Loading...
Concession Agreement with E Sciences Incorporated 2o18 ,3a534 AGREEMENT BETWEEN CITY OF MIAMI BEACH AND E SCIENCES INCORPORATED FOR PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS PURSUANT TO REQUEST FOR QUALIFICATIONS NO. 2018-141-ND DISCIPLINE: ENGINEERING- ENVIRONMENTAL SERVICES & TESTING RESOLUTION NO. 2018-30534 1 TABLE OF CONTENTS DESCRIPTION PAGE ARTICLE 1. DEFINITIONS 4 ARTICLE 2. BASIC SERVICES 9 ARTICLE 3. THE CITY'S RESPONSIBILITIES 14 ARTICLE 4. RESPONSIBILITY FOR CONSTRUCTION COST - 16 ARTICLE 5. ADDITIONAL SERVICES 18 ARTICLE 6. REIMBURSABLE EXPENSES 19 ARTICLE 7. COMPENSATION FOR SERVICES 20 ARTICLE 8. CONSULTANT'S ACCOUNTING AND OTHER RECORDS 21 ARTICLE 9. OWNERSHIP OF PROJECT DOCUMENTS 21 ARTICLE 10. TERMINATION OF AGREEMENT 22 ARTICLE 11. INSURANCE 23 ARTICLE 12. INDEMNIFICATION AND HOLD HARMLESS 24 ARTICLE 13. ERRORS AND OMISSIONS 24 ARTICLE 14. LIMITATION OF LIABILITY 25 ARTICLE 15. NOTICE 25 ARTICLE 16. MISCELLANEOUS PROVISIONS 26 r 2 SCHEDULES: SCHEDULE A Consultant Service Order 30 SCHEDULE B Consultant.Compensation 31 SCHEDULE C Hourly Billing Rate Schedule 32 SCHEDULE D Approved-Subconsultants 33 ATTACHMENTS: ATTACHMENT A Resolution & Commission Memorandum 34 ATTACHMENT B Request for Quailifications &Addendums 35 ATTACHMENT C Consultant's Response to the RFQ 36 3 AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND E SCIENCES INCORPORATED . FOR PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED-BASIS" This Agreement made and entered into this day of , 20 (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 E Sciences Incorporated., a Florida corporation having its principal office at 34 E Pine Street, Orlando, FL. 32801 (hereinafter referred to as Consultant). WITNESSETH: WHEREAS, on September 17, 2014, the Mayor and City Commission approved the issuance of Request for Qualifications No. 2018-141-ND for Professional Architectural and Engineering Services in Specialized Categories On An "As-Needed-Basis" (the RFQ); and WHEREAS, the.RFQ was intended to provide access to architectural and engineering firms in accordance with the Florida Consultant's Competitive Negotiation Act; and WHEREAS, on October 17, 2018, the City Commission approved Resolution No. 2018- 30534, respectively, authorizing the City to enter into negotiations with E Sciences Incorporated. and, if successful, execute an agreement with the Consultant pursuant to the RFQ; and WHEREAS, City and the Consultant have negotiated the following agreement pursuant to the RFQ; and NOW THEREFORE, City and Consultant, in consideration of the mutual covenants and agreement herein contained, agree as follows: ARTICLE 1. DEFINITIONS 1.1 Definitions. The definitions included in this Section are not exhaustive of all definitions used in this Agreement. Additional terms may be defined in other Contract Documents. The following terms shall have the meanings specified herein unless otherwise stated herein: ADDITIONAL SERVICES: "Additional Services" shall mean those services, in addition to the Basic Services in this Agreement, as described in Article 5 and the Consultant Service Order, which the Consultant shall perform, at the City's option, and which must be duly authorized, in writing, by the Department Head, prior to commencement of same. 4 APPLICABLE LAWS: "Applicable Laws" means all laws, statutes, codes (including, but not limited to, building codes), ordinances, rules, regulations, lawful orders and decrees of governmental authorities having jurisdiction over the Project, the Project Site or the Parties. BASE BID: "Base Bid" shall mean the elements contained in the Construction Documents recommended by the Consultant(and approved by the City)-as being within the Construction Cost Budget. "Base Bid" shall not include additive alternates or deductive alternates. BASIC SERVICES: "Basic Services" shall include those services which Consultant shall perform in accordance with the terms of the Agreement, as described in Article 2 and the Consultant Service Order. Any Services not specifically enumerated as Additional Services (as defined herein) shall also be considered Basic Services. CITY(OR OWNER): The "City" shall mean the City of Miami Beach, a Florida municipal corporation having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida, 33139. In all respects hereunder, City's obligations and performance is pursuant to City's position as the owner of the Project acting in its proprietary capacity. In the event City exercises its regulatory authority as a governmental body including, but not limited to, its regulatory authority for code inspections and issuance of Building Department permits, Public Works Department permits, or other applicable permits within its jurisdiction, the exercise of such regulatory authority and the enforcement of any Applicable Laws shall be deemed to have occurred pursuant to City's regulatory authority as a governmental body and shall not be attributable in any manner to City as a Party to this Agreement. CITY COMMISSION: "City Commission" shall mean the governing and legislative body of the City. • CITY MANAGER: The "City Manager" shall mean the chief administrative officer of the City. The City Manager shall also be construed to include'any duly authorized representatives designated by the City Manager in writing, including the Project Administrator, with respect to any specific matter(s) concerning the Services and/or this Agreement (exclusive of those authorizations reserved to the City Commission under this Agreement, or to regulatory or administrative bodies having jurisdiction over the Project). CONSTRUCTION COST BUDGET: The "Construction Cost Budget" shall mean the amount budgeted and established by the City to provide for the cost of construction of.the Work for the Project ("Construction Cost"), as set forth in the Consultant Service Order. CONSTRUCTION DOCUMENTS: "Construction Documents" shall mean the final (100% completed) plans, technical specifications, drawings, schematics, documents, and diagrams prepared by the Consultant pursuant to this Agreement, setting forth in detail the requirements for the construction of the Project. The Construction Documents shall set forth in full all details necessary to complete the construction of the Project in accordance with the Contract Documents. Construction Documents shall not be part of the Contract Documents, until (a) the Consultant has submitted completed Construction Documents to the City and (b) they have been reviewed and approved by the City and any agencies having jurisdiction in accordance with the procedures as otherwise provided by the Contract Documents. However, approval by the City shall not in any way be construed, interpreted and/or deemed to constitute a waiver or excuse Consultant's obligations to ensure the Construction Documents are constructible, in compliance with all Applicable Laws and in accordance with the Contract Documents. 5 CONSULTANT: The named entity on page 1 of this Agreement, the "Consultant" shall mean the qualified and properly professionally licensed design professional in the State of Florida and as otherwise required by any entities, agencies, boards, governmental authorities and/or any other professional organizations with jurisdiction governing the professional practice area for which the design professional has been engaged by City and who will perform (or cause to be performed through Subconsultants acceptable to the City) all architectural, design and engineering services required under this Agreement and/or Consultant Service Order and will serve as the "architect of record" and/or "engineer of record" for the Project. When the term "Consultant" is used in this Agreement it shall also be deemed to include any officers, employees, or agents of Consultants, and any other person or entity acting under the supervision, direction, or control of Consultant to provide any architectural, design, engineering or similar professional services with respect to a Project ("Subconsultants"). The Consultant shall not be replaced byany other entity, except as otherwise permitted in this Agreement. Further, any Subconsultant that may perform services on behalf of the Consultant shall be a qualified and properly professionally licensed design professional in the State of Florida and as otherwise required by any entities, agencies, boards, governmental authorities and/or any other professional organizations with jurisdiction governing the professional practice area for which the Subconsultant has been engaged by Consultant to perform professional design services in connection with the Project. The Subconsultants in,Schedule "D", attached hereto, are hereby approved by the City Manager for the Project. CONSULTANT SERVICE ORDER: Consultant Service Order shall mean the work order issued by the City to Consultant (in substantial form as in Schedule A attached hereto), that specifically describes and delineates the particular Services (Basic Services and/or Additional Services) which will be required of Consultant for the Project. CONTRACT AMENDMENT: "Contract Amendment" shall mean a written modification to the Agreement approved by the City (as specified below) and executed between City and Consultant, covering changes, additions, or reductions in the terms of this Agreement including, without limitation, authorizing a change in the Project, or the method and manner of performance thereof, or an adjustment in the fee and/or completion dates. Contract Amendments shall be approved by the City Commission if they exceed fifty thousand dollars ($50,000.00). Even for Contract Amendments of fifty thousand dollars ($50,000.00) or less (or other such threshold contract amount as may be specified by the City of Miami Beach Procurement Ordinance), the City Manager reserves the right to seek and obtain concurrence of the City Commission for approval of any such Contract Amendment. CONTRACT DOCUMENTS: "Contract Documents" shall mean this Agreement (together with all exhibits, addenda, Consultant Service Orders and written amendments issued thereto), and all Design Documents and Construction Documents. The Contract Documents shall also include, without limitation (together with all exhibits, addenda, and written amendments issued thereto), the Invitation to Bid (ITB), instructions to bidders, bid form, bid bond, Design Criteria Package (if any), the Contract for Construction, surety payment and performance bonds, Conditions of the Contract for Construction (General, Supplementary, and other Conditions), Divisions 0-17 specifications, an approved Change Order(s), approved Construction Change Directive(s), and/or approved written order(s)for a minor change in the Work. 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 6 Documents, including, without limitation, a general contractor, construction manager, design- builder or any other duly licensed construction contractor selected pursuant to any other procurement methodology available under Florida law. CONTRACTOR: "Contractor" shall mean the ' individual or individuals, firm, company, corporation, joint venture, or other entity contracting with City for performance of the Work covered in the Contract Documents. DESIGN CRITERIA PACKAGE or DCP: "Design Criteria Package" means concise, performance-oriented drawings or specifications of a design-build Project, prepared for the purpose of furnishing sufficient information to permit design-build firms to prepare a bid or a response to a City request for proposal, or to permit the City to enter into a negotiated design- build contract. The Design Criteria Package must specify performance-based criteria for the design-build Project, including the legal description of the site, survey information concerning the site, interior space requirements, material quality standards, schematic layouts and conceptual design criteria of the project, cost or budget estimates, design and construction schedules, site development requirements, provisions for utilities, stormwater retention and disposal, and parking requirements applicable to the project. DESIGN DOCUMENTS: "Design Documents" means all plans, drawings specifications, schematics and all other documents which set forth in full the design of the Project and fix and describe in detail the size, configuration and character of the Project concerning all items of the Project necessary for the final preparation of the 100% completed, permitted Construction Documents in accordance with the requirements of the Contract Documents including, without limitation, all architectural and engineering elements as may be appropriate. Design Documents shall not be part of the Contract Documents, until (a) the Consultant has submitted completed Design Documents to the City and (b) they have been reviewed and approved by the City and agencies having jurisdiction in accordance with the procedures as provided by-the Contract Documents. However, approval by the City shall not in any way be construed, interpreted and/or deemed to constitute a waiver or excuse Consultant's obligations to ensure the Design Documents are constructible, in compliance with all Applicable Laws and in accordance with the Contract Documents. FORCE MAJEURE: "Force Majeure" shall mean any delay occasioned by superior or irresistible force occasioned by violence in nature without the interference of human agency such as a hurricane, tornado, flood, loss caused by fire and other similar unavoidable casualties; or other causes beyond the City's or Consultant's control that are not due to any act, omission or negligence of either City or Consultant and, which have, or may be reasonably expected to have, a material adverse effect on the Project, or on the rights and obligations of City or Consultant under this Agreement and which, by the exercise of due diligence, such parties shall not have been able to avoid; provided, however, that inclement weather (except as noted above), the acts or omissions of Subconsultants, the Contractor and its sub-contractors, market conditions, labor conditions, construction industry price trends, and similar matters which normally impact on the construction process shall not be considered a Force Majeure. If the Consultant is delayed in performing any obligation under this Agreement due to a Force Majeure, the Consultant shall request a time extension from the Project Administrator within five (5) business days of said Force Majeure. Any time extension shall be subject to mutual agreement and shall not be cause for any claim by the Consultant for extra compensation, unless Additional Services are required and approved pursuant to Article 5 hereof. 7 PROJECT: The "Project" shall mean that certain City capital project described in the Consultant Service Order. Project Cost: The "Project Cost", shall mean the estimated total cost of the Project, as prepared and established by the City, including the estimated Construction Cost and Soft Costs. The Project Cost may, from time to time, be revised or adjusted by the City, in its sole discretion, to accommodate approved modifications or changes to the Project or scope of work. The estimated construction value shall be less than the amount established in Categoryi5, Section 287.017, Florida Statutes (currently $325,000 or as amended by law) or for a planning or study activity shall not exceed the amount established in Category 2, Section 287.017, Florida Statutes (currently $35,000 or as amended by law). Project Scope: The "Project Scope" shall mean the description of the Project, as described in the Consultant Service Order. PROJECT ADMINISTRATOR: The "Project Administrator" shall mean the individual designated by the City Manager who shall be the City's authorized representative to issue directives and notices on behalf of the City with respect to all matters concerning the Services of this Agreement (exclusive of those authorizations reserved to the City Manager or City Commission under this Agreement, or to regulatory or administrative bodies having jurisdiction over the Project). PROPOSAL DOCUMENTS: "Proposal Documents" shall mean the RFQ, together with all amendments or addenda thereto (if any), which is incorporated by reference to this Agreement and made a part hereof; provided, however, that in the event of an express conflict between the Proposal Documents and this Agreement, the Agreement shall prevail. Consultant's proposal in response to the RFQ is included for reference purposes only'and shall not be incorporated as part of this .Agreement, except with respect to Consultant's representations regarding the qualifications and experience of Consultant and its key personnel, its commitment to provide the key personnel listed therein, and its capability to perform and deliver the Services in accordance with this Agreement and consistent with the all representations made therein. SCHEDULES: "Schedules" shall mean the various schedules attached to this Agreement and referred to as follows: Schedule A— Consultant Service Order. Schedule B —Consultant Compensation. Schedule C— Hourly Billing Rate Schedule. Schedule D --Approved Subconsultants. SCOPE OF SERVICES: "Scope of Services" shall include the Project Scope, Basic Services, and any Additional Services (as approved by the City), all as described in Schedule "A" hereto. SERVICES: "Services" shall mean all services, work, and actions by the Consultant performed pursuant to or undertaken under this Agreement. 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, 8 • testing, general consultant, financing, permitting fees and other similar costs, as determined by the City, that are not considered as direct costs for the construction of the Project. STATEMENT OF PROBABLE CONSTRUCTION COST: The "Statement of Probable Construction Cost" shall mean- the detailed estimate prepared by Consultant in Construction Standard Index (CSI) format or other format approved by the Project Administrator, which includes the Consultant's estimated total construction cost to the City of the Work for the Project (as established in the Contract Documents, as they may be amended from time to time). The Statement of Probable Construction Cost shall be in sufficient detail to identify the costs of each element of the Project and include a breakdown of the fees, general conditions and construction contingency for the Project. Costs shall be adjusted to the projected bid date to take into account anticipated price escalation. WORK: "Work" shall mean all labor, materials, equipment, supplies, tools, machinery, utilities, fabrication, transportation, insurance, bonds, permits and conditions thereof, building code changes and government approvals, licenses, tests, quality assurance and/or quality control inspections and related certifications, surveys, studies, and other items, work and services that are necessary or appropriate for the total construction, installation, and functioning of the Project, together with all additional, collateral and incidental items, and work and services required for delivery of a completed, fully functional and functioning Project as set forth in the Contract Documents. ARTICLE 2. BASIC SERVICES 2.1 The Consultant shall provide Basic Services for the Project, specifically described in the . ' Consultant Service Order. Consultant acknowledges and agrees that this Agreement and the award of any work hereunder, is non-exclusive, and the City may, at its sole and absolute discretion,: award similar services or work to other firms under-contract with the City. No Consultant Service Order shall be issued to Consultant, and no work or Services shall be authorized under this Agreement, except at City's sole discretion. Consultant shall have no entitlement to perform any services hereunder, or to be compensated for any Services, unless set forth in a written Consultant Service Order. 2.2 The Services will be commenced by the Consultant upon receipt of a written Consultant Service Order signed by the Department Head. Consultant shall countersign the Consultant Service Order upon receipt and return the signed copy to the City. 2.3 As it relates to the Services and the Project, Consultant warrants and represents to the City that it is knowledgeable of and shall comply with all Applicable Laws. The Consultant agrees to comply with all Applicable Laws, whether now in effect or as may be amended or adopted from time to time, and shall further take into account all known pending changes to the foregoing of which it should reasonably be aware. 2.4 The Consultant warrants and represents to the City that all of the Services required under this Agreement shall be performed in accordance with the standard of care normally exercised in the design of comparable projects in South Florida. Consultant warrants and represents to the City that it is experienced, fully qualified, and properly licensed (pursuant to Applicable Laws) to perform the Services. Consultant warrants and represents to the City that it is responsible for the technical accuracy of the Services (including, without limitation, the Design Documents contemplated in Schedule "A" hereto). Consultant further warrants and represents 9 7 that the approved and permitted Construction Documents shall constitute a representation by Consultant to City that the Project, if constructed as required by the Contract Documents, will be fully functional, suitable and sufficient for its intended purposes. 2.5 The Consultant's Basic Services may consist of various tasks, including planning, design, bidding/award, preparation of a DCP, studies, construction administration, and Additional Services (as may be approved), all as further described in the Consultant Service Order; and shall also include any and all of Consultant's responsibilities and obligations with respect to the Project, as set forth in the General Conditions of the Contract for Construction. 