ham(3l years from Me dale of de . 1" nspects.. rrr.e.arter.ir r. r.ew.d 6500 NW 12th Aye,Ste 116 Sincere y, CMEC =.1...................., ' Far Laudedate FL 33306 '', United S1Mes AASHTO R18 .n.....,-10wa7. JAnaa s Crawley.Pe Director r,./MVO.MI,e,w.."arotMIM MAMMY m..,ret as,rani Materials Testing Center rrw—ra,a• r,oe.iwvnbnr waeonr,w.wrr..,au�m n..www.veno a..vsrw na.,wro ra.wtno a,.weero TAA we.wrw. noose Tap ctrl JadsspnMM District LIR WMOnAda un.AMM.1.WMCA.MMISCM ran m•.AVM Dl rani CM raw vM• al e.ea-weno.ar.w..0AK Nam TAT wwronn SIAarota.•.emfTns.wrnoa.waoa....nnm,w,ff0TMAwm.ts ran ....e.�,ASIMOmimile:1114• .«.www,,r. wmw.wwr.Aw.wrAria.WM. X."'a .621••.•...WMDM.nmrrne....w.ne.+roms-A TT u,as...-.5a.rret AA.....r WOD.c.w.Drwnaw.rnaa•r 0MPIM warm raAVMOMP,wrym.•A..MO,NOWA.0,611 MMI.A t.uma.w.a care • "s..u,w nw.lfroollorar orr.OwAOrSI n,u..wTYMartoSAwww wan....wr,m.,n,nnnaen..ale,nam..s.u.w:.n .w,�er:a...wro,:..wmTw...ww • .././.�.-m... ...– .-.�. *odic .DW.,. E .1.INAAs am cy _ CERTIFICATE OF • Ra ,,,.,.MMOM,:""„1=,"� etitommr enSE AASH O ACCREDITATION ,67,751-71-1D ACpraarrea • i Professional Service Industries, Inc. AMRL—Fort Lauderdale Fort Lauderdale,Florida,USA Quality Management System-accredited since 5/31/2013 R18,C1077(Aggregate),D3740(Soil),E329(Aggregate),E329(Soil) •- -••hsen°a° .a.a°r.w.ydaa.a..Wm,Maa'..amD.D,Ywrw,waWMF M6MTO618 ad,de MMITOMveeYtlm po ma eealrMed by an AAMITO Cmrmttw.m Mandan as nereerea Ibis tope tl.ttnsemice an Serenest.the beau,of AAM0TO Aated5d Laooratuns iadsHr.an.r.ag\ Soil-accredited since 5/31/2013 R58,T89,T90,T99,T180,1193,T265,T267,T310,FM1-T180,FM5-515, D421,D698,D1140,D1557,D1883,D2216,D2487,D2488,D4318,D6938 ..aw Mee d a•s mc..ndr. A•strm crnincw Aggregate-accredited since 5/31/2013 I.r..e.we4,w..w":nso` `,s e w ,na.mm.ta'"1,tmt ,. auwwwMMOMMeo MOW MX., T2,111,127,T84,T85,C117,C127,C128,C136,D75 -` " -- Inter tek. _--- — — • SIPSI QUALIFICATIONS STATEMENT:City of Miami Beach Citywide Geotechnical and Laboratory Testing Services on an As-Needed Basis I RFQ 2018-097-KB 33 2. Experience & Qualifications 2.1.1. Firm Licenses & Certificates Professional Service Industries, Inc. j State of.Florida i State of Florida Board of Professional Engineers Auntie that Department of State Profes.:Ionry/'service Industries,Inc.AF BPF Is authorised ander the purities.of Section 471,325.Fluid.9rmoor.,to offer engineering eetecers I unify from the records of this ntticc that PROFESSIONAL SERVICE. to the public through a Prot rotor Iingeeen,did)Bonded soder Chapter 171,Florida Stetwtee. INDUSTRIES,INC.is a Delaware corporation authorized to transact tnstncss M Expiration. 2/23/2011 CA[X.No: the State of Florida qualified on July I.1983 Audit No: :23201102029 R Tl,x.t The document number of this corporation to 856982. -_.. I further calif that said corpse-awn has paid all foes due this office through - - - December 11.2018,that no mush recent recent ann al reportnniham haziness roper RICK scorn';.(,'YERNCR KEN,AWSON.SL-CRL:, filed on January I.`018.and that its slants If acme STATE OF MONICA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION µy I Iatnher terrify that mid eo xatisnt Iran not filed a Certificate of Withdrawal 00400 of PROF S/OVAL GEOLOGISTS fig, '' i The GEOLOGY BUSINESS L Named WeeIBCERTIFIEO :.ander in.pmvSene aiCheuter a 02 F8 --.. Etpnbdn dee JUL 31,2018 • Given ander am Aawdaed the ❑e Q Great Neal 1 the Nine..Flari.4 PROFESSIONAL SERVICE INDUSTRIF S I al J'allahasav,the C area ahi. 19019 MEYERS RU,40170. .h.F.a,rrA,Ary al Jaewarr.lulu ' ATT*LINDA ELLIS �Ls�.: OAKBROOK TERRACE Lec la• -.1. *`1* '/_!'_.. `, .-,.I REQUIREDltenWw ep .y arae DISPLAY AS REQUIRED BY LAW aEp _ .ep „ • Secretary of State r u.e m r... CLS3/034•3101 • r. • t. Oedod u. > .MthedieWeearemertM ... _. .4�.I . FDOT Irrw SIE V..rw,«...Nees.oe RelieteenNo www...,..situ,I,-nehehs 161..0,1 ,,SISES telecoms.* 1 Florida Department ajTransportation • ewe VONT Wci y,rv'.mnc.ieca GM Inlhluawv/l)_VwWu utLws- • June 19.2018 • • Jeffrey Marineau.Senior Vice President PROFESSIONAL SERVICE INDUSTRIES,INC ---- ... .-. 1748 3310 Street • Orlando,Florida 32935 ... -. 5x. pear Mr.Mclennan: / The Honda Department of Transportation has reviewed your application for Local Business Tax Receipt L.B T ;arguablyy your firm the and determined that One Data LLmitleO M adequate to lephncally Miarri-Dade County,Slate of Floridaf work: GuLpsyyourr hrp,.foio s M tepee Testing -TNSIS NOT A Bal-00 NOT PAY fndup9 -Soi Explorations Material Testing and Foundaums 9.1 -Soil EAOMr akin 11339 9.2 -Geotadlncal Clesefication Laboratory Testing ii. irt Nee/NI/LOCATIONMCC,MCC,NO. EXPIRES 9.3 -Sghwary Marten.Tesnrg NA 9.4.1 -Standard Foundation Studies PROFESSIONAL SERVICE I1DUSTRIES INC RENEWAL SEPTEMBER 30,2018 9.4.2 -Nuri-Redundant Drilled Shan Boge Foundation 5lWbs 7950 NW 64 ST 11339 Mu be CsptryeU et Owe of business 9.5 -Geotedrrvnl Serially Laboratory Testing MIAMI Ft 33156 Nowa,.to C;,.aey Code Group 10 -Canotrudloo Engmeenrg Inspection Chapter 3A-An.vh 10 10.1 •Roedway CaNtruction Engineering Inepedon 10.3 -Construction Materiels Inspection _ 10 4 -Minor Bridge 5 Miscellaneous Structure.CEI PROFESSION/lbSVC!NC/SOFFITS'NC 212 P.A,COBNPARTr.E.95tIW.FYfM 7.4%COLLeeT1.1. Your firm mw is Iechnicalb prequalified with Department Depanent for Professional Services in EBORYJPS/ Emplmee(s) I 875,03 00/2V2017 cc the above referenced WOK types.The overhead audit has been accepted and your firm may FPPU07-17-010685 pursue In the referenced wars types with fees o1 any dollar amount The status shall be veld unix,Kine 30.2018 for contracting purposes. perLeeis .xis M 1 a s 1 IoW T a Ne MowIs on,l voen.a r mt 1 Ice el hr eeNsc 1 3 u. .r, wryM1 Mil any awNnn.e41 • Ayproved Rates or oeeyerwn..seal earrwy d was a Nome/ Facilities Reimbtuw Horne , 1 Pe,KENT na.e.en. lab diahaes al Et,calromma Miami-Owls ad.SecuataPremium Bonen Capital Coat Actual Direct .... Fr rows rrIFnneue.nal a+wm 'el OUNOx IoC0i . I Oveheed at MOI NE ow,,,,,,,,, Expanse, Expense 158.71% 0,493% Reimbursed No 0.00% Should yid have any questions. please lee free Is contact me by email a1 canlayn kelt®dot aleue II us or by phone at 8504144597 Sincerely. Canwyn Kell Professional Services Qualification Administrator tntertek. IDSI PSI QUALIFICATIONS STATEMENT:City of Miami Beach Citywide Geotechnical and Laboratory Testing Services on an As-Needed Basis I RFQ 2018-097-KB 34 2. Experience & Qualifications Miami-Dade County Internal Services Department Statement of Technical Certification Categories Firm: PROFESSIONAL SERVICE INDUST INC(PSI) 7950 NW 64th Street,Miami,FL 33166 Code Category Description Approval Date Expiration Date 9.01 SOILS,FOUNDATIONS AND MATERIALS TESTING-DRILLING, 01/04/2017 01/31/2019 SUBSURFACE INVESTIGATIONS AND SEISMOGRAPHIC SERVICES 9 02 SOILS,FOUNDATIONS AND MATERIALS TESTING-GEOTECHNICAL 01/04/2017 01/31/2019 AND MATERIALS ENGINEERING SERVICES 9.03 SOILS,FOUNDATIONS AND MATERIALS TESTING-CONCRETE AND 01/04/2017 01/31/2019 ASPHALT TESTING SERVICES 9.04 SOILS,FOUNDATIONS AND MATERIALS TESTING-NON-DESTRUCTIVE 01/04/2017 01/31/2019 TESTING AND INSPECTIONS 9.05 SOILS,FOUNDATIONS AND MATERIALS TESTING-ROOF TESTING AND 01/04/2017 01/31/2019 CONSULTING 9.06 SOILS,FOUNDATIONS AND MATERIALS TESTING-ASBESTOS 01/04/2017 01/31/2019 9.07 SOILS,FOUNDATIONS AND MATERIALS TESTING-AMBIENT AIR 01/04/2017 01/31/2019 9.08 SOILS,FOUNDATIONS AND MATERIALS TESTING-BIO-HAZARDOUS 01/04/2017 01/31/2019 10.01 ENVIRONMENTAL ENGINEERING-STORMWATER DRAINAGE DESIGN 01/04/2017 01/31/2019 ENGINEERING SERVICES 10.02 ENVIRONMENTAL ENGINEERING-GEOLOGY SERVICES 01/04/2017 01/31/2019 10.03 ENVIRONMENTAL ENGINEERING-BIOLOGY SERVICES 01/04/2017 01/31/2019 10.05 ENVIRONMENTAL ENGINEERING-CONTAMINATION ASSESSMENT 01/04/2017 01/31/2019 AND MONITORING 10.06 ENVIRONMENTAL ENGINEERING-REMEDIAL ACTION PLAN DESIGN 01/04/2017 01/31/2019 10.07 ENVIRONMENTAL ENGINEERING-REMEDIAL ACTION PLAN 01/04/2017 01/31/2019 IMPLEMENTATION/OPERATION/MAINTENANCE 10.08 ENVIRONMENTAL ENGINEERING-PATHOGEN AND CONTAMINANT 01/04/2017 01/31/2019 RISK ANALYSIS Approved By Technical Certification Committee Miami-Dade County intertek PSIPSI QUALIFICATIONS STATEMENT:City of Miami Beach Citywide Geotechnical and Laboratory Testing Services on an As-Needed Basis RFC).2018-097-I<B 35 2. Experience & Qualifications 305 Consulting Engineers f State Fl o. orida • State (1✓ Florida Board o Pto ` iona1 Engineers Department of.State3os1 , . �)ren arii,LLC i A44w.,un.' I certify from the records of this office that 305 CONSUL.LINO ENGINEERS, 1.authorised under the provisions of eaceloft ..,,•r melee,to offer engineering waving LLC/s a limited liability company organized under the laws of the State of to the public Through a Prote..loaal Pagineer,d ,'-1..T"..e ander Chapter 471,Florida Swum._ Florida.filed on March 11,2013. Eapiratoa 2/7.8/7.019 CA Lie.Na Mc document number of this limited liability company is L13000036780. Audit No: 22=1590421 2 311207 I further certify that said limited liability company has paid all fees due this `- .'-. office through December 31,2018,that its most recent arcual report was filed an January 10,2018,and that its state is active. tate?Whi7xe,"eila Ciren under nee hand and the `i.aflahunee,haeve,"""eal bee""'"'The('yd11,0Y'" Florida Veteran& Minority Business Certification the Tenth day oflonnny,gala • ` _I$ " 305 CONSULTING ENGINEERS,LLC Is esnirled under the pavlNms a Secretary of State an 287 and 295.187.Honda suede.b, e penhorn: d Trach..•.ober C0Y1Nat67M _.. 06/07/2017• 10 06/07/2019 'I o a...tir.le bit cernhnte,..it the roil...lte,e......r.0..1... fell..the l.4.a0.....l.,nl. 7 YpJMniese.nbY-orort il.f n,iar,.ir0t,,(coal,.A tot... Pa.n.O. .N,b.OM. 3. nrr �r g ter rte,. _ Local Tax Receipt .. . Local Business Tax Receipt .LBT MiafrCoSha Florida -blab MOT Business T PRY c -- Miami—OadeCounty,Stats of Florida -Mb at Pll-W11elvar • -e ...Tlstae3 LB _. .... _TI624aa N.1..NAeI&LOCATta. n.e..Tua EXPIRES r,..a.,ans«.<I.aon;r,o. 30s CONSULTING ttlGlNt/l4SLLC RINSWAk SEPTEMBER 30,2018 n6C6'T NO. EXPIRES 139uA33184 1 7410002 w.twsw.w.,.ta�wa,r.. ZINCAENa1tTIFYfT N4NaWAL SEPTEMBER 30,2018 WM Ki31a1 hob..to...Code haven saresr 7.11 v,wosod boo m aeN.wa.me or... i.e..M-0th 0 WWI R.31104 P.aant e.CAM,Cada • r.Tyaor lA-Mole q • • • 00111. c/SCsgceclar:la.acW.SUC 117 PA/COaiXARINEMIeeponi MTWYr-..toss swoon s[2'VIM of.Il.4 aTtM r4l:.CIM .N :r.....,,,,,,;,,,,,,,,,,,........ ... r70 ENa(111 HNfA-'• • aWA - uoliketfifi30 Fcc tQUE M PE 11?ftlriFfSSpW.L.- lino FlnatnMraty) I {7500 P1T01 917.... - 4O 105 UarCSl1?CIG;NGMEERSt4.0 IRiBBVI f100.00 07/0372017 - • IPPU05-I t-0101580 1 - W1uA5-t 7-010225 .ue.11......l .11.w.rrwl.e.l babe.faL•..ytree be. _ ereme..e="*'rrraar,y.��tert.atetet ..gawiwla.w.a .rerp.A wet.n,r.taa,e.r o�...i....eb nv.a 11rsrra,te ..ybMt.lwWA wY.w+:a.0171 1w„�.lt.lr,w..+W wY.".rr.�.'d The�t et few.�Yebie.p rdl..mrwnVlA.-Inaal,n6.lt.03a 117'70=974.:4lnorlwa.at w,e.1{17•MO rn�. Wwh.wsllr A. ...Pr fit...r4M,r. a,ul rets-le..-.WEY e.lFNa --- r.own uta moos O,«.WaYeabh•aauati L___.._..--._—.-_.._ inter tek, — --- __- p..) PSI QUALIFICATIONS STATEMENT:City of Miami Beach Citywide Geotechnical „,...• 1 and Laboratory Testing Services on an As Needed Basis I RFQ 2018-097-KB 36 2. Experience & Qualifications Miami-Dade County zip Internal Services Department Statement of Technical Certification Categories Firm: 305 CONSULTING ENGINEERS LLC 13944 SW 8 Street,Suite 211,Miami,FL 33184-3006 Code Category Description Approval Date Expiration Date MASS TRANSIT SYSTEMS-MASS TRANSIT SAFTEY CERTIFICATION 2.06 10/18/2017 10/31/2019 FOR SYSTEM ELEMENTS HIGHWAY SYSTEMS-SITE DEVELOPMENT AND PARKING LOT 3.01 10/18/2017 10/31/2019 DESIGN 3.026 HIGHWAY SYSTEMS-MINOR HIGHWAY DESIGN 10/18/2017 10/31/2019 HIGHWAY SYSTEMS-SIGNING,PAVEMENT MARKING,AND 3.09 10/18/2017 10/31/2019 CHANNELIZATION 11.00 GENERAL STRUCTURAL ENGINEERING 10/18/2017 10/31/2019 16.00 GENERAL CIVIL ENGINEERING 10/18/2017 10/31/2019 17.00 ENGINEERING CONSTRUCTION MANAGEMENT 10/18/2017 10/31/2019 Approved By Technical Certification Committee Miami-Dade County uitertek PsiPSI QUALIFICATIONS STATEMENT:City of Miami Beach Citywide Geotechnical and Laboratory Testing Services on an As-Needed Basis I RFQ 2018-097-KB 37 2. Experience & Qualifications 2.2 QUALIFICATIONS OF PROPOSER TEAM TEAM ORGANIZATIONAL CHART City of Miami Beach Senior Contract Support Juan Villegas, PE (22) Contract/Project Coordinator Senior Technical Support Senior Vice President Tony Caggiano, PE (10) Morgan Dickinson, PE, SI (38) Construction Services Department Manager Regional Engineer/Special Inspector Principal Consultant Ian Kinnear, PE (40+) Chief Geotechnical Engineer Geotechnical & Vertical Construction Materials Testing Team Paul Passe, PE (39) Chief Geotechnical Engineer Horizontal Construction Tony Caggiano, PE (10) Materials Testing Manager Patrick Montgomery, PE (5) SDVOSB Subconsultant Project Engineer-Geo 305 Consulting Engineers, LLC Daniel Gonzalez M., El (2) Special Inspections support Staff Engineer-Geo Enrique Zuniga, PE, SI (30) Philip Williams (16) Principal-in-Charge Drilling Crew Chief Christopher Fernandez, El (5) Staff Engineer/Project Manager Pablo Varas, CWI (38) Senior Technician/ Threshold Inspector Mauricio Rodriguez (20) QA/QC Manager Deibbys Rodriguez(13) Laboratories Manager (x)denotes total years of experience Jose Raul Gonzalez (31) Sr.Engineering Technician 50+South Florida Technicians 2 Drilling Crews Into-tek PSIPSI QUALIFICATIONS STATEMENT:City of Miami Beach Citywide Geotechnical and Laboratory Testing Services on an As-Needed Basis I RFQ 2018-097-I<B 38 2. Experience & Qualifications TEAM KEY PERSONNEL EXPERIENCE / ROLE / AVAILABILITY PSI's key team members have provided the services required by the City on hundreds of successfully completed projects, including roadways, utilities, and other facilities in both the private and public sectors. Key Personnel PSI Title Yrs. Contract Role Availability Exp. Juan Villegas, PE Senior Vice President 22 Senior Contract Support 5% Tony Caggiano, PE Construction Services 10 Point of Contact/Project Manager 70% Department Manager Regional Engineer/Special Morgan Dickinson, PE Inspector Principal 38 Senior Technical Support 15% Consultant PSI Chief Geotechnical Engineer— p Ian Kinnear,PE Chief Geotechnical Engineer 40+ QA/QC 10% Paul Passe,PE Chief Geotechnical Engineer 39 PSI Chief Geotechnical Engineer 10% Patrick Montgomery,PE Project Engineer-Geo 5 Project Engineer—Geotechnical 60% Daniel Gonzalez M.,El Staff Engineer-Geo 2 Geotechnical Project Manager 75% Phillip Williams Drilling Crew Chief 16 Drilling Crew Chief 75% Christopher Fernandez,El Staff Engineer 5 Staff Engineer/Project Manager 75% Pablo Varas,CWI Senior Technician/Threshold 38 Technician/Threshold Inspector 75% Inspector Mauricio Rodriguez QA/QC Manager 20 QA/QC Manager 50% Deibbys Rodriguez Laboratories Manager 13 Laboratories Manager 75% Sr. Materials Testing Jose Raul Gonzalez Technician 31 Sr. Materials Testing Technician 80% Enrique Zuniga,PE,SI Principal-in-Charge 30 Specialty Inspections Support As needed 305 Consulting Engineers untertek SIPSI QUALIFICATIONS STATEMENT:City of Miami Beach Citywide Geotechnical and Laboratory Testing Services on an As-Needed Basis I RFQ 2018-097-KB 39 2. Experience & Qualifications 2.2.1 Team Licenses & Certificates State of Florida State of Florida Board of Professional Engineers Board of Professional Engineers Attests that Aug.;tthat Juan Diego Villegas,P.E. Anthony Vincent Caggiano Jr.,P.E Is licensed as a Professional Engineer under Chapter 471,Florida Statutes Is licensed as a Professional Engineer under Chapter 471,Florida Statutes Eaptradoa:r:nit Pp..Ile.No: Expiration:2/2s/ant P.E.tae.No: Audit No: 220291511663 6 60745 Aodiu No: 225d7191tlt1 3 77559 State of Florida State of Florida Board of Professional Engineers Board of Professional Engineers Attests that Attest.that Ian Kinnear,P.E. FBPE Paul D.Passe,P.E. Is licensed as a Professional Engineer under Chapter 471,Plotida Statutes Is licensed as a Professional Engineer under Chapter 471,Florida Statutes EEpie tiote 2/2:2019 r$. No, Expiration:2/2i0n9 P.E.lac.Na Audit No: MS201909191 ti y�1)44- *ts.sd 32614 Audit No: 21820190105 a 34750 State of Florida State of Florida Board of Professional Engineers Board of Professional Engineers Attexn that Attests that Richard Morgan Dickinson,P.E. Patrick Maloney Montgonlery, Is licensed as a Professional Engineer under Chapter 471,Florida Statutes Is licensed as a Professional Engineer under Chapter 471,Florida Statutes E.pv+aion:7,26 /9I L...\o. Rapti-allow 2/77:2119 Aadtt tNo: L•n211'rn56* 5I SPECIAL INSPECTOR 37557 to, Audit No: 220291902724 ,1 511./: State of Florida Board of Professional Engineers Attests that Enrique M.Zuniga,P.E. Is licensed as a Professional Engineer under Chapter 471,Florida Statutes Expiration:2/20/2119 CE/St Lk.No: Audit No: 5a101901110 Si SPECIAL INSPECTOR 18597 mot *tateCrturthzt tete of t uric *tate of fraftssional ngincrrs vtioarb of rruErssiu wl',Engineers s Daniel Enrique Gonzalez Moya Christopher.4.Fernandes YJu-:a4ty6rswvey d.w/alectred? oai.,et a wryi•Terr:wy' ' � • a4y a ..y.. .fr✓toreepm4• naifntr/ir6 out" 2sir.1CiA5r ./,.suc5c/..w56(. L .nomionhao-i s.d'd.,.w axe ri A'rt..fq v.1P: 64 Gas% : .i Iat.•/y reerruy aio. awr C!'ftrd!s!yifteet C1/ittet 61i:wet CAlfrn ,. ($1rw.ws...aFt...,aa...de lira... ra•7.•.r'^�. 46_7;`.s*l t4,..! do�iE..o d....ly a..d...4 grit F lntertek iPSI QUALIFICATIONS STATEMENT:City of Miami Beach Citywide Geotechnical and Laboratory Testing Services on an As-Needed Basis I RFQ 2018-097-I<B 40 2. Experience & Qualifications TECHNICIAL CERTIFICATIONS MATRIX We pride ourselves on our commitment to providing qualified and certified technicians, inspectors,and laboratory testing results to provide our clients with a quality,cost-effective, and certified product. .6..M.•Mor Mi / 11111IIiiiilii` ----'°' _ 111111111111111111 : 111111r, -- -- 1II1111111I111II111I - - . 11111111III11111111i1 ,- K�.l.w, ..:1111111111111111111111 11 I I I I I I I 111111111 1- r,�.....r.M1.K�. 1111011111111111 : 11 .�•rl•„LM I0100110000100100001t Po•r Im�•�,.�..�1n ` 1 1 0 1 1 1 0 1 1 1 1 1 1 1 0 1 I i 1 1- PmbL— ,1 i 11 0 1 1 I 0 1 i i 1 1 1 i 0 1 1 1 1 ,..ole 1111111111111111 : 11111- 1111 : 111111 : 1111 : 1 : 1 : 1- -------- 1 i 1 1 I 1 1 1 1 1 1 1 1 1 1 0 1 1 1 1 1- -...�xlIa -'I i 1 1 1 I 1 1 1 1 1 1 1 1 1 I 1 1 : i 1 1- .r,l.w��l,r�l.,, 1 / 1111011111111111111U — 01100 ® 01aa00010010000it .-- --It Y. 11 : 111 : : 111 : 1 : 11 : 11111a ''''"n••`=1iiN1 Ii011I0010101010011111a ",•n*l".,1'•..r;l 11 : 111 : : 11111 : 11111111- -,-- i0I1100111110i1111111- ..,-- 1001I000I1II0000I1iIII= - -. - 111 : 11 : 11 : : : 11111 : 1 : 111 : 11tt nwn,l level l 111 : 1 : : : 1 : : : : : : : : : : : : :t ---,--,--.. 1111 , 111 : 11 : 1 : 11 : : 1111ww..,,amernn2 ''''' `'1II111111111111111111I- ----.--,— :111111 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 I- ------ 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 I- 11 - 111111111111111111111 I- ------ 1011Iiiiiil111III11111 : iiiiiiiiiiiii i- Murtmx- r--- 1110 I 1 1 I l 1 I I I I I l 1 I I 1 I I I 1- ;e.," 111111111111111111111 11- ----. 1- QC __ 1 .a-... ._1... 1 1 1 1 1 11111111 ?:.-2- 5 9f i If f 1g" g Ili s li ritimfzir wriEn-qiiPEOzi '--1§ 1 F 7 ; 11,q11aq g s 4 Sp=i l=D D I�ggE i i x t l ' a ppiii t C a3L x' - uD r F 4 3 a= o Y +Y Y Y Y Y X Y Y Y 2.Y 2 -Ir•t Y Y Y Y.k.Y 11 Y Y'.;1111111111 1nEE ]!:11 EfghSEA`ssEsE E'asEsEESS EE's�m$a° � 1 y3333333iai ;iiiii iii ? iiiiiiaiai ie� i;;w ; ; W g ii22ii1222fs222siiiiii1222i i rraaaa KEY PERSONNEL RESUMES FOLLOW tntertek PSI QUALIFICATIONS STATEMENT:City of Miami Beach Citywide Geotechnical a) and Laboratory Testing Services on an As-Needed Basis I RFQ 2018-097-KB 41 Juan Villegas, PE SENIOR VICE PRESIDENT Year started with PSI:2002 Years'experience with other firms:7 .