2.6 RESPONSIBILITY FOR CLAIMS AND LIABILITIES: No action or omission by City shall waive or excuse Consultant's obligations under the Agreement and/or other._ Contract Documents and that Consultant shall remain fully liable for all work performed by Consultant including, without limitation, any design errors or omissions. Written decisions and/or approvals issued by the City shall not constitute nor be deemed a release of the responsibility and liability of the Consultant (or any Subconsultants), for the accuracy and competency of the Design Documents and Construction Documents, nor shall any City approval and/or decisions be deemed to be an assumption of such responsibility by the City for a defect, error or omission in the Design Documents and the Construction Documents. Moreover, neither the City's inspection, review, approval or acceptance of, nor payment for, any Services required under the Agreement shall be construed to relieve the Consultant (or any Subconsultant) of its obligations and responsibilities under the Agreement, nor constitute a waiver of any of the City's rights under the Agreement, or of any cause of action arising out of the performance of the Agreement. The Consultant shall be and remain liable to the City in accordance with Applicable Laws for all damages to City caused by any failure of the Consultant or to comply with the terms and conditions of the Agreement or by the Consultant's misconduct, unlawful acts, negligent acts, errors or omissions in the performance of the Agreement. 2.7 TIME: It is understood that time is of the essence in the completion of the Project and, in this respect, the parties agree as follows: 2.7.1 Term: The term of this Agreement shall commence upon execution by the City and Consultant, which shall be the Effective Date referred to on page 1 hereof, and shall be in effect for three (3) years ("Initial Term"), plus two (2), one (1) year renewal options, to be exercised at the sole discretion of the City Manager (Initial Term and any renewals shall be collectively referred to as the "Term"). Notwithstanding the preceding Term, Consultant shall adhere to any and all timelines and/or deadlines, as set forth in the Consultant Service Order, including the time for completion of the work and/or services for such Project(as set forth in the particular Consultant Service Order). 2.7.2 The Consultant shall perform the Services as expeditiously as is consistent with the standard of professional skill and care required by this Agreement, and the orderly progress of the Work. 2.7.3 Recognizing that the construction of other projects within the City may affect scheduling of the construction for the Project, the Consultant shall diligently coordinate performance of the Services with the City (through the Project Administrator) in order to provide for the safe, expeditious, economical and efficient completion of the Project, without negatively impacting concurrent work by others. The Consultant shall coordinate the Services with all of its Subconsultants, as well as other consultants, including, without limitation, City provided consultants (if any). 10 2.7.4 The Services shall be performed in a manner that shall conform to the Consultant Service Order. The Consultant may submit requests for an adjustment to the Consultant Service Order completion time, if made necessary because of undue delays resulting from untimely review taken by the City (or authorities having jurisdiction over the Project) to approve the Consultant's submissions, or any other portion of the Services requiring approval by the City (or other governmental authorities having jurisdiction over the Project). Consultant shall immediately provide the Project Administrator with written notice stating the reason for the particular delay; the requested adjustment (i.e. extension) to the Project Schedule; and a revised anticipated schedule of completion. Upon receipt and review of Consultant's request (and such other documentation as the Project Administrator may require), the Project Administrator may grant a reasonable extension of time for completion of the particular work involved, and authorize that the appropriate adjustment be made to the Project Schedule. The Project Administrator's approval (if granted) shall be in writing. 2.8 ,Consultant shall use its bestefforts to maintain a constructive, professional, cooperative working relationship with the Project Administrator, Contractor, and any and all other individuals and/or firms that have been contracted, or otherwise retained, to perform work on the Project. 2.9 The Consultant shall perform its duties under this Agreement, and under a Consultant Service Order, in a competent, timely and professional manner, and shall be responsible'to the City for any failure in its performance, except to the extent that acts or omissions by the City make such performance impossible. 2.10 The Consultant is responsible for the professional quality, technical accuracy, completeness, performance and coordination of all Services required under the Agreement and under the Consultant Service Order (including the services performed by Subconsultants), within the specified time period and specified cost. The Consultant shall perform the Services utilizing the skill, knowledge, and judgment ordinarily possessed and used by a proficient consulting with respect to the disciplines required for the performance of such Services in the State of Florida. The Consultant is responsible for, and shall represent to City that the Services conform to the City's requirements, the Contract Documents and all Applicable Laws. The Consultant shall be and remain liable to the City for all damages to the City caused by the Consultant's negligent acts or errors or omissions in the performance of the Services. ` In addition to all other rights and remedies which the City may have, the Consultant shall, at its expense, re-perform all or any portion of the Services to correct any deficiencies which result from the Consultant's failure to perform in accordance with the above standards. The Consultant shall also be liable for the replacement or repair of any defective materials and equipment and re-performance of any non-conforming construction work resulting from such deficient Services (i) for a period from the Effective Date of this Agreement, until twelve (12) months following final acceptance of the Work, (ii) or for the period of design liability required by applicable law, whichever is later. The Project Administrator shall notify the Consultant, in writing, of any deficiencies and shall approve the method and timing of the corrections. 2.10.1 The Consultant shall be responsible for deficient, defective Services and any resulting deficient, defective construction work re-performed within twelve (12) months following final acceptance and shall be subject to further re-performance, repair and replacement for twelve (12) months from the date of initial re-performance, not to exceed twenty-four months (24)from final acceptance. 11 2.11 The City shall have the right, at any time, in its sole and absolute discretion, to submit for review to other consultants (engaged by the City at its expense) any or all parts of the Services and the Consultant shall fully cooperate in such review(s). Whenever others are required to verify, review, or consider any Services performed by Consultant (including, without limitation, contractors, other design professionals, and/or other consultants retained by the City), the intent of such requirement is to enable the Consultant to receive input from 'others' professional expertise to identify any discrepancies, errors or omissions that are inconsistent with industry standards for design or construction of comparable projects; or which are inconsistent with Applicable Laws; or which are inconsistent with standards, decisions or approvals provided by the City under this Agreement. Consultant will use reasonable care and skill, in accordance and consistent with customary professional-standards, in responding to items identified by other reviewers in accordance with this subsection. Consultant shall receive comments from. reviewers, in writing, including, without limitation (and where applicable), via a set of marked-up drawings and specifications. Consultant shall address comments forwarded to it in a timely manner. The term "timely" shall be defined to mean as soon as possible under the circumstances, taking into account the timelines of the Project schedule. 2.11.1 The Consultant is advised that a performance evaluation of the Services rendered throughout this Agreement will be completed by the City and kept in the City's files for evaluation of future solicitations. 2.12 Consultant agrees that when any portion of the Services relates to a professional service which, under Florida Statutes, requires a license, certificate of authorization, or other form of legal entitlement to practice and/or perform such Service(s), it shall employ and/or retain only qualified duly licensed certified personnel to provide same. 2.13 Consultant agrees to designate, in writing, within five (5) calendar days after receiving a fully executed Consultant Service Order, a qualified licensed professional to serve as its project manager (hereinafter referred to as the "Project Manager"). The Project Manager shall. be authorized and responsible to act on behalf of Consultant with respect to directing, coordinating and administrating all aspects of the Services. Consultant's Project Manager (as well as any replacement) shall be subject to the prior written approval of the City Manager or the Project Administrator. Replacement (including reassignment) of an approved Project Manager shall not be made without the prior written approval of the City Manager or his designee (i.e. the Project Administrator). 2.13.1 Consultant agrees, within fourteen (14) calendar days of receipt of written notice from the City Manager or the Project Administrator (which notice shall state the cause therefore), to promptly remove and replace a Project Manager, or any other personnel employed or otherwise retained by Consultant for the Project ( including, without limitation, any Subconsultants). 2.14 Consultant agrees not to divulge, furnish or make available to any third party(ies), any non-public information concerning the Services or the Project, without the prior written consent of the City Manager or the Project Administrator, unless such disclosure is incident to the proper performance of the Services; or the disclosure is required pursuant to Florida Public Records laws; or, in the course of judicial proceedings, where such information has been properly subpoenaed. Consultant shall also require Subconsultants to comply with this subsection. 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 12 be performed by Consultant to complete the work and/or services described and delineated under a Consultant Service Order issued to Consultant by the City for a particular Project. If, during the course of performing work, services and/or tasks on a particular Consultant Service Order, Consultant determines that work and/or services should be performed (to complete the Project delineated under such Order) which is, in the Consultant's reasonable opinion, outside the level of effort originally anticipated in the Consultant Service Order, then Consultant shall promptly notify the Project Administrator, in writing, and shall obtain the Project Administrator's written consent before proceeding with such work and/or services. If Consultant proceeds with any such additional work and/or services without obtaining the prior written consent of the Project Administrator, said work and/or services shall be deemed to be a Basic Service under this Agreement and shall also be deemed to be within the scope of 'services delineated in the Consultant Service Order(whether or not specifically addressed in the Scope,of Services). Mere notice by Consultant to the Project Administrator shall not constitute authorization or approval by the City to perform such work. Performance of any such work and/or services by Consultant without the prior written consent of the Project Administrator shall be undertaken at Consultant's sale risk and liability. 2.16 Consultant shall establish, maintain, and categorize any and all Project documents and records pertinent to the Services and shall provide the City, upon request, with copies of any and all such documents and/or records. In addition, Consultant shall provide electronic document files to the City upon completion of the Project. 2.17 THE CITY HAS NO OBLIGATION TO ASSIST, FACILITATE AND/OR PERFORM IN ANY WAY THE CONSULTANT'S OBLIGATIONS UNDER THE AGREEMENT OR OTHER CONTRACT DOCUMENTS. THE CITY'S PARTICIPATION, FACILITATION AND/OR ASSISTANCE TO THE CONSULTANT SHALL BE AT ITS SOLE DISCRETION AND SHALL NOT, IN ANY WAY, BE CONSTRUED, INTERPRETED- AND/OR CONSTITUTE AN ASSUMPTION BY THE _ CITY OF CONSULTANT'S OBLIGATIONS, A WAIVER OF CONSULTANT'S OBLIGATIONS AND/OR EXCUSE ANY BREACH BY CONSULTANT OF ITS OBLIGATIONS UNDER THE CONTRACT DOCUMENTS. THE PARTICIPATION IN THE PERFORMANCE OF ANY OF CONSULTANT'S OBLIGATIONS SHALL NOT PRECLUDE THE CITY FROM DECLARING CONSULTANT IN DEFAULT FOR CONSULTANT'S FAILURE TO PERFORM SUCH OBLIGATION, NOR SHALL IT LIMIT, IN ANY WAY, THE CITY'S RIGHTS AND REMEDIES IN CONNECTION THEREWITH. THE CONSULTANT EXPRESSLY ACKNOWLEDGES AND AGREES NOT TO RAISE OR ASSERT AS DEFENSE TO ANY CLAIM, ACTION, SUIT AND/OR OTHER PROCEEDING OF A' SIMILAR NATURE, THE CITY'S PARTICIPATION, ASSISTANCE AND/OR FACILITATION IN THE PERFORMANCE OF CONSULTANT'S OBLIGATIONS. INCLUDING, WITHOUT LIMITATION, ASSISTING WITH OBTAINING PERMITS OR WITH COORDINATION WITH UTILITIES, OR OTHER MATTERS RELATED TO THE PROJECT. IN THE EVENT OF ANY CONFLICT BETWEEN THIS SECTION AND/OR ANY OTHER PROVISION OF THIS AGREEMENT OR OTHER CONTRACT DOCUMENTS, THIS SECTION SHALL GOVERN. 2.18 GREEN BUILDING STANDARDS: The Consultant shall comply with the requirements of Section 255.2575, Florida Statutes, and Chapter 100 of the City Code, as both may be amended from-time-to time, addressing applicable Leadership in Energy and Environmental Design (LEED) compliance requirements. 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 13 pursuant to appropriate written agreements between the Consultant and the Subconsultants, which shall contain provisions that preserve and protect the rights of the City under this Agreement. Nothing contained in this Agreement shall create any contractual relationship between the City and the Subconsultants. The Consultant shall not retain, add, or replace any Subconsultant without the prior written approval of the City Manager, in response to a written request from the Consultant stating the reasons for any proposed substitution. The Consultant shall cause the names of Subconsultants responsible for significant portions of the Services to be inserted on the plans and specifications. The Consultant shall be ultimately responsible for ensuring the Consultant's and all of its Subconsultants' compliance with the requirements of this Section and any other provision of the Agreement and/or Consultant Service Order. With respect to the performance of work by Subconsultants, the Consultant shall, in approving and accepting such work, ensure the professional quality, completeness, and coordination of the Subconsultant's work. The Consultant shall, upon the request of the City, submit to the City such documentation and information as the City reasonably requests to evidence the creation, standing, ownership and professional licensure of the Consultant (and Subconsultants), including organizational documents, operating agreements and professional licensure documentation, and copies of the Consultant's contracts with the Subconsultant with respect to the Project. However, the City's failure to request such documentation or evidence and/or failure to enforce in any way the terms and provisions of this Section, the Agreement and/or any other Consultant Service Order during the Project does not excuse, waive and/or condone in any way any noncompliance of the requirements set forth therein including, without limitation, the professional licensure requirements. Any approval of a Subconsultant by the City shall in no way shift from the Consultant to City the responsibility for the quality and acceptability of the services performed by the Subconsultant. Payment of Subconsultants shall be the sole responsibility of the Consultant, and shall not be cause for any increase in compensation to the Consultant for payment of the Services. ARTICLE 3. THE CITY'S RESPONSIBILITIES 3.1 The City Manager shall designate a Project Administrator, who shall be the City's authorized representative to act on City's behalf with respect to the City's responsibilities or matters requiring City's approval under the Contract Documents. The Project Administrator 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, 14 and hereby agrees and acknowledges, that it is obligated to verify to the extent it deems necessary all information furnished by the City, and that it is solely responsible for the accuracy and applicability of all such information used by Consultant. Such verification shall include, without limitation, visual examination of existing conditions in all locations encompassed by the Project, where such examination can be made without using destructive measures (i.e. excavation or demolition). Survey information shall be spot checked to the extent that Consultant has satisfied itself as to the reliability of the information. 3.3 At any time, in his/her sole discretion, the City Manager may furnish accounting, and insurance counseling services for the Project (including, without limitation, auditing services to* verify the Consultant's applications for payment, or to ascertain that Consultant has properly remitted payment due to its Subconsultants or vendors). 3.4 If the City observes or otherwise becomes aware of any fault or defect in the Project, or non-conformance with the Contract Documents, the City, through the Project Administrator, shall give prompt written notice thereof to the Consultant. 3.5 The City, acting in its proprietary capacity as Owner and not in its regulatory capacity, shall render any administrative approvals and decisions required under this Agreement, in writing, as reasonably expeditious for the orderly progress of the Services and of the Work. 3.6 The City Commission shall be the final authority to do or to approve the following actions or conduct, by passage of an enabling resolution or amendment to this Agreement: 3.6.1 Except where otherwise expressly noted in the Agreement or the Contract Documents, the City Commission shall be the body to consider, comment upon, or approve any amendments or modifications to this Agreement. 3.6.2 The City Commission shall be the body to consider, comment upon, or approve any assignment, sale, transfer or subletting of this Agreement. Assignment and transfer shall be defined to also include sale of the majority of the stock of a. corporate consultant. 3.6.3 The City Commission shall approve or consider all Contract Amendments that exceed the sum of fifty thousand dollars ($50,000.00) (or other such amount as may be specified by the City of Miami Beach Procurement Ordinance, as amended). 3.7 Except where otherwise expressly noted in this Agreement, the City Manager shall serve as the City's primary representative to whom administrative (proprietary) requests for decisions and approvals required hereunder by the City shall be made. Except where otherwise expressly noted in this Agreement or the Contract Documents, the City Manager shall issue decisions and authorizations which may include, without limitation, proprietary review, approval, or comment upon the schedules, plans, reports, estimates, contracts, and other documents submitted to the City by Consultant. 3.7.1 The City Manager shall have prior review and approval of the Project Manager (and any replacements) and of any Subconsultants (and any replacements). 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 15 with the City Commission on such matters. 3.7.3 At the request of Consultant, the City Manager shall be authorized, but not required, to reallocate monies already budgeted toward payment of the, Consultant; provided, however, that the Consultant's compensation (or other budgets established by this Agreement) may not be increased without the prior approval of the City Commission, which approval (if granted at all) shall be in its sole and reasonable discretion. 3.7.4 The City Manager may approve Contract Amendments which do not exceed the sum of fifty thousand dollars ($50,000.00) (or other such amount as may be specified by the City of Miami Beach Purchasing Ordinance, as amended); provided that no such amendments increase any of the budgets established by this Agreement. 3.7.5 The City Manager may, . in his/her sole discretion, form a committee or committees, or inquire of, or consult with, persons for the purpose of receiving advice and recommendations relating to the exercise of the City's powers, duties, and responsibilities under this Agreement or the Contract Documents. 3.7.6 The City Manager shall be the City Commission's authorized representative with regard to acting on behalf of the City in the event of issuing any default notice(s) under this Agreement, and, should such default remain uncured, in terminating the Agreement (pursuant to and in accordance with Article,10 hereof). 3.8 The City's review, evaluation, or comment as to any documents prepared by or on behalf of the Consultant shall be solely for the purpose of the City's determining for its own satisfaction the suitability of the Project, or portions thereof, detailed in such documents for the purposes intended therefor by the City, and may not be relied upon in any way by the Consultant or any other third party as a substantive review thereof. ARTICLE 4. RESPONSIBILITY FOR CONSTRUCTION COST 4.1 The City shall establish a Construction Cost Budget for the Project, as set forth in the Consultant Service Order. Consultant shall design the Project so that the Construction Cost Budget for the Project is not exceeded. As part of the Basic Services, Consultant shall design and/or re-design the Project to the Construction Cost Budget in accordance with this Article 4, making all revisions necessary to maintain the Construction Cost Budget. Consultant shall attend meetings with the City to review and discuss cost estimates, cost-saving alternatives, and implementation or revision of the Design Documents and Construction Documents to address such items, as necessary to meet the established budget parameters set forth in the City Construction Budget. 