� Education ( r,m" � t Master of Science in Geotechnical Engineering and Construction Management, University of Florida,2001 Bachelor of Science in Civil Engineering, National University of Colombia, 1996 Certifications/Registrations/Technical Training Registered Professional Engineer,#60745, Florida,2004 FDOT Certified Quality Control Manager Affiliations/Memberships American Concrete Institute(ACI) American Society of Civil Engineers(ASCE), Miami-Dade County Chapter Director 2010 Florida Engineering Society(FES) Professional Experience Mr. Villegas is in charge of PSI's South Florida Operations. He has over 20 years of experience in the soils and construction materials testing field and is responsible for all aspects of project management involving geotechnical investigations and construction materials testing. He is familiar with field testing of soils, concrete, structural steel and asphalt in accord with ASTM/ACI/AASHTO/AWS/AISC/FDOT standards. He is also responsible for the in-house laboratory facility, report review and preparation and the engineering technicians on staff. In addition,he has extensive experience in facilities-remediation,which includes structural, roofing, waterproofing, site assessments, construction, pavements and code compliance. Mr.Villegas is the Executive-in-charge and successfully manages PSI's large government contracts for the FDOT, Miami-Dade Expressway Authority, The Turnpike Enterprise, Palm Beach, Broward, Miami-Dade, Martin, Fort Pierce Counties, School Board of Broward, Palm Beach,and Miami-Dade Counties. REPRESENTATIVE RELEVANT EXPERIENCE Current&Recent Contracts Miami-Dade County—Principal-in-Charge responsible of geotechnical,environmental,and materials testing and inspections for over 150 Projects worth approximately $1,000,000 on fees under the Miami Dade County Miscellaneous Professional Services Agreements to Provide Soils, Foundations, and Materials Testing Services E12-PWWM-08 and Professional Services Agreements to Provide Materials Testing Testing/Consulting/Training Services E12-PWWM-09. From 2013 to date. Port of Miami Tunnel,Watson Island and Dodge Island,Miami Beach,FL—The project consists of a depressed roadway and tunnel between Watson Island and Dodge Island beneath the Government Cut main channel in Biscayne Bay, to provide improved access for cargo and passenger vehicles destined for the Port of Miami.PSI's services included a geotechnical study to obtain data regarding the general subsurface conditions near the proposed alignments by means of exploratory borings, as well as laboratory testing of the collected soil and rock samples.The laboratory testing was conducted for classification purposes and to provide pertinent engineering characteristics for this study.The construction of the tunnel utilized a Tunnel Boring Machine (TBM) and is now complete. Dates: 03/2011 - 05/2014 I Role: Senior Engineer I Owner: The PortMiami Tunnel (POMT) project was built by MAT Concessionaire, LLC, in partnership with the Florida Department of Transportation (FDOT), Miami-Dade County and the City of Miami I Client: Parsons Brinckerhoff Quade & Douglas, Inc. (PB), 75 Arlington Street,9th Floor, Boston, MA 02116 Fort Lauderdale Hollywood International Airport, Runway Expansion — Broward County Aviation Department (BCAD) awarded PSI USA one of the largest Field and Laboratory Construction Materials Testing contracts ever awarded in the State of Florida. PSI was selected to provide Quality Assurance Materials Testing(QAMT)for the Runway Expansion 9R-27L,Apron Replacement, and Terminal 4 Expansion. PSI services included the sampling and testing of soil, concrete, asphalt and other materials used for the construction of the runway and bridge structures (which support the runway), as well as the apron replacement.PSI was also involved with the contamination assessment,monitoring,and remedial action plan on this project. Dates:2012-2015 Role:Project Executive/Contract Manager Intertek Professional Service Industries,Inc. (an Intertek Company) • 42 Juan Villegas, PE SENIOR VICE PRESIDENT Broward County Public Schools—Senior Project Manager responsible for the construction inspection and testing services for several schools throughout a continuous services contract to provide geotechnical engineering and materials testing services and the Florida Department of Transportation (FDOT) regarding testing and inspections. School Board of Miami-Dade County — Principal-in-Charge and Contract Manager responsible for miscellaneous geotechnical, environmental and testing services in over 100 projects throughout a continuing services contract to provide geotechnical engineering,construction materials testing and environmental assessment services. From 2010 to current date. Miami-Dade Expressway Authority(MDX) Material Engineering and Testing Services Contract— PSI has been involved in several projects that included: SR 874, SR 112,SR 836, and Central Blvd. We have successfully performed all the verification testing for material used on the projects that also included structural steel plants inspections and specialty testing such as coating(paint)thickness surveys on steel structures.As part of the contract, PSI also performed field verification testing and geotechnical services. The start date of this contract was in March 2010 and concluded in March 2015. Services Provided: Materials Engineering and Specialty Testing Services, Geotechnical Services I Dates: 03/2010 - 03/2015 I Role: Contract Manager Miami International Airport Buildings 881,882,&883-Asbestos Consulting Services—PSI's services for the project included building inspections sampling of suspect materials, estimating material quantities, determining exposure potential, and material location identification.The project began in October 2013 with a verification survey of the building using a PSI report from 1997. Dates: 10/2013—06/2014 I Role: Project Executive 1-75 Express Lanes Material Testing and Construction Support (FDOT) — Principal-in-Charge responsible for the contract execution of the verification inspection and testing services for 1-75 Express Lanes Widening. From 2014 to date. South Florida Water Management District — Principal-in-Charge and Contract Manager responsible for the geotechnical engineering and testing services for construction inspection and testing services for several assignments throughout a continuing services contract to provide geotechnical engineering and testing services for SFWMD. Contract #460001621. Dates:2010 to 2014. City of Miami — Principal-in-Charge responsible of Miscellaneous Geotechnical and Construction testing services under a Professional Services Agreement with the City of Miami. From 2007 to 2011 FDOT District IV and VI;Davie,FL-Project Manager responsible for a$500,000 contract for laboratory testing and technician support. Florida Turnpike System; Pompano, Florida - Project Manager responsible for a $1,000,000 contract for Asphalt Plant Inspections,construction materials testing and verification technician support. QUALITY CONTROL REPRESENTATIVE PROJECT HIGHLIGHTS Quality Control Manager acting for contractor with the Florida Department of Transportation for different contractors on projects worth over$300 million combined,responsible for supervising and reporting all of the materials testing activities on the project as per CQC procedures, attended project meetings and served as a liaison between Contractor and the Florida Department of Transportation (FDOT) regarding testing and inspections.Select CQC experience follows. CQC Manager Experience 1-95 HOV lanes from Southern Blvd to Palm Beach Lakes, Palm Beach County, Florida -Widening of 1-95 from six to ten lanes, approximately 4.23 miles.The work includes replacing the existing bridge over Palm Beach Lakes Blvd., replacing the existing overpass bridges on Congress Avenue and Australian Avenue and modification of the mainline ramps. The project also includes drainage improvements, retaining walls, signing and pavement marking, lighting, irrigation, sound walls, and communications elements. Florida's Turnpike from Atlantic Avenue to Lantana Toll Plaza Widening, Palm Beach County, FL-Widening the mainline from six to ten lanes along this section, approximately 6.94 miles.The work includes widening the existing bridges and reconstructing the mainline ramps.The project also includes drainage improvements,sound barrier walls,retaining walls, signing and pavement marking, lighting, landscaping,irrigation,and communications elements. Ernest Lyons Bridge Replacement, Stuart, Florida - Project includes a 4,600-foot precast segmental bridge over the Intracoastal Waterway, bridges to two recreational islands, and reconstruction of approaches at each end of the main bridge. Royal Park Bridge, Palm Beach, Florida1-95 HOV lanes from Southern Blvd to Palm Beach Lakes, Palm Beach County, 1ntertek Professional Service Industries, Inc. (an lntertek Company) 43 Juan Villegas, PE SENIOR VICE PRESIDENT Florida—Widening of 1-95 from six to ten lanes,approximately 4.23 miles.The work includes replacing the existing bridge over Palm Beach Lakes Blvd., replacing the existing overpass bridges on Congress Avenue and Australian Avenue and modification of the mainline ramps. The project also includes drainage improvements, retaining walls, signing and pavement marking, lighting, irrigation,sound walls,and communications elements. SR 708 Blue Heron from A Pt. E of SR 710 to 1-95, Riviera Beach, Florida. 1-95 HOV lanes from 10th Avenue to Summit, Palm Beach County, FL SR 708 Blue Heron from A Pt. E of SR 710 to 1-95, Riviera Beach, FL Ramp and Toll Plaza Modifications at Indiantown Blvd (SR 706)on Florida Turnpike, Palm Beach County, FL 1-95 New Rest Area in Stuart, FL 1-95 HOV Lanes from South of Gateway Blvd.to South of 6th Avenue CQC Verification Testing Manager Experience FDOT District IV and VI; Davie, Florida -Project Manager responsible for a $500,000 contract for laboratory testing and technician support. Florida Turnpike System; Orlando, Florida — Project Manager responsible for a $1,000,000 contract for Asphalt Plant Inspections,construction materials testing and verification technician support. Thomas B. Manual Bridge;Stuart, Florida SR 80 from 1-95 to Parker Avenue 1-95 HOV Lanes from 12th Avenue South to 10th Avenue North. Special Inspections Experience Nordstrom's Corporation;Wellington, Florida- Palm Beach, Florida Project Engineer responsible for construction testing Exxon Station; Belle Glades, Florida and special inspections for the 4-story,500,000-sf Bed, Bath and Beyond;Vero Beach, Florida store in Wellington Mall. Dillard's at the Wellington Mall in the Village of Peninsula Condominium Building;Aventura, FL Wellington in Florida Project Engineer for a 24-story building responsible The Village Center at Traditions Development, Port St for materials testing and assisted Threshold Engineer Lucie, Florida preparing threshold reports for Special Inspections Waterways Shops in Parkland, Florida Albertson's on Lyon's Road; Lantana, Florida-Project Dixie Highway from Palm Beach Lakes Blvd.to 25th Engineer,supervised cut and fill,foundation soil Street.Street improvements;West Palm Beach, FL improvement and pond backfilling for a new store. Olive Avenue from North of Lakeview Ave. Also,developed an excavation plan for optimization (Westbound Okeechobee)to Palm Beach Lakes Blvd. of excavation,transportation and stockpiling of muck Reconstruction. and fill for 900,000-sf distribution center. Three Office Bldgs.at Commerce Park Place;West Yamato Road Widening.T-Rex Corporation; Boca Palm Beach, Florida Raton Florida Palm West Hospital,3-story Addition;West Palm Colorado Avenue Widening;Stuart, Florida Beach, Florida Trinity Construction Pre-cast panels for residential The Tower Group's Millennium Plaza; Parkland, construction. Florida Home Depot at Okeechobee Blvd and Jog Road;West MATERIALS TESTING AND CONSTRUCTION INSPECTION PROJECT EXPERIENCE Miami-Dade Public Schools-Project Engineer responsible for the construction inspection and testing services for several schools throughout a continuous services contract to provide geotechnical engineering and materials testing services. Broward County Public Schools- Project Engineer responsible for the construction inspection and testing services for several schools throughout a continuous services contract to provide geotechnical engineering and materials testing services. School District of Palm Beach County-Project Manager responsible for the geotechnical investigation and construction inspection and testing services for several schools throughout a continuous services contract to provide geotechnical engineering and materials testing services. uttertek Professional Service Industries,Inc. (an Intertek Company) 44 Juan Villegas, PE SENIOR VICE PRESIDENT GEOTECHNICAL ENGINEERING PROJECT EXPERIENCE Geotechnical experience includes subsurface investigations,shallow and deep foundation analyses and pavement design.Mr. Villegas has been involved in roadway, bridge, retaining wall, retention pond, ground subsidence and vibration monitoring projects, as well as a variety of single and multi-story structures. Some of the most representative geotechnical projects follow: Roadway Experience Keller Road Expansion-Project included widening of existing alignment and construction of new alignment for a total length of 4 miles.As the project staff geotechnical engineer for the project, planned the geotechnical investigation, reviewed investigation results, prepared interpretative report,subgrade improvement for road works,slope stability analysis,designed piled embankment,ground treatment scheme for peat soil by total removal and replacement along with vertical drains,and surcharge loading. Bobby Jones Expressway(1-520)-Responsible for the field exploration of a 7-mile section of the highway including field exploration over the Augusta River.Supervised a crew of 5 drills rigs and a barge rig over a period of 2 months and finished field exploration 2 months earlier than predicted. County of Greenville,South Carolina-Consultant evaluating pavement condition of approximately 1500 miles of paved County roads.Compiled field information into a computer database determining appropriate maintenance, repair,and rehabilitation activities for each road and estimated a budget for each activity. ESTES Express Lines-Expansion-Pavement Design Hillsboro Blvd Improvements, Roadway Soil Survey Report; Deerfield Beach, Florida Oceanway Improvement, Roadway Soil Survey Report; Deerfield Beach, Florida Village Parkway Extension,Tradition Development; Port St Lucie, Florida Old Boynton Road Improvements, Roadway Soil Survey Report; Boynton Beach, Florida Gateway Blvd Improvements, Roadway Soil Survey Report; Boynton Beach, Florida Bridge Over C-16 Canal (Deep Foundation Analysis); Boynton Beach, Florida Signal Structures for SR 60 Intersections with SR AlA and Mockingbird Dr. Indian River County, Florida School District Experience Royal Palm Beach Elementary; Royal Palm Beach Lake Park Elementary School; Lake Park, FL Sandpiper Shores School Additions; Boca Raton, FL Boca Elementary School; Boca Raton, FL Cristal Lakes Elementary; Boynton Beach, FL Meadows Park Elementary School;West Palm Beach Palm Beach Gardens Elementary; Palm Beach Gardens Palm Springs Elementary School; Palm Springs, FL Lauderdale Manors Elementary; Ft. Lauderdale, FL SD Spady Elementary School;West Palm Beach, FL Lake Forest Elementary; Pembroke Park,FL Forest Hill High School Phase I and II;West Palm Beach New Elementary G-1; Lincoln Park, FL Okeeheelee Middle School,School Renovations Olson Middle School;Dania Beach, FL Health Care Project Experience Five-story Build-out at Northwest Medical Center; Erickson Adult Living Community;Sunrise, FL Margate, FL Collier Medical Center; Naples, FL Port St Lucie Medical Center, Hospital Additions uttertck Professional Service Industries,Inc. (an Intertek Company) Page 4 of 45 Anthony (Tony) V. Caggiano, PE CONSTRUCTION SERVICES DEPARTMENT MANAGER Year started with PSI:2016 1 Years'experience with other firms:9 EDUCATION:BS in Civil Engineering,Clemson University,2006 REGISTRATIONS/CERTIFICATIONS/TECHNICAL TRAINING: FL Professional Engineer#77659,2014 AREAS OF SPECIALIZATION: Construction Material Testing& Inspection Settlement Analyses Field Inspections Augercast Pile Foundations Threshold Inspections Driven Pile and Drilled Shaft Geotechnical Engineering Foundations Subsidence(Sinkhole) Evaluations Shallow Foundation Analyses Geotechnical Explorations Foundation Construction PROFESSIONAL EXPERIENCE Mr. Caggiano is a registered Professional Engineer in the State of Florida with 10 years of engineering experience in Florida. His career began as an engineering assistant performing geotechnical field investigations related to the design of structures, roadways,and storm water management facilities,subsidence/sinkhole evaluations,and subsurface remediation. He is now operating as department manager for the PSI/Miami construction services department. Mr. Caggiano has been involved in construction material testing and inspection on multiple construction projects ranging from multi-story buildings,thousand- acre developments, to the recently completed Streetscape project in Coral Gables. In addition, he has conducted field inspection of building components during construction for compliance with plans and specifications. REPRESENTATIVE PROJECT EXPERIENCE Spanish Harbor Span Replacement and Bridge Rehabilitation, Big Pine Key, Monroe County, FL—Part of the Florida Keys Overseas Trail,the Spanish Harbor Span Replacement and Bridge Rehabilitation project consisted of replacement of missing spans, concrete repair, picket rail installation, milling and resurfacing, and pavement striping. PSI provided FDOT Lvl. 2 Concrete Inspector. Role: Project Manager 1 Owner: Florida Department of Environmental Protection Division of Recreation and Parks 1 Client:Tierra South Florida, Inc. 1 PSI Project:03951696 1 Date:06/2017 The Generator Hostel Construction/Renovations,3120 Collins, Miami Beach,FL—Generator's first U.S. hostel, in the heart of South Beach. 102 condo units;8-story condo building. PSI performed inspections and testing services associated with the ACIP pile and Micro-Pile installations, construction materials testing: concrete flowable fill testing, compressive strength testing, ultrasonic testing was performed at several locations, and observation of the installation, epoxying, and setting of thru-rods for a shoring assembly. Role: Project Manager 1 Client:G3120 COLLINS LLC c/o Aria Development Group;Winmar Construction I PSI Projects:03951578,03951638,03951647,039517201 Dates:01/2017-08/2017 Aventura Hospital Medical Center and Parking Garage, Aventura, FL — The 407-bed facility, is receiving a $61 million makeover which includes a new patient tower, parking garage, and emergency room expansion. PSI provided materials testing services.Role:Project Manager 1 Client:HCA MANAGEMENT SERVICES,LP 1 PSI Projects:03951667,03951669 1 Date: 04/2017-ongoing Kendall Regional Medical Center Expansion—The 417-bed facility,is receiving a$90 million makeover to add a new parking garage and a new four-story tower,which will house additional operating rooms, ICU beds,and pediatric beds. PSI provided materials testing services. Role: Project Manager 1 Client: HCA MANAGEMENT SERVICES, LP 1 PSI Projects: 03951666, 03951668 1 Date:04/2017-ongoing Mount Sinai Medical Center Freestanding ED&MOB Located at 6050 West 20th Avenue,Hialeah,Florida,the project consists of the construction of a three (3) story free-standing Emergency Department and Medical Office Building, which includes shelled space for future expansions, along with associated site work. Construction of the proposed structure, excluding finishes, is anticipated to take approximately 6 months to complete. PSI is providing Construction Phase Materials Testing& Intertek Professional Service Industries, Inc.(an Intertek Company) 46 Anthony (Tony) V. Caggiano, PE CONSTRUCTION SERVICES DEPARTMENT MANAGER Inspection Services as well as the Private Provider and Threshold Inspection Services for this project. Role: Project Manager I Date:2017 NW 2"d Avenue Reconstruction, Alachua County, Florida — Mr. Caggiano served as project manager, developed and performed maintenance of traffic,coordinated and deployed resources to perform the geotechnical investigation to assist in the development of design parameters related to the reconstruction of NW 2"d Avenue in Gainesville,Alachua County,Florida. Role: Project Manager University of Florida,Newell Hall Renovation,Alachua County, Florida-Served as project manager for threshold inspection services;in addition to providing inspection services,for partial demolition, renovations,and new construction.Role: Project Manager The Standard, Alachua County, Florida — Mr. Caggiano acted as project manager for materials testing and threshold inspection services for the twelve story multi-use high rise and two associated detached parking garages. Role: Project Manager University of Florida, Heavener Hall, Alachua County, Florida — Mr. Caggiano served as project manager for threshold inspection services and construction materials testing;and assisted in revision of the ground modification procedures of this multi-story facility. Role: Project Manager Commercial Retail-Silver Springs Boulevard Pavement Evaluation, Marion County, Florida—Mr. Caggiano acted as project manager for the evaluation of the roadway and pavements, determined existing structural numbers, and developed recommendations for using/improving the existing pavement section at the location in Ocala, Marion County, Florida. Role: Project Manager SW 8th Avenue Extension-Alachua County,Florida—In collaboration with the EOR,Mr.Caggiano managed the Roadway Soil Survey and assisted in providing stormwater management design soil parameters for the new roadway drainage improvements.This project extends SW 8'Avenue over an existing sinkhole from NW 122nd Street to the Town of Tioga. In addition,this project included lane widening of the existing SW 8th Avenue and mast arm/signal pole soil design parameters. NW 115th Avenue; Ground Subsidence and Remediation Program, Alachua,Alachua County, Florida— Mr. Caggiano was responsible for the expedient execution of geotechnical testing to determine extent of subsurface conditions to develop recommendations to effectively stabilize the roadway to ensure and preserve safety of the public,and resume operability of the roadway to minimize impact to local and regional business. CR 137 Sidewalks,Wellborn,Florida—Mr.Caggiano managed and performed field engineering services for the geotechnical structures investigation for gravity retaining walls associated with improvements to an approximate 0.62 mile stretch at the intersection of US 90/SR 10 in Wellborn,Suwannee County, Florida. Various Roadway Soil Surveys — Mr. Caggiano has coordinated MOT and field operations while providing project management support for many roadway soil survey explorations under multiple districtwide continuing services contracts. intertek Professional Service Industries, Inc.(an Intertek Company) 47 R. Morgan Dickinson, PE, SI REGIONAL ENGINEER Year started with PSI:2011 I Years'experience with other firms:32 Education Master of Science in Geotechnical Engineering, Northwestern University, 1980 Bachelor of Science in Civil Engineering, University of Colorado, 1978 Certifications/Registrations/Technical Training FL Registered Professional Engineer#37557, 1986 FDOT CTQP Asphalt Roadway Special (Threshold Inspector)—Florida SI#1029 level II Registered Professional Engineer—Colorado PE Advanced Maintenance of #20191, 1982 Traffic FDOT CTQP Quality Control Manager Affiliations/Memberships American Society of Civil Engineers(ASCE) Florida Engineering Society(FES) National Society of Professional Engineers(NSPE) PROFESSIONAL EXPERIENCE SUMMARY Mr. Dickinson's background includes construction material testing, construction engineering and inspection, engineering management,geotechnical engineering,and threshold building inspection.With over 35 years of industry experience,he has provided geotechnical engineering services for roadways, bridges, retaining walls, high rise structures, earthen dams and impoundments airports (both landside and airside), runways,and taxiways.This includes subsurface investigations, shallow and deep foundation analyses, slope stability, seepage analyses and pavement design. He has successfully managed operations for firms specializing in construction materials testing and inspection and geotechnical engineering for over twenty-five years, as well as serving as a project engineer for seven years previous. He has served as a Project Manager providing QA and QC services on a variety of projects in both the private sector and in the public sector. On some projects, he has managed the contractor's QC program,and on other projects he has represented the owner,providing QA,Verification and Threshold Inspection services. Mr. Dickinson has also been responsible for supervising and reporting all the materials testing activities on the project as per FDOT CQC procedures, attended project meetings and served as a liaison between Contractor and the Florida Department of Transportation (FDOT) regarding testing and inspections. In addition, he has managed Florida Department of Transportation (FDOT)contracts as both a prime and sub-consultant, is a Threshold Special Inspector in Florida,and a Professional Engineer in both Florida and Colorado. REPRESENTATIVE PROJECT EXPERIENCE Seminole Hard Rock Hotel and Casino,Hollywood,FL(2016-2019 est.)—The massive Seminole Hard Rock Hotel and Casino expansion includes a 36-story hotel in the shape of a guitar.There will be a total of 1,273 total hotel rooms upon completion. The project includes 800 new hotel rooms in the guitar-shaped tower, Overwater bungalows,A new$100-million pool and pool bar area, new nightclub, restaurants, shops, and Hard Rock Café, Expansion of casino. The PSI Team is providing the following services:Code Compliance Plan Review,Code Compliance Inspection,Threshold Inspection,Construction Materials Testing, Geotechnical, Environmental Engineering, Building Envelope Consulting, Private Provider Inspection, Crane Inspection, Site Utility Underground Inspection, Precast Plant Audit. Role:Senior Engineer Dates: 12/2016-ongoing (2019 est. completion) I Owner/Client: Seminole Tribe of Florida I Contact:Jess Burts—Vice President of Construction I Office: (954)585-5637 I E-Mail:jess.burts@stofgaming.com Fort Lauderdale Hollywood International Airport, Runway Expansion—Senior Project Manager of the QAMT contract for the extension of Runway 10-28.Dates:2012-2017 Client: Broward County Aviation Department(BCAD) Florida Turnpike System,Orlando,Florida—Role:Interim Project Manager providing Asphalt Plant Inspections,construction materials verification testing and technician support. Dates: May 2010 until February 2011 Client: Turnpike District, Jeff Fetzko,954-934-1153 tntertek Professional Service Industries, Inc.