4.2. Consultant shall provide and/or update the Statement of Probable Construction Cost at each stage of completion of the Design Documents and at completion of the Construction Documents, unless otherwise specified in the Consultant Service Order or other written directive of the Project Administrator. 4.2.1. At completion of the conceptual design (at such stage of completion of the Design Documents as may be specified by the Project Administrator), Consultant shall provide the City a Statement of Probable Construction Cost, which must include an estimated Construction Cost for the,Project within a range of plus or minus fifteen percent (+/-15%) of the 16 Construction Cost Budget. If at the foregoing stage of design the Consultant's Statement of Probable Construction Cost exceeds the City's Construction Budget by more than fifteen percent (15%), then the Project Administrator shall provide notice thereof to the Consultant. Consultant shall then identify the cause(s) for the difference and recommend in writing for the City's approval any modification in the Design Documents necessary to conform the • Consultant's estimated total costs in the Statement of Probable Construction Cost to within fifteen percent (15%) of the City's Construction Budget. Upon obtaining City's approval of any proposed modifications, Consultant shall incorporate such modifications within the Design Documents as part of the Basic Services and at no additional cost to the City. 4.2.2. At the 30% and 60% completion of the Design Documents, Consultant shall update its Statement of Probable Construction Cost, which must include an estimated Construction Cost for the Project within a range of plus or minus ten percent (+/-10%) of the Construction Cost Budget. If at the foregoing stages of design the Consultant's Statement of Probable Construction Cost exceeds the City's Construction Budget by more than ten percent (10%), the Project Administrator shall provide notice thereof to the Consultant. Consultant shall then identify the cause(s)for the difference and recommend in writing for the City's approval any modification in the Design Documents necessary to conform the Consultant's estimated total costs in the Statement of Probable Construction Cost to within ten percent (10%) of the City's Construction Budget. Upon obtaining City's approval of any proposed modifications, Consultant shall incorporate such modifications within the Design Documents as part of the Basic Services and at no additional cost to the City. 4.2.3. At the 90% stage completion of the Design Documents and at completion of the Construction Documents, Consultant shall update its Statement of Probable Construction Cost, which must include an estimated Construction Cost for the Project within a range of plus or minus five percent (+/-5%) of the Construction Cost Budget. If at the foregoing stages of design the Consultant's Statement of Probable Construction Cost exceeds the City's Construction Budget by more than five percent (5%), the Project Administrator shall provide notice thereof to the Consultant. Consultant shall then identify the cause(s)for the difference and recommend in writing for the City's approval any modification in the Design Documents necessary to conform the Consultant's estimated total costs in the Statement of Probable Construction Cost to within five percent (5%) of the City's Construction Budget. Upon obtaining the City's approval, Consultant shall promptly modify the Design Documents or Construction Documents within the time period specified by the Project Administrator (which time period for completion ,shall not exceed ninety (90) days from the date Consultant is notified to re-design), as part of the Basic Services and at no additional cost to the City. 4.2.4. To ensure that the Construction Cost shall not exceed the City's Construction Budget, each Statement of Probable Construction Cost shall be in sufficient detail to identify the costs of each element and include a breakdown of the fees, general conditions and a reasonable and appropriate construction contingency. 4.3. Consultant shall certify and warrant to the City that the Statement of Probable Construction Cost and any update thereto, represents Consultant's best judgment of the Construction Cost for the Project as an experienced design professional familiar with the construction industry, provided, however, that Consultant cannot (and does not) guarantee that bids or negotiated prices will not vary from any estimates of Construction Cost or other cost evaluation(s) prepared (or otherwise provided) by Consultant. 4.4 If the lowest and best Base Bid exceeds the Consultant's final updated Statement of 17 Probable Cost by more than ten percent (10%), the Project Administrator shall provide notice thereof to the Consultant, and the Consultant shall re-design the Project within the Project Scope, construction schedule, sequence of Work, or such other action, as deemed necessary, to reduce the Statement of Probable Construction Cost, and Consultant shall provide any required revisions to the Contract Documents (including, without limitation, the Construction Documents) within the time period specified by the Project Administrator (which time period for completion shall not exceed ninety (90) days from the date Consultant is notified to re-design), and shall provide re-bidding services, as many times as may be reasonably requested by the City, as part of the Basic Services and at no additional cost to the City, in order to bring any resulting, responsive and responsible bids within ten percent (10%) of the Consultant's final updated Statement of Probable Cost. 4.5. The Construction Cost Budget shall not be exceeded without fully justifiable, extraordinary, and unforeseen circumstances (such as Force Majeure) which are beyond the control of the parties. Any expenditure above this amount shall besubject to prior City Commission approval which, if granted at all, shall be at the sole and reasonable discretion of the City Commission. The City Commission shall have no obligation to approve an increase in the Construction Cost Budget and, if such Construction Cost Budget is exceeded, the City Commission may, at its sole and absolute discretion, terminate this Agreement (and the remaining Services)without any further liability to the City. 4.6. The City Commission may, at its sole and absolute discretion, and without relieving Consultant of its obligations under this Agreement to design the Project to the Construction Cost Budget as set forth in Sections 4.1 through 4.5 above, separately elect any of the following options: (1) approve an increase to the Construction Cost Budget; (2) reject all bids, and (at its option) authorize rebidding of the Project; (3) abandon the Project and terminate the remaining Services without any further liability to the City; (4) select as many deductive alternatives as may be necessary to bring the lowest and best bid within the Construction Cost Budget. ARTICLE 5.-ADDITIONAL SERVICES 5.1 Additional Services shall only be performed by Consultant following receipt of written authorization by the Project Administrator (which authorization must be obtained prior to commencement of any such additional work by Consultant). The written authorization shall contain a description of the Additional Services required; a lump sum to be negotiated at the time of the request for additional services or an hourly fee (in accordance with the rates in Schedule "B" hereto), with a "Not to Exceed" amount; Reimbursable Expenses (if any) with a "Not to Exceed" amount; the amended Construction Cost Budget (if applicable); the time required to complete the Additional Services; and an amended Project Schedule (if applicable). "Not to Exceed" shall mean the maximum cumulative hourly fees allowable (or, in the case of Reimbursable Expenses, the maximum cumulative expenses allowable), which the Consultant shall not exceed without further written authorization of the Project Administrator. The "Not to Exceed" amount is not a guaranteed maximum cost for the additional work requested (or, in the case of Reimbursables, for the expenses), and all costs applicable to same shall be verifiable through time sheets (and, for Reimbursables, expense reviews). 5.2 Additional Services include the following: 5.2.1 Appraisals: Investigation and creation of detailed appraisals and valuations of existing facilities, and surveys or inventories in connection with construction performed by City. 18 5.2.2. Unforeseen Conditions. Providing additional work relative to the Project which arises from subsequent circumstances and causes which could not reasonably have been foreseen at the time of the Consultant Service Order (excluding conditions determined by all prior studies available to Consultant and excluding circumstances and causes resulting from error, omission, inadvertence, or negligence of Consultant). 5.2.3. City-Requested Revisions to Construction Documents: Making revisions to Construction Documents resulting in or from City-requested changes in Scope of Work involving new program elements, when such revisions are inconsistent with written • approvals or instructions previously given by City and/or are due to causes beyond the control of Consultant. 5.2.4 Expert Witness: Except insofar as the Consultant is required by legal process or subpoena to appear and give testimony, preparing to serve or serving as an expert witness in connection with any state or federal court action to which the Consultant is not a party in its own name, that is not instituted by the Consultant or in which the performance of the Consultant is not in issue. 5.2.5 Procurement: Assistance in connection with bid protests, re-bidding, or re- negotiating contracts (except for Contract Document revisions and re-bidding services required under Section 4.4 hereof, which shall be provided at no additional cost to City). 5.2.6. Models: Preparing professional perspectives, models or renderings in addition to those provided for in this Agreement except insofar as these are otherwise useful or necessary to the Consultant in the provision of Basic Services. 5.2.7. Threshold Inspection/Material Testing and Inspection: Providing threshold inspection services. and material testing/special ,inspection services, provided that Consultant, as part of the Basic Services, shall report on the progress the Work, including any defects and deficiencies that may observed in the Work. 5.2.8 Pre-Design Surveys & Testing: Environmental investigations and site evaluations, provided, however, that surveys of the existing structure required to complete as-built documentation are not additional services. - 5.2.9 Geotechnical engineering. Providing geotechnical engineering services or site surveys. Except as specified herein, services that are required for completion of the Construction Documents shall be part of Consultant's Basic Services. ARTICLE 6. REIMBURSABLE EXPENSES 6.1 Reimbursable Expenses must be authorized, in advance, in writing, by the Project Administrator. Invoices or vouchers for Reimbursable Expenses shall be submitted to the Project Administrator (along with any supporting receipts and other back-up material requested by the Project Administrator). Consultant shall certify as to each such invoice and/or voucher that the amounts and items claimed as reimbursable are "true and correct and in accordance with the Agreement." Reimbursable Expenses may include, but not be limited to, the following: 19 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. c Permit fees required by City of Miami Beach regulatory bodies having jurisdiction over the Project (i.e. City permit fees). ARTICLE 7. COMPENSATION FOR SERVICES 7.1 Consultant's "Lump Sum" or"Not to Exceed" fee for provision of the Services, or portions thereof, as may be set forth and described in the Consultant Service Order issued for a particular Project, shall be negotiated between the City and Consultant, and shall be set forth in the Consultant Service Order. 7.2 Payments for Services shall be made within forty-five (45) calendar days of receipt and approval of an acceptable invoice by the Project Administrator. Payments shall be made in proportion to the Services satisfactorily performed, so that the payments for Services never exceed the progress percentage noted in the Consultant's Progress Schedule (to be submitted with each invoice). No mark-up shall be allowed on subcontracted work. In addition to the invoice, the Consultant shall, for Hourly Rate authorizations, submit a progress report giving the percentage of completion of the Project and the total estimated fee to completion. . 7.3 All Services shall be compensated in accordance with the hourly rates set forth in Schedule "C," attached hereto. Any request for payment of Additional Services shall be included with a Consultant payment request. No mark-up shall be allowed on Additional Services (whether sub-contracted or not). 7.4 Approved Reimbursable Expenses shall be paid in accordance with Article 6 hereto, up to the "Not to Exceed" Reimbursable allowance amount in the Consultant Service Order hereto. Any request for payment of Reimbursable Expenses shall. also be included with Consultant's payment request. No mark-up shall be allowed on Reimbursable Expenses. 7.5 ESCALATION: The initial hourly rates shall remain constant for the Initial Term of the agreement. Ninety (90) days prior to expiration of the Initial Term, the City may consider an adjustment to the preceding year's unit costs for the subsequent year. Only request for increases based on a corresponding increase in the Consumer Price Index for All Urban Consumers; U.S. City average (1982-84=100), as established by the United States Bureau of Labor Statistics ("CPI"), or material adjustments to the scope or requirements of the RFQ by the City, including (but not limited to) living wage increases, will be considered. In the event that the City determines that the requested increase is unsubstantiated, the Consultant agrees to 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 20 identify the nature and extent of the work performed; the total hours of work performed by employee category; and the respective hourly billing rate associated therewith. In the event Subconsultant work is used, the percentage of completion shall be identified. Invoices shall also itemize and summarize any Additional Services and/or Reimbursable Expenses. A copy of the written approval of the Project Administrator for the requested Additional Service(s) or Reimbursable Expense(s) shall accompany the invoice. 7.7.1 If requested, Consultant shall provide back-up for past and current invoices that records hours for all work (by employee category), and cost itemizations for Reimbursable Expenses (by category). ARTICLE 8. CONSULTANT'S ACCOUNTING AND OTHER RECORDS 8.1 All books, records (whether financial or otherwise), correspondence, technical documents, and any other records or documents related to the Services and/or Project will be available for examination and audit by the City Manager, or his/her authorized representatives, at Consultant's office (at the address designated in Article 15 ["Notices"]), during customary business hours. All such records shall be kept at least for a period of three (3) years after Consultant's completion of the Services. Incomplete or incorrect entries in such records and accounts relating personnel services and expenses may be grounds for City's disallowance of any fees or expenses based upon such entries. Consultant shall also bind its Subconsultants to the requirements of this Article and ensure compliance therewith ARTICLE 9. OWNERSHIP OF PROJECT DOCUMENTS 9.1 All notes, correspondence, documents, plans and specifications, designs, drawings, renderings, calculations, specifications, models, photographs, reports, surveys, investigations, and.any other documents (whether completed or partially completed) and copyrights thereto for Services performed or produced in the performance of this Agreement, or related to the Project, whether in its native electronic form, paper or other hard copy medium or in electronic medium, except with respect to copyrighted standard details and designs owned by the Consultant or owned by a third party and licensed to the Consultant for use and reproduction, shall become the property of the City. Consultant shall deliver all such documents to the Project Administrator in their native electronic form, as required in the Consultant Service Order within thirty (30) days of completion of the Services (or within thirty (30) days of expiration or earlier termination of this Agreement as the case may be). However, the City may grant an exclusive license of the copyright to the Consultant for reusing and reproducing copyrighted materials or portions thereof as authorized by the City Manager in advance and in writing, In addition, the Consultant shall not disclose, release, or make available any document to any third party without prior written approval from the City Manager. The Consultant shall warrant to the City that it has been granted a license to use and reproduce any standard details and designs owned by a third party and used or reproduced by the Consultant in the performance of this Agreement. Nothing contained herein shall be deemed to exclude any document from Chapter 119, Florida Statutes. 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 21 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 ti Consultant shall be released from any liability resulting from such modification. 9.5 The Consultant shall bind all Subconsultants to the Agreement requirements for re-use of plans and specifications. ARTICLE 10. TERMINATION OF AGREEMENT 10.1 TERMINATION FOR LACK OF FUNDS: The City is a governmental entity and is subject to the appropriation of funds by its legislative body in an amount sufficient to allow continuation of its performance in accordance with the terms and conditions of this Agreement. In the event there is a lack of adequate funding either for the Services or the Project (or both), the City may terminate this Agreement without further liability to the City. 10.2 TERMINATION FOR CAUSE: The City, through the City Manager, may terminate this Agreement for cause, upon written notice to Consultant, in the event that the Consultant (1) violates any provision of this Agreement or performs same in bad faith; (2) unreasonably delays the performance of the Services or any portion thereof; or (3) does not perform the Services or any portion thereof in a timely and satisfactory manner. In the case of termination for cause by the City, the Consultant shall first be granted a thirty (30) day cure period (commencing upon receipt of the initial written notice of default from the City). 10.2.1 In the event this Agreement is terminated for cause by the City, the City, at its sole option and discretion, may take over the remaining Services and complete them by contracting with another consultant(s), or otherwise. The Consultant shall be liable to the City for any additional cost(s) incurred by the City due to such termination. "Additional Cost is defined as the difference between the actual cost of completion of the Services, and the cost of completion of such Services had the Agreement not been terminated. 10.2.2 In the event of termination for cause by the City, the City shall only be obligated to pay Consultant for those Services satisfactorily performed and accepted prior to the date of termination (as such date is set forth in, or can be calculated from, the City's initial written default notice). Upon payment of any amount which may be due to Consultant pursuant to this subsection 10.2.2, the City shall have no further liability to Consultant. 10.2.3 As a condition precedent to release of any payment which may be due to Consultant under subsection 10.2.2, the Consultant shall promptly assemble and deliver to the Project Administrator any and all Project documents prepared (or caused to be prepared) by Consultant(including, without limitation, those referenced in subsection 9.1 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, 22 when (in its sole discretion) it deems such termination to be in the best interest of the City. In the event the City terminates the Agreement for convenience, Consultant shall be compensated for all Services satisfactorily performed and accepted up to the termination date (as set forth in the City's written notice), and for Consultant's costs in assembly and delivery to the Project Administrator of the Project documents (referenced in subsection 10.2.3 above). Upon payment, of any amount which may be due to Consultant pursuant this subsection 10.3, the City shall have no further liability to Consultant. 10.4 TERMINATION BY CONSULTANT: The Consultant may only terminate this Agreement for cause, upon thirty (30) days prior written notice to the City, in the event that the City willfully violates any provisions of this Agreement or unreasonably delays payment of the Services or any portion thereof. In the event of a termination for cause by Consultant, the City shall pay Consultant for any Services satisfactorily performed and accepted up to the date of termination; provided, however, that the City shall first be granted a thirty (30) day cure period (commencing upon receipt of Consultant's initial written notice). 10.4.1 The Consultant shall have no right to terminate this Agreement for convenience. 10.5 IMPLEMENTATION OF TERMINATION: In the event of termination (whether for cause or for convenience), the Consultant shall immediately, upon receipt of the City's written notice of termination: (1) stop the performance of Services; (2) place no further orders or issue any other subcontracts, except for those which may have already been approved, in writing, by the Project Administrator; (3) terminate all existing orders and subcontracts; and (4) promptly assemble all Project documents (for delivery to the Project Administrator). ARTICLE 11. INSURANCE 11.1 • .At all times during the Term of this Agreement, Consultant shall maintain the following required insurance coverage in full force and effect. The Consultant-shall not commence any work until satisfactory proof of all required insurance coverage has been furnished to the Project Administrator: (a) Workers' Compensation and Employer's Liability per the Statutory limits of the State of Florida. (b) Commercial General Liability on a comprehensive basis in an amount not less than $1,000,000 combined single limit per occurrence for bodily injury and property damage. (c) Automobile Liability Insurance covering all owned, non-owned and hired vehicles used in connection with the work, in an amount not less than $500,000 combined single limit per occurrence for bodily injury and property damage. (d) Professional Liability Insurance in an amount not less than $1,000,000 with the deductible per claim, if any, not to exceed 10% of the limit of liability. 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. 23 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 ally claims, suits, or actions of any kind or nature in the name of the City, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney's fees which may issue thereon. Consultant expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by Consultant shall in no way limit its responsibility to indemnify, keep, and save harmless and defend the City or its officers, employees, agents, and instrumentalities as herein provided. 12.2 The Consultant agrees and recognizes that the City shall not be held liable or .responsible for any claims which may result from any negligent, reckless, or intentionally wrongful actions, errors or omissions of the Consultant in which the City participated either through review or concurrence of the Consultant's actions. In reviewing, approving or rejecting any submissions by the Contractor, or other acts of the Consultant, the City in no way assumes or shares any responsibility or liability of the Consultant (including, without limitation its Subconsultants and/or any registered professionals (architects and/or engineers) under this Agreement). ARTICLE 13. ERRORS AND OMISSIONS 13.1 ERRORS AND OMISSIONS: It is specifically agreed that any construction changes categorized by the City as caused by an error, an omission, or any combination thereof in the Contract Documents that were prepared by the Consultant will constitute an additional cost to the City that would not have been incurred without the error. The damages to the City for errors, omissions or any combinations thereof shall be calculated as the total cost of any damages or incremental costs to the City resulting out of the errors or omissions by the 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 24 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 limiton its liability for any cause of action for money damages due to an alleged breach by the City of this Agreement, so that its liability for any such breach never exceeds the "not to exceed" amount of the fee paid to Consultant under this Agreement, less any amount(s) actually paid to Consultant hereunder. Consultant hereby expresses its.willingness to enter into this Agreement, with Consultant's recovery from the City for any damages for action for breach of contract to'be limited to Consultant's "not to exceed" fee under this Agreement, less any amount(s) actually paid by the City to the Consultant hereunder. Accordingly, and notwithstanding any other term or condition of this Agreement, Consultant hereby agrees that the City shall not be liable to Consultant for money damages due to an alleged breach by the City of this Agreement, in an amount in excess of the "not to exceed amount" of Consultant's fees under this Agreement, which amount shall be reduced by any amount(s) actually paid by the City to Consultant hereunder. Nothing contained in this subsection, or elsewhere in this Agreement, is in any way intended to be a waiver of the limitation_placed upon City's liability, as set forth in Section 768.28, Florida Statutes. ARTICLE 15. NOTICE All written notices given to City by Consultant shall be addressed to: City Manager's Office City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 Attn: Jimmy L. Morales, City Manager With a copy to: City Manager's Office City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 Attn: Eric T. Carpenter, Assistant City Manager All written notices given to the Consultant from the City shall be addressed to: E Sciences Incorporated. 34 E. Pine Street Orlando, FL. 32801 Tel: (407) 481-9006 25 Fax: N/A Email: psheareresciensesinc.com Attn: Patrick Shearer j All notices mailed to either party shall be deemed to be sufficiently transmitted if sent by certified mail, return receipt requested. ARTICLE 16. MISCELLANEOUS PROVISIONS 16.1 VENUE: This Agreement shall be governed by, and construed in accordance with, the laws of the State of Florida, both substantive and remedial, without regard to principles of conflict of laws. The exclusive venue for any litigation arising out of this Agreement shall be Miami-Dade County, Florida, if in state court, and the U.S. District Court, Southern District of Florida, in federal court. BY ENTERING INTO THIS AGREEMENT, CONSULTANT AND CITY EXPRESSLY WAIVE ANY RIGHTS EITHER PARTY MAY HAVE TO A TRIAL BY JURY OF ANY CIVIL LITIGATION RELATED TO, OR ARISING OUT OF, THIS AGREEMENT. 16.2 EQUAL OPPORTUNITY EMPLOYMENT GOALS: Consultant agrees that it will not discriminate against any employee or applicant for employment for work under this Agreement because of race, color, national origin, religion, sex, gender identity, sexual orientation, disability, marital or familial status, or age, and will take affirmative steps to ensure that applicants are employed and employees are treated during employment without regard to race, color, national origin, religion, sex, gender identity, sexual orientation, 'disability, marital or familial status, or age. 16.3 PUBLIC ENTITY CRIMES ACT: In accordance with the Public Entity Crimes Act (Section 287.133, Florida Statutes), a person or affiliate who is a consultant, who has been placed onthe convicted vendor list following .a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to the City, may not submit a bid on a contract with the City for the construction or repair of a public building or public work, may not bid on leases of real property to the City, may not be awarded or perform work as a contractor, supplier, subcontractor, or subconsultant under a contract with the City, and may not transact business with the City in excess of the threshold amount provided in Section 287.017,:Florida Statutes, for Category Two, for a period of 36 months from the date of being placed on the convicted vendor list. For violation of this subsection by Consultant, City shall have the right to terminate the Agreement without any liability to City, and pursue debarment of Consultant 16.4 NO CONTINGENT FEE: Consultant warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for Consultant, to solicit or secure this Agreement, and that it has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for Consultant, any fee, commission, percentage, gift, or other consideration'contingent upon or resulting from the award or making of this Agreement. For the breach or violation of this subsection, City shall 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: 26 16.5.1 The Consultant shall, during the Term of this Agreement, be governed by all Applicable Laws which may have a bearing on the Services involved in the Project. • 16.5.2 Project Documents. In accordance with Section 119.07, (3) (ee), Florida Statutes, entitled "Inspection, Examination, and Duplication of Records; Exemptions," all building plans, blueprints, schematic drawings, and diagrams, including draft, preliminary, and final formats, are exempt from the provisions of Section 119.07(1), Florida Statutes (inspection and copying of public records), and s. 24(a), Article I of the State Constitution. Information made exempt by this paragraph, with prior written approval from the City Manager, may be disclosed to another entity to perform its duties and responsibilities; to a licensed architect, engineer, or contractor who is performing work on or related to the Project; or upon a showing of good cause before a court of competent jurisdiction. The entities or persons receiving such information shall maintain the exempt status of the information. 16.5.2.1 In addition to the requirements in this subsection 16.5.2, the Consultant agrees to abide by all applicable Federal, State, and City procedures, as may be amended from time to time, by which the documents are handled, copied, and distributed which may include, but is not limited to, each employee of Consultant and Subconsultants that will be involved in the Project being required to sign an agreement stating that they will not copy, duplicate, or distribute the documents unless authorized by the City Manager, in writing. 16.5.2.2 The Consultant and its Subconsultants agree in writing that the Project documents are to be kept and maintained in a secure location. 16.5.2.3 Each set of the Project documents are to be numbered and the whereabouts of the documents shall be tracked at all times. 16.5.2.4 A log is developed to track each set of documents logging in the date, time, and name of the individual(s) that work on or view the documents. 16.6 CORRECTIONS TO CONTRACT DOCUMENTS: The Consultant shall prepare, without added compensation, all necessary supplemental documents to correct errors, omissions, and/or ambiguities which may exist in the Contract Documents prepared by Consultant, including documents prepared by its Subconsultants. Compliance with this subsection shall not be construed to relieve the Consultant from any liability resulting from any such errors, omissions, and/or ambiguities in the Contract Documents and other documents or Services related thereto. 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. 27 16.8 SUCCESSORS AND ASSIGNS: The Consultant and the City each binds himself/herself, his/her partners, successors, legal representatives and assigns to the other party of the Agreement and to the partners, successors, legal representatives, and assigns of such party in respect to all covenants of this Agreement. The Consultant shall afford the City (through the City Commission) the opportunity to approve or reject all proposed assignees, successors or other changes in the ownership structure and composition of the Consultant. Failure to do so constitutes a breach of this Agreement by the Consultant. 16.9 PROVISION OF ITEMS NECESSARY TO COMPLETE SERVICES: In the performance of the Services prescribed herein, it shall be the responsibility of the Consultant to provide all salaries, wages, materials, equipment, Subconsultants, and other purchased services, etc., as necessary to complete said Services. 16.10 INTENT OF AGREEMENT: 16.10.1 The intent of the Agreement is for the Consultant to provide design and other services, and to include all necessary items for the proper completion of such services for a fully functional Project which, when constructed in accordance with the design, will be able to be used by the City for its intended purpose. The Consultant shall perform, as Basic Services, such incidental work which may not be specifically referenced, as necessary to complete the Project. 16.10.2 This Agreement is for the benefit of the parties only and it does not grant rights to a third party beneficiary, to any person, nor does it authorize anyone not a party to the Agreement to maintain a suit for personal injuries, professional liability, or property damage pursuant to the terms or provisions of the Agreement. 16.10.3 No acceptance, order, payment, or certificate of or by the City, or its employees or agents, shall either stop the City from asserting any rights or operate as a waiver of any provisions hereof or of any power or right herein reserved to the City or of any rights to damages herein provided. 16.11 This document incorporates and includes all prior negotiations, correspondence, conversations, agreements, or understandings applicable to the matters contained herein; and the parties agree that there are no commitments, agreements, or understandings concerning the subject matter of this Agreement that are not contained in this document. Accordingly, the parties agree that no deviation from the terms hereof shall be predicated upon any prior representations or agreements whether oral or written. It is further agreed that no modification, amendment or alteration in the terms or conditions contained herein shall be effective unless memorialized in written document approval and executed with the same formality and of equal dignity herewith. 28 IN\WITNESS WHEREOF, the parties hereto have hereunto caused these presents to be signed in their names by their duly authorized officers and principals, attested by their respective witnesses and City Clerk on the day and year first hereinabove written. Attest , CITY OF MI 3/z.1 CITY LERK �'- Attest E S!�, CES INCO RATED. Signa cr--ary Signature/President c„, (7i-3 ei,S, s?"r Q°CA. rint ame Print Name • .t►•• ,`y� x`1111 - esti r) w • _ /F ^may S :INCCRin )ORATED a 90 406/ APPROVED AS TO , �; •.,c f • •• ' FORM &LANGUAGE '`\j°,' &FOR EXECUTION (L3 c City Attorney N'' Date • 29 SCHEDULE A PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND E Sciences Incorporated. CONSULTANT SERVICE ORDER Service Order No. _for Consulting Services. TO: E Sciences Incorporated. 34 E. Pine Street Orlando, FL. 32801 PROJECT NAME: Project Name DATE: Pursuant to the agreement between the City of Miami: Beach and Consultant for PROFESSIONAL. .ARCHITECTURAL AND ENGINEERING SERVICES IN SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS (RFQ 2018-141-ND)-you are directed to provide the following services: SCOPE OF SERVICES: Per attached proposal dated to be considered part of this Agreement. Estimated calendar days to complete this work: Days Original Service Order Amount: $ Total From Previous Additional Service Orders: $ Fee for this Service Order is Lump Sum/Not to Exceed amount of: Total Agreement to Date': $ City's Project Date Coordinator/Manager Assistant Director Date Consultant. Date Project Administrator-Director Date 1 Section 287.055,Florida Statutes,commonly known as the Consultants Competitive Negotiation Act(CCNA),is applicable to the selection of professional services consultants(architecture,professional engineering,landscape architecture,or registered surveying and mapping)by public agencies for projects valued up to the amount established in Category 5,Section 287.017,Florida Statutes(currentiy,$325,000 or as amended by law)or fora planning or study activity valued up to the amount established in Category 2,Section 287.017,Florida Statutes(currently$35,000 or as amended by law). 30 SCHEDULE B CONSULTANT COMPENSATION Schedule of Payments Planning Services * $X00)0000( Design Services* $)0 )00000( Bidding and Award Services $XXXXXXXX Construction Administration '"* $)X0)0000( Reimbursable Allowance*** $)0)00000( Note*: These services will be paid lump sum based on percentage complete of each phase as identified in the individual tasks. Note''``: Construction Administration will be paid on a monthly basis upon commencement of construction. In the event that, through no fault of the Consultant, Construction Administration services arerequired to be extended, which extension shall be subject to prior City approval, and what shall be at the City's sole discretion, the Consultant agrees to extend said services for$)000)00(, per month, for the duration required to complete the Project. Note**''`: The Reimbursable Allowance belongs to the City and must be approved in writing, in advance, by the Project Administrator. Unused portions will not be paid to the Consultant. 31 • SCHEDULE C HOURLY BILLING RATE SCHEDULE Project Principal $172.50 Project Engineer(Coastal or $116.15 Other) Project Manager $138.00 Sr. Field.Services Professional $116.15 Senior Civil Engineer $138.00 Field Services Professional $ 80.50 Civil Engineer $116.15 Threshold Inspector $138.00 Senior Electrical Engineer $138.00 Structural Special Inspector $109.25 Electrical Engineer $116.15 Technical Editor $ 74.75 Senior Mechanical Engineer $138.00 Senior GIS Specialist $116.15 Mechanical Engineer $116.15 _ GIS Specialist $ 86.25. Senior Structural Engineer $138.00 Staff Engineer/Geologist/Scientist $ 94.30 Structural Engineer $116.15 Landscape Designer $ 95.45 Senior Environmental Engineer $138.00 Planner $116.15 Environmental Engineer $116.15 Project Principal ( Structural Engineer) $172.50 Environmental Technician $ 74.75 Project Manager(Structural Engineer) $138.00 Environmental Specialist $ 63.25 CAD Technician (Structural) $ 63.25 Environmental Permit.Specialist $ 63.25 Traffic Engineers $116.15 Project Scientist $120.75 Cost Estimator $ 74.75 Senior Surveyor $138.00 Specifications Writer $ 63.25 Surveyor $116.15 Construction Administrator/Manager $ 94.30 Surveyor Support Staff $ 69.00 Senior Project Manager $138.00 Senior Architect $138.00 MEP Project Engineer $138.00 Architect $116.15 Horticultural/maintenance Consultant $ 86.25 Senior. Designer $1.38.00 Irrigation Engineer $ 94.30 Designer $ 95:45 Job Captain $ 92.00 Senior Urban Planner $138.00 Interior Designer $ 95.45_ Senior CAD Technician $ 69.00 Principal/Director of Design $138.00' CAD Technician $ 63.25 Senior Landscape Architect $138.00 Landscape Architect $116.15 Clerical $ 40.25 Administrative Assistant $ 40.25 Survey Crew Party of2 $140.68 _ Survey Crew Party of 2 w/ GPS $168.51 Survey Crew Party of 3 $170.44 Survey Crew Party of 3 w/ GPS $197.01 Survey Crew Party of 4 $211.31 Survey Crew Party of 4 w/ GPS $250.13 Sr. Inspector(CEI) $103.50 Inspector(CEI, Field or $ 94.88 Construction) 32 SCHEDULE D APPROVED SUBCONSULTANTS • 33 ATTACHMENT A RESOLUTION, COMMISSION ITEM, AND COMMISSION MEMORANDUM m 34 RESOLUTION NO. 2018-30534 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER PERTAINING TO THE RANKING OF PROPOSALS PURSUANT TO REQUEST FOR QUALIFICATIONS (RFQ) NO. 2018-141-ND, FOR PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH WILLIAM B. MEDELLIN ARCHITECT P.A., CSA CENTRAL, INC., SCHINDLER ARCHITECTS, INC., TSAO DESIGN GROUP, INCORPORATED, CPH, INC., SOL-ARCH, INC., WILLIAM LANE ARCHITECT, INC., MOSS ARCHITECTURE AND DESIGN GROUP, INC., ALLEGUEZ ARCHITECTURE, INC., R.J. HEISENBOTTLE ARCHITECTS, AND P.A., VITALINI CORAZZINI, P.A., FOR THE DISCIPLINE OF GENERAL ARCHITECTURE; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH SAVINO & MILLER DESIGN STUDIO, P.A., KEITH AND SCHNARS, P.A., CPH, INC., CURTIS & ROGERS DESIGN STUDIO, INC., CHEN-MOORE ASSOCIATES, AND MILLER, LEGG & ASSOCIATES, INC., FOR THE DISCIPLINE OF LANDSCAPE ARCHITECTURE; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH SCHWEBKE-SHISKIN & ASSOCIATES, INC., CES CONSULTANTS, INC., CHEN-MOORE ASSOCIATES, 305 CONSULTING ENGINEERS, LLC, MILLER, LEGG & ASSOCIATES, INC., AND SRS ENGINEERING, INC., FOR THE DISCIPLINE OF CIVIL ENGINEERING; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH E SCIENCES, INC., TERRACON CONSULTANTS, INC., EBS ENGINEERING, INC., AND CSA 'CENTRAL, INC., FOR THE DISCIPLINE OF ENVIRONMENTAL • SERVICES AND TESTING ENGINEERING; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH CSA CENTRAL, INC., 3FM ENGINEERING; INC., AND UCI ENGINEERING INC., FOR THE DISCIPLINE OF MECHANICAL, ELECTRICAL, AND PLUMBING ENGINEERING; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH 305 CONSULTING ENGINEERS, LLC, EASTERN ENGINEERING GROUP COMPANY, CES CONSULTANTS, INC., MASTER CONSULTING ENGINEERS, INC., UCI ENGINEERING INC., AND DIAZ, CARRENO, SCOTTI & PARTNERS, INC., FOR THE DISCIPLINE OF STRUCTURAL ENGINEERING; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH TSAO DESIGN GROUP, INCORPORATED, AND MC DESIGNERS, INC., FOR THE DISCIPLINE OF INTERIOR DESIGN! SPACE PLANNING; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH SCHWEBKE-SHISKIN & ASSOCIATES, INC. FOR THE DISCIPLINE OF SURVEYING; AND FURTHER AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH EACH OF THE RECOMMENDED PROPOSERS UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION. WHEREAS, on February 14, 2018, the City Commission approved the issuance of Request for Qualifications (RFQ) No. 2018-141-ND for Professional Architectural and Engineering Services for Capital Repair and Replacement Projects; and WHEREAS, Request for Qualifications No. 2018-141-ND (the "RFQ") was released on February 15, 2018; and WHEREAS, a voluntary pre-proposal meeting was held on February 27, 2018; and WHEREAS,on May 7, 2018, the.City received thirty-seven (37) proposals; and WHEREAS, on February 26, 2018 the City Manager via Letter to Commission (LTC)No. 105-2018, appointed an Evaluation Committee (the "Committee"), consisting of thefollowing individuals: Lily Alvarez, Construction Manager, Property Management Department, City of Miami Beach; Pilar Caurin, Construction Manager, Office of Capital Improvement Projects, City of Miami Beach; Elizabeth Estevez_Parks and Capital Projects Manager, Parks and Recreation Department, City of Miami Beach; and Francisco Garcia, Construction Manager, Property Management Department, City of Miami Beach;and WHEREAS, the Committee convened on August 6, 2018 to review and score the remaining proposals; and WHEREAS, the Committee was provided an overview of the project, information relative to the City's Cone of.Silence Ordinance and the Government Sunshine Law, general information on the scope of services, and a copy of each proposal; and WHEREAS, the Committee was instructed to score and rank each proposal pursuant to • the evaluation criteria established in the RFQ; and WHEREAS, the Committee's ranking for the discipline of General Architecture was as follows: William B. Medellin Architect P.A., as the firstranked proposer; CSA Central, Inc., as the second ranked proposer; Schindler Architects, Inc. and TSAO Design Group, Incorporated, tied as the third ranked proposers; CPH, Inc., as the fifth ranked proposer; Sol-ARCH, Inc., as the sixth ranked proposer; William Lane Architect, Inc., as the seventh ranked proposer; Moss Architecture and Design Group,:Inc., as the eighth ranked proposer; Alleguez Architecture, Inc., as the ninth ranked, proposer; R.J. Heisenbottle Architects, and P.A., as the tenth ranked proposer; Vitalini Corazzini, P.A., as the eleventh ranked proposer; ArcBuilders and Group Incorporated, as the twelfth ranked