(an Intertek Company) 48 R. Morgan Dickinson, PE, SI REGIONAL ENGINEER FDOT District IV&VI,Materials Testing Contract,Davie,FL—Role:Interim Project Manager providing construction material laboratory testing support. Dates:05/2010—02/2011 Client: FDOT District IV and VI, Ron Arcalas,954-677-7035 1-595 HOV lanes,Broward County,Florida—Widening of 1-595,for approximately 12 miles,and including 61 bridge structures. Role: Interim Project Manager of QC Manager&Team. Dates:05/2010—02/2011 Client: Dragados USA;Victor Zozaya,CQC Manager,954-668-2015 Seminole Coconut Casino expansion and Parking Garages, Coconut Creek, Florida. The project includes expansion of the existing casino facilities and construction of a 7-story precast concrete parking garage. Mr. Dickinson served as project manager for the threshold inspection, private provider and QA services for the Seminole Tribe. Seminole Hard Rock Casino expansion and Parking Garage addition,Tampa, Florida. The project includes expansion of the existing casino facilities and construction of a precast concrete parking garage. Mr. Dickinson served as project manager for the threshold inspection, private provider and QA services for the Seminole Tribe. Marlins Stadium Parking Garages, Dade County, Florida. This project includes construction of 4 precast parking garages adjacent to the new stadium.Mr. Dickinson served as project manager for the QC material testing services for the contractor. Fiveash Water Treatment Plant Aeration Basins Evaluation, Fort Lauderdale, Florida — PSI provided materials testing and inspection services including: GPR Scanning, Tap Soundings, Concrete Coring, Windsor Probe Testing, Laboratory Testing of Concrete Cores, Engineering Services and Report Preparation for the aging basin. Mr. Dickinson served as Senior Engineer/Principal Consultant. Client: Hazen and Sawyer, P.C., 4000 Hollywood Boulevard, Suite 750N, Hollywood, Florida 33021 I Contact: Ms.Jennifer McMahon, P.E. I Date: 2013 Hollywood Water Treatment Plant Scrubber system expansion, Hollywood, Florida. PSI Services: Construction Materials Field & Lab Testing and Building Inspection Services. Mr. Dickinson served as Principal Consultant for in performing engineering and testing services for the contractor. Client: Wharton-Smith, Inc., 3547 SW Corporate Parkway, Palm City, Florida 34990 I Contact:Philip Mintzer I Project Manager I pmintzer@whartonsmith.com I Date:2013 City of Pompano Beach State Road A1A Water Main Improvements, State Road AlA between N Riverside Drive and Bay Drive Intersection and Marine Drive—The project includes the replacement/installation of the Water Main at AlA State Road, sidewalk repair and catchbasin between STA 516 +00 and STA 546+00 approx. Mr. Dickinson served as Senior Engineer/Principal Consultant.Client:City of Pompano Beach Utilities Department, 1201 NE 5th Avenue Pompano Beach, FL 33060 I Contact: Alessandra Delfico, Utilities Engineer 1954-545-7043 I Alessandra.Delfico@copbfl.com I PSI Services: Earthwork Testing and Site Preparation,Concrete and Grout Sampling and Testing I PSI Project:0225938 I Date:05/2017 Pompano Beach Wastewater Improvements, Pompano Beach, Florida. Mr. Dickinson served as Principal Consultant for in performing engineering and testing services for the City. Pompano Beach Water Main Replacement, Pompano Beach, Florida. Mr. Dickinson served as Principal Consultant for in performing engineering and testing services for the City. Various Pump Stations, Hillsborough County, Florida. Mr. Dickinson managed Geotechnical and QC services for a variety of pump stations located in Hillsborough County. Panama City Airport,Bay County,Florida—Lead geotechnical engineer for new terminal and landside facilities. Southwest Florida International Airport, Lee County, Florida— Lead geotechnical engineer for the new Midfield Terminal, Parking Garages and associated Taxiways. SR 80 from Hickey Creek to Hendry County Line, Lee County, Florida — Role: Senior Project Engineer responsible for geotechnical services of the design/build project including 6-miles of widening and a bridge replacement.Dates:2001-2002 Client: Pitman-Hartenstein, Dan Craig, 239-936-6466 US 41,Lee County,Florida—Widening of US 41 from Old 41 to Corkscrew Road from 4 lanes to 6 lanes with two box culverts Role: Lead Geotechnical Engineer Dates: 1999 Client: FDOT District One,Terry Puckett, District Geotechnical Engineer, 863- 519-4246 Intertek Professional Service Industries, Inc.(an Intertek Company) 49 Ian Kinnear, PE CHIEF GEOTECHNICAL ENGINEER Year started with PSI:1989 I Years'experience with other firms:18 tr .. Education:BS in Civil Engineering,Heriot-Watt University, Edinburgh,Scotland, 1976 —a e CERTIFICATIONS/REGISTRATIONS/TECHNICAL TRAINING Professional Engineer,#818E, U.S.Virgin Islands,2003 ,64 Professional Engineer,#32614,Florida, 1982 Chartered Civil Engineer,#33221912, United Kingdom, 1981 AFFILIATIONS/MEMBERSHIPS • American Society of Civil Engineers(ASCE) • Institution of Civil Engineers, London,England PROFESSIONAL SUMMARY Mr. Kinnear has over 40 years of international engineering experience. He plans and performs geotechnical explorations for a variety of building, roadway, and infrastructure projects and has experience in the design and construction of projects supported on high capacity piles. In addition, he is a recognized practitioner in the field of constructing over soft/highly compressible organic soils.He provides consultation in soils and foundation engineering to public and private sector clients for a variety of buildings,pipelines,roadways,and theme park related projects. Mr.Kinnear is an approved Senior Technical Professional within PSI and is responsible for quality control and technical recommendations presented in the Company's numerous geotechnical engineering reports. He primarily practices in the Southeastern United States and the Caribbean. Over the past 25+ years, he has consulted on some of the more complex/challenging projects nationwide and has been involved with some of the most significant civil engineering projects in Florida. REPRESENTATIVE PROJECT EXPERIENCE Geotechnical Engineer of Record • Proposed Sabal Trail Transmission 36-inch diameter gas pipeline from Alabama to Orlando with particular emphasis on Karst conditions. Services provided from October 2013 to date. • Peabody hotel and convention center expansion in Orlando.The 35 story hotel tower supported on 300 ton augercast piles 120 feet deep(2008)and the Marriott World Center Expansion(20 stories) • Disney's$1 billion Animal Kingdom theme park constructed at Walt Disney World,Florida in the late 1990's • $1 billion Universal Islands of Adventure(UIOA theme park)at the Universal Resort Orlando,Florida in the late 1990's • Suwannee American Cement Plant in Branford, Florida,which utilized 800-ton capacity 1-meter diameter Continuous Flight Augercast Piles. • Aruba Surf Club(14 story buildings)in Aruba, Netherland Antilles • Grande Lakes Resort J.W.Marriott Hotel(28 stories)and Ritz Carlton Hotel(18 stories). • Sumter Cement Plant constructed on 1000-ton capacity Continuous Flight Augercast(CFA)piles(35-inch diameter) • Orlando International Airport design/build for the north leg of the elevated people mover from the existing north terminal to the proposed south terminal.(Client:American Bridge Company). • Osceola Parkway and Western Beltway Connector wetland bridges that were constructed using top down techniques. • Aruba Surf Club(14 story buildings)in Aruba,Netherland Antilles. • Suwannee American Cement Plant in Branford, Florida,which utilized 800-ton capacity 1-meter diameter Continuous Flight Augercast Piles. • Coleman Federal Correctional Complex,Sumter County,Florida—Foundation design and evaluation of sinkhole potential at the Phase I construction in 1992/1993, Phase II siting study for the U.S. Penitentiary in 1997/1998 plus geotechnical engineer for the Phase III work which included a second 1000 bed U.S. Penitentiary 2002/2003. Largest Federal prison complex in the USA Intcrtek Professional Service Industries,Inc.(an Intertek Company) Page 1 of 2 so Ian Kinnear, PE CHIEF GEOTECHNICAL ENGINEER • Bradley County Class I landfill design in Tennessee (slope stability and bottom liner evaluation).Geotechnical design for closure of North Jacksonville Landfill • Osceola Parkway design projects between the Animal Kingdom site and SR 535. • Pedestrian Bridge at U.S. Highway 17-92,Seminole County, FL • Pedestrian Bridge over Red Bug Lake Road,(near Dodd Road),Seminole County, FL • Design Build Contract of the Pedestrian Bridge,over Red Bug Lake Road near SR 426(Aloma Ave),Seminole County, FL Geotechnical Engineer • Geotechnical engineer for new road bridge over Nassau Harbor, Bahamas plus consultation on dredging the New Dock Channel in Marsh Harbour,Abaco Islands, Bahamas. Paradise Island Bridge supported on drilled shafts. • Geotechnical engineering and analyses for the Ritz Carlton Club, Frenchmans Cove, Yachthaven Resort, Home Depot, Crown Bay Pier Expansion and Botany Bay development in St.Thomas, U.S.Virgin Islands. • Geotechnical design engineer for the Anguilla Golf Resort,Anguilla, British West Indies. • Foundation engineering and geotechnical consultation for Universal Studios expansion in Florida including new theme park, proposed mid to high-rise hotels, new parking structures and support infrastructure. • Orange County Courthouse,Orlando, FL—Geotechnical engineering services including overseeing pile load testing both with a pile driving analyzer(PDA)and statically for high capactiy 14 inch square precast prestressed concrete piles. • Geotechnical engineer for two cogeneration plants in Central Florida (Lykes Pasco in Dade City and Golden Gem Facility in Lake County). Consultation/Evaluation • Fort Lauderdale Airport project team for issues related to ground improvement and reviewing the settlement monitoring data during the construction phase of the new runway project. Services provided during the time period of August 2012 through September 2014 when the runway opened. • Geotechnical engineering design evaluation and construction supervision for the Jurassic Park Pedestrian Bridge, UIOA Orlando, FL • Geotechnical engineering design evaluation and construction supervision for the Pedestrian Bridge Expansion, Pleasure Island,Walt Disney World, FL • Evaluation and geotechnical assessment of numerous stormwater management systems throughout Florida incorporating water impoundments and water storage facilities of varying size and height • Geotechnical engineering design evaluations for numerous road embankments throughout Florida incorporating various erosion protection measures and slope stability issues for fills up to 50 feet high • Dewatering plans for a variety of borrow pit excavations throughout Florida requiring seepage control measures and temporary impoundments holding back up to 25 feet of water.Geotechnical engineering consultation on stabilizing and providing erosion control measures for major cut fill slopes (up to 70 feet in height) in Mobile Alabama graded at 2 horizontal to 1 vertical(2008) • Design and preparation of contract drawings and documents for an industrial landfill closure contract in West Palm Beach, Florida, including technical overview of construction operations • Design evaluations for high-rise buildings in Downtown Orlando to include the University Club(30 stories),The Ivanhoe (twin 38 story towers),the Orange County Courthouse(28 stories),Grand Bohemian Hotel(15 stories)and CNL Tower II (11 stories). • Walt Disney World, Florida—Foundation engineering and geotechnical consultation for projects including Celebration, Disney All-Star Villages, Downtown Disney,Sports Complex,Vacation Ownership property,Golf Courses 4 and 5, Reedy Creek Energy Services Landfill, Grand Boardwalk, Trolleyway System, Grand Floridian Hotel Conference Center, RCES Power Transmission Lines,Animal Kingdom Theme Park,Saratoga Springs and Coronado Springs Resort. intcxtek Professional Service Industries,Inc. (an Intertek Company) 51 Paul Passe, PE, CPM CHIEF GEOTECHNICAL ENGINEER Year started with PSI:2001 I Years'experience with other firms:23 Education:BS,Civil Engineering, University of Wisconsin-Platteville, 1978 Certifications/Registrations/Technical Training . • Licensed Professional Engineer:#34750, Florida, 1984;#15265,Alabama, 1984;#16667, LMIH7 Minnesota, 1982;#21569,Wisconsin, 1982 • Certified Public Manager Affiliations/Memberships:American Society of Civil Engineers(ASCE) Key Qualifications • Expert in his field with over 36 years of experience • Former FDOT State Geotechnical Engineer/Senior Reviewer • Responsible for detailing specifications, setting product pile lengths and providing driving criteria using Wave Equation Analysis Program, Pile Driving Analyzer,CAPWAP•and for verification of testing on design-build projects. PROFESSIONAL EXPERIENCE Mr. Passe has over 36 years of experience in the field of geotechnical engineering and materials testing, 13 of which were spent working directly with the Florida Department of Transportation. He spent four of those years as District Geotechnical Engineer, responsible for assignment of project managers in design and construction, and the other eight as the State Geotechnical Engineer, acting as Senior Reviewer and troubleshooter for projects state wide as well as providing guidance and leadership for geotechnical policy and procedures for the FDOT.He has also given numerous presentations for the FDOT at conferences and seminars, and helped develop geotechnical-related specifications and training courses. Paul serves on Geotechnical Institute, Transportation Research Board and National Cooperative Highway Research Program task forces, committees,and panels. As the State Geotechnical Engineer for the Florida Department of Transportation in Tallahassee, Mr. Passe was responsible for planning, directing and coordinating the state geotechnical unit for providing statewide geotechnical design procedures and guidelines, writing construction specifications and handling of geotechnical research contracts. He was also responsible for the review of geotechnical engineering investigations and reports from both in-house and consultant forces for all transportation phases—design, construction and maintenance. Since joining PSI, Mr. Passe has been involved in determining design criteria for the high-speed railroad, provided statewide training for consultant engineering inspectors, state inspectors at construction workshops. He has been responsible for detailing specifications,setting product pile lengths and providing driving criteria using Wave Equation Analysis Program,Pile Driving Analyzer, CAPWAP® and for verification of testing on design build projects. Mr. Passe continues to assist the FDOT Districts 1-6 with geotechnical issues including ground vibration monitoring, pile driving analysis and other engineering instrumentation,testing,and monitoring issues. REPRESENTATIVE PROJECTS Golden Glades Interchange — Located at the Golden Glades Interchange in Miami-Dade County, Florida, the project(s) consisted of improvements to SR-826 at the Golden Glades Interchange including a new bridge, associated retaining MSE walls and high embankments, pavement milling and resurfacing, and drainage improvements. PSI provided: Geotechnical Field Exploration, Laboratory Testing, and Engineering Services. Role: Chief Geotechnical Engineering Review I Client: CSA Group, 8200 NW 41st St, Suite 305, Doral, FL I Contact(s): Roberto M. Leon, Senior Vice President Mr. Javier E. Ramos, Senior Transportation Manager/Project Manager I jeramos@csagroup.com 1305-461-5484 I Dates: 03/2017-04/2018 Construction Start Date: 09/2020 - Construction Completion Date: TBD I Total Value of Project: $388 million (all related projects) irttertek Professional Service Industries, Inc. (an Intertek Company) Pagelof3 52 Paul Passe, PE, CPM CHIEF GEOTECHNICAL ENGINEER Port of Miami Tunnel (SR AlA), Preliminary Feasibility Study, Miami-Dade County, FL(2 miles) Chief Engineer involved in the preparation of numerous Geotechnical Data Reports compiling the results of the field and lab tests associated with the geotechnical works on land and in water.Field work involved extensive permitting and coordination with various government and environmental entities. Role: Project Engineer Dates:2003-2014 Client: PB America Fort Lauderdale Hollywood International Airport, Runway Expansion — Chief Engineer of the QAMT contract for the extension of Runway 10-28. In this role, he has overseen the PDA verification and analysis of the 2600+concrete piles driven to support the tunnel and bridge structures over US 1. Dates:05/2011-12/2014 Dove Creek Estates Roadway Soil Survey, Key Largo, Monroe County, Florida (2015) The field scope of services for the project included site reconnaissance, marking the field exploration locations,clearing underground utilities, maintenance of traffic (MOT), performing pavement cores, performing percolation tests and conducting Standard Penetration Test (SPT) borings/sampling. The Soil Survey of Monroe County, Florida, published by the United States Department of Agriculture (USDA) was reviewed for general near-surface soil information within the general project vicinity. The groundwater levels were measured in the completed boreholes after termination of the drilling operations. The ground water level was encountered at depths ranging from 1.2 to 6.3 feet below the existing ground surface. PSI provided engineering and construction recommendations based upon our findings. Role:Chief Engineer Venetian Causeway Bridge, Miami-Dade County-Chief Engineer responsible for reviewing of the subsurface investigation, laboratory-testing program, engineering analysis and report preparation for roadway soil survey and structures reports. Performed design calculations, pilot hole boring program, determined production shaft lengths and resolved construction issues with shaft installation.Project consisted of a replacement bridge over Biscayne Bay on approximately 50-foot long,54- inch diameter drilled shafts Florida Turnpike Enterprises District Wide Contract—Chief Engineer responsible for reviewing vibration monitoring data for roadway and structure construction, reviewing certification packages and verification testing for deep foundations. 1-10 over Escambia Bay,Pensacola,Florida—Chief Engineer part of the CEI team for FDOT District 3;Responsibilities included review of geotechnical data/recommendations and verification testing of piling for bridge replacements. Role: Chief Geotechnical Engineer Dates:06/05-10/08 Reference: Bryan Estock, PE,(850)777-8761 1-95 (SR 9) Roadway Widening in Indian River County, FL (10 miles) — Project Engineer for geotechnical work including roadway widening,bridge widening,ponds and studies relating to noise wall. Role:Project Engineer Dates:September 2008- March 2009 Client: FDOT District IV and VI Materials Office, Mr.Terrence Walters,954-677-7019 Florida Power & Light Proposed Overtown-Venetian Transmission Line— Provided exploratory information in connection with the proposed FPL Overtown-Venetian Transmission line project.The proposed method of installation of the transmission line was by horizontal direction drilling(HDD)to minimize impacts to the submerged aquatic resources in Biscayne Bay. Cut and cover methods were evaluated for the landside portions (Miami Beach) of the project. Obtained subsurface soils information needed to complete the transmission line design and to determine the most appropriate depth for the transmission line installation. PSI's services included obtaining data regarding the general subsurface conditions along the proposed alignments by means of exploratory borings (SPT and rock core), as well as laboratory testing of the collected samples. The laboratory testing was conducted for classification purposes and to provide pertinent engineering characteristics of the material.Role:Chief Geotechnical Engineer Dates:June 2007-December 2014 Design-Build:1-95 Roadway Widening in Brevard County,FL—Chief Geotechnical Engineer for subsurface investigation,lab- testing program pile, foundation design, analysis of PDA test data and issuance of pile certification documents. Project included a bridge widening over Eau Gallie Blvd.and Lake Washington Road,bridge over US-17/92(SR 500),Pineda Causeway Interchange over 1-95 and Wickham Road Bridge. Role: Chief Geotechnical Engineer Dates: 02/08-03/09 Client: Jacobs Engineering,Sean Moore, PE,(813)977-3434 Design-Build: 1-75 Roadway Widening (IROX) Lee & Collier Counties, FL — Chief Geotechnical Engineer reviewing the subsurface investigation, laboratory-testing program pile, foundation design, engineering analysis, report preparation, and analysis of PDA test data. The iROX project involved the expansion of 1-75 through Collier and Lee counties in Florida. The project has several components including: Resurfacing and widening of 30 miles of 1-75 from four lanes to six lanes from Intertek Professional Service Industries,Inc.(an Intertek Company) Page 2 of 3 53 Paul Passe, PE, CPM CHIEF GEOTECHNICAL ENGINEER Golden Gate Parkway in Collier County to Colonial Blvd.in Lee County;addition of 12 ft.travel lane and 10 ft paved shoulders; Reconstructing the Immokalee Road interchange in Collier County; Coordination with adjacent projects in the corridor including the Regional Traffic Management Center/ITS project, Lee County Estero Parkway extension bridge, I-75/Bonita Beach Rd interchange and 1-75 from Colonial Blvd to SR 82 widening.The six lanes were open one year ahead of schedule, and the 1-75/Immokalee Road Interchange opened nine months ahead of schedule. Cost: $458M Dates: 03/2007-12/2009 Client:Florida Department of Transportation District 1,Terry Puckett,PE,District Geotechnical Office,Districts One and Seven Materials, (863)-519-4246 and David Richey, PE(FDOT PM),863-519-4246 Veterans Expressway section 4,Tampa,Florida—Provided geotechnical engineering and consultant services for the design, widening and resurfacing of the SR 589 (Veterans Expressway) section 4 from south of Gunn Highway to the Sugarwood Mainline All-Electronic Tolling Gantry Plaza.Work included walls, bridges and toll gantries. Reference:Jennifer Lewis,TY Lin, 407-484-3154 Turnpike at 1-4 Interchange, Orange County, Florida - Provided geotechnical engineering and consultant services for the design, of the proposed Turnpike Mainline at 1-4 Interchange Improvements. Work included roadway, walls and bridges. Reference:Steve Boylan,GAI Consultants, Inc.,407-423-8398 Polk Parkway and Pace Road Interchange Improvements,Polk County,Florida-Chief Engineer responsible for reviewing of the subsurface investigation,laboratory-testing program,engineering analysis and report preparation for roadway soil survey and existing bridge structure replacement. Also, responsible for reviewing of the foundation certification documents. Reference:Greg Smith, DRMP Inc.,407-896-0594 Crosstown Connector, Tampa, FL— Chief Engineer responsible for reviewing of the subsurface investigation, laboratory- testing program,engineering analysis and report preparation for roadway soil survey and structures reports.The project is a limited-access interchange between the Lee Roy Selmon Expressway and Interstate 4.The ultimate design of the interchange project includes 26 bridges on drilled shaft foundations, among which are existing bridges to be modified, as well as new bridges,and retaining walls. Extensive Mechanically Stabilized Earth(MSE)Wall analyses were also performed. PSI provided geotechnical engineering design services and has also provided extensive post design services. Clearwater Memorial Causeway Bridge(S.R.60),Pinellas County-Chief Engineer responsible for reviewing of the subsurface investigation,laboratory-testing program,engineering analysis and report preparation for roadway soil survey and structures reports. Performed design calculations, pilot hole boring program, determined production shaft lengths and resolved construction issues with shaft installation. Also performed design of pipe pile foundations, set production lengths and performed hammer evaluations for false work as well as Wave Equation Analysis using WEAP computer software. Project consisted of replacement of Bascule Bridge spanning the Clearwater Harbor. Ringling Causeway Bridge (Design Build Project). Project included a new bridge over the Intercoastal waterway with 9-foot diameter drilled shafts. Chief Geotechnical Engineer responsible for reviewing the subsurface investigation, laboratory- testing program pile, foundation design, engineering analysis, report preparation, and review of drilled shaft inspections. Project included 8 bridge widenings and/or replacements. Intertek Professional Service Industries, Inc. (an Intertek Company) Page 3 of 3 54 Patrick M. Montgomery, PE PROJECT ENGINEER Year started with PSI:2018 I Years of Experience with other firms:5 Education Bachelor of Science,Civil Engineering, Rice University, Houston,TX,2009 Master of Science in Engineering,Civil Engineering,Arizona State University,2012 I Registrations/Certifications/Technical Training Registered P.E. Florida(No.81132),2016 and Texas(No. 121574),2015 Affiliations/Memberships American Society of Civil Engineers(ASCE) Society of American Military Engineers(SAME) Florida Engineering Society(FES) PROFESSIONAL EXPERIENCE Mr. Montgomery has experience in the field marking and logging soil borings,conducting construction materials testing,with soil slope stability, soil settlement analysis, foundation bearing capacities, groundwater control, and pavement design recommendations. He is well-versed as in different geological conditions and understands how to address client needs from a geotechnical perspective. As a PSI Project Engineer, Mr. Montgomery is responsible for geotechnical cost estimates, proposals, field program management, review of laboratory test results, and writing geotechnical reports. He is also accountable for contacting clients regarding potential projects, networking, keeping clients informed on project status, and managing projects. Assignments include commercial projects such as parking garages and mall additions as well as public project such as Florida Department of Transportation (FDOT) projects. Previously, he has worked mainly on public projects consisting of flood channels,fire stations, EMS stations, various water lines,and lift stations.The geotechnical concerns he dealt with in Houston included expansive soils,which present especially difficult challenges for structures of all kinds. In one instance, he managed a portion of the geotechnical scope for a Surface Water Supply Project which consists of a 96" water line to extend across Houston. For this project, which consisted of over 100 borings, he oversaw tracking of client communication, invoices, geotechnical data reports, automated piezometer installations, geotechnical boring logs, grain size distribution reports, laboratory testing assignments, and reviewing laboratory test data. REPRESENTATIVE PROJECTS EXPERIENCE Golden Glades Interchange — Located at the Golden Glades Interchange in Miami-Dade County, Florida, the project(s) consisted of improvements to SR-826 at the Golden Glades Interchange including a new bridge, associated retaining MSE walls and high embankments, pavement milling and resurfacing, and drainage improvements. PSI provided: Geotechnical Field Exploration, Laboratory Testing,and Engineering Services.Role:Project Engineer I Client:CSA Group,8200 NW 41st St, Suite 305, Doral, FL I Contact(s): Roberto M. Leon, Senior Vice President I Mr. Javier E. Ramos, Senior Transportation Manager/Project Manager I jeramos@csagroup.com 1305-461-5484 I Dates:03/2017-04/2018 I Construction Start Date: 09/2020-Construction Completion Date:TBD I Total Value of Project:$388 million (all related projects) Dadeland Mall Additions—HOTEL& PARKING GARAGE, Miami, Florida—The proposed project consists of the design and construction of a ten (10)-story combined hotel and parking structure at the Dadeland Mall located at 7535 North Kendall Drive in Miami, Florida.The first level will consist of an elevator lobby,levels 2 through 5 will consist of parking decks and the remaining 5 levels will consist of a hotel with a swimming pool on the same level as the hotel lobby(level 6). PSI provided a subsurface investigation, laboratory testing program and geotechnical engineering analysis. Role: Project Engineer I Owner: AC by Marriott I Client:Concord Hospitality, 11410 Common Oaks Drive,Raleigh, North Carolina I Contact:Mr.Robert Janni, Director of Due Diligence and Renovation, 919-278-1608, robert.janni@concordhotels.com I PSI Project: I Date: 01/2018- 02/2018 Kendall Medical Center—PARKING GARAGE,Miami,Florida-The proposed project consists of the design and construction of a nine (9)-story parking garage located at 11750 Bird Road in Miami, Florida.The parking garage has a footprint area of Intertek Professional Service Industries, Inc.(an Intertek Company) �� Page 1 of 2 55 Patrick M. Montgomery, PE PROJECT ENGINEER approximately 712,500 square feet. PSI provided a subsurface investigation, laboratory testing program and geotechnical engineering analysis. Role: Project Engineer I Owner: R.R. Simmons I Client: HCA—Design & Construction, One Park Plaza, Building II 3E, Nashville, Tennessee I Contact: Mr. Russell Maass III, Senior Construction Manager, 615-344-2312, Russell.maass@hcahealthcare.com I PSI Project:03971323 I Date:02/2018-03/2018 Doral Aquatic Facility—AQUATIC FACILITY, Doral, Florida -The project consists of the design and construction of a 3-story parking garage,two mechanical buildings,two Olympic size swimming pools (competition pool will range from 9 to 15 feet deep, with the deepest end being adjacent to diving boards), locker rooms, lazy river,two water slide structures, and paved parking/drive areas. PSI provided a subsurface investigation, laboratory testing program and geotechnical engineering analysis. Role: Project Engineer I Owner: David Plummer &Associates, Inc. I Client: City of Doral, 8401 NW 153rd Terrace, Doral, Florida I Contact: Mr. Lazaro Quintero, Assistant Parks and Recreation Director, 305-593-6600, Lazaro.Quintero@cityofdoral.com I PSI Project:03971106 I Date:01/2018-02/2018 Surface Water Supply Project—96" WATER LINE, Houston, Texas—The project consists of a 96" diameter water line to extend across Houston,including open-cut and trenchless construction methods. Mr. Montgomery managed the subsurface investigation, laboratory testing program, monthly invoices, and geotechnical data reporting. This project involved the installation of automated piezometer equipment to monitor groundwater levels in real-time and over 100 geotechnical borings. Specialty laboratory testing was conducted on soil samples to determine grain size distribution and corrosion potential within the proposed tunneling zones. Coordination with property owners and various permits were required to obtain entry to boring locations along the alignment.The laboratory testing program was coordinated with the design team to ensure that proper information on the underlying soils within the alignment was obtained. Role: Project Engineer Date: 02/2016-02/2018. Little York Fire Department Station No. 82 — FIRE STATION, Houston, Texas —The project consists of a fire department building and associated pavements.Mr.Montgomery managed the subsurface investigation,laboratory testing program,and geotechnical engineering report. The project involved the installation of drilled-and-underreamed footings to support the structure and pavements including a parking lot and access drive area. Allowable bearing pressure for the structure and earthwork requirements(including select fill pad recommendations)were included. Date:04/2015-05/2015. Veranda,Section 5—SINGLE-FAMILY RESIDENCES, Fulshear,Texas—The project consists of single-family houses supported in post-tensioned (PTI) slabs. Mr. Montgomery managed the subsurface investigation, laboratory testing program, and geotechnical engineering report. The project required specialty laboratory testing of the soils, including hydrometers, to determine the particle size distribution for engineering calculations to determine the potential vertical rise and moisture infiltration beneath the lightly-loaded slabs. Role:Project Engineer Date:06/2017-07/2017. HCFCD Channel No. 1112-00-00 Improvements& Detention Pond—HARRIS COUNTY FLOOD CONTROL DISTRICT(HCFCD) CHANNEL IMPROVEMENTS&DETENTION POND,Houston,Texas—The project consists of channel improvements to a flood control channel including widening and deepening of the channel. Mr. Montgomery managed the subsurface investigation, laboratory testing program, and geotechnical engineering report. Slope stability analysis was required. Specialty laboratory testing include CU triaxial tests. Role: Project Engineer Date:01/2016-02/2016. Intertc'lc' Professional Service Industries, Inc.(an Intertek Company) Page 2 of 2 56 Daniel Gonzalez Moya, El STAFF ENGINEER Year started with PSI:2017 I Years of Experience with other firms:<1 " Education Engineering Intern, FL# MS in Geotechnical Engineering, Florida Atlantic 1100019215,2016 University, Boca Raton, FL,2016 Computer skills:SLOPE/W,gINT, BS in Civil Engineering, Magna Cum Laude, Florida WinPAS, KenPave, M-Tech, - Atlantic University, Boca Raton, FL, 2015 AutoCAD,ANSYS OSHA 10 Registrations/Certifications/Technical Training Languages: English and Spanish PROFESSIONAL EXPERIENCE Mr. Gonzalez prepares proposals for geotechnical engineering investigations, which include determining scope of services, scheduling of drilling activities, and fee scheduling; performs geotechnical engineering analysis, pavement design evaluations and prepares reports based on project parameters and site conditions discovered during geotechnical investigations. He has corrected and updated AutoCAD structural drawings, performed wind load calculations,and assisted with structural calculations and field inspections. REPRESENTATIVE PROJECTS EXPERIENCE Golden Glades Interchange — Located at the Golden Glades Interchange in Miami-Dade County, Florida, the project(s) consisted of improvements to SR-826 at the Golden Glades Interchange including a new bridge, associated retaining MSE walls and high embankments, pavement milling and resurfacing, and drainage improvements. PSI provided: Geotechnical Field Exploration, Laboratory Testing, and Engineering Services. Role: Staff Engineer I Client: CSA Group, 8200 NW 41st St, Suite 305, Doral, FL I Contact(s): Roberto M. Leon, Senior Vice President I Mr. Javier E. Ramos, Senior Transportation Manager/Project Manager I jeramos@csagroup.com 1305-461-5484 I Dates:03/2017-04/2018 I Construction Start Date: 09/2020-Construction Completion Date:TBD I Total Value of Project:$388 million (all related projects) 12-Story Residential Building,Fort Lauderdale,FL—PSI performed a preliminary geotechnical engineering study as part of a due diligence for the development of a twelve-story residential building in the property located at 501 Southeast 6th Avenue in Fort Lauderdale, Broward County, Florida.At the time of our field work,the site was occupied by a three-story residential building and associated parking to the north and south and green areas to the west of the existing building.To evaluate the subsurface conditions at the site we drilled and sampled two Standard Penetration Test (SPT) borings to an approximate depth of 100 feet below existing grade at the time of our field work. PSI provided a report including detailed SPT test results and preliminary foundation recommendations.Role:Project Manager I Client:Trammell Crow Residential Contact:Mr.Justin Adams 1404-496-6142 I Start Date:03/13/2017 I PSI Project:03971188 Doral Academy Baseball Field Drainage Improvements, Miami, FL—Per the provided testing location plan, PSI performed three (3) percolation tests at a depth of approximately 3.5 feet below existing grade within the grassy area of the baseball field.A geotechnical engineer reviewed the soil samples recovered from the borings.The samples were visually classified per the Unified Soil Classification System (USCS) and the results of our work was summarized in a letter report of geotechnical services. Role: Project Manager I Client: FIELD TURF USA INC. I Contact: Mr. Fritz Ballard 1843-450-2104 I Start Date: 04/18/2017 I PSI Project:03971201 St.Thomas Aquinas High School Baseball &Softball Fields Percolation Tests, Fort Lauderdale, FL—The proposed project will involve drainage improvements to the baseball and softball fields at the Saint Thomas Aquinas High School campus in Fort Lauderdale, Florida. Our involvement in this project specifically relates to the estimation of the hydraulic conductivity value(k)within the project area.This was achieved by conducting three(3)percolation tests at 3.5 feet below existing grade. The hydraulic conductivity value estimated from the percolation tests were presented.The values were expressed in units of cubic feet of flow per second,per square foot of seepage area,per foot of head(cfs/ft2-ft).Role: Project Manager I Property Type: STADIUM/ARENA Client: FIELD TURF USA INC. I Contact: Mr. Fritz Ballard, PE I 843-450-2104 I I Services: Geotechnical I Start Date:03/01/2017 I PSI Project:03971185 New K-8 M-1 Center (Phase 1), Miami, FL — The proposed project site is located approximately 400 feet north of the intersection of Southwest 96th Street and Southwest 167th Avenue, on the west side of Southwest 167th Avenue, in Miami, Florida. Currently,the site consists mainly of a vacant parcel of land with light vegetation and areas of uncovered ground. Intertek• Professional Service Industries,Inc.(an Intertek Company) psiPage 1 of 2 57 Daniel Gonzalez Moya, El STAFF ENGINEER Based on the Conceptual Site Plan,the project includes the construction of a two(2)-story K-8 classroom building structure, as part of the Miami-Dade Public School system,with associated paved parking/drive areas,play fields and multi-sport game courts.Role:Project Manager I Property Type:Education/School 1 Client:Miami-Dade County Public Schools Office of School Facilities - Construction 1 Contact: Mr. Erskin Howard 1305-995-4270 1 PSI Services: Geotechnical Engineering Studyl PSI Start Date:02/22/2017 1 PSI Project:03971174 County Road 880 Roadway Realignment, Palm Beach County, Belle Glade, FL—The proposed project consists of shifting a portion of the County Road 880 roadway alignment to allow for the construction of a proposed bridge over the Hillsboro Canal. PSI performed eight(8)Standard Penetration Test(SPT)borings at the site to depths of 10 feet below grade with truck- mounted machinery using rotary drilling procedures. PSI provided a report including the detailed filed and laboratory test results. Role: Project Manager 1 Client:CROUCH ENGINEERING, INC.Contact: Mr. Matthew Chancel (615) 791-0630 I Start Date:04/11/2017 1 PSI Project:03971199 Sudsy Car Wash 1060 E Commercial Blvd., Oakland Park, FL—The subject property is an existing car wash that is to be remodeled/upgraded. The planned improvements will consist of a 20-ft extension to the north of the existing one-story structure, as well as new drainage, paving,and replacement of other features. PSI performed one Standard Penetration Test (SPT) boring to a depth of 15 feet for the proposed existing one-story structure extension. Additionally, PSI estimated the hydraulic conductivity (k value) within the proposed project site by drilling one Standard Penetration Test (SPT) boring to a depth of 10 feet below existing grade. Percolation testing was performed within the 10-foot boring in general accordance with the procedures outlined in SFWMD.We also performed one 6-foot deep SPT boring for pavement subgrade evaluation. This information, along with SPT data, enabled us to provide general pavement design recommendations. Role: Project Manager 1 Client: Car Wash Properties II, LLC., 2090 Palm Beach Lakes Blvd., Suite 701, West Palm Beach, FLI Contact: Mr. Daniel Luna 1 561-684-2095 PSI Services:Geotechnical 1 Start Date:04/17/20171 PSI Project:03971200 Baptist East Campus Bed Tower (BHSF PROJECT NO. PS001191) 8900 North Kendall Drive, Miami, Florida (2017) The proposed project consists of the construction of a five-story bed tower with a mechanical penthouse and the expansion of the existing east energy plant. The proposed construction is located at the southeast area of the BHSF medical campus. At the time of our field investigation,the proposed site for the construction of the new bed tower was occupied by a two-story medical office building.The proposed project site for the east energy plant expansion was being used as a valet parking lot. The five-story bed tower with a mechanical penthouse, approximately 43,000 square feet in plan dimension, will be a slab- on-grade, cast-in-place concrete structure. The east energy center expansion will be a two-story cast-in-place concrete structure, approximately 12,000 square feet in plan dimension. PSI provided Field Exploration —Foundations and Drainage, Public Utility clearance, and Geotechnical Engineering and Reporting. Role: Project Manager 1 Property Type: HOSPITAL/HEALTHCARE 1 Client: BAPTIST HEALTH CORPORATE CONSTRUCTION I Contact: Mr. Miguel Vazquez 1 786-596- 4048 1 Start Date:02/16/2017 1 PSI Project:03971183 Maconaquah High School Additions&Renovations,Bunker Hill,IN(2017)The project included the installation of synthetic turf on the football field,restoring the running track and high jump area and the addition of a press box and a locker building. Site drainage and shallow foundations recommendations were provided. Role: Engineering Intern Client: Maconaquah High School Dates:January 2017 Indianapolis Colts Addition,Indianapolis,IN(2017)The project included a one(1)-story building addition to the Indianapolis Colts training facility in Indianapolis, Indiana.Shallow foundation recommendations were provided. Role: Engineering Intern Client:Stoeppelwerth &Associates Dates: February 2017 Witham Hospital Expansion, Lebanon, IN (12/2016-02/2017) The project included the addition of a five (5)-story with basement building and a three (3)-story slab-on-grade building to the Witham Hospital in Lebanon, Indiana. Two (2) piezometer were installed for monitoring the groundwater during construction. Recommendations for ground improvement, dewatering and shallow foundations were provided. Role: Engineering Intern Client:Witham Hospital Intertek Professional Service Industries,Inc.(an Intertek Company) Page 2 of 2 58 Phillip Williams DRILLING CREW CHIEF Year started with PSI:2002 CERTIFICATIONS/REGISTRATIONS/TECHNICAL TRAINING OSHA 29 CFR 1910.120 HAZWOPER 40 Hour Hazardous Workers "x FDOT MOT Advanced#13153 fi American Traffic Safety Services Association—MOT Certified — Class A Commercial Driver's License PROFESSIONAL EXPERIENCE Mr. Williams has over fifteen years of experience in the area of geotechnical drilling services, soil classification, maintenance of traffic, and utility marking/coordination. Mr. Williams' experience includes coordination, monitoring and evaluation of subsurface explorations. Responsible for maintenance, repair and general condition of the drill rigs, support trucks and other equipment.Able to diagnose mechanical problems and perform necessary repairs. Responsible for the safety of the drill crew and other site personnel. REPRESENTATIVE PROJECTS Golden Glades Interchange, Miami-Dade County, Florida — environmental entities. The field work involved the use of Located at the Golden Glades Interchange in Miami-Dade methodologies such as SPT, rock coring, permeability testing, County, Florida,the project(s) consisted of improvements to CPT, Seismic-CPT etc. Due to time restrictions from cruise SR-826 at the Golden Glades Interchange including a new operations, field work sometimes required working on a bridge, associated retaining MSE walls and high round-the-clock schedule. Role: Drilling Crew Chief I Dates: embankments, pavement milling and resurfacing, and August 2003 to December 2014 drainage improvements. PSI provided: Geotechnical Field Exploration, Laboratory Testing, and Engineering Services. S.R. 997/Krome Avenue from S.W. 296th Street to 232nd Role:Chief Driller 1 Client:CSA Group,8200 NW 41st St,Suite Street, Miami-Dade County, Florida — The project involves 305, Doral, FL I Contact(s): Roberto M. Leon, Senior Vice widening S.R. 997 in Miami-Dade County, Florida.Additional President 1 Mr. Javier E. Ramos, Senior Transportation improvement along Krome Avenue will include drainage, Manager/Project Manager 1 jeramos@csagroup.com 1 305- mast arms and a new bridge design. Role: Drilling Crew Chief 461-5484 1 Dates: 03/2017-04/2018 1 Construction Start I Dates: October 2014 to on-going 1 Client: Mr. Leonte Date: 09/2020-Construction Completion Date:TBD I Total Almonte, P.E., Kimely-Horn and Associates, Inc., 305-673- Value of Project:$388 million (all related projects) 2025 County Road 880 Roadway Realignment, Palm Beach S.R. 907/Alton Road from 43`d Street to Bascule Bridge No. County, Belle Glade, FL— The proposed project consists of 870613, Miami-Dade County, Florida—The project involves shifting a portion of the County Road 880 roadway alignment improvements along S.R.907 in Miami-Dade County, Florida. to allow for the construction of a proposed bridge over the The Improvements include widening Alton Road on various Hillsboro Canal.PSI performed eight(8)Standard Penetration areas, drainage (pump stations and temporary sheet Test(SPT)borings at the site to depths of 10 feet below grade pile/helical pile) and mast arms. Role: Drilling Crew Chief 1 with truck-mounted machinery using rotary drilling Dates:March 2014 to on-going I Client:Mr.Edwin F.Mojena, procedures. PSI provided a report including the detailed filed P.E., H.W. Lochner, Inc.,305-503-9873 and laboratory test results. Role: Project Manager 1 Client: CROUCH ENGINEERING, INC.Contact: Mr. Matthew Chanced S.R.708/Blue Heron Boulevard Improvements, Palm Beach (615) 791-0630 I Start Date: 04/11/2017 I PSI Project: County, Florida —The project involves improvements along 03971199 S.R. 708 in Palm Beach County, Florida. The Improvements include widening Blue Heron Boulevard on various areas, Port of Miami Tunnel (S.R. AlA), Miami-Dade County, improving southbound off-ramp and mast arms on the Florida — Involved in the preparation of numerous intersection of 1-95.Role:Drilling Crew Chief 1 Dates:January Geotechnical Data Reports which compiled the results of the 2014 to September 2014 1 Client: Mr. Matt Gisondi, P.E., field and laboratory tests associated with the geotechnical FDOT DMO,954-677-7038 works on land and in water.The field work involved extensive permitting and coordination with various government and intertek Professional Service Industries, Inc.