proposer; Alejandro Pardo Architecture, Inc., as the thirteenth ranked proposer; and UCI Design, Inc., as the fourteenth ranked proposer; and WHEREAS, the Committee's ranking for the discipline of Landscape-Architecture was as follows: Savino & Miller Design Studio, P.A., as the first ranked proposer; Keith and Schnars, P.A., as the second ranked proposer; CPH, Inc., as the third ranked proposer; Curtis & Rogers Design Studio, Inc., as the fourth ranked proposer; Chen-Moore Associates, as the fifth ranked proposer; Miller, Legg & Associates, Inc., as the sixth ranked proposer; Calvin, Giordano & Associates, Inc., as the seventh ranked proposer; and Landscape DE, LLC, as the eighth ranked proposer;and WHEREAS, the Committee's ranking for the discipline of Civil Engineering was as follows: Schwebke-Shiskin &'Associates, Inc., as the first ranked proposer; CES Consultants, Inc., as the second ranked proposer; Chen-Moore Associates, as the third ranked proposer; 305 Consulting Engineers, LLC, Miller, Legg & Associates, Inc., and SRS Engineering, Inc., tied as the fourth ranked proposers; CPH, Inc., as the seventh ranked proposer; and T.Y. Lin International, as-the eighth ranked proposer; and WHEREAS, the Committee's ranking for the discipline of Environmental Services and Testing Engineering was as follows: E Sciences, Inc., as the first ranked proposer; Terracon Consultants, Inc., as the second ranked proposer; EBS Engineering, Inc., as the third ranked • proposer; CSA Central, Inc., as the fourth ranked proposer; and Florida Technical Consultants, • LLC, as the fifth ranked proposer; and WHEREAS, the Committee's ranking for the discipline of Mechanical, Electrical, and Plumbing Engineering was as follows: CSA Central, Inc. and Ross'& Baruzzini, Inc., tied as the first ranked proposers; 3FM Engineering, Inc., as the third ranked proposer; and UCI Engineering Inc., as the fourth ranked proposer; and WHEREAS, subsequent to the evaluation of proposals, Ross & Baruzzini, Inc. submitted the a letter indicating that without local MEP resources it no longer wished to be considered for award; and WHEREAS, the Committee's ranking for the discipline of Structural Engineering was as follows: 305 Consulting Engineers, LLC and Eastern Engineering Group Company, tied as the first ranked proposers; CES Consultants, Inc., as the third ranked proposer; Master Consulting Engineers, Inc., as the fourth ranked proposer; UCI Engineering Inc., as the fifth ranked proposer; and Diaz, Carreno, Scotti &,Partners, Inc., as the sixth ranked proposer; and WHEREAS, the Committee's ranking for the discipline of Interior Design / Space Planning was as follows: TSAO Design Group, Incorporated, as the first ranked proposer; and MC Designers, Inc., as the second ranked proposer; and WHEREAS, the Committee's ranking for the discipline of Surveying was follows: Schwebke-Shiskin &Associates, Inc., as the first ranked proposer;and WHEREAS, after reviewing all the submissions and the results of the evaluation process, the City Manager recommends that the Administration be authorized to enter into negotiations as follows: William B. Medellin Architect P.A., CSA Central, Inc., Schindler Architects, Inc., TSAO Design Group, Incorporated, CPH, Inc., Sol-ARCH, Inc., William Lane Architect, Inc., Moss Architecture and Design Group, Inc. Alleguez Architecture, Inc., R.J. Heisenbottle Architects, and P.A., Vitalini Corazzini, P.A., for the discipline of General Architecture. Savino &.Miller Design Studio, P.A., Keith and Schnars, P.A., CPH, Inc., Curtis& Rogers Design Studio, Inc., Chen-Moore Associates, and Miller, Legg &Associates, Inc., for the discipline of Landscape Architecture. Schwebke-Shiskin & Associates, Inc., CES Consultants, Inc., Chen-Moore Associates, 305 Consulting Engineers, LLC, Miller, Legg & Associates, Inc., and SRS Engineering, Inc., for the discipline of Civil Engineering. E Sciences, Inc., Terracon Consultants, Inc., EBS Engineering, Inc., and CSA Central, Inc., for the discipline of Environmental Services and Testing Engineering. CSA Central, Inc., 3FM Engineering, Inc., and UCI Engineering Inc., for the discipline of Mechanical, Electrical, and Plumbing Engineering. 305 Consulting Engineers, LLC, Eastern Engineering Group Company, CES Consultants, Inc., Master Consulting Engineers, Inc., UCI Engineering Inc., and Diaz, Carreno, Scotti & Partners, Inc., for the discipline of Structural Engineering. TSAO Design Group, Incorporated,'and MC Designers, Inc., for the discipline of Interior Design/Space Planning. Schwebke-Shiskin &Associates, Inc. for the discipline of Surveying. 1 NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City Commission hereby accept the recommendation of the City Manager pertaining to the ranking of proposals pursuant to Request for Qualifications (RFQ) No. 2018-141-ND for Professional Architectural and Engineering Services for Capital Repair and Replacement Projects; authorizing the administration to enter into negotiations with William B. Medellin Architect P.A., CSA Central, Inc., Schindler Architects, Inc., TSAO Design Group, Incorporated, CPH, Inc., Sol- ARCH, Inc., William Lane Architect, Inc., Moss Architecture and Design Group, Inc., Alleguez + Architecture, 'Inc., R.J. Heisenbottle Architects, and P.A., Vitalini Corazzini, P.A., for the discipline of General Architecture; authorizing the Administration to enter into negotiations with Savino & Miller Design Studio, P.A., Keith and Schnars, P.A., CPH, Inc., Curtis & Rogers Design Studio, Inc., Chen-Moore Associates, and Miller, Legg & Associates, Inc., for the discipline of Landscape Architecture; authorizing the Administration to enter into negotiations with Schwebke-Shiskin &Associates, Inc., CES Consultants, Inc., Chen-Moore Associates, 305 Consulting Engineers, LLC, Miller, Legg & Associates, Inc., and SRS Engineering, Inc., for the discipline of Civil Engineering; authorizing the Administration to enter into negotiations with E Sciences, Inc., Terracon Consultants, Inc., EBS Engineering, Inc., and CSA Central, Inc., for the discipline of Environmental Services And Testing Engineering; authorizing the Administration to enter into negotiations with CSA Central, Inc., 3FM Engineering, Inc., and UCI Engineering Inc., for the discipline of Mechanical, Electrical, And Plumbing Engineering; authorizing the Administration to enter into negotiations with 305 Consulting Engineers, LLC, Eastern Engineering Group Company, CES Consultants, Inc., Master Consulting Engineers, Inc., UCI Engineering Inc., and Diaz, Carreno, Scotti & Partners, Inc., for the discipline of Structural • Engineering; authorizing the Administration to enter into negotiations with TSAO Design Group, 1. Incorporated, and.MC Designers, Inc., for the discipline off Interior Design I Space Planning; authorizing the Administration to enter into negotiations with Schwebke-Shiskin & Associates, Inc. for the discipline of Surveying; and further authorizing the Mayor and City Clerk to execute an agreement with each of the recommended proposers upon conclusion of successful negotiations by the Administration. PASSED AND ADOPTED this /7 day of t2To.er 2018. ATTEST: whc, , oc.:71----„,..,- _ , AEEL E. GRANADO, CITY CLEp1t, �T ;DAN GELBER, MAYOR F:IPURCISoricitations1201812018-141-ND „Q-1kl'ariall r. ,9s110-Award\RESO2018-141-ND.doc V ;� '`y', APPROVED AS TO t.-. 1 `"- .- FORM &LANGUAGE 1;1 �_ . -- :� * &FOR EXECUTION [; 1NCOl3Pt kA -.• I I • • 40 1.- n p...,..\- -,__ 4.1.-,, 10RATED Yy c;,,, ..--,,,c, c‘ tiol, A -I . ••,,,( .....- f _ City Attorney 'w Data . f? 1 Resolutions-C7 P MIAMI BEACH COMMISSION MEMORANDUM TO: Honorable Mayor and Members of the City Commission FROM: Jimmy L. Morales, City Manager DATE: October 17, 2018 • SUBJECT A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER PERTAINING TO THE RANKING OF PROPOSALS PURSUANT TO REQUEST FOR QUALIFICATIONS (RFQ) NO. 2018-141-ND, FOR PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND . REPLACEMENT PROJECTS; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH WILLIAM B. MEDELLIN ARCHITECT P.A., CSA CENTRAL, INC., SCHINDLER ARCHITECTS, INC:, TSAO DESIGN GROUP, INCORPORATED, CPH, INC;, SOL-ARCH, INC., WILLIAM LANE ARCHITECT, INC., MOSS ARCHITECTURE AND DESIGN GROUP, INC., ALLEGUEZ ARCHITECTURE, INC., R.J. HEISENBOTTLE - ARCHITECTS, AND P.A., VITALINI' CORAZZINI, P.A., FOR THE DISCIPLINE OF GENERAL ARCHITECTURE; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH SAVINO & MILLER DESIGN STUDIO, P.A, KEITH AND SCHNARS, P.A„ CPH, INC.,' CURTIS & ROGERS DESIGN STUDIO, INC., CHEN-MOORE ASSOCIATES; AND MILLER, LEGG & ASSOCIATES,. INC., FOR THE DISCIPLINE OF LANDSCAPE ARCHITECTURE; 'AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH SCHWEBKE- SHISKIN & ASSOCIATES, INC., CES CONSULTANTS, INC., CHEN-MOORE ASSOCIATES, . 305 CONSULTING ENGINEERS, LLC, MILLER, LEGG & ASSOCIATES, INC., AND SRS ENGINEERING, INC., FOR THE DISCIPLINE OF CIVIL ENGINEERING; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS'WITH E SCIENCES, INC., TERRACON CONSULTANTS, INC., EBS ENGINEERING, INC., AND CSA CENTRAL, INC., FOR THE DISCIPLINE OF ENVIRONMENTAL SERVICES AND TESTING ENGINEERING; ,AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH CSA CENTRAL, INC.', 3FM ENGINEERING, INC., AND UCI ENGINEERING INC., FOR THE DISCIPLINE OF MECHANICAL, ELECTRICAL AND PLUMBING ENGINEERING; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH 305 CONSULTING ENGINEERS, LLC, EASTERN ENGINEERING GROUP COMPANY, CES CONSULTANTS, INC., MASTER CONSULTING ENGINEERS, INC., UCI ENGINEERING INC., AND DIAZ, CARRENO, SCOTT! & PARTNERS, INC., FOR THE DISCIPLINE OF STRUCTURAL ENGINEERING; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH TSAO DESIGN GROUP, INCORPORATED, AND MC DESIGNERS; INC., FOR THE DISCIPLINE OF INTERIOR DESIGN / SPACE, PLANNING; AUTHORIZING THE ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH SCHWEBKE- SHISKIN & ASSOCIATES, INC. FOR THE DISCIPLINE OF SURVEYING; AND FURTHER AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN Page 436 of 1637 • AGREEMENT WITH EACH OF THE RECOMMENDED PROPOSERS UPON CONCLUSION OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION. RECOMMENDATION. Adopt the Resolution ANALYSIS On September 28, 2004, through Resolution 2004-24697, the City Commission created the Capital Renewal and Replacement Program (the "CRR Program").The intent of the CRR Program is to provide funding for proactive renewal and replacement of the City's facilities and the building systems within those facilities (e.g., HVAC, roofs, fire safety systems,"`etc). The CRR program is also used to execute small repairs, remodels or renovation projects, with total project budgets under $325,000. The average value of the current CRR projects is approximately $158,000, but can be as low as $25,000 or less. In addition to CRR projects, award(s) of this RFQ may also be used for other small projects. Section 287.055, Florida Statutes, commonly known as the Consultant's Competitive Negotiation Act (CCNA), is applicable to the selection of professional consultant services (architecture, professional engineering, landscape architecture, or registered surveying and mapping) by public agencies for projects valued up to the amount established in Category 5, Section 287.017, Florida Statutes (currently $325,000 or as amended by law) or for a planning or study activities valued up to the amount established in Category 2, Section 287.017, Florida Statutes (currently $35,000 or as amended by law). Even for projects below these thresholds',an architect or engineer is often required to develop construction documents for construction and permitting. Award of this RFQ will expedite the selection of architects and engineers as required for small projects. In order to maximize the cost effectiveness of small projects, through this RFQ the City sought to establish a pool of qualified architectural and engineering consultants interested in providing the City with professional services for small projects. The categories of work are, as further defined in Appendix C, Architecture — General, Architecture — Landscape Architecture, Engineering — Environmental Services and Testing, and Engineering. — Mechanical, Electrical & Plumbing, Engineering—Structural. RFQ PROCESS On February 14, 2018,the City Commission approved to issue the Request for Qualifications (RFQ) No. 2018-141-ND for Professional Architectural and Engineering Services for Capital Repair and Replacement Projects.On February 15, 2018, the RFQ was issued. A voluntary pre-proposal conference to provide information to proposers submitting a response was held on February 27, 2018. Seven addenda were issued. The Procurement Department issued bid notices to 275 companies utilizing www.publicpurchase.com website. 263 prospective bidders accessed the advertised solicitation. RFQ responses were due and received on May 7, 2018. The City received proposals in response to the RFQ from the following 37 firms for a variety of categories-as indicated in Attachment A: 305 Consulting Engineers, LLC 3FM Engineering, Inc. Alejandro Pardo Architecture, Inc. AlleguezArchitecture, Inc. ArcBuilders and Group Incorporated Page 437 of 1637 0 Calvin, Giordano&Associates, Inc. CES Consultants, Inc. Chen-Moore Associates CPH, Inc. CSA Central, Inc. Curtis & Rogers Design Studio, Inc. Diaz, Carreno, Scotti& Partners, Inc. E Sciences, Inc. Eastern Engineering Group Company EBS Engineering, Inc. Florida Technical Consultants, LLC Keith and Schnars, P.A. Landscape DE, LLC Master Consulting Engineers, Inc. - MC Designers, Inc. Miller, Legg&Associates, Inc. Moss Architecture and Design Group, Inc. R.J. Heisenbottle Architects, P.A. Ross& Baruzani, Inc. Savino&Miller Design Studio, P.A. Schindler Architects, Inc. Schwebke-Shiskin&Associates, Inc. Sol-ARCH, Inc. SRS Engineering, Inc.. T.Y. Lin International Terracon Consultants, Inc. TSAO Design Group, Incorporated UCI Engineering Inc. UCI Engineering, Inc. D/B/A UCI Design, Inc. \ltalini Corazzini, P.A. William B, Medellin Architect PA William Lane Architect, Inc. On February 26, 2018, the City Manager appointed the Evaluation Committee via LTC # 105-2018. The Evaluation Committee convened on August 6, 2018, to consider proposals received. The Committee was comprised of Lily Alvarez, Construction Manager, Property Management Department, City of Miami Beach; Pilar Caurin, Construction Manager, Office of Capital Improvement Projects, City of Miami Beach; Elizabeth Estevez, Capital Projects Manager, Parks and Recreation Department, City of Miami Beach; and Francisco Garcia, Construction Manager, Property Management Department, City of Miami Beach. The Committee was provided an overview of the project, information relative to the City's Cone of Silence Ordinance and the Government Sunshine Law. The'Committee was also provided with general information on the scope of services and a copy of each proposal. The Committee was instructed to score and rank each proposal pursuant to the evaluation criteria established in the RFQ. The evaluation process resulted in the ranking of proposers as indicated in Attachment A. Subsequent to the evaluation of proposals, Ross & Baruzzini, Inc. submitted the. attached letter indicating that without local MEP resources it no longer wished to be considered for award.. Due to the large number of responses, a summary of each top-ranked firm or the firm's proposal is available upon request. Page 438 of 1637 CONCLUSION After reviewing all the submissions and the results of the evaluation process, I note that the City is fortunate to have received a large number of responses to the RFQ. In determining the number of firms to award in each category,staff has recommended the number of firms believed to be necessary to complete the volume of work available for each category. Awarding too many firms in any given category would not be in the City's best interest as, an insufficient volume of projects may cause, the awarded firms to become disinterested and not provide the necessary level of service to the City. Therefore, I recommend that the Mayor and City Commission approve the Resolution authorizing the Administration to enter into negotiations as follows: William B. Medellin Architect P.A.; CSA Central, Inc., Schindler Architects, Inc., TSAO Design Group, Incorporated, CPH, Inc., Sol-ARCH, Inc., William Lane Architect, Inc., Moss Architecture and Design Group, Inc., Alleguez Architecture, Inc., R.J. Heisenbottle Architects, and RA., Vitalini Corazzini, P.A., for the discipline of General Architecture. Savino & Miller Design.Studio, P.A., Keith and Schnars, P.A, CPH, Inc., Curtis & Rogers Design Studio, Inc.; Chen-Moore Associates;, and Miller, Legg & Associates, Inc., for the discipline of Landscape Architecture. Schwebke-Shiskin & Associates, Inc., CES Consultants, Inc., Chen-Moore Associates, 305 Consulting Engineers, LLC, Miller, Legg &Associates, Inc., and SRS Engineering, Inc., for the discipline of_Civil Engineering. E Sciences, Inc., Terracon Consultants, Inc., EBS Engineering, Inc., and CSA Central, Inc., for the discipline of Environmental Services and Testing Engineering: , CSA Central, Inc., 3FM Engineering, Inc., and UCI Engineering Inc.,for the discipline of Mechanical, Electrical,and Plumbing Engineering. 305 Consulting Engineers, LLC, Eastern Engineering Group Company, CES Consultants, Inc., Master Consulting Engineers, Inc., UCI Engineering Inc., and Diaz, Carreno, Scotti & Partners, Inc., for the discipline of Structural Engineering.. TSAO Design Group, Incorporated, and MC Designers, Inc., for the discipline of Interior Design / Space Planning. Schwebke-Shiskin&Associates, Inc.for the discipline of Surveying. and further authorize the Mayor and City Clerk to execute an agreement with each of the recommended proposers upon conclusion of successful negotiations by the Administration. KEY INTENDED OUTCOMES SUPPORTED Build And Maintain Priority Infrastructure With Full Accountabilty FINANCIAL INFORMATION The cost of the related services, determined upon successful negotiations, are subject to funds availability approved through the,City's budgeting process. L-agislative Tracking Property Management/Procurement Page 439 of 1637 ATTACHMENTS: Descript ion • • o Attachment A ❑ Ross and Barazzuni Letter ❑ Resolution • • J Page 440 of 1637 ATTACHMENT A _ ARCHITECTURE-GENERAL RF01011941141PROFESSWNAL - •-- 1 i m oc o Low 1 NIQUIEGRNNL.91059 I4E106 Lily Alvarez '' Pil]r Caurin Elizabeth Estevez SERVICES FOR CAPITAL RENEWAL ENO3i a ;r Francisco Garcia REPLACEMENT PRWECTS • I n c Ccq Aggregate C - S :K Qualitative Quanbadve I Subtotal Qualitative .Quantitative 1 Subtotal j� Qualitative Quantitative Subtotal Qualitative Quantitative Subtotal Totals William B.Medellin Architect I • . ' .. ---- — _____I— P.A. 96 0 96 1 95 _ 0 .95 4 92 0 82 3 100 0 100 11 8 1 CSA Central,Inc. _• _ 96 0 96 1 98 0 98 ' 1 91 0 91 4 98 0 88 s 11 2 Schindler Architects,Inc. 95 0 95 6 94 0 94 u 5 •. 95 0 - 95 1 99 0 99 3 15 3 TSAO Design Group, ••—•—' ' Incorporated 95 0 95 6 93 0 93 6 94 _ 0 94 ' 2 100 0 100 1 15 3 CPH,Inc. 96 0 96 1 97 0 97 3 84 0 84 9 99 0 99 3 16 5 Sol-ARCH.Inc. I 95 0 95 6 98 0 88 _ 1 86 0 86 7 98 0• ( 98 5 19 6 William Lane Architect.Inc. 96 0 _ _96, 1 87 0 87 10 • 90 0 90 5 93 0 — 93 11 4 27 -- 7- Moss Architecture and Design I — - Group.Inc. _ 95 0 95 , ,,0_ 90 0 • 90 8 86 0 a6 7 _ 97 0 97 8 29 9 Alleguez Architecture,Inc. 96 0 _ 86 1 69 ,_ 0 89 9 80 0 80 11 940 94 o 30 9 . R.J.Helsenbodle Architects, PA. 94 0 _ _ 94 10 91 0 91 7 88 0 88 6 94 0 _ 94 9 32 10 Vitetini Core zva.PA. 94 0 94 •10 82 0 82 12 82 0 62 10 98 0 98 5 37 •','11 ArcBuilden and Group —"— Incorporated 94 0 84 10 84 •_•_• 0 _••• 84 11 75 0 I 75 14 84 0 64 12 47 12 Alejandro Pardo Arctt1ectwe, Inc. 0. 93 13 80 0 80 .13 79 0 79 12 79 0 79 13 51 13 UCI Design.Inc. �`''`� ._._88 0 88 141 69 0 1 69 _114 78 I 0 78 13 78 0 __. 78 14 55 114 - • :::;, porus . •• • lerspor Yevan'.pa.f. 0a4100w.arh. MondoPaGo 000000.1w,bC, a o Ahgrp Anh0v0.0sOe o , a Nceineao ar Ow mliawnrd a a .. RL Inc .._ 0. 0 .., L ' CSA a caal ire 0 0 —••- ...aNNaocw.and 400,00 Cao.K, 0 —. —0 AJ.u.orlp Noarna.PA 0 0 • ( Winces AraM.CY vi 0 a . 9sARU.6e -• ' 0 0 MAO Deo,Cut Icanoisa 0 0 /_ 110 Ervb..apl,heDMA VC.DUO,VC. 0 O Walul Co oini,PA • 0 0 we.a**Oa NJeauea0 a . won 11,110.11.1.VC _,0 __..��_�-__ FOR DISPLAY PURPOSES ONLY.FINAL RANKING DOES NOT CONSTITUTE AN AWARD RECOMMENDATION. • • • Page 441 of 1637 . • ATTACHMENT A ARCHITECTURE=LANDSCAPE "-•------ i .— oRw7wN1dw PROFEMIOt4L ( l c : .— TPO�� •c LOW cLYy Alvarez Pier Caurin ;Y Elizabeth Estevez Francisco GarciaSFAYICE9FOR ALRDFWALaND �e :c) e Aggregate cIEAACElIFM PROJECTS re i m_ 1 2 _ __J 2 Totals 2 Qualitative Quantitative Subtotal Qualitative Quantitative Subtotal 1 Qualitative Quantitativo Subtotal Qualltatbe Quantitative Subtotal I Savin 8 Miller Design Studio. --•-- - •- -—•— _ ___ P A. 97 0 97 1 95 0 95 ,4 94 ' Keith and Sahnars.P.A. 96 0 86 3� 97 0 97 2 92 0 94 1 100 0 . 100 1 7 1 CPK,Inc. 96 a '- 92 2 100��--_,0 i 100 1 Cunis&Rogers Design Studio. 96 3' -87 0 •• —•. 97 2 66 0 86 6 100 0 100 -t ,?—rj' Inc. _ • 96 _ 0 _ 96 3 98 0 98 1 87 0 87 5 98 0 98 6]li •14 •4 Chen-Moore Associates 97 - 0 97 1; 91 0 91 6 90 0 90 4 98 D 1 O8 ,6 16 :6 • Millet.Legg 8 Associates,Inc. 95 '0 95 6 '85 0 • 88 7 91 01 Calvin.Giordano&Associates. —' 91 3 I� _ 0 100 1 17 16 Inc. 95 0 95 6 92 0 92 5 66 0 86 6 96 0 95 .7 I 24 • '7 Landscape DE.LLC 93 0 97 8, . 83 , 0 83 8 60 0 80 a 96 0 96 7I 31•8.8 PePp.a.r Yeara lru.. TeleCu.nn.w. GA. o O . •.n Ca.arov.Nroua. 0 O ' -Mi.lag. . 0.". o . caa acoia Cap).aaao.00 ns .a..baan PA. 0 0 lif99Ci.00E.LLC 0 0 .A9•Let iAYrOPq.oO o o Sea al iib0a Man PA. 0 p • FOR DISPLAY PURPOSES ONLY.FINAL RANKING DOES NOT CONSTITUTE AN AWARD RECOMMENDATION. - • • • • • Page 442 of 1637 • ATTACHMENT A ENGINEERING-CIVIL Rig 11111411418 PR0EESSIOMAI — .._._____ _ _ _._._. ARQUECTIIRAINONIGIINEIVIG SMILES FOR CAPWC RENDUS AN Llly Alvarez E. Pilar Catton Elizabeth Elizabeth Estevez en-�'• Francisco Garcia l REPLACEMENT PROJECTS i •'� i c a Aggroewate z Aggregate Qualitative Quantitative Subtotal Qu99lauve Quantitative Subtotal Qualitative Quantitative Subtotal i to Totals Scnwebbe-Sbiskin& — QuaGtaWe I Quantitative _Subtotal , `I Assoaates•Inc. 95 0 95 5 97 0 97 3• 95 0 95 1 100 0 100 2 11 1 CES Consultants,Inc. 97 0 97 2 95 0 95 4• 92 0 _ 92 5 100 0 100 -2 13 2 Chen-Meaty Associates 97 _0 _-- 87 2 91 0 91 7. 