(an Intertek Company) 59 Christopher Fernandez, El PROJECT ENGINEER Year started with PSI:2015 I Years with other firms:3 Education Bachelor of Science in Civil Engineering, Florida International University, 2016 ;11111111111 Certifications/Registrations/Technical Training FL Engineer-In-Training(EIT)#1100020325,2016 Project Manager Certification Program (PMCP):2016 ACI Field Testing Certification PTI Level 2 Un bonded PT Inspector,ID#01333977 Professional Experience Mr. Fernandez has 5 years of experience providing construction materials testing services, earthwork,ground improvement monitoring and special inspection services.He gained valuable experience in handling cost-of-material estimations,document tracking, and building permit applications while working with Roux Architect Inc. In addition, while working with Power Builders Inc. Mr.Fernandez managed subcontractors and demonstrated the ability to make photo documentations,schedule progression and handles contractor coordination. His construction material testing experience includes post-tension inspections, special inspections and preparation and review of daily material testing and inspection reports and project management for various projects. Representative Project Experience Mr. Fernandez has served as Post-Tension Inspector,Special Inspector and Project Manager at the following projects: Aventura Mall Expansion III Parking Structure-Aventura,FL(2016) Aventura Mall Expansion III—Aventura, FL(2016) Modera Station Phase II—Miami, FL(2016) Modera River House—Miami, FL(2016) Solitair Brickell Apartments—Miami, FL(2016) West Kendall Baptist Hospital Parking Structure—Miami,FL(2016) Ofizzina Business Office—Coral Gables, FL(2016) Wagner Creek Residential—Miami, FL(2016) Brickell Ten Apartments—Miami, FL(2015) Paseo Towers—Doral, FL(2015) FIU Biscayne Bay Housing—Aventura, FL(2015) Intertek Professional Service Industries,Inc. (an Intertek Company) 60 Pablo H. Varas, CWI THRESHOLD INSPECTOR Year started with PSI:1998 I Years with other firms: 18 EDUCATION:Civil Engineer, Universidad De Guayaquil, Ecuador, 1989 Certifications/Registrations/Technical Training(TIN:V62066853) A.W.S—C.W.I. (Certified Welding Inspector),CWI FDEP Qualified Stormwater ir4 #09060821 Management Inspector PTI (Post-Tensioning Institute) Post-Tensioning Inspector ACCP Level II Level 2 PQT Liquid Penetrant Testing FDOT Asphalt Plant Level I&II Level I& II , FDOT Asphalt Paving Level I &II PQT Magnetic Particle Testing I.C.C.Structural steel and bolting Special Inspector Level I & II I.C.C.Structural welding Special Inspector PQT Ultrasonic Testing Level II I.C.C.Spray Fire Resistance Materials and Intumescent IR Roof Examination Paint Special Inspector PROFESSIONAL EXPERIENCE Since working the Miami Branch of PSI, Mr.Varas has worked as a Senior Engineering Technician responsible for monitoring contractor activity in the field on several major projects. His duties have included: visual inspection of reinforcing steel for compliance with Project specifications, Structural steel, bolting and welding special inspections, post-tensioned cables: Installation monitoring, stressing monitoring and inspection, sampling and testing of soils and concrete used for structural foundations, testing of materials used in a roadway construction and performance of various laboratory tests. Prior to his arrival at PSI, Mr.Varas held positions of varying degrees of responsibility as a Civil Engineer in the Country of Ecuador. REPRESENTATIVE PROJECT EXPERIENCE Mr.Varas has served as Senior Engineering Technician,Threshold Inspector Designee,Special Inspector, Bolting and Welding Inspector at the following projects: Miami International Airport Lower Roof E Satellite,Miami Dade County,FL(2015) Due to unknown existing roof conditions and having no as-built client requested that PSI test the existing roofs to determine the subsurface moisture concentration trapped within the roof system assembly and to determine the percentage of moisture in specific areas.Mr.Varas has worked as a Senior Engineering Technician performing Infrared roof examinations and moisture surveys using a moisture density gage.Also Mr.Varas retrieved cores to obtain the percentage of moisture and performed pull tests.Role:Senior Engineering Technician I Client:Mr.Adrian Perez, Laura M. Perez and Associates, Inc. MDX—Design-Build Services for SR 836 Operational,Capacity,and Interchange Improvements(2015—present)Technician. Perform CQC on all earthwork,concrete, and bridge work;anchor pull test and welding/bolting inspections.We have tested fill material for contaminants to ensure it meets the minimum acceptable requirement to be used on the project.This project consists of widening east and westbound lanes to include the bridges and ramps. Ref:Jose Luyando, P.E. I 305-469-5011 jluyando@nmdceng.net MDX - SR 112 Open Road Tolling (ORT) Infrastructure Improvements (2010-2015) Technician. Project #30030 - Perform milling and resurfacing along SR 112 mainline and ramps from NW 21st Street to NW 27th Avenue; provide pavement markings,perform sign inventory and upgrade to latest standards,upgrade lighting and perform minor drainage work.Project #30031-Perform milling and resurfacing along SR 112 mainline and ramps from NW 27th Avenue to 1-95; provide pavement markings, upgrade lighting and perform minor drainage work. Project#11209-Removal of existing toll plaza, installation of gantries,shelter and signage, and modification to the SR 112 roadway around the gantries to accommodate highway-speed vehicle traffic for implementation of Open Road Tolling. Ref:David Chang, P.E. 1305-265-5490 I dchang@eacconsult.com Miami International Airport, North and South Terminal Development, Miami Dade County, FL (2011-2012) The project consisted of construction/renovation of MIA's North Terminal including fifty passenger gates and a 290,000-square-foot "front door" section included new areas for curbside check-in, ticket agent and self-service check-in and domestic baggage Intertek Professional Service Industries, Inc. (an Intertek Company) Page 1 of 2 61 Pablo H. Varas, CWI THRESHOLD INSPECTOR claim totaling 1.8 million SF of new area and 1.7 million SF of renovated areas over a 1-mile stretch.The total construction and renovation cost was 2.95 billion dollars. MIA's South Terminal Expansion and Renovation was completed in 2007. The project consisted of concourses H and J, with 28 gates, a federal inspection area, restaurants, shops, newsstands and duty- free stores, cruise and tour bus station, front door section, curbside check-in, ticket agent and self-service check-in and domestic baggage claim totaling 1.7 million SF of new area.Mr.Varas worked as a Threshold Inspector Designee,representing the owner, in the inspections for North Terminal included: structural steel, bolting,and welding inspections, bolting testing, visual inspections,and ultrasonic testing for weld connections,fire sprayed resistant material testing including density testing, adhesion/cohesion, and thickness testing of intumescent paint. Also, Mr. Varas performed firestop visual inspection and testing for joints and thru penetration, vibro-monitoring, floor flatness/floor friction testing, and petrographic testing and analysis.Testing at MIA's South Terminal included the following services:Pile Installation Monitoring,Soils Testing(Placement and Compaction monitoring and Density Test),Laboratory Testing(LBR,proctor,and organics),concrete testing,and masonry test in blocks, grout, and mortar. In addition, Mr. Varas performed specialty testing such as moisture test in stucco, shear rock,and floor flatness.Concrete field sampling and floor-flatness testing was performed at both terminals. Role:Threshold Inspector Designee I Client: Miami-Dade Aviation Department. Preston Water Plant, Hialeah, Miami Dade County, FL(2009-2011)The project involved the design/construction of a new drinking water quality laboratory, utility room plus miscellaneous work on the parking areas. Mr. Varas worked as a senior technician during the geotechnical investigation and performed field testing for soils, concrete and asphalt during the construction phase of this project. Mr. Varas worked in closed coordination with Miami Dade Water and Sewer field representative, Mr. Rafael Almedral. Role: Senior Engineering Technician I Date: 2009-11 I Client: Miami-Dade Water and Sewer. Miami-Dade Water and Sewer Headquarters Parking Garage,Coral Gables,Miami Dade County,FL(2000-2002)The project involved the construction of a ten stories-735 vehicle parking garage building. Mr.Varas has worked as a Threshold Inspector Designee, representing the owner, in the inspections for precast structures. Duties included onsite inspection in accordance to approved threshold inspection plan for placement of reinforcement for beams, slabs, columns, etc., monitor structural concrete placement,structural steel connections,perform welding observation services to verify the sizes and profiles of field welds, review welding procedures submitted by the contractor, review welder's certifications submitted by the contractor, paint thickness testing and provide final threshold certification letter signed and sealed. Role:Threshold Inspector Designee I Client: Mr.Assad Manzur, Project Manager,Odebrecht/Delant-WASD Miami-Dade Water and Sewer Headquarters Office Building,Coral Gables,Miami Dade County,FL(2000-2002)The project involved the construction of six stories and 156,000 sf office building.Mr.Varas has worked as a Threshold Inspector Designee representing the owner, in the inspections of precast walls, pile installation monitoring and material testing. Duties included onsite inspection in accordance to approved threshold inspection plan for placement of reinforcement for piles, pile caps, beams, slabs, columns, etc., monitor structural concrete placement, structural steel connections, perform welding observation services to verify the sizes and profiles of field welds, review welding procedures submitted by the contractor, review welder's certifications submitted by the contractor,and keeping accurate records and daily reporting.Role:Threshold Inspector Designee I Client: Mr.Assad Manzur, Project Manager,Odebrecht/Delant-WASD. Representative Experience as Threshold Inspector Designee Newport Pier Sunny Isles Beach Homestead Race Track PortMiami Area 2 Seawall Construction 5505 Burger King Headquarters Homestead Pavilion Nordstrom at Village of Merrick Park PPQ-USDA Inspection Services Marriott at Doral Homestead Air Base The Shops of Midtown Key West Air Base MiamiLatitude One Office/Parking Garage Boca Chica Air Base Flagler Magic Casino S197 Water Control Structure Replacement Calder Casino Performing Arts Center of Miami Leon Medical Center(Flagler) Royal Palm Miami Beach Senior High School 703 Waterford Sears Store(Puerto Rico) intertek Professional Service Industries, Inc. (an Intertek Company) Page 2 of 2 62 Mauricio Rodriguez PROJECT—0/C MANAGER Year started with PSI:2012 I Years with other firms:14 Education:Diploma-G. Holmes Braddock Sr.High, Miami,FL, 1993 Certifications/Technical training: CTQP Qualified Sampler Technician FDOT(Course number BT-17- CTQP—Earthwork Construction Inspection Level I/II 0040)—Precast Concrete Pipe CTQP—Concrete Field Technician Level I/II Quality Assurance Personnel CTQP—Asphalt Plant Technician Level I/II FDOT(Course number BT-17- CTQP �r - Asphalt Paving Technician Level I/II 0039)—Metal Pipe Plant CTQP—Concrete Batch Plant Operator Inspection Quality Assurance CTQP—Drilled-Shaft Inspection Personnel CTQP—Pile Driving Inspection FDOT(Course number BT-17-0041)—Precast Concrete CTQP—QC Manager Drainage Structure/Box Culverts Quality Assurance ACI—Concrete Field Technician Level I Personnel ACI—Concrete Transportation Construction Inspector City of Miami Public Works—Illicit Discharge Detection (CTCI) Training FPCA—450 Specification DEP—Qualified Stormwater Management Inspector PCI—Quality Control Personnel Level I/II #30116 TIN:R36254073-000 Professional Experience: Mr. Rodriguez is currently a Project and Quality Control Manager for PSI. He has over 19 years of experience in the geotechnical and construction materials testing that includes:precast/pre-stress and incidental plant inspections,concrete batch plant inspections,quality control plan review and approval,mix design transfers,foundation testing and installations (auger cast piles, pile load test/monitoring, drilled-shafts), earthwork,concrete, and asphalt sampling and testing, He is proficient in writing and review of materials testing and inspection reports,as well as managing,training and scheduling technicians for various projects as well as instrumental in developing and organizing a successful quality control department for PSI.He has worked on single and multi-story residential developments,shopping centers and subdivisions, and highways/roadways. Additionally,he has also worked with MDX in their prior Materials Engineering&Testing Services contract with PSI. Below is a list of relevant,representative roadway construction experience(completed and on-going but not limited to): • MDX-SR 112 Open Road Tolling(ORT)Infrastructure Improvements;MDX-TA:11209 • MDX-Central Boulevard;MDX-TA: 11211 • MDX-SR 836 Extension—Westbound Access Ramp; MDX-TA:83625 • FDOT-1-95—Express Lanes;FIN 422796-1-52-01-$95.5 million • FDOT-N.W.25th Street from 89th Court to SR 826; FIN 405665-1-52-01-$68.4 million • FDOT-SR 7(US 441);FIN 227774-1-52-01-$31.6 million • FDOT-Andrews Avenue;FIN 230730-1-52-01-$7.4 million • FDOT-1-95 Slab Replacement;FIN 430790-1-52-01-$15.4 million • FDOT-1-95 Slab Replacement;FIN 427515-2-52-01-$14.5 million ntertek Professional Service Industries, Inc.(an Intertek Company) Page 1 of 1 63 Deibbys S. Rodriguez, ASQ-CQA SPECIAL PROJECTS MANAGER/LABORATORY MANAGER Year started with PSI:2005 Education: Master in Education, University of Las Villas, Cuba 1991 CERTIFICATIONS/REGISTRATIONS/TECHNICAL TRAINING American Society for Quality-Certified Quality Auditor, ACI Concrete Laboratory Testing #68010,2017 Tech Level I FDOT Aggregate Base Testing Technician ACI Concrete Laboratory Testing FDOT Aggregate Testing Technician Tech Level II �J FDOT LBR Technician ACI Concrete Field Testing FDOT Qualified Sampler Technician Technician FDOT Asphalt Plant Technician Level I • ACI Aggregate Base Technician FDOT Asphalt Plant Technician Level II • ACI Aggregate Testing Tech Level I FDOT Concrete Laboratory Tech Level I t ACI Aggregate Testing Tech Level II FDOT Concrete Laboratory Tech Level II ACI Masonry Laboratory Testing Technician NICET Material Testing Soils Level I, II, & Ill Nuclear Density Gauge Certification NICET Material Testing Asphalt Level I & II Radiation Safety Officer(RSO) Certification NICET Material Testing Concrete Level I, II, &Ill Project Manager PMCP University ACI Concrete Strength Technician PROFESSIONAL EXPERIENCE Mr.Rodriguez has 13 years of experience in geotechnical and construction materials laboratory and field testing and manages PSI's three South Florida Labs. His geotechnical experience includes performing routine soils and rock tests, as well as, non- routine testing such as corrosion and chemical testing. His construction materials experience includes asphalt, concrete, aggregate and soils. The types of projects he has worked on include runways, roadways, bridges, parking lots, high rise buildings, commercial centers, airports and highways. Working in the PSI laboratory, Mr. Rodriguez has performed or supervised the full range of tests typical of roadway construction like: proctors, LBRs, grain size analysis, soil classification, and organic content.Work performed has included tests for private developers,city,county and state agencies. Responsible for all LIMS entries and updates for every sample tested at the Laboratory for the last 10 years and has performed an outstanding job as RSO for the last eight years. REPRESENTATIVE PROJECTS 1-75 Express Lanes Project,Broward&Miami-Dade Counties,FL(2015-2018) The 75 Express Lanes project extends 15 miles along 1-75 from NW 170 Street, in Miami-Dade County,to 1-595, in Broward County.The Project features a new 4-lane tolled managed lanes facility in the existing 1-75 median. Key project components include: Express lanes direct connections to 1-595 Express, Palmetto Express, and the Florida's Turnpike (HEFT), Ingress and egress ramps to enter and exit the express lanes at various locations throughout the corridor, Integrated ITS (Intelligent Transportation System)/Tolling systems, Sound barrier walls (where warranted per the PD&E Noise Study), and Emergency response provisions. PSI is under contract to perform all the verification construction materials testing.We provide qualified and certified personnel to conduct and report all testing. Both our Ft. Lauderdale and Miami laboratories are involved to facilitate sample drop-off and results turn-around-time. Role: Project Manager Client: FDOT District Materials & Research Office 4&6 I Contact:Ronald Arcalas,Dist.Materials Operations Engineer I Email:ronald.arcalas@dot.state.fl.us I Tel:(954) 677-7035 I Cell:(954)290-4607 FPL Riviera Beach Combined Cycle Project-Riviera Beach,FL(2013-2014) Florida Power & Light (FPL) retained PSI for the construction materials testing portion for the FPL Riviera Beach Combined Cycled Project. FPL began removing the 1960s era units to replace them with new, state-of-the-art high-efficiency units. Dates: 11/2011-06/2014 Role: Laboratory Supervisor Client: Zachary Industrial: Ned Bunting — Project Manager, buntingn@zhi.com (979)417-6054 Fort Lauderdale Airport Runway Expansion Project-Broward County,Florida(2012-2014) PSI is provided quality assurance materials testing for the Runway Expansion 9R-27L and Mr. Rodriguez's role is to oversee Intertek Professional Service Industries, Inc.(an Intertek Company) Page 1 of 2 64 Deibbys S. Rodriguez, ASQ-CQA SPECIAL PROJECTS MANAGER/LABORATORY MANAGER lab work, procedures, reports, etc. In addition, Mr. Rodriguez has recently worked on the airport expansions in Nassau, Bahamas and San Juan, Puerto Rico. Role: Laboratory Supervisor I Dates: 2012-2014 I Client: Broward County Aviation Department(BCAD); Richard Pereira, PE,954-359-1086 I Entire Project Valuation:$800M Indian Street Bridge-Martin County,FL(2011-2013) Project consisted on the construction of the bridge, and Quality Control reports are being provided by PSI to the general contractor.This project involves providing a new bridge crossing of the South Fork of the St. Lucie River in Martin County,to connect Palm City with the City of Stuart.The total distance of the project is approximately two miles with the bridge being approximately 3,069 feet. The roadway will include the conversion and widening of the two-lane rural roadway to a 4-lane divided urban roadway with add-ons, such as a bike route. The contractor is Archer Western with federal funds of $63,900,000.00. Role: Lab Manager Dates: March 2011 to December 2013 Client: Mr.Jeff Hutchison, P.E., Archer Western Contractors, 772-678-7000 Little Blue Heron/Little Lake Worth Bridges-West Palm Beach,FL(2009-2011) The Little Blue Heron Bridge Replacement project was a 0.8-mile tract.Work included removing the existing low-level, fixed bridge and replacing it with a new four-lane fixed bridge in the same location. Little Lake Worth bridge replacement project included removing the existing low-level fixed bridge with a new two-lane fixed bridge in the same location.The new bridge will provide four additional feet of clearance (for a total of 12 feet) to meet current FDOT standards and minimize future damage to the bridge deck caused by salt water.Role: Laboratory Supervisor Dates:2009-2011 Client:Murphy Construction, West Palm Beach, FL 33401,(561)655-3634 Port of Miami Tunnel(SR AlA),Miami/Miami Beach,Miami-Dade County,Florida The project consists of a depressed roadway and tunnel between Watson Island and Dodge Island beneath the Government Cut main channel in Biscayne Bay,to provide improved access for cargo and passenger vehicles destined for the Port of Miami. PSI's services included a geotechnical study to obtain data regarding the general subsurface conditions near the proposed alignments by means of exploratory borings, as well as laboratory testing of the collected soil and rock samples. The laboratory testing was conducted for classification purposes and to provide pertinent engineering characteristics for this study.Client: PB Americas Role: Laboratory Supervisor Date:2003-14 Home Depot,Hatillo,Puerto Rico(2013) PSI performed construction materials testing and inspections. Our construction materials testing services included concrete inspections, structural steel and welding inspection of structural components, density tests, soil testing, concrete testing, paint and fireproofing inspections for this project. In addition,a handful of Home Depots have been worked by Mr. Deibbys Rodriguez and PSI USA. Role: Laboratory Supervisor Additional Representative Projects for Laboratory Aggregate,Soil,Concrete and Asphalt Testing 1-95 Express Lanes Phase II SR-5(US1)widening in Port Saint Lucie 1-95 HOV Lanes West Palm Beach Betteroads PR—Certification of 7 Plants/Labs MDX 836, MDX 874,& MDX 11211, Miami NW 25th St widening in Miami, Florida Miami International Airport Expansion Marriott Resort, Riviera Beach Florida's Turnpike Widening—Palm Beach Home Depot Ponce, PR&Saint Croix, USVI Beeline Highway Widening LPIA Nassau Airport Expansion Ernest Lyon Bridge Cabo Rojo Mine, Ideal Dominicana intertek Professional Service Industries,Inc. (an lntertek Company) Page 2 of 2 65 Jose R. Gonzalez SENIOR ENGINEERING TECHNICIAN/SPECIAL INSPECTOR Year started with PSI: 2001 I Years of experience with other firms: 14 EDUCATION Civil Engineer, Universidad De Camaguey,Cuba, 1992 CERTIFICATIONS/TECHNICAL TRAINING CTQP Aggregate Base Testing Technician (Exp.8/2018) CTQP Aggregate Testing Technician (Exp.2/2018) CTQP Qualified Sampler Technician(Exp.8/2018) 1 1 CTQP Level I Concrete Lab Technician (Exp.2/2018) CTQP Pile Driving Inspector(Exp.10/2020) TIN:G52443663 PROFESSIONAL EXPERIENCE Mr. Gonzalez has over 30 years of experience in Construction Services Testing of Concrete and Soils. His experience encompasses a range of responsibilities which include laboratory and field testing on soils,concrete and asphalt.Experience in the CMT industry includes construction observation, testing, and engineering evaluation to provide construction quality control. He has provided testing services of construction activities such as fill, bearing capacity, soil subgrade, concrete, aggregate, masonry, asphalt placement, reinforcing steel, piers, floor flatness, as well as post-tension inspection. Mr. Gonzalez works closely with contractors and owner representatives to insure quality and compliance with project specifications and municipal codes. Additionally, he provides direction and training to PSI field and laboratory personnel to perform tests in a timely manner while maintaining quality. RELEVANT PROJECT EXPERIENCE MDX—SR 836 Interchange Modifications at 87th Avenue(2016—present) Technician. Perform CQC on all earthwork, concrete, and bridge work; anchor pull test. We have tested fill material for contaminants to ensure it meets the minimum acceptable requirement to be used on the project. This project consists of interchange improvements to include new bridges and ramps, and widenings. Ref: Alejandro Salazar, 786-294-1148, salazara@a2group.com Mr.Gonzalez has served as Threshold Inspector,Special Inspector, Bolting and Welding Inspector at the following projects: Miami International Airport 1000 Waterford PPQ-USDA Inspection Services Royal Palm Port of Miami South Pointe Park PortMiami Area 2 Seawall Construction Village of Merrick Park New Pier Bimini Bahamas Flagler Magic Casino Newport Pier Sunny Isles Beach Calder Casino S197 Water Control Structure Replacement Leon Medical Center(Flagler) Ocean Marine Yacht Club Miami Beach Senior High School Intertck Professional Service Industries, Inc. (an lntertek Company) 66 ___ ...„.., . � . ,, _______ Enrique M. Zuniga, P.E. 305 CONSULTING L_Es- wicsPrincipal in Charge ENG NEE,S.PL�NNELRS Professional Experience: Mr.Zuniga has 30 years' experience in the design,inspection,management and construction supervision of various transit,bridge,roadway,and highway projects,as well as a broad variety of commercial,industrial,and residential k. projects.The diverse nature of the work experience that Mr.Zuniga possesses, allows him to assume responsibility for a wide variety of assignments ranging from program and project controls,to construction management and contract - administration,to the analysis and design of all types of structures. j Ni !, Mr.Zuniga's work experience includes positions as Senior Structural Engineer - ''' and Project Engineer where he was responsible for the design and Enrique M.Zunig,,P.E. development of structural specifications/drawings for transportation, commercial,industrial,and residential projects.Some of the projects he has been involved with include the Sunshine Skyway,Perimeter Road Bridge to Miami International Airport,Metrorail Parking Garage Extensions,several multi- Years of Experience:30 level condominiums,etc. Mr.Zuniga's work duties have also included performing structural analysis and Registrations&Certifications: field evaluation of structures and prepare repair procedures,field inspection • P.E.Florida License, 1987[No.38883] and contract negotiations for structural work,review of structural drawings,and • • Special Inspector,Florida, 1988[No.0704] • FDOT Advanced MOT others. • CTQP Qualify Control Manager Course • CCSI-Critical Structures Construction Issues Completion Course Relevant Project Experience: • IMSA Work Zone Safety Specialist- Certificate Number ZZ 23828 Lehman Center Test Track and the Lehman Yard Rehabilitation-Expansion • IMSA Associate Traffic Signal Technician Phase I,Miami,FL Level 1-Certificate Number A 21023 Project Manager-Systems Integration and Safety Certification • OSHA 40 Hour HazWoper Training per 29 Mr.Zuniga provided systems integration and safety certification services for the Lehman CFR 1910.120 Center Test Track and the Lehman Yard Rehabilitation-Expansion Phase 1.MCM was the Design-Build contractor for the project.The scope for the Lehman Center Test Track Education: project includes design,permit,furnish,construct,and test a rail vehicle Test Track,a Bachelor of Science,Civil Engineering siding track with a Service and Inspection(S&I)Building a Train Control and Florida International University,1986 Communication House.The work includes implementation of a train control system,CCTV and telephone systems,as well as a connection of fraction power for the Test Track.The test track will be located at the Lehman Center(Palmetto)Yard. Professional AffiliaConcrete Institute scope of work for the Lehman Yard Rehabilitation Phase 1 project includes design, •American Concrete -Member permit,furnish,construct and test five(5)new Storage Tracks with electrified third rail and • American Society of Civil Engineers- two(2)Maintenance of Way track in the existing Lehman Center Yard.The work includes Member implementation of a train control system and connection of fraction power for the • AREMA-Member Storage Tracks along with the addition of track switches remotely controlled by the existing control panel in the Yard Tower. Fields of Specialization: MDT-Miami Intermodal Center/Earlington Heights Connector(aka AirportLInk) • Structural Engineering • Civil Engineering Resident Engineer/Sr.Project Engineer-CEI • Parking Garage/Multi-Level Building This was a$360 million project that consisted of the construction of an elevated,multiple Design,Repair&Maintenance span guideway structure for heavy rail,an award winning multi-level Metrorail Station,the • Forensic Engineering West Pedestrian Concourse connecting the new Metrorail Station to the existing MIC • Environmental Structure Engineering Rental Car Facility,three fraction power substations,improvements to the existing • Marine Structure Engineering Earlington Heights Metrorail Station and improvements to the Airport Expressway from NW • Mass and Rapid Transit 32 Avenue to NW 22 Avenue.The work included the systems design build component • Construction Engineering and Inspections including traction power,train control,data and communications.The elevated • Road and Bridge Construction Guideway extends for 2.4 miles and connects to the existing Metrorail Guideway near the •Program/Project Controls Eartington Heights Metrorail Station. Enrique was the Resident Engineer in charge of a staff of engineers,architects,cost and schedule control engineers and inspectors responsible for the overall management of the construction project.His responsibilities included preparation of project control procedures in compliance with the MDT Project Management Plan,MDT Project Procedures and the 67 Enrique M.Zufiiga,P.E. Cont'd... MDT-Miami Intermodal MDT Resident Engineers Manual.He was responsible for supervising the review and analysis Center/Earlington Heights of the Contractor's Baseline Schedule and monthly schedule updates,preparation and Connector(aka AirportLink) implementation of the CE&I Quality Assurance Manual, develop document control Resident Engineer/Sr.Project Engineer- procedures and preparation of monthly payment estimates. Enrique directed the CE&I CEI team to process the contractor's pay applications in a timely manner to insure timely payment in compliance with the Prompt Payment Act.He insured the timely review and response of Requests for Information (RFI's), shop drawings and submittals by the consultants.He insured regular updating of the project filing index and logging of incoming and outgoing correspondence, RFI's and submittals for efficient retrieval of project documents and for eventual permanent storage of project records. He supervised the preparation of cost control estimates used for negotiations with the Contractor for changed work and claims due to project conditions.Because of the proactive approach to control of the construction schedule and change management, the project was completed on time and under budget. MDT-Busway Extension to Florida This was an$87 million project that consisted of the construction of a 14 mile dedicated rapid transit roadway including 5 low level bridges,reconstruction of US-1 from SW 211 City and US-1 Reconstruction Street to SW 264 Street and several state of the art bus shelters. The project consisted of Resident Engineer-Sr.Project Engineer three construction contracts. -CEI Enrique was the Resident Engineer with responsible charge for the overall management of the construction project.He supervised the preparation and implementation of the CE&I Quality Assurance Manual in compliance with the MDT Project Management Plan, MDT Project Procedures and the MDT Resident Engineers Manual.He supervised the review and analysis of the Contractor's Baseline Schedule and monthly schedule updates using Claim Digger to control and mitigate project delays.He also supervised the preparation of monthly payment estimates with specific emphasis in timely payment processing to comply with the Prompt Payment Act requirements.He insured the timely review and response of Requests for Information(RFI's),shop drawings and submittals by the consultants.He insured regular updating of the project filing index and logging of incoming and outgoing correspondence,RFI's and submittals for efficient retrieval of project documents and for eventual permanent storage of project records. He supervised the preparation of cost control estimates to be used for negotiations with the Contractor for changed work and claims due to project conditions.This project was completed on time and on budget. MDT- Metrorail This$88 million project consists of the construction of an elevated,0.7-mile multiple span MDT-Palmettot Engineer-Sr.Project ExtensionEnnbridge structure for Heavy rail,a 0.7 mile at-grade ballasted track and an at-grade Resi-CEI Metrorail Station.This project consisted of two construction contracts and a separate follow-on systems contract.The project included coordination with the follow-on systems contractor responsible for the installation of the fraction power,train control and communications systems. As the Resident Engineer, Enrique had responsible charge of a team of architects, engineers and inspectors in the management of the construction project.His responsibilities included preparation of project control procedures in compliance with the MDT Project Management Plan,MDT Project Procedures and the MDT Resident Engineers Manual.He was responsible for supervising the review and analysis of the Contractor's Baseline Schedule and monthly schedule updates, preparation and implementation of the CE&I Quality Assurance Manual,and preparation of monthly payment estimates.He insured the timely review and response of Requests for Information(RFI's),shop drawings and submittals by the consultants.He insured regular updating of the project filing index and logging of incoming and outgoing correspondence, RFI's and submittals for efficient retrieval of project documents and for eventual permanent storage of project records. He supervised the preparation of cost control estimates and negotiated claims for changed work with the Contractor due to project conditions.Even though there were several delays to the civil portion of the work due to unforeseen conditions and contractor caused delays, because of Enrique's aggressive approach to complete the critical portions of the work, the follow-on systems contractor was able to begin his work on time and the project was completed on schedule. 305 Consulting Engineers,LLC 68 Enrique M.Zufiiga,P.E. Biscayne Shores Recreation Mr.Zuniga is responsible for the Structural and Civil Design of a 3,300 sq.ft.recreation Building and Site Improvements, building and parking lot for 12 cars.The project includes a local pump station with 2 main City of North Miami,FL 5.5 HP pumps. Structural and Civil Engineer Walgreens Store No.15994/801 SW 8 Street,Miami,FL Mr.Zuniga provided the Structural Design for this 16,000 sq.ft.one-story retail space for Structural Engineer Walgreens.The work consisted of a 16,000 sq.ft.one story building with reinforced masonry walls,steel bar joist roof framing with corrugated metal deck on spread footing foundations. M-D Water&Sewer Department- Pump Station No.0842,Miami- Mr.Zuniga was the project manager and provided structural engineering services for this Dade County,Florida project.The work consisted of the structural design of an eight-foot diameter by eighteen- Structural Engineer/Project Manager foot deep precast concrete wet well,an eight foot-four inch by nine foot-six by four foot- seven-inch precast concrete valve box and associated equipment slab. 305 Consulting Engineers,LLC 69 tntertek - :V4," 411.11•Mf ■t 11 L . co w 0 S CITY OF MIAMI BEACH cu eL Citywide Geotechnical and Laboratory Testing Services on an As-Needed Basis r° RFQ 2018-097-KB on an 3. Approach and Methodology UNDERSTANDING OF THE SCOPE PSI understands that the City is seeking proposals from qualified firm(s) to perform citywide geotechnical and soil testing services and that these Geotechnical, soil testing and/or lab testing services are required for proper pre-planning of construction projects for the City.We further understand that many of the City's CIP and Public Works projects will require, during one time or another,a geotechnical,soils or lab testing report to validate either the City's Engineer's or any Architect's or Engineer of Records recommendations as to any site,building or any other project's unknown characteristics.With PSI on your team,the City will have a capable, competent,and trusted supplier of geotechnical and soil testing services as part of the pre-construction preparatory work, which is a phase of every City construction project. Our key team members have provided these services on hundreds of successfully completed projects, including roadways, utilities, and other facilities in both the private and public sectors. PSI can provide personnel that are qualified, trained and thoroughly familiar with the City's rules, policies,and procedures in inspection,sampling testing,and reporting various areas and stages of construction. We are ready and able to start immediately. PROJECT MANAGEMENT APPROACH Our Team philosophy is to approach each assigned task with a level of understanding and service that provides the best value and response to our client.Our experience with the required services will allow our Team to consult with the City's project team and tailor each individual task scope to best suit the project budget.Our Team will be able to provide the City budget savings as well as increased benefit from our services since we perform as consultants rather than ordinary service providers. Our wide variety of in-house capabilities allows our Team to rapidly respond to project conditions and unforeseen requirements. PSI sets high standards for the quality of our products and services and therefore, undertakes only those projects which the principals can personally direct and be involved from start to finish.The structure of PSI enables our professional and support staff to enjoy the economy of scale necessary to provide our clients with innovative and cost-effective solutions to a myriad of environmental issues.Our senior staff is committed to helping the City of Miami Beach and will make this project a number- one priority.Our team includes a large field group of engineers,special inspectors,and certified technicians that will work on project assignments.Our senior staff coupled with an experienced field team will ensure that City projects are implemented with quality,excellence,and are cost effective and on schedule. > ENSURING QUALITY > COMMUNICATION > TECHNOLOGY&REPORTING > ADHERENCE TO SCHEDULE > COST CONTROL > PSI'S FIELD SERVICES QUALITY ASSURANCE > CAPACITY AND AVAILABILITY ENSURING QUALITY Projects are the cornerstone of our business and can be considered the one and only product of an engineering or geological consulting business. PSI completes over 50,000 projects each year. Project Management lies at the heart of PSI's business success because we understand that the more efficiently we manage projects, the more successful our clients are. And ensuring quality is the most important component of our project management program. PSI has a Project Management Certification Program for selected individuals within the company,which consists of a 19-module program that illustrates all the elements of a successful Project, from Project Set-up, File & Document Control, Data Quality Objectives, Budget & Schedule Control, through Invoice Preparation. PSI will utilize this proven Project Management Method for the City's Environmental Services Contract.All the selected key personnel for this Contract have successfully completed the PSI Project Management Certification Program. Intertek PSI QUALIFICATIONS STATEMENT:City of Miami Beach Citywide Geotechnical and Laboratory Testing Services on an As-Needed Basis I RFQ 2018-097-KB 70 3. Approach and Methodology BASI B ° • TEPS FOR MANAGING A PROJECT Define Planning Execution Monitoring Closure Ensure Project Define the Establish adherence to completion, project schedule, Planning work scope, evaluation, resources, and budget, objective schedule- lessons cost Modifications learned COMMUNICATION PSI will ensure the City of Miami Beach with seamless communications by employing a PSI single-point-of-contact, Mr. Tony Caggiano. Mr.Caggiano will be ultimately responsible for the project from start to finish;including ensuring that the project is completed on time and on budget, ensuring that the project quality objectives are met, and ultimately that the documentation and billing format meets the City of Miami Beach's requirements. Since all communications with City of Miami Beach or other stakeholders will be conducted through Mr.Caggiano,there will be no confusion as to the project contact,who is ultimately responsible,or where the project stands in terms of completion or budget. Mr. Caggiano has received extensive project management training and has worked in the geotechnical and materials testing field for 10 years,so we expect that this experience will allow us to work seamlessly as an extension of your staff. We have dedicated specific employees to this contract so everyone on the project team will be familiar with the policies, objectives, and expectations. The use of the same staff throughout the project will promote cohesiveness and ensure efficiency in report formatting and project protocols.The project team will meet as a group on a weekly, or more frequent basis,as project demands dictate. During these meetings,the project manager will discuss any identified concerns,potential ways to better our service or technical approach, and client-specific needs, in addition to discussing all active projects. Mr. Caggiano will also manage the submittal of regular project status reports to the City. The status reports will allow you to quickly see the progress and budget for your progress and will serve as a tool to allow City of Miami Beach to assess our team's total workload prior to making new assignments. As important as these components are,the most important factor in providing you with an exceptional level of service will be listening to your objectives at the outset and providing you with honest feedback as to our ability to meet the project schedule and demands. IntC'rtek PSI QUALIFICATIONS STATEMENT:City of Miami Beach Citywide Geotechnical and Laboratory Testing Services on an As-Needed Basis I RFQ 2018-097-KB 71 3. Approach and Methodology 6 STEPS TO PREPARING We believe that the sole point of contact approach will simplify communications for City of A GOOD PROJECT Miami Beach staff as well. With a single telephone call, the City of Miami Beach can mobilize SCHEDULE over a hundred engineers, geologists, construction personnel, and support staff on an immediate basis. DEFINE SCOPE OF For permitting requirements, we will coordinate closely with the City of Miami Beach and the WORK specific regulatory agency to ensure adherence to regulatory guidelines. We often act as a permitting liaison for many of our clients because of our strong relationship with State and local agencies. We can, therefore, provide continuity on projects with regulatory involvement and simplify the permitting process. ORGANIZE PHASES, TASKS,&MILESTONES TECHNOLOGY&REPORTING PSIQEST(our LIMS project management software)is used to continuously accumulate and track all labor and materials utilized on a given project task and subtask.The resulting report displays ESTABLISH TASK the financial condition of a project at any stage, showing actual cost to date, cost to complete, SEQUENCE and cost at completion. PSI believes in standardization and we consider the utilization of standard report formats, wherever possible, to be a primary tool for saving time and money. We have successfully been using modular report formats for most of our report deliverables for ASSIGN TASK most of our contracts. PSIQEST reporting system is also integrated into our invoicing software DURATIONS platform and will maintain up to the minute cost/billing accounting. The program can be empowered to refuse to create or send an invoice that exceeds the project's established budget without an upper level manager override, therefore, avoiding cost overruns. As such, the City will be continually up to date about the project budget. PSI will commit to never exceed the IDENTIFY CRITICAL established project budget without the City's permission and written authorization. TASKS ADHERENCE TO SCHEDULE For this contract,we anticipate the schedule control to be an important element given the type PREPARE WRITTEN of projects. For this reason, we believe that combining tasks or decreasing site trips can TIME-SCALED significantly enhance schedule performance.Work elements for multiple sites can be scheduled SCHEDULE for one field crew and performed during one mobilization, which can reduce additional mobilization and equipment costs. Experience and the automated scheduling system enable us to prepare realistic project schedules,allowing for contingencies through appropriate lead and lag times.We can support more stringent schedules by adding resources from our 9 offices in the state. Failure to adhere to schedules can result in subcontractor loss of retainage or replacement on the Team. During the project planning and budget preparation process, general time frames and schedules are developed based upon experience of similar activities, anticipation of site-specific conditions,and project logistical requirements. PSI has successfully performed on multiple site contracts with one field mobilization where resource management,and hence, schedule control,is of critical importance. Because PSI has national resources to draw from,we can mobilize equipment and personnel rapidly.This ability to draw upon resources sets us apart from other firms in that we actually do bring resources in from other states when the project requires extra effort. COST CONTROL Budget control and cost containment is accomplished through conscientious planning and attention to detail, measuring actual costs versus budget,and evaluating required corrective actions.This process is adhered to from early project planning, budget preparation and budget tracking through to completion of the project. Initially, general time frames and schedules are developed based upon experience with similar activities, anticipation of site-specific