93 0 93 3 100 0 100 2 14 3 3D5 Consuhin0 En�eers_LLC 95• _ • 5_•••_ _ 100 .1 84 5 89 8 I 87 5 92 5 98 5 103 1 15 4 Millet.Legg&AuscdateIL Inc. 95 0 95 5 84 _ 0 __ 33 0 83 3 100 0 100 "— SRS Engineering.Inc. 95 0 95 5 I 98 ..0_ 9g1:"'gq 15 4 •- ... p 94 2 98 0 98 7 15 4 CPM.Inc. _ 94 0 94 8�--98—••— 0 .2 92' _ 8 90• -• _.�—�_ 90 8 100 91 7 0 100 •7 _ 18 _ _a. • Pareare. Yawners Pakp i T441100=1110l.. aconte Crimea. f I a _ ro CFS CunWaa Is 0 'a Ga teova ea. 0 a CM Ire' 0' 0 - ' Mew Len 4M.Waln.oc 0 - 0 S01.ea1ar51wW a Aum a. Ye 0 0 _ 0128 Sp4vap ire n o TM.:.emaewa - o a FOR DISPLAY PURPOSES ONLY.FINAL RANKING DOES NOT CONSTITUTE AN AWARD RECOMMENDATION. • • • Page 443 of.1637 - ATTACHMENTA ENGINEERING-ENVIRONMENTAL SERVICES AND TESTING eime1ECreHAI AHD EHaiNEERNG o Ng ans.utio mamma . m a sEatxEaToatarrtALltEUEeAurro Lily Alvarez Y' Pilar & ElizabethEstevez Francisco Garcia c Low o ef.alACEWAT PROJECTS _ " Aggregate cc ._....._...-• 2 _ a I Toils le' Qualitative Quantitative Subtotal Qualitative Quantitative Subtotal Oua6tattre Quantitative Subtotal ' Qualitative Qulnlltativa Subtotal I E Sciences.Inc. 96 0 96 1 95 0 95, 12 96 0• - _BB 1 100 0 100 1 1 5 t Terracon Consultants,Inc 96 0 98 1 95 0 95 2 88 0•. —BB 1 100 0 100 1 •7 •- '2 EBS Engineering.Inc. • 95 - 0 ,95 4 98 0 96 �1 92 0 - _.92 . 2 100 0 100 1 CSA central.Inc. 96 0 96 1 89 0 69 4 67 0 67 4 100 Florida Technical Consultants, �— ----— 0 100 _ 1 10 _4 . LLC 94 • 0 94 5 82 0 62 ;5 82 0 . .._-- 62 5 94 0 94 5 ^ 20 5 Dawn• v...oarmae TOW WOWS" / csncm.a.t.c 0 1 0 E Soma oc 0 1 a Mil FV•eav0 K •• • 0 1 0 -- r .rtcnruaaa aem .LLu 0 , o . tr -Tr...mGuuw.as a I • FOR DISPLAY PURPOSES ONLY.FINAL RANKING DOES NOT CONSTITUTE AN AWARD RECOMMENDATION. • • • • Page 444 of 1637 • • 'ATTACHMENT A ENGINEERING-MECHANICAL,ELECTRICAL.AND PLUMBING • Rip 70ta•tgaW PR E990$8L -— _ _ •- • • ARMIE R/Ft&AMD ROINEWMG e c c c Low Lily Alvarez Phar Catrin Elizabeth Estevez Francisco Garcia SfNNCREi.4pIAcEMEFoit Ca lir pRR0.NIECw15 AND A c c c Aggregate a 2 Totals g QealpatIva Quantitative Subtotal Qualitative , Quantitative 1 Subtotal Qualitative l Qeaotita9Ve Subtotal QuaIlaue Quantitative Subtotal • ICSA Central,inc. 95 0 95 1 96 0 96 1 89 — 0 89 2 100 0 100 1 5 1 Ross 8.Fla ruzzinl.Inc. 95 0 - 95 I'1 95 0 95 2 92_ _0 92 1 _ 100 0 100 ' I • 5 3FM Engineering.Inc. 90 0 90 3 94 • -0 _ __ 94 3- ' 88 0 88 3 98 0 ! 98 • 4-7--1-3-7. 3 jUCl Engineering.Inc. 90 0 90 3 90 0 90 _ 4 88 0 86 4 99 0 j 99 3 I 14 4 • • p.0 Mean Pavro TauMOueeuv.• _caea_4,c.. o •uerumn • - FOR DISPLAY PURPOSES ONLY.FINAL RANKING GOES NOT CONSTITUTE AN AWARD-RECOMMENDATION. • • • • • • • • • • • • • • Page 445 of 1637 • • ATTACHMENT A ENGINEERING.-STRUCTURAL RFQ lI.I4I.9b PROFfiSSIONLL --' '- --- ' '. ---— . MQIIIECTURLL IWO ENSWEERta6ob of w st'RYICE6FORt:APITAL RENEWAL NW ..C.Alvarez x Pilar Cando x Elizabeth Eslevet a Francisco Garcia c Low el REPlACFa1ForPROJECTS a .m O C Aggregate c! --_-__ _._ - ,OC _ K _ ro Total C QuaGtazra OwntltaW. Subtotal Quautativ. Quantitaliva Subtotal i Qualitative 1 Quantitative Subtotal QualitativaIj Quantitative Subtotal _ S 305 Consulting Engineers.LLC 95 5 100 1 88 5 93 1 79 5 84 5 109 5 105 I I 8 1 ' Eastern Engineering Group - _... Company 95 0 95 3 92 0 82 2 90 _ 0 90 1 100 0__ 100 2 8 1 ' CES Consultants,Inc. 97 0 97 2 91 0 91 3 87,-_. 0 87 3 100 0 100 _2 10 3' ' blaster Consulting Engineers, ' —"' "' '"'— '• -'-- Inc. 95 0 95 1 84 - 0 94 5 89 0 89 2 i 99 0 98 .4 14 4 UCt Engineering.Inc - 94 • 0 94 5 91 0 91 3 87 0 87 1 94 0 94 5. 16 5.� Diaz.Carreno.Scotti& ' ---- Partners.Inc. 92 0 92 6 81 0 __91 - 6. 75 0 75 6 92 I 0 92 6 24 '6 I '_OuwararaNar:' IrtgYa Wnfla.rb:YF• Tatuev rcha,. wscmawnFiq..a•wuc S a 0E5 Con.0.vlI.St. 4 , a 1 - Om.Car.Saarom.F.o& E o farm Fiwraaq Cap r-a.wt UC1 foprnmp Sc Maas(CvownFLgrmun.4e -• _••••—•I A I FOR DISPLAY PURPOSES ONLY.FINAL RANKING DOES NOT CONSTITUTE AN AWARD RECOMMENDATION. • • • • Page 446 of 1637 . ATTACHMENT A INTERIOR DESIGN 1 SPACE PLANNING RramlFut.roPROTEsuoxAl —_-. - - - ---• -... --_ ARCIRIECTURALANDENGhIEERWG to ------ - • c Low i cm Llly Alvarez PitarCaurIn Elizabeth Estevee Francisco Garcia SERVICES FOR Waal RDIEWAI,AND Y REPLACEUEIR PROJECTS Aggregala ' Z. _.-.. .-_• .. . ._•• -- 'a � C q Totals QuatitaWc QuanVtatire Subtetst Quathative quantilaUve I Subtotal I Qu- a atIve I QuamltatNe Subtotal Qualitative .1 Quantitative f Subtotal SAO Design Group. _ - - —- I - • • Incorporated 95 .0 95 1 93 0 93 1 93 0 93 1 _ 100 0 _ --... ...-- --.....•'----'•--'-' '-� - - - I t MG Designers,Inc. 1 93 0 93 2 87 _ 0 _ e7 2 89 0 89 _. 2 98 � 0 98.. I.2 rprieVd..rw.• •• ,.... . • • . ......., V.un•P.310u r rovreaw. .+e baeva.a. o o TaOO ere.GAP a apse:a 0 0 _ ` 1 FOR DISPLAY PURPOSES ONLY.FINAL RANKING DOES NOT CONSTITUTE AN AWARD RECOMMENDATION. • • • Page 447 of 1637 ATTACHMENT A . SURVEYING RF4171E14140 PROFESSIONAL II �I ._. . -ARCNIiEt:7atLLL ASO ENGINEERING Alvarez x Pilar Caurin Y Elizabeth Estevez Y Francisco Garcia le Low = SERVICES FORCAPRAL RENEWAL AND , REPLACEIRENi PROJECI'a C I ! c •e Aggregate e oc z _;0C Totals I Qualitative Quantitative Subtotal Qua litatNe _QuantltatNe Subtotal Qualitative Quantitative Subtotal Qualitative Quantitative Subtotal Sc Ascoc:bk s.,toe in 8 _ _ � 4 ___1., I Associates,toe__ _ 95 _0 95. 1 98 D 98 1 95 0 95 1 100 � 0 100 t � Pt gag.. VM.raRSPWn. rwi O.okaLta nc..atcccc ae.Inc I a a FOR DISPLAY PURPOSES ONLY.FINAL RANKING DOES NOT CONSTITUTE AN AWARD RECOMMENDATION. • • • Page 448 of 1637 • Ross&J aruzzrnr 7200.NW 19th Street,Suite 305 Miami,Florida 33126 305.477.8338 October 2,2018 Ms.Natalia Delgado City of Miami Beach - Procurement Department 1755 Meridian Avenue,3' Floor Miami Beach,Florida 33139 RE: RFQ 2018-141-ND,Professional Architectural and Engineering Services for Capital Renewal and Replacement Projects,Engineering-Mechanical,Electrical,81 Plumbing Dear Ms.Delgado and Members of the Selection Committee, This letter is a follow-up to our submission submitted to the City of Miami Beach on May 7 relative to On-Call Mechanical/Electrical/Plumbing (MEP) Engineering Services. We understand that Ross & Baruzzini is being considered as a candidate for award of the On-Call Contract. We wanted to inform the City of Miami Beach that our local resources have changed since we submitted our Proposal: • Our local office remains strong in the'security,communications and technology disciplines and our firm will continue to offer these services form out-local office. • We no longer have mechanical,electrical and plumbing(MEP)resources in our local office;but do have these resources within our headquarters in StLouis.- We remain interested in the contract relative to security,communications and technology focused projects;but 1 without local MEP resources it may be in your best interest to consider firms with local MEP resources for projects that are MEP focused. We thought it best to inform the City of Miami Beach of this change in local resources since our submission and 'understand any ramifications relative to selection of firms for the contract. Respectfully, Michael E.Shea,AIA Senior Vice President,Government Market M:314.378.6082;mshea@rossbar.com Cc:Susan Dimond,Bill Overturf rossbar.com Page 449 of 1637 ATTACHMENT B REQUEST FOR QUALIFICATIONS (RFQ) &ADDENDUMS 35 Procurement Department M I f� /t/�/ �f 1 1755 Meridian Ave,3rd Floor, Miami Beach, Florida 33139 www.miamibeachfl.gov • ADDENDUM NO.7 1 REQUEST FOR QUALIFICATIONS NO.2018.141-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND . REPLACMENT PROJECTS(the RFQ) April 18,/018 • This Addendum to the above-referenced RFQ is issued,in response to questions from prospective proposers, or other clarifications and revisions issued by the City.The RFQ is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). 1, RFQ DUE DATE AND TIME. The deadline for receipt of submittals is extended until 3:00 p.m., Monday, May 7,2018,at the following location: City of Miami Beach • Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Late submittals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. No further questions will be considered. 2. RESPONSES TO QUESTIONS RECEIVED. Q1: •The answer to Q17 states that the City already has a pool of professional surveyors and the City will ' not consider adding this category to the list of services. Under the Revised Statement of Work Required—Exhibit B (Revised Exhibit C), Surveying has been listed as a category of work. Please clarify whether surveying is included as a category in this RFQ proposal or not. Al: Please refer to Addendum No. 5, Exhibit B: Revised Appendix C, Minimum Requirements &Specifications,surveying has been added to the categories of work. Any questions regarding this' Addendum .should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a_copy to the City Clerk's Office at RafaelGranado@miamibeachfl.gov S Contact: Telephone: Email: • Natalia Delgado 305-673-7000 ext. 6263 nataliadelgado@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Potential prop rs that have elected not to submit a response to the RFQ are requested to complete and return the"Notice to Pr sp c sive Bidders"questionnaire with the reason(s)for not submitting a proposal. Sin -ly, lex - is Pro -ment Director RFQ No.2018-141-ND Addendum#7 4/18/2018 Procurement Department MIAMI Ei\ 1755 Meridian Ave,3�Floor, Miami Beach, Florida 33139 www.miamibeachfl.gov ADDENDUM NO.6 REQUEST FOR QUALIFICATIONS NO.2018-141-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES(FOR CAPITAL RENEWAL AND REPLACMENT PROJECTS(the RFQ) April 16,2018 This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFQ is amended in the following particulars only(deletions are shown by strikethrough and additions are underlined). 1. RFQ DUE DATE AND TIME. The deadline for receipt of submittals is extended until 3:00 p.m., Monday, April 30, 2018,at the following location: City of Miami Beach Procurement Department , 1755 Meridian Avenue, 3'd Floor Miami Beach, Florida 33139 Late submittals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. - i Na further--questions wilt be considered: Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.gov Contact: Telephone: Email: Natalia Delgado 305-673-7000 ext.6263 nataliadelgado@miamibeachfl.gov Proposers are reminded to acknowledge receiptof this addendum as part of your RFQ submission: Potential proposers that haveelected not to submit a response to the RFQ are requested to complete and return the"Notice to Pros ctive Bidders"questionnaire with the reason(s)for not submitting a proposal. n ely, IexD_,. � Procurement Director . , i RFQ No.2018-141-ND Addendum#6 • 4/16/2018 M(AM I B EACH 0 Procurement Department 1755 Meridian Ave,3 Floor, Miami Beach, Florida 33139 www.miamibeachfl.gov ADDENDUM NO.5 REQUEST FOR QUALIFICATIONS NO.2018-141-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACMENT PROJECTS(the RFQ) April13,2018 This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFQ is amended in the following particulars only (deletions are shown by strikethrough and additions are underlined). •• • 1. REVISION: Delete Section 0300, Submittal Instructions and Format, on page 12—13 of the RFQ, in its entirety and Replace,with Revised Section 0300, Submittal Instructions and Format, attached hereto as Exhibit A. 2. REVISION: Delete Appendix C, Minimum Requirements &Specifications, on page 27—28 of the RFQ, in its entirety and Replace with Revised Appendix C, Minimum Requirements & Specifications, attached here to as Exhibit B. 3. ATTACHMENTS. Exhibit A: Revised Section 0300, Submittal Instructions and Format Exhibit B: Revised Appendix C, Minimum Requirements&Specifications 4. RESPONSES TO QUESTIONS RECEIVED. Q1: Could you please clarify what is needed for the three references? Do we need reference letters or just contact information? Al: As stipulated in Appendix A, Response Certification, Questionnaire & Requirements Affidavit, 3. References & Past Performance, for each reference submitted, the following information is required: 1) Firm Name, 2) Contact Individual Name & Title,.3) Address, 4) Telephone,5)Contact's Email and 6)Narrative on Scope of Services Provided. Q2: Do only originals need to be in 3 ring binders or the 10 copies also? A2: As stipulated in Section 0300, Submittal Instructions and Format, 1. Sealed Responses, the City prefers that the original be in a 3-ring. Additionally,that the Proposer submit ten(10) bound copies and one(1)electronic format(CD or USB format). How the copies are bound is up to the proposer. Q3: Pg 13, Section 2.3.1 Audited Financial Statements in lieu of D&B SQR. Will a current (2017-2018) certification letter from FDOT suffice for Audited Financial Statements?or do you require the Audited Financial Statement itself as submitted to FDOT for Certification? A3: Please refer to Exhibit A: Revised Section 0300, Submittal Instructions and Format. Neither is requested at this time. j I ' RFQ No.2018-141-ND Addendum#5 4/13/2018 MIA /� I B EACH Procurement Department V 1755 Meridian Ave,3rd Floor, Miami Beach, Florida 33139 www,miamibeachfl.gov Q4: , Are the proposing firmsrequired to submit sub-consultants to address all the service areas identified on p. 28 of Appendix C? A4: Proposers may but are not required to submit proposals for all categories of work • stated within the RFQ. Proposals must be limited to a single category of work. Those Proposers wishing to submit proposals for multiple categories of work must submit a separate proposal for each category. For example, if a Proposer wishes to submit a proposal • for Architecture-General AND for Engineering-Structural, the Proposer must submit a single proposal for Architecture-General and a separate and distinct proposal for Engineering • - Structural. Proposals are not to include sub-consultants at this time.Proposals shall only be submitted • for the areas of work that will be completed by the submitting firm. • Q5: Under"Experience and Qualifications of the Firm", you have asked for an SF330. Then, under • "Experience and Qualifications of the Team", you have asked, "A resume of each individual, including education, experience, and any'other pertinent information, shall be included for each respondent team member to be assigned to this contract", The SF330 includes resumes. Are you looking for resumes to be included twice in two separate sections? • A5: Please refer to Exhibit A: Revised Section 0300,Submittal Instructions and Format. • Q6: Under"Experience and Qualifications of the Team", you are asking for "Project Experience: For each architect and engineer, include information for three (3) relevant projects, performed in the last, five years, for public or private sector clients." Does"architect and engineer refer to each individual on the team,or rather to the firm as a whole?Projects are included in the SF330.Are you looking for • projects to be included twice in two separate sections? A6: See response to item Q5 above. • Q7: _Do we have to submit info for both Tab 2 and Tab 3.or just Tab 2 since we are submitting as a firm and not as a Team? Al: See response to item Q4 above. • Q8: In the RFQ, under the Format section, for Tab 2.2 (Qualifications ofProposingFirm), are we to use SF 330 section F to present this information? AB: See response to item Q5 above. Q9: We are a consulting engineer (Mechanical, Electrical, and Plumbing) firm, do we have to be listed under an architect in the proposal or can we submit our own proposal? ' A9: See response to item Q4 above. • RFQ No.2018-141-ND Addendum#5 • 4/13/2018 ' V (A I V E1C u Procurement Department 1755 Meridian , Floor, Miami Beach, Florida 33139 www.miamibeachfl.gov Q10: Insurance Requirements-Are we required to carry Workers'Comp,General Liability, and Automobile Liability?We do carry the 1 M professional liability being an engineering firm. A10: Yes, the Consultant will need to maintain the minimum levels of Insurance indicated in Appendix D, Insurance Requirements. Q11: Could the City please clarify intent?"Teams"with the"Prime"being the discipline under which you • are submitting or Single-discipline proposals with no sub-consultants included?or will both types of submittals be allowed in which case..is it up to the Proposer? All: See response to item Q4 above. Q12: Tab 2 Section 2.2 asks forclient references,Tab 3 Section 3.1.1 also asks for client references, and item 3 of the Response Certification, Questionnaire & Requirements Affidavit also asks for references. Can these references be the same? ` Al2: No, references requested under Appendix A and Tab 3 are for the firm. References requested under Tab 4 are for the Proposer's individual team members (architects and engineers). Q1'3: Can the proposer include references from City of Miami Beach staff? A13: Yes, the proposer can include references from the City, providing they are specific to a project. Q14: Is there a preponderance of vertical or horizontal tasks anticipated from this contract? A14: The City anticipates there to be a preponderance of vertical tasks resulting from the award of this solicitation. Q15: While we understand that the industry is generally called Architectural/Engineering Services, Page 27 item C2 lists categories being sought grouped categorically as either "Architecture" or "Engineering". In the case of, for example, "Architecture — Landscape", the fact that it is written where landscape is appended to architecture it could be misunderstood to read_that a landscape architectural firm must be a sub or part of architectural team because of the way it is written. Please clarify that it is not the intent of the City to force landscape architecture services to be solely provided as a sub to an architectural prime, and instead landscape architectural services can be submitted independently. A15: See response to item Q4 above. Q16: ' "Engineering — Structural" is listed twice. Can the City clarify if one of those was intended to be "Engineering—Civil" • A16: Please refer to Exhibit B: Revised Appendix C, ,Minimum Requirements & Specifications. . RFQ No.2018-141-ND Addendum#5 • 4/13/2018 M I AIv'\I B EACH Procurement Department 1755 Meridian Ave,3rd Floor, Miami Beach, Florida 33139 www,miamibeachfigov Q17: Does the City already have a pool of Professional Surveyors? If not, will the City consider adding this category to the list of services? A17: The City already has a pool of Professional Surveyors. Hence, the City will not consider adding this category to the list of services. Q18: Mechanical, Electrical and Plumbing services are all grouped together, however there are many highly qualified firms that provide one and not all three of those services. Will the City consider • breaking each of these out into separate categories? A18: See response to item Q16 above. Q19: If the City will not break-out Mechanical, Electrical and Plumbing services into separate categories, will the City clarify if a firm that does not provide all three services in-house will preclude them from being eligible to submit. A19: See response to item Q16 above. Q20: During the Pre-Proposal Conference it was stated that firms could submit individually or as a part of a team. Concerns were brought up by several of the participants and attendees that that structure • would result in disadvantageous situations for the applicants. Seldom are projects, even the small • ones,only the product of one sole discipline. Therefore, an applicant may be selected by the City as part of a 'pool', for example for.Landscape Architectural or Civil Engineering Services. If, for example, a project is then given to an Architect for a building renovation or annex that will also require landscape and civil work, and if that Architect's RFQ submittal included.a Civil Engineer or Landscape Architect as a'part of their 'team', then the contracted firm in the pool of qualified consultants selected by the City will not see the benefits 'of having submitted to perform any necessary intersecting services required as a part of the scope for that specific building renovation project. We think that the option to submit independently or as a part of a team may result in (a) bulking-up all the RFQ responses that will be received by the City to include both prime and consultant services•—which will make the task of an apples-to-apples comparison by the evaluation committee very difficult — or it may (b) dissuade qualified applicants from submitting altogether because they have not formed the established relationships other 'teams' may have in place — ultimately reducing the options for qualified professionals available for the City to choose from and setting the City at a disadvantage. We would respectfully recommend that all responses be made solely for the primary in-house service offered and,that the option to also submit as part of a team be eliminated. That way, each applicant will be solely evaluated based on that primary service they are providing. The City could request that each applicant could state what firms they have had past experiences with thatprovide, what would be sub-consultant services in a new Tab 2.4 to be included in Page 13. The City could then clarify that as a project becomes available, it would be the City's responsibility to assemble the. project team solely from those within the pool. If a prime has a stated working relationship with another firm that is also in the pool, then the City could favorably select that second firm to be a part of the team, or not. Ultimately,this will be in the City's best interest because(a) it will ensure that all team-members have been properly vetted through the selection process, and (b) it will clarify the process to those of us responding to this RFQ. RFQ No.2018-141-ND Addendum#5 4/13/2018 M I AM I B EAC HProcurement Department 1755 Meridian Ave,3rd Floor, Miami Beach, Florida 33139 . www.miamibeachfl.gov Given the above, please confirm if it is still the intent of the City to allow submittals to be independently submitted as well as a part of a team. A20: See response to item Q4 above, Q21: We understood from the statements made during the Pre-Proposal Conference that, for ease and facility of review, all submittals for each different service category should be submitted as separate packages, independently. Therefore, 1 firm who submits for 3 different service categories will . provide 3 separate submittals. We certainly understand the effectiveness of this request; we simply . 