conditions, and the logistical requirements of the project.Upon authorization to proceed,the PSI Contract Manager/Point of Contact defines specific time frames and the interrelationships of all tasks required to accomplish the assignment. Intertek PSI QUALIFICATIONS STATEMENT:City of Miami Beach Citywide Geotechnical and Laboratory Testing Services on an As-Needed Basis I RFQ 2018-097-KB 72 3. Approach and Methodology Remaining Cost Effective—We pride ourselves on allocating resources in such a manner that provides the best value, not just in terms of cost, but in terms of quality. PSI controls costs through conscientious planning and attention to detail, measuring actual cost vs. budgeted cost, and an evaluation of corrective actions required, if any. We use two methods to establish a reasonable budget: historical, based on costs from our database and experience; and site-specific, which is an estimate based on anticipated labor, materials,and equipment. Once authorized, costs are controlled through proper bid management, the use of pre-qualified vendors and project management that take advantage of economies of scale, market conditions, and geographic availability. Throughout the project,the accounting function of PSIQEST is used to continuously accumulate and track all labor and materials utilized on a given project task and subtask.The resulting report displays the financial condition of a project at any stage,showing actual cost to date, cost to complete, and cost at completion. PSI believes in standardization and we consider the utilization of standard report formats,wherever possible,to be a primary tool for saving time and money.We have successfully been using modular report formats for most of our report deliverables for most of our contracts. Budgetary & Cost Containment Considerations —As detailed within the outline of our typical project approach, PSI will continually communicate with the City Project Manager to discuss the budget throughout the design and construction process. In addition, PSIQEST will maintain up to the minute cost/billing accounting. The program can be empowered to refuse to create or send an invoice that exceeds the project's established budget without an upper level manager override, therefore, avoiding cost overruns.As such,the City will be continually up to date about the project budget and any out-of- scope services or additional services that are incurred will be communicated immediately. PSI will commit to never exceed the established project budget without the City's permission and written authorization. When possible,we will attempt to use our broad-based capabilities to the City's best interest,thereby reducing on-site times, multiple technicians on-site, etc.Additionally,the large quantity of specialty services that we can provide in-house can help to reduce or eliminate any uncontrolled fees.The fact that we will marshal and control these services and fees can result in initial budget savings,as well as the mitigation of unforeseen expenses as critical on-site conditions arise or planned situations change. PSI'S FIELD SERVICES QUALITY ASSURANCE PSI complies with local,state,and federal licensing requirements for the services proposed.Employees of PSI carry the current and appropriate local, state and federal licenses and training. PSI's project managers and senior field staff conduct periodic or regular site visits to evaluate the progress of the project and resolve any issues that may arise. All of PSI's inspectors have appropriate certified training to meet or exceed federal,state and local regulatory requirements. All field and analytical tests,if applicable,are performed to meet or exceed the requirements of industry standard guidelines and organizations such as NIOSH,OSHA, FDEP,etc. Additionally, PSI has developed in-house training and certification programs to provide better service and higher quality of products to our clients. PSI's Project Manager Certification Program (PMCP) has been developed to better equip our manager's to be able to efficiently manage projects to PSI's and our client's strict standards.This is central to PSI's vision and critical to our business success. PSI's Project Manager Certification Program (PMCP) is intended to develop trained project managers to improve and maintain a high level of service quality,and client satisfaction.The PMCP is built around Company policies and procedures along with industry best practices applicable to the management of client projects.A PMCP certified manager is assigned to each of PSI's projects. PSI's Quality of Service (QoS) expectations is a written document which states and defines our expectations for complete client satisfaction on all of PSI's projects.This document outlines our Quality Assurance procedures,and serves as a statement to our clients and employees that a high quality of service is our goal, and is our expected way of doing business. Intertek PSI QUALIFICATIONS STATEMENT:City of Miami Beach Citywide Geotechnical and Laboratory Testing Services on an As-Needed Basis I RFQ 2028-097-KB / 3. Approach and Methodology CAPACITY AND AVAILABILITY The nature of PSI's consulting business is performing many tasks of relatively short duration for multiple clients.This operating environment promotes the discipline required to be flexible and sensitive to changing client needs. Even our long-term contracts are of the indefinite quantity type, and thus, actual workload is dependent upon the release of individual task authorizations.As a result, we will always have ample field and laboratory capabilities to rapidly and effectively serve the needs of this contract.This operating environment promotes the discipline required to be flexible and sensitive to changing client needs—even during periods of peak demand. PSI's goal is to meet or exceed our client's expectations and to respond to all requests in an expedient manner.We will do whatever is necessary to supply our services within the project's scheduling constraints.Although we operate on a local level, the size of the PSI organization also allows us to offer and maintain low testing turn-around times relative to our industry. Rapid results lead to project efficiencies and in turn,budget savings.Should any unusual condition or technical challenge arise on your projects,our key team members can provide immediate advice and practical solutions. With a staff of over 50 professionals, technicians and support personnel in our Miami office, we have ample professional personnel and field and capabilities to effectively serve your needs under this agreement.Should a project require,PSI has 8 additional offices and over 200 staff members throughout the state of Florida that can be called upon for assistance. Our project team members are ready and committed to providing the time and energy necessary to perform high-quality services while maintaining cost effectiveness.We have the personnel and resources that will be dedicated and incorporated in our current and future workload, therefore there will be no additional burden placed on our office in the delivery of these services.The chart below represents our current and planned workload and shows that we can service additional projects that may come on line. Current&Projected Workload 100 90 80 - 70 60 Capacity 50 ■Anticipated ■Contracted 40 30 20 10 0 CO CO CO CO O m a+ m m rn 0 '•i rl ri '71 N H • N ei N -4 N Cea vdO. Q 0 O Ii Q . . 0 p ui Intertek ,, PSI QUALIFICATIONS STATEMENT:City of Miami Beach Citywide Geotechnical and Laboratory Testing Services on an As-Needed Basis I RFQ 2018-097-KB 74 3. Approach and Methodology TYPICAL PROJECT APPROACH Quality is an integral part of PSI's approach to geotechnical work.Our principal consultants,professional engineers with years of demonstrated experience, are the crux of our quality assurance program. These principal consultants review all reports and documentation on each project to make certain that PSI's methodologies and contractual agreements are strictly followed and that conclusions and recommendations are valid, effective and practical. In addition, field and laboratory personnel receive intensive training from seasoned veterans before they begin working in the field. Our experience ranges from projects requiring a few soil borings to large projects with several hundred borings. All geotechnical services will follow a series of steps in order to assure each project requirement is adequately addressed. This approach may be summarized as follows: Field Exploration and Testing 5. Analyze and evaluate alternatives. 1. Perform field reconnaissance to determine existing 6. Select and recommend alternatives to the City. conditions pertaining to site accessibility,location, etc. Reporting 2. Locate all utilities within the project area prior to 1. Provide the City a project description and outline field activities. the project objective and scope. 3. Execute field subsurface exploration and testing as 2. Furnish the City with field test results,including soil outlined in the proposal and per FDOT guidelines borings and profiles and boring locations developed and requirements unless modified by the City. on an AutoCAD system. 4. Borings in rock with density exceeding 50 blows per 3. Document and describe laboratory testing. foot will continue at a minimum of five feet into the 4. Describe soil stratigraphy,water tables,geology stratum. If the stratum is less than five feet thick, and soil engineering properties. Furnish/discuss the boring will continue to the design depth. engineering analysis&recommendations for senior 5. Perform standard penetration tests in cohesion less review(QA/QC). soils at two-foot intervals to a depth of ten feet and 5. Attend regular scheduled meetings with the City's at five-foot intervals thereafter,and at any stratum field personnel and project management team to change. coordinate,control,and evaluate testing program 6. Perform field determination tests of unconfined and budget. compressive strength (Qu)on cohesive soils 6. Issue draft report on major project,for review and encountered during explorations. comments. 7. Communicate significant findings immediately to 7. Incorporate comments from the City's Project the Project Manager/Engineer. Manager/Engineer.Submit a final report,with executive summary in the cover letter. Laboratory Testing 1. Begin laboratory testing as samples become Special Needs Abilities available, prior to all fieldwork being completed to • PSI has significant experience in hydrological expedite the project. design,ground water modeling,subsidence and 2. Review laboratory data as tests are completed. sinkhole investigation, including design and 3. Communicate significant findings immediately to remediation documentation submittals. the Project Manager/Engineer. • We maintain a large fleet of specialized drilling equipment including barge-mounted drill rigs,track Engineering Evaluation mounted rigs,and rigs that can drill over 100 feet 1. Begin and continue the preliminary evaluation deep within a standard residential room or office. based on field and laboratory data. • PSI has in-house capabilities to provide Ground 2. Outline potential alternative solutions. Penetrating Radar, Pile Driving Assessment(PDA), 3. Discuss with City possible alternatives,associated Pile Integrity Testing(PIT),deep embankment risks,and costs. compaction testing,and cross hole sonic logging. 4. Develop engineering parameters from the final field and laboratory data. Intertek PSI QUALIFICATIONS STATEMENT:City of Miami Beach Citywide Geote..... . .. and Laboratory Testing Services on an As-Needed Basis I RFQ 2018-097-KB 3. Approach and Methodology PROJECT METHODOLOGY 3.1 Geotechnical 1. PSI will provide all labor, materials,equipment,transportation,and other appurtenant work for performing subsurface explorations,obtaining representative samples,and performing all other geotechnical services. 2. PSI will comply with all federal, state, and local rules and regulations with regard to permits, bonds, drilling, plugging, and all other applicable aspects of drilling. 3. PSI will research and review all pertinent existing geologic and geotechnical data and information available from USGS, area development,and the company's own files. 4. PSI will review the proposed project information and requested scope of work indicated as a minimum level of services desired relative to the anticipated subsurface conditions present.If localized subsurface conditions are expected to vary significantly,we will advise City of additional recommended services prior to commencing work. 5. PSI shall be responsible for contacting the appropriate agencies (state/city utility check) for determining locations of utilities in the vicinity of the actual boring locations. 6. Borings will be backfilled to the original ground surface in accordance with all applicable local, state, and federal guidelines. 7. PSI will perform the standard penetration test(SPT)in accordance with ASTM Designation D 1586. 8. In soil that is predominantly cohesive (silty clays, sandy clays, and material with adhesive binder), Consultant will use the thin-walled tube method for sampling in accordance with ASTM Designation D 1587. 9. Rock coring will be performed in accordance with ASTM Designation D 2113. 10. Double-ring infiltration test will be conducted in accordance with ASTM Designation D 5093. 11. Laboratory tests will be assigned and performed by PSI to classify soils and obtain geotechnical physical characteristics such as strength, compressibility, swell potential, compaction characteristics, and chemical characteristics such as corrosiveness.Perform laboratory testing consistent in quantity and quality with local geotechnical engineering practice to provide the required design parameters and recommendations. The quantity of tests to be performed will be dependent upon the type of soil and/or rock encountered during drilling and sampling with additional consideration of the foundation types that may be required to support the proposed structures. 12. PSI will prepare a geotechnical engineering report containing a discussion of the proposed construction, final boring logs,boring location plan,a description of the drilling and sampling program,a description of the geology and subsurface conditions encountered, groundwater conditions, laboratory test results, and foundation and earthwork recommendations and design parameters. PSI will be responsible for obtaining and maintaining all required City of Miami Beach and any Miami-Dade County Public Works permits, including but not limited to, MOT, excavations, etc. Additionally, if required, PSI will be responsible for all special events permits from the City of Miami Beach and Miami-Dade County Police Departments. REPORTING The following is a list of major items that will appear in the geotechnical engineering report: ✓ Previous Construction Activity and Existing Fill (If present): A discussion of previous construction activity will address any existing fills or subsurface openings, if encountered. Outline the engineering properties of any existing fills with regard to foundation design. ✓ Subsurface Conditions: Subsurface conditions encountered at the site will be discussed, based upon stratigraphic sequence observed and local geology. Figures will be provided displaying soil borings and generalized cross sections.A general description of the engineering properties or parameters determined from the investigation and applied to design recommendations will be provided. Prevailing groundwater elevations observed and those recommended for design will be noted. ✓ Site Preparation Recommendations: Provide grading and site preparation recommendations taking into consideration the conceptual grading plan for the site. ✓ Compaction Requirements: The report will contain detailed and specific criteria for acceptable embankment, fill, or backfill materials and address whether the available borrow material on site is suitable for general or structural fill.The report will contain recommendations for material usage at the site with regard to placement and compaction intertek. p PSI QUALIFICATIONS STATEMENT:City of Miami Beach Citywide Geotechnical and Laboratory Testing Services on an As Needed Basis I RFQ 2018 097-KB 76 3. Approach and Methodology requirements as well as any recommended treatment. Compaction criteria, including acceptable gradations, moisture control,compactive effort,and need for proofrolling will be discussed,including criteria for both granular and cohesive fill, if applicable. Preparation of subgrades for fill and backfill placement will be discussed. ✓ Foundation Design: The geotechnical engineering report prepared by PSI will be used to size and structurally design stable foundations for the structures.To accomplish this task, the report will contain recommendations regarding the recommended foundation type for each structure,as loading and site conditions may require. The report will provide net allowable bearing pressures for shallow spread footings and mats, at recommended bearing depths, considering the types of materials supporting the mats, and note whether any overstressing is allowed under short- term loading such as dynamic,wind,or seismic loading conditions.If over-excavation of unsuitable materials and backfill with structural backfill are required to improve the foundation soils to allow the use of shallow foundations, provide estimated vertical and horizontal extent of the over-excavation and structural backfill. Provide estimated total and differential settlement for foundations using the recommended bearing pressures. Provide an estimate of the time of settlement. Note factors of safety included or recommended. Provide recommendations for resistance to lateral loads, such as passive earth pressures and sliding friction for the base of foundations. Provide recommended groundwater level for determination of buoyancy and means to resist buoyant forces,if needed. Recommendations for deep foundations will include diameter, depth, and any recommended installation requirements. Provide allowable design loading capacities for vertical downward loading, vertical upward loading, and horizontal loading, as appropriate to the site conditions. Provide design parameters for analysis of laterally loaded drilled piers as required for input into lateral pile capacity software. All factors of safety utilized in developing the allowable load capacities shall be outlined in detail. ✓ Slope Stability and Excavations:The report shall address the recommended inclination of both temporary excavation and permanent slopes. ✓ Excavation Requirements:If necessary,a section of the report shall address the excavatibility of the soils and rock which may be exposed during foundation excavation and site grading.The effort and type of equipment utilized to perform excavations is dependent upon the size and depth of the excavation.Thus,the discussion shall be in regard to area-type excavations and confined excavations,such as utility trenches. ✓ Dewatering: Conditions present at the site requiring groundwater control, dewatering, or surface drainage during excavation for mats, footings, and other construction shall be discussed. Anticipated types of dewatering shall be described. Special consideration to exposed sub-soils within the bottom of excavations during construction shall be addressed. ✓ Corrosion Potential and Chemical Attack to Concrete: An evaluation of representative subsurface materials shall be performed to provide laboratory test results for chemical constituents, specifically pH, chloride ion, soluble sulfates, and sulfides as well as electrical resistivity. These parameters are required to evaluate the potential for corrosion to underground piping and grounding,and selection of cement type to resist potential sulfate attack. ✓ Pavements and Roadway:Provide typical pavement thickness suggestions in accordance with Miami Dade County and FDOT specifications. PSI's services will be performed in accordance with the most current version (unless the project is being designed under an older version) of the Soils and Foundation Handbook (SFH) as well as related manuals, Structures Design Guidelines and procedures.Our services will include gathering of"existing data" (i.e. USDA SCS Soil Survey maps, USGS maps, historic aerial photographs and review of geotechnical data from projects in close proximity). A well planned "existing data" review increases project awareness and puts forth knowledge of any unusual conditions during the planning stages. Field work will always be performed with appropriate Maintenance of Traffic and ATSSA certified personnel. Our local knowledge of existing soils conditions, availability of local construction materials, local contractor capabilities and potential claim areas,will be used to prepare the most cost effective/feasible recommendations and identify areas that may require special considerations beyond the typical scope of services. Intertek PSI QUALIFICATIONS STATEMENT:City of Miami Beach Citywide Geotechnical and Laboratory Testing Services on an As-Needed Basis I RFQ 2018-097-KB // 3. Approach and Methodology We would execute a program of subsurface sampling and field testing. Field testing would consist of Standard Penetration Test (SPT) and auger borings in the proposed development areas. The SPT borings would be performed in building and structure areas. The auger borings would be performed in the proposed pavement and storm-water retention areas. The boring depths would be planned to provide necessary subsurface information based on building loads, pavement requirements,and storm-water retention criteria.The borings would be field-located measuring from existing features at the site and hand-held GPS equipment. PSI will visually classify and stratify representative soil samples in the laboratory using the Unified Soil Classification System. We will conduct a laboratory testing program appropriate for each project, identify soil conditions at each boring location and form an opinion of the site soil stratigraphy. Performing permeability testing for proposed storm-water facilities, collecting groundwater level measurements in the boreholes and estimating normal wet seasonal high groundwater levels would also be part of our scope. The results of the field exploration and laboratory tests will be used in PSI's engineering analysis and in the formulation of our geotechnical recommendations.The results of the field and laboratory work,including the recommendations and the data on which they are based,will be presented in a written report to the City which shall be prepared by or under the direction of a Registered Professional Engineer registered under the regulatory laws of the State of Florida. Typical Scheduling Methodology and Timeline Task 1- Project Initiation Depending on the project needs, PSI assigns a night crew, 1. Immediately upon receiving a request for a work order which will allow us to provide our services on a 24-hour proposal, PSI performs the following: basis. 2. Meets with the client's Project Manager to achieve the proper understanding of the project and discuss the Milestone—Schedule Set appropriate services. Deliverable—Work Execution 3. Collects Available Data Schedule(Time Span)—Two weeks 4. Provides input regarding budget savings, as related to the performance of our services. Task—4 Report Preparation 5. Visits the project site to evaluate access conditions and 1. Geotechnical Engineer reviews soil samples and tests surface water conditions properties such as gradation, moisture content and organic content Milestone—Request for proposal 2. If necessary, provides geotechnical recommendations Deliverable—None for foundation design/related construction Schedule(Time Span)—One week 3. Submits report Task 2—Prepare Project Work Order Proposal Milestone—Report preparation PSI prepares a Project Work Order Proposal that outlines the Deliverable—Report Transmittal following information: Schedule(Time Span)—Two weeks 1. Our Understanding of the Project Objectives 2. Detailed Scope of Services Task 5- Project Closeout 3. Estimate of Fees and Total Not-to-Exceed Cost If the nature of the Scope of Work requires, PSI submits a 4. Schedule&Coordination Plan Project Closeout Report at the end of the project that contains a compilation of all reports issued, project Milestone—Notice to Proceed correspondence,and invoices. Deliverable—Work Order Proposal Additionally, our Project Manager requests a meeting with Schedule(Time Span)—One week the client to review the following: 1. Final project accounting Task 3—Project Execution 2. Conducts a post project client satisfaction survey 1. Locates underground utilities 2. Prepares Project Schedule and Budget Tracking System Milestone—Completed project 3. Communicates task assignments to Professional Staff Deliverable—Project Closeout Report Executes Approved Scope of Services Schedule(Time Span)—Two weeks Int(rtek I PSI QUALIFICATIONS STATEMENT:City of Miami Beach Citywide Geotechnical ' and Laboratory Testing Services on an As-Needed Basis I RFQ 2018-097-KB 78 3. Approach and Methodology 3.2 Roadway Reports Roadway reports shall include, but not be limited to: ✓ Copies of SCS and USGS maps with project limits. ✓ A report of tests sheet that summarizes the laboratory test results,the soil stratification (i.e., soils grouped into layers of similar materials)and construction recommendations relative to the current Standard Indices. ✓ Estimated seasonal high and/or low groundwater levels,and review with respect to proposed pavement grades. ✓ Recommend type of geosynthetic for various applications. ✓ The Design LBR results from 90%and mean methods. ✓ Permeability/infiltration parameters for water retention areas/exfiltration trenches/swales. ✓ A description of the site and subsoil conditions,design recommendations and a discussion of any special considerations (i.e., removal of unsuitable material, recompression of weak soils, estimated settlement time/amount, groundwater control etc.). ✓ An appendix which contains stratified soil boring profiles, laboratory test data sheets, Design LBR calculations/graphs, and any other pertinent information. In addition to the roadway report, PSI will also provide stratified boring profiles to the Designer and review the entire set of plans for completeness before each submittal as requested by the Department. PSI will assist the Designer with detailing limits on the cross-sections of subsoil excavation. Up to four draft roadway reports shall be submitted to the District Geotechnical Engineer for each review prior to incorporation of the PSI's recommendations in the project design. 3.3 Materials Testing, Inspection, and Reporting PSI will provide the City of Miami Beach with personnel that are qualified, trained and thoroughly familiar with the City's rules, policies,and procedures in inspection,sampling testing,and reporting in the following areas: a. Bituminous Construction Materials j.Pavement Coring Reporting(PCR)Data Entry b. Sand, Coarse Aggregate, Limerock and Cemented k.Consultant Contract Project Management Coquina Mine Inspection I. Construction Materials Investigations, Special Studies c. Base,Sub-Grade and Embankment Materials &Projects d.Pavement Parking Materials m. Miscellaneous Construction Related Activities e. Portland Cement Concrete n.Materials Inspection and Testing Related Maintenance f.Precast Concrete Products Activities g.Pre-Stressed Concrete Products o.Asphalt Concrete Inspection/Evaluation h.Drilled Shaft Inspection p.Seismic/Vibration Monitoring/Reporting i. Laboratory Information Management System (LIMB) q.Special Inspector Services Data Entry During the construction phase PSI can provide any project with rapid, _ Is accurate and effective materials testing and inspection services.Our staff .. of qualified technicians will provide on-site services as directed. Daily * ` f_ , - -1 k--7/1 , -services will be verbally communicated and written field reports provided ''�"�`' - - r on site. All services will be performed under the supervision and review of a PSI - professional engineer, and summary reports will be provided on an appropriate interval. We pride ourselves upon maintaining pro-active roles within the construction team and not merely just providing test ,.Y,,,, , results. We prefer to offer opinions regarding materials failures and - recommendations for solutions. In this manner we can often aid in Intertck PSI QUALIFICATIONS STATEMENT:City of Miami Beach Citywide Geotechnical and Laboratory Testing Services on an As-Needed Basis I RFQ 2018-097-KB 79 3. Approach and Methodology keeping projects on schedule and on budget. Every member of the team is immediately available for consultation by telephone or in person. All services will be performed under the supervision and review of a PSI professional engineer,and summary reports will be provided on an appropriate interval. PSI will provide services for all site and laboratory testing needs from initial foundation soils preparation through to finish trades work.Our staff of over 40 construction service technicians has cell phones and many have lap tops and digital cameras, depending on the scope of their work. PSI will commit to always having available a full- time staff of experienced professionals and technicians to serve the projects. PSI will be responsible for obtaining and maintaining all required City of Miami Beach and any Miami-Dade County Public Works permits, including but not limited to, MOT, excavations, etc. Additionally, if required, PSI will be responsible for all special events permits from the City of Miami Beach and Miami-Dade County Police Departments. PSI 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. The services provided will be provided by employees that are educated,trained,experienced,certified,and licensed in all areas encompassed within their designated duties. PSI agrees to furnish to the City any and all documentation, certification, authorization, license, permit, or registration currently required by applicable laws, rules, and regulations. PSI further certifies that we, and our 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. FOR Qualified Technicians—see matrix Tab 2 PSI's personnel are certified by numerous entities including the FDOT,AASHTO, CCRL,CM EC,ACI,AWS,ASNT and ICC. 3.4 Laboratory Services PSI maintains a Quality Control Program that includes provisions for checking test equipment and lab personnel proficiency. PSI's Quality Assurance Manual (QA-M-5) is an internal quality guidance document for PSI operations maintaining/pursuing third-party accreditation in accordance with the AASHTO R18 quality system standard and/or the requirements of ASTM E329 and the associated other ASTM quality standards.The objective of this PSI Quality Management System (QMS)is to establish controlled conditions to assure that the tests and inspections performed by PSI personnel are accurate, valid, documented and comply with applicable codes, project specifications, and regulatory requirements. However, the objective of its development is much more comprehensive.Through the implementation of this QMS,it is management's goal:to continually increase the quality of PSI's services; to ensure that the company meets the changing needs of its customers; to the extent possible, to standardize practices and procedures between offices; to ensure that these practices and procedures comply with published standards and accepted industry practice;and to use this system for communicating these goals and objectives to all levels of PSI management and staff. PSI management is committed to these goals and considers these central to the continued success of the company. The establishment of controlled conditions shall encompass the following general provisions: 1.2.1 The testing and reporting procedures used shall provide traceability of measurements. 1.2.2 Test/inspection equipment control shall be implemented to assure procurement and use of the proper equipment, periodic verification of equipment accuracy,and that appropriate calibration and handling techniques are employed to preserve accuracy. 1.2.3 The proper revisions of ASTM,AASHTO, EPA or other recognized standards, procedures or instructions shall be used in performing quality-related activities. 1.2.4 Sampling, identification, shipping, handling,storage and preparation of test specimens shall assure that test prerequisites are satisfied as prescribed in the test/inspection procedures.These activities shall be accomplished in such a manner that sample identification is retained and so that sample loss,contamination,damage or deterioration is prevented. intertek PSI QUALIFICATIONS STATEMENT:City of Miami Beach Citywide Geotechnical and Laboratory Testing Services on an As-Needed Basis I RFQ 2018-097-KB 80 3. Approach and Methodology 1.2.5 The subcontracting of testing and inspection activities shall be performed on a limited,as needed basis. Subcontracted services will be required to meet the applicable provisions of the QMS. 1.2.6 Personnel performing testing or inspection activities will be properly trained and qualified in accordance with documented and approved procedures. 1.2.7 Testing and inspection services will only be performed in those areas and to those standards for which there are adequate resources,equipment and qualified personnel. 1.2.8 Managerial personnel have the authority and resources necessary to implement the QMS and discharge their duties. DOCUMENT TABLE OF CONTENTS: 1.0 INTRODUCTION 2.0 QUALITY MANAGEMENT SYSTEM (QMS) 3.0 ORGANIZATION AND MANAGEMENT 4.0 QUALITY PLANNING 5.0 QUALITY REVIEWS 6.0 PERSONNEL 7.0 ACCOMMODATION AND ENVIRONMENT 8.0 EQUIPMENT AND REFERENCE MATERIALS 9.0 TEST METHODS 10.0 HANDLING OF TEST SAMPLES 11.0 NONCONFORMANCES AND CORRECTIVE ACTION 12.0 QUALITY ASSURANCE RECORDS 13.0 TEST REPORTS 14.0 SUBCONTRACTING 15.0 OUTSIDE SUPPORT AND SUPPLIES 16.0 COMPLAINTS A copy of the full document can be provided upon request. INNOVATIVE SOLUTIONS PSI continually searches for innovative and effective cost saving solutions for our clients. With our broad range of in-house professionals in multiple disciplines, we can accommodate nearly any unforeseen need that may arise. Our comprehensive spectrum of existing service capabilities,coupled with our search for innovative methods, has fulfilled our clients'immediate project needs and concerns where lesser consultants would have been found lacking.Please see a few examples below: Problem-A local municipality had to evaluate the effectiveness of their existing stormwater system on a citywide basis, but were faced with both a schedule and a budgetary constraint for accomplishing such a large-scale task. Solution - PSI catalogues our prior year projects in an aerial database, where the project/test locations are saved by GPS coordinates. Using this prior data, we were able to develop zones throughout the City with differing hydraulic conductivity ranges, which the designer was ultimately able to utilize for their design work. Due to this approach, the City was able to accomplish their objectives for this task within the schedule and budget. Problem-A local municipality had concerns with the contractor's approach to dewatering for utility construction and asked PSI to oversee this work. Solution-PSI utilized monitoring wells at various distances from the dewatering zone and routinely measured the groundwater drawdown. In addition, PSI set up survey stations at various locations and routinely monitored them for ground movement. Based on that extent of drawdown, data of settlement movement and the nature of the construction activities occurring, PSI was able to regulate the overall operation into a favorable scenario both in terms of constructability and schedule. Problem-A large retail development in Miami Beach was faced with significant costs associated with the foundations that were designed by a different geotechnical engineer.At the owner's request,PSI was asked to value engineer the foundations Intertek, -- — --- — PSI QUALIFICATIONS STATEMENT:City of Miami Beach Citywide Geotechnical rc and Laboratory Testing Services on an As-Needed Basis I RFC(2018-097-KB 81 3. Approach and Methodology to evaluate cost savings. Solution - For the static load test being performed as part of the original geotechnical engineer's recommendation, PSI recommended that they be instrumented with strain gages at specific depths. Based on the analysis of the strain gage data, we were able to reduce the production pile lengths by 15 feet each. We performed supplemental field work to confirm our recommendations. The reduction in the production pile lengths over the 500+piles resulted in significant cost savings to our client. Problem-Two endangered species inhabited the site of a proposed municipal building. Solution-PSI provided an investigation and prepared a wildlife mitigation plan to relocate the bald eagle and gopher tortoises. Problem-A local municipality was purchasing and modifying an existing building to use as a storage facility and needed to know if the cell fill within the masonry structure was filled and if it contained reinforcement. Solution-PSI utilized an infrared camera and Ferroscan to verify filled cells and reinforcement. Problem-A local government with suspicions regarding acceptability of 48"fiberglass micro-tunnel pressure piping,wanted to verify conformance with ASTM standards and project specifications. Solution-PSI provided complete physical testing of the full-sized piping samples in our Pittsburgh Testing division and followed up with in-plant inspections from our Houston facility. Problem-The operator of a local water plant was unsure if the contractor had applied acrylic or epoxy paint coatings to the piping. Solution-PSI's in-house analytical lab identified the paint type and components,as well as the paint manufacturer by analyzing a small sampling from the piping. Problem-A wastewater plant expansion job had an acceptability conflict with their ductile iron piping supplier. Solution -Pin holes within the piping coating were identified by PSI, as well as flaws within the manufacturer's plant quality control. PSI followed up by providing thickness testing of the coatings using ultrasonic equipment and analyzing the coating materials for content Innovative Approaches& Effect of Sea Level Rise The PSI team takes our client's concern with sea level rise and climate change into consideration throughout our project approach. Our Team incorporates the 2030 consequences of climate change for South Florida and 0 sea level its influence on any municipal CIP, wherever I appropriate. We understand that our proposed scope 1111111 I- I of services and considerations should acknowledge the sea level potential impacts and worst-case scenario of the sea level rise projections during the implementation of the project scope to mitigate potential impact and provide long-term sustainability. Through the extent of the contract,our Team will work yogreener_o. imialli" in collaboration with the City, County, or other local established entities,Sea Level Rise Task Force to attend Source I: Miami-Dade Sea Level Rise Task Force Report and Recommendations,July I,2014 p.Z Figure 1.South East Florida Sea level Rise Projection(table recreated) workshops and incorporate the most up-to-date information as it relates to climate change and the client's CIP.By keeping our team and the Department informed of these changes,PSI commits to ensuring that the CIP follows a City or County's Comprehensive Development Master Plan(CDMP).The Sea Level Rise Task Force/has established several uitertek. S I PSI QUALIFICATIONS STATEMENT:City of Miami Beach Citywide Geotechnical and Laboratory Testing Services on an As-Needed Basis I RFQ 2018-097-KB 82 3. Approach and Methodology recommendations for the County to address the potential concerns related to climate change.The recommendations focused primarily on the next 50 years. The Southeast Florida Regional Climate Change Compact' projects two feet of sea level rise by 2060, and three feet 36 —annual Sea Level at Key West 2060 3 -Projected Sea Level Rise Range based on USAGE Guidance projected through 2100. This projection is to be revised 30 —Continuation of Historic Sea Level Rise Rate 9 24 inches' every four years to maintain the projection up-to-date. Our41.Team will incorporate these projections as they are v 24 2030 • 2ii v 18 3.7lnche9 amended. — 12 1 — 2010 Southeast Florida Regional Climate Change Compacta 3 6 Sea level=0 -' indicated the following issues related to Sea Level Rise: 0' _-- 0 'Sea level rise produces varied challenges with respect to .6 water resources sustainability, water management, and -1 1980 1990 2000 2010 2020 2030 2040 2050 2060 water/wastewater facilities and infrastructure. Impacts include saltwater contamination of coastal wellfields, Fig"rel-7hrsouthrnst Florida Rrgiorml Qimatr Cherompartrorrvrnrdagruupa(rxprnsm Zolawhirh reviewed the most current snrnre and data dmlop.7 ,,v.;,,,,„,,,sea on over time fur rhe Southeast infiltration of groundwater with elevated chloride levels into Flanrlaregian. wastewater collection systems,impairing normal operations and maintenance as well as limiting opportunities for beneficial use of reclaimed water as an alternative water supply. Water management systems are also at risk with systems constrained by rising groundwater and tailwater elevations, which reduce soil storage and discharge capacity, with increased potential for both inland and coastal flooding and less opportunity for long-term storage of storm water for beneficial reuse." Ark....aa.n...,. Mb &rat0 aryr.a ..rn ;E 111.14.004.• ea tmv. U So lujLLYRabe _ SieuUtie .>,east iato, tnetaiya , tWYWn4 to ata level Rive._ 2-foot Sea Level Rise In Miami-Dads County 3.1oot Sea Level Rise In Miami-Dade County 1-foot Sea Level Pose In Miami-Dade County . ._ ,' 'i �_. v r Nu r if Legend 7 t r.arn tern - It Lewd I=..v.,* ..rnae We will integrate the identified issues on a project-by-project basis subject to the location of the project site. PSI reviews South Florida maps which identify the areas susceptible to sea level rise and have incorporated this mapping system into our Geographic Information Systems (GIS) database. The GIS technology allows us to geolocate these susceptible areas and confirm their location with respect to our project site. In addition to the location, the GIS technology allows us to simulate the effects of sea level rise in South Florida. This simulation will be cross-referenced with the data reported by the Southeast Florida Regional Climate Change Compact to confirm the information. We have reviewed the City of Fort Lauderdale's 2017-2021 Adopted Community Investment Plan and are familiar with the Adaptation Action Areas(AAAs)designation policies and plans to meet climate resiliency,sea level rise,and natural resource lntertck 1 pf=.1 PSI QUALIFICATIONS STATEMENT:City of Miami Beach Citywide Geotechnical and Laboratory Testing Services on an As-Needed Basis I RFQ 2018-097-KB 83 3. Approach and Methodology protection goals. Including investing in infrastructure, drainage systems, bridges, roads; protecting assets from inclement weather and high tides;and managing increased water supply demands. PSI can support the City in developing its resiliency to the impacts of climate change and rising sea levels by providing the foundation and framework for the development and implementation of adaptation strategies and measures in order to reduce risk to these challenges.We are committed to the Fast Forward Fort Lauderdale Our City,Our Vision 2035,interwoven into strategic operations through the Press Play Fort Lauderdale, Our City Our Strategic Plan 2018, and included in budget and planning activities. We can assist with your designated AAA location's infrastructure improvements, from planning and design to project execution to reduce risk to assets experiencing coastal flooding and vulnerability to the effects of sea level rise. Sources:Southeast Florida Regional Climate Change Compact:Analysis of the Vulnerability of Southeast Florida to Sea Level Rise,2012 p.50-52:Countywide Map 1,2,&3 Foot Sea Level Rise-Miami-Dade County Southeast Florida Regional Climate Change Compact:RCAP IGD Water Supply-September 9,2014 WHY CHOOSE PSI? - OUR COMMITMENT TO YOU PSI envisions our team as an extension of your staff and a dependable resource upon which you can rely.As such,we take a special pride and ownership of the projects we serve. Over 30 years of experience with similar projects has provided us the background and qualifications to effectively manage schedule,budget and invoicing to best suit the client's needs.Control of scheduling and an allotted budget are at the core of any project and PSI is committed to meet any City requirements on this contract. PSI will carry out each project in a timely,thorough and methodical manner,and will provide the most professional and cost- effective services. We commit that all tasks will be completed on time and within budget. All final reports will be provided under the supervision of Florida registered professional engineers, subject to our internal quality control/quality assurance program. Our staff know the work scope, can devote as much of their time as necessary, and have a true professional enthusiasm for achieving individual project goals. PSI is committed to providing the highest quality and most responsive professional services. Our unsurpassed client commitment ensures the City that not only will we deliver quality, timely and cost-effective services, but that you will be treated as a most-favored customer. We are confident that you will agree that with our demonstrated expertise and experience we are the best choice to provide the City of Miami Beach with ongoing professional services. untertek _ — P s i PSI QUALIFICATIONS STATEMENT:City of Miami Beach Citywide Geotechnical and Laboratory Testing Services on an As-Needed Basis I RFQ 2018-097-KB 84 1 tntertek ENVIRONMENTAL CONSULTING GEOTECHNICAL ENGINEERING CONSTRUCTION MATERIALS TESTING & ENGINEERING INDUSTRIAL HYGIENE SERVICES NONDESTRUCTIVE EXAMINATION BUILDING SCIENCE SOLUTIONS SPECIALTY ENGINEERING & TESTING SERVICES 305-471-7725 x4SFloridaBids@psiusa.com psiusa.com intertek.com/building TOTAL QUALITY. ASSURED. Intertek Total Quality Assurance expertise, delivered consistently with precision, pace and passion, enabling our customers to power ahead safely.