'want to confirm if our understanding is correct. A21: The City confirms that for ease and facility of review all submittals for each different service category must be submitted as separate packages, independently. Q22: Appendix A.What tab does the questionnaire affidavit fall under.Should Appendix A be a tab unto itself? A22: See response to item Q5 above. Q23: 2.3 Financial Capacity. Do we request D&B SQR after the bid opening upon notification from the City or do we have D&B send the SQR to the City now? A23: As stipulated in Section 0300, Submittal Instructions and Format, 4. Financial Capacity, Proposer shall arrange for Dun & Bradstreet to submit a Supplier Qualifier Report (SQR)within three(3)days of request by the City, Q24: The numbering under the Submittal Instructions and Format seems to be off starting on page 12.Will you be updating that? A24: See response to item Q5 above. Q25: Are you looking for teams or individual firms for each"category"? A25: See response to item Q4 above. . Q26: Civil engineering is not listed but structural is listed twice. Please clarify. A26: See response to item Q16 above. • Q27: Is the City of Miami Beach looking to award individual Agreements for each Discipline or only (1) Agreement with a Prime and Sub-consultants, Also, if it will only be(1)Agreement,who shall be the Prime? A27: Sub-consultants are not being considered at this time. The City of Miami Beach is looking to award individual agreements for each discipline. In the case were a firm is • awarded various disciplines, one agreement will be executedand will indicate the'various disciplines. • RFQ No.2018-141-ND Addendum#5 4/13/2018 • f /` I /` ,� /� I B Ei\C H Procurement Departmnt �/ 1 /�I 1% ` 1755 Meridian Ave,3rd Floor, Miami Beach, Florida 33139 www.miamibeachfl.gov Q28: Would the City be able to provide a list of the firms that currently hold contracts and expiration date of those contracts? • A28: The City currently does not have a contract for professional architectural and engineering services for capital renewal and replacement projects. • Q29: Is the Architectural and Engineering Services for this RFQ associated with the cost less than $325,000? A29: Yes, this RFQ is for professional architectural and engineering services for capital renewal and replacement projects usually expected to cost less than$325,000. Q30: Page 27 lists Engineering Structural as a category two times. Is another category of engineering 9 9- 9 Y gry g 9 required? A30: See response to item Q16 above. Q31: Please elaborate on the type of testing &inspection services required under the Master Agreement. A31: No testing or inspection services are required.See response to item Q16 above, Q32: Can a firm submit as a prime consultant&be a subconsultant on other firm's teams? A32: See response to item Q4 above. Q33: Under which category(ies)does the following services fall under? • -Lab Testing • -Soils&Geologic Studies, Foundations •. -Roofing Assessments, Replacements s. • Testing &Inspection Services A33: See response to item Q16 above. Soils & Geologic Studies, Foundations falls under the Engineering — Environmental Services and Testing category. Roofing Assessments, Replacements falls under the Architecture—General category. • Q34: Please provide information on what type of testing services are required for the Engineering- Environmental Services category. - A34: Various, including, but not limited to: surveys for asbestos containing materials (or ACM);lead based materials,AsbestoslLead Abatement,and indoor air monitoring services. . Q35: Please'provide clarification as to what lab testing services are required under the Master Agreement. A35: -The category for lab testing services was deleted from Appendix C, Minimum Requirements&Specifications. RFQ No.2018-141-ND _Addendum#5 4/13/2018 - . /\A I A/ V 1 I V EACHProcurement Department 1755 Meridian Ave,3rd Floor,Miami Beach, Florida 33139 www.miamibeachfl.gov Q36: Page 12, TAB 2 reads 1.3.Should this be part of TAB 1 or TAB 2? A36: See response to item Q5 above. Q37: Under "SECTION 0300/SUBMITTAL INSTRUCTIONS AND FORMAT", please clarify where APPENDIX A, B, D&E are to be placed in RFQ Submittal package. A37: See response to item Q22 above. Appendix B,is to be submitted if the Proposer has elected not to submit a proposal. Hence, it is not mentioned in Section 0300, Submittal • Instructions and Format. Appendix D and E are not to be included in the proposal. Q38: Section 2.2(Qualifications of Proposing Firm) ask to submit information regarding experience on non-residential small projects, construction cost below 325,000. Is it possible to include private offices, retail, restaurants, city projects such as certifications, zoning consulting and private historical • like Deering Estate or Woman's Club at Coconut Grove? A38: Yes, when submitting information regarding experience you can include private offices, retail, restaurants, city projects such as certifications, zoning consulting and private historical projects. • Q39: For section 3.1.1 it seems to duplicate section 2.2.Are we to provide small projects in both sections? ' and are the projects supposed to be individual experience, firm experience or subconsultant experience? • A39: Tab 3, Section 3.1 Qualifications of Proposing Firm, requests firm's history and • relevant experience and proven track record of providing architecture or engineering services, preferably to public sector agencies, for-non-residential small projects. Tab 4, Section 4.1.1 Project Experience, requests the experience of the firm's individual team members on small projects as defined in Section 3.1. Proposals are not to include sub- • consultants at this time, Q40: Should the DUNS information required in Tab 2.3 be sent to you? A40: Not at this time. As stipulated in Section 0300, Submittal Instructions and Format, 4. Financial Capacity, Proposer shall arrange for Dun&Bradstreet to submit a Supplier Qualifier Report(SQR)within three(3)days of request by the City. The Supplier Qualifier Report(SQR) • shall be sent via email to nataliadeloado anmiamibeachfl.gov. Q41: In Section C2. Statement of Work Required(Page 27 of RFQ), could the City please clarify what the scope of items are for the Engineering—Environmental Services and Testing category? A41: See response to item Q34 above. Q42: . We would like to know how we should structure the proposal in regards to Tab 2 (Page 12 of RFQ). Would the City like two tabs for#2, one in front of item 1.3 and one in front of item 2.1? A42: See response to item Q5 above. • RFQ No.2018-141-ND ' Addendum#5 4/13/2018 I! 1 B EAC H Procurement Department 1755 Meridian , , Miami Beach, Florida 33139 www.miamibeachfl.gov Q43: Are there any subs which may be excluded from participating on teams, as they may be on existing contracts with the City? A43: See response to item Q36 above. Q44: We understand that "testing," as it relates to geotechnical, laboratory services, and/or building materials testing, is included in the"Environmental—Environmental Services and Testing"category. Is this correct? If no,then what categories do each of the following services fall under? • Lab Testing ▪ Soils&Geologic Studies, Foundations • Roofing Assessments, Replacements • Testing &Inspection Services A44: See response to item Q33 above. Q45: Can a firm submit as a prime consultant&be a subconsultant on other firm's teams? A45: See response to item Q32 above. Q46: Page 27 lists "Engineering—Structural"as a category two times. Is another category of engineering required? A46: See response to item Q16 above. - Q47: Who are the incumbents? • A47: See response to item Q28 above. Q48: Page 12: Please confirmthat the hard copy submittal requires tab label of "0400" or if it can be labeled as outlined in the Proposal format(Tab 1,Tab 2,etc.). A48: It is strongly recommended that the Proposals be organized and tabbed in accordance with Section 0300,Submittal Instructions and Format. Q49: Page 13: Please clarify minimum required small projects of as minimum of three or five. A49: See response to item Q5 above. Q50: Page 13: Section 3.1.1. cites small projects as defined in 2.1. Please clarify that definition of small projects is per Section 2.2. A50: See response to item Q5 above. Q51: Where should we include Appendix A? A51: See response to item Q5 above. RFQ No.2018-141-ND • Addendum#5 4/13/2018 • MI� /� 1 B E /� ( � Procurement Department 1 V 1 /'1 1755 Meridian Ave,3rd Floor,Miami Beach,Florida 33139 www.miamibeachfl.gov Q52: Regarding the proposal format, noticed that you have Tab 2 twice. Should the second Tab 2 be changed to Tab 3 and so on.. A52: See response to item Q5 above. Q53: ,'Could you please make clarification in reference to the requested structure of the response. On tab • 2, section 2.1 is-requesting the use of Standard Form 330. On this form, it is a requirement to show 10 projects that show qualification of the firm and the key people involved (which is reflected in the matrix section G of the SF330). A53: See response to item Q5 above.• Q54: On the 'Submittal Instructions and Format" proposed by Miami Beach, is the information to be included in Tab 2#2.2"Qualifications of Proposing Firm"the Form 330 Section E or Section F from • Form 330? Section E lists 5 relevant projects to be entered in that section while we are required to submit three (3) Section F "Example Projects" as per Tab 3 on the "Submittal Instructions and Format"proposed by Miami Beach. A54: "Tab 3 Section 3.1 requests the Qualifications of the Proposing Firm. Form 330 Section E and F make reference to the key personnel and team. Q55: Regarding Form 330 Section F, I understand we need to submit three (3) small projectsrelevant to the category of work for this proposal/RFQ (Three (3) small projects are specified in Tab 3 on the "Submittal Instructions and Format proposed by Miami Beach). Is Section F the same information that is specified to be included in Tab 3 on the "Submittal Instructions and Format" proposed by Miami Beach? If so, do I place a copy of those three(3)Section F example projects together with the Form 330 in Tab 2 and another copy of the Section F three(3)small projects in Tab 3 as well? A55: See response to item Q5 above. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's. Office at RafaelGranado@miamibeachfl.gov Contact: Telephone: Email: Natalia Delgado 305-673-7000 ext.6263 nataliadelgado@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Potential proposers that have elected not to submit a response to the RFQ are requested to complete and return the"Notice to Prospective Bidders"questionnaire with the reason(s)for not submitting a proposal. Si ikely, 11 Al•xD-.' •curement Director • RFQ No.2018-141-ND Addendum#5 4/13/2018 A IAvI U EAC Procurement Department 1755 Meridian , ,Miami Beach,Florida 33139 www.miamibeachfl.gov ' I , • 1 � Exhibit A Revised Section 0300, Submittal Instructions and Format • • • • RFQ No.2018-141-ND Addendum#5 4/13/2018 MIAMI BEACH SECTION 0300 SUBMITTAL INSTRUCTIONS AND FORMAT 1. SEALED RESPONSES. One original Proposal (preferably in 3-ring binder) must be submitted in an opaque, sealed envelope or container on or before the due date established for the receipt of proposals.'Additionally,ten.(10) bound copies and one (1) electronic format (CD or USB format) are to be submitted. The-following information should be clearly marked on the face of the envelope or container in which the proposal is submitted: solicitation •• number, solicitation title, proposer name, proposer return address. Statement of Qualifications received electronically, either through email or facsimile, are not acceptable and will be rejected: 2. LATE BIDS. Statement of Qualifications is to be received on or before the due date established herein for the receipt of Bids.Any Bid received after the deadline establishedfor 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 shoulyd 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 T Cover Letter&Table of Content • 1.1 Cover Letter.The cover letter must be signed by a principal or agent able to the bind the firm and contain,the following: (a) Prime Proposer. Include the name and location of the Prime Proposer,Primary Proposers Representative for the RFQ, Representative's Contact.Joint Ventures are not allowed under this RFQ. (b) Selected Category of Work. Proposer must indicate the category of work for which proposal is submitted. Categories of Work: include: Architecture — General;.Architecture — Landscape; Engineering - Environmental; Engineering—Mechanical,Electrical &Plumbing; Engineering—Structural. Proposers shall submit separate proposals for each category of work for which a proposal is • submitted. Example: a firm which provides general architecture and landscape architecture shall submit one proposal for Architecture—General and a separate and distinct proposal for Architecture—Landscape. 1.2 Response Certification, Questionnaire & Requirements Affidavit (Appendix A). Attach Appendix A fully ompleted and executed. TAB 2 j Minimum Requirements • 2.1 Minimum Qualifications Requirements. Submit verifiable information documenting compliance with the minimum qualifications requirements established in Appendix C Minimum Requirements and Specifications, including a) Architect /. Engineering Firm. Provide copies that the firm is certified by the Florida Department of Business and Professional Regulation to do business in Florida. b) Principle and Account Representatives. For the, principle and account representative(s) submitted under Tab 2 below, submit copies that individuals are licensed by the Florida Department of Business and Professional Regulation to do business in Florida. Proposer should also submit copies of architect/engineer license for all licensed firm employees. RFQ 2018-141-ND MIAMI BEACH • TAB 3 Experience&Qualifications of the Firm 3.1 Qualifications of Proposing Firm. Submit detailed information regarding the firm's history and relevant experience and proven track record of providing architecture or engineering services, preferably to public sector agencies, for non-residential small projects (construction costs below $325,000 and planning/studies below $35,000). Submit at least three (3) small projects relevant to the Icategory of work for which the proposal has been submitted, performed in.the last five (5) years as evidence of requested experience, preferably to public sector agencies. For each small project submitted,the following is required: • project name, • project description (including cost/budget), • agency/client name, • agency/client contact, • contact telephone&email, • • and year(s) and term of engagement. TAB 4 Experience&Qualifications of the Team 4.1 Qualifications of Proposer's Individual Team. Members (Architects and Engineers). Provide an organizational chart which indicates, at a minimum,the principles of the firm, account representatives and individual team members to be assigned to any award by the City of Miami Beach pursuant to this RFQ. Include details on the role that each team member will play in providing the services detailed herein 'and each team members' qualifications. A resume of each individual, including education, experience, and any other pertinent information, shall be included for each respondent team member to be assigned to this contract. THIS SECTION IS NOT • DIRECTED AT SUB-CONSULTANTS. SUB-CONSULTANTS ARE NOT TO BE SUBMITTED AT THIS TIME. 4.1.1 Project Experience. For each architect and engineer (Firm's individual team members), include information for three (3) relevant projects, performed in the last five (5) years for public or private sector' clients..Relevant projects shall include Those projects similar in scope to those services listed in Appendix C. Submitat least three (3).small:projects (as defined in Section 3.1 above) relevant to the category of work for which the proposal has been submitted, performed in the last five (5) years as evidence of requested experience, preferably to public or private sector agencies. For each small project submitted,the following is required: • project name . •' project description, • • 'agency/client name, • • agency/client contact, • • contact telephone&email, . • • and year(s) and term of engagement: • TAB 5 . Re•uired Forms 5.1 Standard Form 330.The proposing firm shall submit a completed Standard From 330 (attached). No proposal • will be considered without this required form. In addition to experience and qualifications considerations,the City may use this information to consider the firm's previous and current workload. • 4. FINANCIAL CAPACITY. Within three (3) business days of request by the City, each Proposer shall arrange for Dun &Bradstreet to submit a Supplier Qualification Report(SQR)directly to the Procurement Contact named herein. • • No proposal will be considered without receipt, by the City, of the SQR directly from Dun & Bradstreet. The cost of • the preparation of the SQR shall be the responsibility of the Proposer. The Proposer shall request the SQR report _ I RFQ 2018-141-ND - I ' I MIAMI BEACH from D&B at: https://supplierportal.dnb.com/webapp/wcs/stores/servlet/SupplierPortal?storeld=11696 • Proposers are, responsible for the accuracy of the information containedr in its SQR. It is highly recommended that each Proposer review the information contained in its SQR for accuracy prior to submittal to the City and as early as possible in the solicitation process. For assistance with any portion of the SQR submittal process,contact Dun &Bradstreet at 800.424.2495. 5. ADDITIONAL INFORMATION OR CLARIFICATION. After proposal submittal, the City reserves the right to • require additional information from Proposers (or Proposer team members or sub-consultants) to determine: qualifications (including, but not limited to, litigation history, regulatory action, or additional references); and financial capability (including, but not limited to, annual reviewed/audited financial statements with the auditors notes for each of their last two complete fiscal years). • • • • • RFQ 2018-141-ND • • h /� I/\/\A I B E /` C H Procurement Department 1 V 1 L7 / 1 1755 Meridian Ave,3rd Floor, Miami Beach, Florida 33139 • www.miamibeachfl,gov Exhibit B Revised Appendix C, Minimum Requirements &.Specifications, • • • • • RFQ No.2018-141-ND Addendum#5 4/13/2018 Cl. Minimum Eligibility Requirements.The Minimum Eligibility Requirements for this solicitation are listed below. Proposer shall submit, with its proposal, the required submittal(s) documenting compliance with each minimum requirement. Proposers that fail to include the required submittals with its proposal or fail to comply with minimum requirements shall be deemed non-responsive and shall not have its proposal considered. i 1. Firms. Firms must be certified by the Florida Department of Business and Professional • Regulation as architecture or engineering business. . 2. Architects/Engineers. Architects and engineers must be licensed by the Florida Department of Business and Professional Regulation for their area of work. C2. Statement of Work Required. It is the intent of the City of Miami Beach to select multiple firms within each category that may be contacted on an "as-needed basis" during the term of the contract to submit consulting proposals on small projects whose estimated construction value is less than the amount established in Category 5, Section 287.017, Florida Statutes (currently$325,000 or as amended by law) or for a planning or study activity valued up to the amount established in Category 2, Section.287.017, Florida Statutes(currently$35,000 or as amended by law).. The categories of work shall include: •Architectu re—General • •Architecture—Landscape •Engineering—Environmental Services and Testing •Engineering—Mechanical, Electrical &Plumbing •Engineering—Electrical *Engineering—Plumbing • •Engineering-Mechanical •Engineering—Structural •Engineering—Civil • Interior Design/Space Planning •LEED Commissioning •Surveying • The Administration will negotiate with a consultant(s)deemed to best qualified for the project based on an hourly rate (see Appendix E) or on a negotiated lump sum basis per project. If agreement is reached with the consultant for a specific project, a Consultant Service Order(CSO)will be issued, along with a Purchase Order(PO). No work is authorized, nor shall the City be liable for payment, until the CSO and PO are issued. The select consultant will be required to perform the architectural and engineering services in accordance with the Master Agreement(Appendix E) and the CSO.The highest professional standards shall be utilized for all work. • RFQ 2018-141-ND 27 • The selected consultant will be required to retain and be responsible for all sub-consultants necessary to achieve the assigned scope of work. Sub-consultants shall be included in the CSO. The City may reject the use of any sub-consultant. The services authorized under the resulting Master Agreement, include(but are not limited to): r Acoustics,Noise Abatement • Fire Protection • Air Pollution Control • Heating;Ventilating;Air Conditioning • Auditoriums and Theaters • Interior Design;Space Planning • • Automation;Controls;Instrumentation • Irrigation;Drainage • .Boundary Survey • Landscape Architecture • Codes;Standards;Ordinances • Lighting(Interior,Display,Theater,etc.) • Communications Systems;TV;Microwave • Lighting(Exterior,Streets,Memorials,Athletic Fields, • Conceptual Studies etc.) • Construction Administration • Plumbing and Piping Design • Cost Estimating • Recreation Facilities(Parks,Marinas,etc.) • Energy Conservation/Energy Sources • Rehabilitation, Remodel, Renovate (Buildings, • Electrical Structures,Facilities,etc.) • • General Environmental Services: • Safety Engineering;Accident Studies;OSHA Studies o Environmental Assessments • Security Systems;Intruder&Smoke Detection • o Air and Water quality testing and • Soils&Geologic Studies;Foundations monitoring • Storage Tank Repair and Monitoring . o Environmental sustainability planning • Structural Design;Special Structures services • Surveying,Mapping,GIS,and other services: o Environmental •support services to • Platting;Mapping;Flood Plain Studies • achieve and maintain regulatory • Roofing Assessments,Replacements compliance • Swimming Pools • ,Contamination Assessment: • Topographical Survey o Environmental Site Assessments • Urban Renewals;Community Development o Oversee and coordinate remedlation • Value Analysis;Life-Cycling Costing project • Any other professional services normally considered. o Preparation of sampling and remediation under the disciplines of architecture and engineering. plans and other related documents • Improve Building Performance o Other associated tasks related to regulatory compliance • • The selected architectural and/or engineering firms will be responsible for reviewing all existing City of Miami Beach Zoning Ordinances and Building Codes, as well as any other applicable law or regulation. The teams will be responsible for incorporating all the above data into complete construction documents, including final working drawings, specifications, and bid documents • necessary for the bidding and construction of the project, and in some instances, for construction management. The construction documents and drawings.must comply with the City of Miami • Beach with all applicable local,state and federal regulations. • • C3.Term of Contract: It is expected that any resulting agreement shall be valid for a term of three (3) years from effective date. The City Manager may approve two (2) additional one (1) year renewal periods based on satisfactory performance. C4.Fee Standards:For determination of project fees the City will use the Design Professional Fee Guidelines for "Basic" Architectural and Engineering Services available at https://fp.state.fl.us/docs/DMSAEFeeGuidedefinition.asp RFQ 2018,-141—ND 28 MIAMIBEACI-I Procurement Department 1755 Meridian , , Miami Beach, Florida 33139 www,miamibeachfl.gov ADDENDUM NO.4 REQUEST FOR QUALIFICATIONS NO. 2018-141-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACMENT PROJECTS(the RFQ) April 11,2018 This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFQ is amended in the following particulars only(deletions are shown by strikethrough and additions are underlined). 1, RFQ DUE DATE AND TIME. The deadline for receipt of submittals is extended until 3:00 p.m., Monday= April 23,2018,at the following location: • City of Miami Beach Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Latesubmittals will not be accepted. Proposers are cautioned to plan sufficient time to allow< for traffic or other delays for which the Proposer is solely responsible. A FORTHCOMING ADDENDUM WILL CONTAIN RESPONSES TO QUESTIONS RECEIVED. • Any questions regarding this Addendum: should be submitted in: writing to the Procurement Management, • Department to the attention of the individual named \below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.gov Contact Telephone: Email: Natalia Delgado 305-673-7000 ext.6263 nataliadelgado@miamibeachfl.gov Proposers are reminded to-acknowledge receipt of this addendum as part of your RFQ submission. Potential proposers'that have elected not to submit a response to the RFQ are requested to complete and return the"Notice to Pros ective Bidders"questionnaire with the reason(s)for not submitting a proposal. c ly, AxDes fur rocu ent Director • • RFQ No.2018-141-ND Addendum#3 _ , 4/11/2018 • I! IBEAC I-I Procurement Department 1755 Meridian , , Miami Beach, Florida 33139 www.miamibeachfl.gov • ADDENDUM NO,3 REQUEST FOR QUALIFICATIONS NO.2018-141-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND, REPLACMENT PROJECTS(the RFQ) . March 28,2018 This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City. The RFQ is amended in the following particulars only(deletions are shown by strikethrough and additions are underlined). • 1. RFQ DUE DATE AND TIME. The deadline for receipt of submittals is extended until 3:00 p.m., Monday, • • April 16,2018,at thefollowing location: City of Miami Beach , Procurement Department 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 Late submittals will not be accepted. Proposers are cautioned to plan sufficient time to allow for traffic or other delays for which the Proposer is solely responsible. A FORTHCOMING ADDENDUM WILL CONTAIN RESPONSES TO QUESTIONS RECEIVED. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office at RafaelGranado@miamibeachfl.gov i Contact: Telephone: Email: Natalia Delgado .305-673-7000 ext.6263 nataliadelgado@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Potential proposers that have elected not to submit a response to the RFQ are requested to complete and return the"Notice to 0 Prosp- ',: Bidders"questionnaire with the reason(s)for not submitting a proposal. c:re ili , I/ i�J1 I0,��Z,�rR, r is 'o urement Director RFQ No.2018-141-ND Addendum#3 3/28/2018 i , MIAMI B EIC HProcurement Department 1700 Convention Center Drive, Miami Beach, Florida 33139 www.miamibeachfl.gov ADDENDUM NO.2 ' REQUEST FOR QUALIFICATIONS NO. 2018-141-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACMENT PROJECTS (the RFQ) March 6,2018 This Addendum to the above-referenced RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City.The RFQ is amended in the following particulars only. • • 1. ATTACHMENTS: , Exhibit A: Pre-Proposal Meeting Sign-In Sheet • A FORTHCOMING ADDENDUM WILL CONTAIN RESPONSES TO QUESTIONS RECEIVED. Any questions regarding this Addendum should be submitted in writing to the Procurement Management • Department to the attention of the individual named below, with a copy to the City Clerk's Office at 1 RafaelGranado@miamibeachfi.gov Contact: Telephone: , Email: • Natalia Delgado 305-673-7000 ex.6263 nataliadelgado@miamibeachfl.gov Proposers are reminded to acknowledge receipt of this addendum as part of your RFQ submission. Potential proposers that have elected not to submit a response to the RFQ are requested to complete and return the"Notice to Prospective Bidders'questionnaire with the reason(s)for not submitting a proposal. i c•rely, Ale •a nis AK Pr►� ement Director • • ► - I RFQ No.2018-141-ND Addendum#2 3/6/2018 MIAMI BEACHProcurement Department 1700 Convention Center Drive, Miami Beach, Florida 33139 www.miamibeachfl.gov Exhibit A Pre-Proposal Meeting Sign-In Sheet • • RFQ No.2018-141-ND Addendum#2 3/6/2018 MIAMIBEACH CITY OF MIAMI BEACH PRE-SUBMITTAL MEETING SIGN-IN SHEET DATE: February 27,2018 TITLE: RFQ-2018-141-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS ,j: � �1ir� lNt B I � �1ul < ++ lS bPvt '" T ,,; �� 1 "' 11 r p ` ! 'g v, a +i-FIT `4 J _zhwavka+r . .d4t i 2' 6i.itti ii4l1lnt:AW. �, ik? . tt14K c: 04.' Natalia Delgado Procurement-CMB 305-673-7000 nataliadelgado a miamibeachfl.gov Ext.6263 �Pazrf 3oS--b73- � -I0 0 0 1"`a74Ta1.- -ia PiZE S. MR.4.1,.c 4.,,,../. -. .i Ca m. w.;luacL.-FI.SnU x 19 y ry . Va1f,le,.. ieu161 7.- ad / l. u- 5 /±; 311.5"o yl 342 4'd- bkaamigmi. corvt, 3os-Zoo- fia ref-A, ball OJz 52.-S 1 - X-I. 10 5 ' C4 k R/ mo. 0soLi.ls* vgI.g. G 6RIJt4g eoApi.co,M T. 3t -a%►•.,- N aura C,KJ,„ M -1 3°5 _ 951- W-----7 MIKe-. 51,kIAiLr &IA vo -1► 11 . - • . I ° FT-3r-4-8 - (Wi) -no- roir . , r.A.:‘,,L. a,,,,,..._ 260 i i/ for r'do 7—Y 2.,•,--, rev 7p, •ae.,r%/ern*o.Ani do e,7.•///',..,..tom 4 �O OY 3s: (rnLi'rV • --aS4e\i(N E r Q4V (.711W9• 6v�v�eUi-cacao �! ,.uv a.i1,Q PCa.sae r cw .c..brr '3DC %,\-65 1 MIAMIBEACH CITY OF MIAMI BEACH PRE-SUBMITTAL MEETING SIGN-IN SHEET a DATE: February 27,2018 TITLE: RFQ-2018-141-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS ',*1-i: �1� fit �rj`� � �� .;li �3 a4 "��t� ��. Walt ,` ,^��w t, ,I: �,i � If141 L :kf t `'`• Q119ig ,f�,VAiI i L i f fh 'f O ''7 JWi i 7 V� '1g 4 f3 A 4�, �p7��' N] rl Vg� ,� � r i •E'••t i pD 41�r�,.. .`d`9{ < l t(i- jf'�L in .i�� t.(t;. �` j .<1,.: IA••' xH'{"Q.H. .-at�u.....i�f � Alex 5''. ;',IS;i!e.Atk Dg$ ENG-INKS AND ARairrec' SS M'DISZOU0'Ds—FTIEr,c®Iu 1•1b S 13 En irte.exs a Ai ¢i �rni�v'f l�amlojo�-L DE-E.�4.porn -1194,_¢4l-silo G—(- G Rf JV IDG 2 C4 .i MOO A/1nclNre?r /c7-a-,- Z ,lose d.MCca..I6I1,(- r26.cal{ ( . \I(�°r dt�caband;az9b�i..LL1c�''inger,u'�' •co 3o�.-a7 4- A\70" -V t (AL VkA;I A;A 7,, e. 4,-,-,/ 1 ret,c �es. Pmot.vetr,G N lin aniK rZut}e. .tet, top', (1.50790Ticrs- 1 1-nna,� VrA - i r .,Le rf <<.C�tS • ti '8e)2G-16,40 v\�tE c_11MEN E2 iSt\ ) DES1W (,p p 3056-1CS 36E—DBE "TSA6 0455k6k) IE-net) 6 ewP ,ern„xa _Q TSAo nE'4St GU.COM. Dui con,r>a Sot.-An.c.14 , ING SOL.-Atz.c.14, loc_. ?os740 0-123 sos 740 0218 bQ soL-o.p-a14.c,oM 1151.-319-2.352 r (?. 304+00,.0fooldctinc,0%. .cam S1�, d1 f �Etzc uM �ikN t 3o9-6GLoFi2. 3a9'-66-\,S973 grus� r 6v.c.tsk a .t: l.. '123 A 2 C.0 km t. MIAMIBEACH 1 CITY OF MIAMI BEACH PRE-SUBMITTAL MEETING SIGN-IN SHEET DATE: February 27,2018 TITLE: RFQ-2018-141-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS +1t � ,,,,, '5`iC t l `. ����i A ia.,1V1'� ,,E,,,1 �.,,( 4 l y g Tt � J �.1.S1_rSt 1$t�'1�'ttQQ��t}.tom� �`.� � P{ ka �2 t1'Rd, �, . ,y +, ��� 3 I t `� t4�t��'7U �' . ,,. $ : .`"kA�t �I�L:'4 �tMk �cy1 .:�k, ;t' jvrNl.\�a1IlI�[tL+' y� k� i d#� .rd PJ) 2 . .., C�S.J.- ,,_ .„,.. ,, C,17t%\E O - doom-to. 0l `[1e.F- 1 E 3 p,5 963 i gid 3o5 �f63�7�Y Ua:ti L-s-117ko'r,s,,,, Land scoire i-. r IPv lcS�LG.-asc re DE Gut. 3os-ZI$-7d '3 . I ,, ikilam ee.c+i:Il'aitlav(e, cwt 37 `t. Al my-6�cAA Aik , oaf _u -c cGEK SCA-110D IN DLA GkcLG-k -i 5 Ncio X323 T05@semiPDti€W-c Htfe-Ts.t-or 1t..KeK urtsN GPS iUZ0A@c.ehc.0T.(4IV1 305274 005 305231130 LuLF1S -1-- Q.t.A LoN 6786). gzsc.oso-G,AGFIgT-r 6-17''136 3 ..-- LUcA5.2o ��N AI'e0444-tonl.- A-cperie Teaaz,ze,PJo1PF 1)"3Ca, zfce-6-0 5c0411 4 1ar4actr °c---2SCo1 aeanee-toocsr-ae.�xt, gall Clcucdta ttahrZ�ve ,, 34=P Env?ronme144 ` VI-601 �,0a2 G- aC3,5 1622 chlant4Ive4ataca.¢noZro„men4Jtu'm No'' -,8,..5 6$608 612..,-- 0e,` NVLAy G l+ c fv re PA_ N vILL! , 3pie vi)Ir1@ 01.kooscov 7,2_, _ 3 MIAMI BEACH . CITY OF MIAMI BEACH PRE-SUBMITTAL MEETING SIGN-IN SHEET DATE: February 27,2018. " TITLE: RFQ-2018-141-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS 1r`K" - ti �,, t9 rn1 ' tay Fa �tit";! 1 " b e :{Y [ i 'C i 4. x r 10,...',* ,`� t�.' * ' 4 !? Ali'i e Y14—„,4,7 VIH v r 1 ° t7 '' k E; ' e!f file Gil,k i '•1 1.. �S o!14 a 34, d Sri E r 4 1�O ', ^•1i 0 , 1'Ii1`{SJ7 ItT�V1 ) i1� �t ��`' 1 �#� 1j Gks � a1r 1 t . r.n, e ,i fir'# a�1 Ii�:�� Pia"u��4 � 1�.i p� ,.. � &d4Coi.A fircfA ikx7r,c/f 6. vc, A e t _ .2C., or , ii, 4,000 5browaa)\:-etkIn-assoev`tes,c b C41 LI 64.8 'Nu i 5 Da.s i 5 {cmiterm v,P..,,,1-es2. lt,,-6 NA 3°S' -.b7---- t5-.54 VP- itsai-e_Qciavis.-- bZ— VattQCtavis.-etnv;•rtiv,wmhvtzQ{wvt a - /� t `; .-zcs-Jsgc/ �.=7q9 3 eg- l 1, \o-+ - n b V PE Mel'e-1 0Y� . 30S-a34_nye. '30s mitis-3-1,0 exYnGv1 -Z 9 COQc4@.liQ -.coyyy U EWA DA o'T E(Zz, “AKS 4 fru: unks.,Als..+h k.(_R,...1 Sir I "O� X06 -6R8.8ej!Qo t oTERo 0 HA KS.N T� `1M0.22'1-206 A-vty, 11P Cads(-41-a-n-IS $/1(J A �,/ Kum d6-- 1.6-2.g 3�'C(6-2gLc Rta.LEa I''tx.d,iva `teiSKLLioN 6vjuuktAez;vgj G%, d_ 3o5-3/ -II2 ,g/„ MecL(NRFt@ills l4tiCLonI—E• Cort l` TJv4 } coed kG4 {7A t1 t 305 44-c„tj$`t'1 3o S0. AAves.vCD Nle 54.9•HISw»(d v5v.12:9ov1.107- A.WN X-1o3 17th 'v71Db13 'ewa )-SJai 5Nc-zrnlel-wrt3:.$.209.11-} 14 rEol 455,5 " ' I)red}eMoss-Gl'c1-1,cam 205-701"663'`7- no5S€.A,,.Jed.we-fD s' C-,,Jp. Dt -Nerk11' -"(S CcyI-3O .03'Yr 1 bfl k5-N CJ 9'- luuacv?.coalztiacu^'tecss: n 4 i . • MIAMI BEACH • CITY OF MIAMI BEACH • PRE-SUBMITTAL MEETING SIGN-IN SHEET DATE: February 27,2018 • TITLE: RFQ-2018-141-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR _ CAPITAL RENEWAL AND REPLACEMENT PROJECTS • — 1r� � P�ti-;+'tdz � t; -, 'r�ra ('; Tek �L � .q� a _ ------ 1.p4;.: ;��l�t�1471 il� �`�'`7}��a�!'t'J tB �� C.U�lli k�.11u1'�'7�'�,��$ •� a U zL`/� �i �Tu1 ` ' `c'11a1�CTvP:.C',1� .�i C � '.:1';'"':'-•;•::":'•t tJ w Z� ti t� Y ti' „1,n�it:; kpr ,?' i �F9,,cTs2v,... ..,' .,.,4i:. &.-OA. t�,40. ,£ , � PINI 1�1) '" All4�,';,p-� 7 - `y;tk ..:.. 1-,,Afo 4T,;'._hh.:. ,., 'a"; • ,SAcp SA'd1 0 . • .Nk.d, +y apdt - " Ca42- , =nc,. �,t���' A t l i cwnn ok..4 NAl11IlQm I-teC,glIn Aednt-k-ex - `P.A . . i - 1 i • , • ss\bm1ud�Q�z (�Q�ch,42, CVO\\063tyd 2 _ ce,c,,9, v.,-)p.ocn tup 2. 140v0C'�nstj�k- m schen , Q ' ,,---, . . _ 5 1 , .h► c e-Q-) • (---) et,cleiquez W tot 241q 3+ s it,E. -1 t tech-s Ore)-(4-e02-C) `e6A PiR r21C‘C . -.W-I-NCIA—i-j2-61P;-ff.C). . 2 MIAMI BEACH CITY OF-MIAMI BEACH PRE-SUBMITTAL MEETING SIGN-IN SHEET DATE: February 27,-2018 TITLE: RFQ-2018-141-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS — d1i'�, v '''{''1��2i :' t� i, ti I Jd "y 1'a ice. x __-_.._.. �r M1 G r p� r rw �el� N'�-.�c� i. I W � 7-6 t � f ,YrT � a a i r.1el t' a1 , try > r.t" SSI PRI I A'P i" 1 { } 1- '���}# 004�n 57 11 i t"r r ` ��� { I.�' 11• w,ti �3;}N �k nld�il I I �ssl ([� `' ? r'+ r=.:ciii 4 :f.� N . ^t !"w • .tlliAI NI..iB'A. .I.� 37�7.: } .? i x x r t n 30Qa-2, 2\1 D ..ac-dtm-4ee.- kirc k.)P . _2_,,,,Q__. SSA COI IVIJ t2 pl., ,20 Q7 'Ftepn aft a S' x a 42,S. —r-- G t Q-0,2) OE -- I' s Cin k+ct r)f . ti,.4c._ol ' ,4u,p2dt's I-sls►.).'s (NcCP�t teed-S. (--) , nQnd ( e� ....t .-2_,, „2.Q.,,t4_,..„____, 0 , ,_.),,,„f- t -Jsss.,s- arta-- 1-te.a na r z C� ,..)p. (4--- k- 1, . 3 V I ' I B EAc Procurement Department 1700 Convention Center , Miami Beach, Florida 33139 www,miamibeachfl.gov • ADDENDUM NO.-1 REQUEST FOR QUALIFICATIONS NO.2018-141-ND PROFESSIONAL.ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND 'REPLACMENT PROJECTS(the RFQ) February 26,2018 This Addendum to the above-referenced .RFQ is issued in response to questions from prospective proposers, or other clarifications and revisions issued by the City, The RFQ is amended in the following particulars only. • 1. REVISION: Section 0200— Instructions to Respondents & General Conditions, 5. Pre-Proposal Meeting or Site Visit(s) on page 4 of the RFQ, is hereby amended as follows. (deletions are shown by strikethrough and • _ additions_are_underlin_ed).:__-_-_ _ 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: 11126'14 9415468 Proposers who are interested in participating via telephone should send an e-mail to the contact person listed in • this RFQ expressing their intent to participate via telephone. Any questions regarding this Addendum should be submitted in writing to the Procurement Management Department to the attention of the individual named below, with a copy to the City Clerk's Office •at • RafaelGranado@miamibeachfl.gov • Contact: Telephone: Email: Natalia Delgado 305-673-7000 ext.6263 .nataliadelgado@miamibeachfl.gov Proposers are reminded to acknowledge receipt 'of this addendum as part of your RFQ submission, Potential proposers that have elected not to submit a response to the RFQ are requested to complete and return the"Notice to • Prospective Bidders"questionnaire with the reason(s) for not submitting a proposal. •• 1ply, ex De, ', �� rocur- ent Director RFQ No,2018-141-ND Addendum#1 2/26/2018 REQUEST . FOR QUALIFICATIONS ( RFQ ) PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS RFQ 2018-141-ND RFQ ISSUANCE DATE: FEBRUARY 15, 2018 RESPONSES DUE: APRIL 2, 2018 @ 3:00 PM ISSUED BY: NATALIA DELGADO MIAMIBEACH PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3RD Floor, Miami Beach, FL, 33139 305.673.74901 www.miamibeachfl.gov MIAMI BEACH TABLE OF CONTENTS SOLICITATION SECTIONS: PAGE 0100 NOT UTILIZED N/A 0200 INSTRUCTIONS TO RESPONDENTS &GENERAL CONDITIONS 3 , 0300 SUBMITTAL INSTRUCTIONS & FORMAT 12 0400 EVALUATION PROCESS 15 APPENDICES: PAGE APPENDIX A RESPONSE CERTIFICATON, QUESTIONNAIRE AND AFFIDAVITS 17 APPENDIX B "NO BID" FORM 24 APPENDIX;C MINIMUM REQUIREMENTS &SPECIFICATIONS 26 ` APPENDIX D INSURANCE REQUIREMENTS 29 APPENDIX E SAMPLE CONTRACT 31 APPENDIX F STANDARD FORM 330 62 RFQ 2018-141-ND 2 MIAM BEACH SECTION 0200 INSTRUCTIONS TO RESPONDENTS&GENERAL CONDITIONS 1.GENERAL.This Request for Qualifications(RFQ)is issued by the City of Miami Beach, Florida(the"City"), as the means for prospective Proposer to submit their qualifications, proposed scopes of work and cost Proposals (the "proposal') to the City for the City's consideration as an option in achieving the required scope of services and requirements as noted herein. All documents released in connection with this solicitation, including all appendixes and addenda, whether included herein or released under separate cover, comprise the solicitation, and are complementary to one another and together establish the complete terms,conditions and obligations of the Proposer and,subsequently,the successful proposer(s)(the"contractor[sj")if this RFQ results in an award. The City utilizes PublicPurchase (www.oublicourchase.com) for automatic notification of competitive solicitation opportunities and document fulfillment, including the issuance of any addendum to this RFQ. Any prospective proposer who has received this RFQ by any means other than through PublicPurchase must register immediately with,PublicPurchase to assure it receives any addendum issued to this RFQ. Failure to receive an addendum may result in disqualification of proposal submitted. 2. PURPOSE. On September 28, 2004, through Resolution 2004-24697, the City Commission created the'Capital Renewal and Replacement Program (the "CRR Program"). The intent of the CRR Program is to provide funding a proactive renewal and replacement of the City's facilities and the systems within those facilities (e.g., HVAC, roofs, fire safety systems,etc). The CRR is also used for approved for smallrepair, remodel or renovation projects,usually expected to cost less than$325,000.The average value of the current CRR Projects is approximately$158,000, but can be as low as$25,000,or less. In addition to CRR projects, award(s)of this RFQ may also be used for other small projects. Section 287.055, Florida Statutes, commonly known as the Consultant's Competitive Negotiation Act (CCNA), is applicable to the selection of professional services consultants (architecture, professional engineering, landscape architecture,. or registered surveying and mapping) by public agencies for projects valued,up to the amount established in Category 5, Section 287.017, Florida Statutes (currently $325,000 or as amended by law) or for a planning or study activity valued up to the amount established in Category 2, Section 287.017, Florida Statutes (currently$35,000 or as amended by law). THEREFORE, CCNA IS NOT APPLICABLE TO THIS RFQ. In order to maximize the cost effectiveness of small projects, through this RFQ the City seeks to establish a pool of qualified architectural and engineering consultants for those projects whose value is below the thresholds stipulated in CCNA. The categories of work are, as further defined in Appendix C, Architecture — General, Architecture — Landscape, Engineering — Environmental Services and Testing, Engineering - Mechanical, Electrical & Plumbing, Engineering—Structural. _ Because of the nature and size of the small projects being considered under this RFQ, the City desires toengage firms with sufficient experience in small projects. 3.SOLICiTATIO N TIMETABLE.The tentative schedule for this solicitation is as follows: Solicitation Issued FEBRUARY 15,2018 Pre-Submittal Meeting FEBRUARY 27,2018©10:00AM EST Deadline for Receipt of Questions MARCH 23,2018 @ 5:00 PM EST Responses Due . APRIL 2,2018 @ 3:00 PM EST Evaluation Committee Review TBD RFQ 2018-141-ND 3 MAN\I BEACH Proposer Presentations(if deemed necessary) TBD • Tentative Commission Approval TBD 4. PROCUREMENT CONTACT.Any questions or clarifications concerning this solicitation shall be submitted to the Procurement Contact named herein, in writing,with a copy to the City Clerk's Office, Rafael E. Granado via e-mail: RafaelGranado a miamibeachfl.gov ; or facsimile: 786-394-4188. The Bid title/number shall be referenced on all correspondence. All questions or requests for clarification must be received no later than ten (10) calendar days prior to the date Proposals are due as scheduled in Section 0200-3. All responses to questions/clarifications will be sent to all prospective Proposer in the form of an addendum. Procurement Contact: Telephone: Email: NATALIA DELGADO 305.673.7000 Ext.6263 NATALIADELGADO@MIAMIBEACHFL-.GOV 5. PRE-PROPOSAL MEETING OR SITE VISIT(S).Only if deemed necessary by the City, a pre-proposal meeting or site visit(s) may be scheduled. A Pre-PROPOSAL conference will be held as scheduled in Anticipated RFQ Timetable section above at the following address: City of Miami Beach Procurement Department Conference Room 1755 Meridian Avenue,3rd Floor Miami Beach, Florida 33139 Attendance (in person or via telephone) is encouraged and recommended as a source of information, but is not mandatory.. Proposers interested in participating,in the Pre-Proposal Submission Meeting via telephone must follow these steps: (1) Dial the TELEPHONE NUMBER: 1-888-270-9936.(Toll-free North America) (2),Enter the MEETING NUMBER: 1142644 Proposers who are interested in participating via telephone should send an e-mail to the contact person listed in this RFQ expressing their intent toparticipate 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 prospectiveproposer who has. received this RFQ by any means other than through PublicPurchace must register immediately with PublicPurchase to assure it receives any addendum issued to this RFQ. Failure to receive an addendum may result in disqualification of proposal. Written questions should be received no later than the date outlined in the Anticipated RFQ Timetable section. 7. CONE OF SILENCE. This RFQ is subject to, and all proposers are expected to be or become familiar with, the City's Cone of Silence Requirements, as codified in Section 2-486 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Cone of 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 RFQ 2018-141—ND 4 • AAIAMI BEACH such non-compliance. Communications regarding this solicitation are to be submitted in writing to the Procurement Contact named herein with a copy to the City Clerk at rafaelgranado@miamibeachfl.gov 8. SPECIAL NOTICES. You are hereby advised that this solicitation is subject to the following ordinances/resolutions,which may be found on the City Of Miami Beach website: httD:l/wvwv.miamibeachfl.4ov/citv-hallIDrocurement/procurement-related-ordinance-and-procedures/ • CONE OF SILENCE CITY CODE SECTION 2-486 • PROTEST PROCEDURES CITY CODE SECTION 2-371 • DEBARMENT PROCEEDINGS , CITY CODE SECTIONS 2-397 THROUGH 2-485.3 • LOBBYIST REGISTRATION AND DISCLOSURE OF FEES CITY CODE SECTIONS 2-481 THROUGH 2-406 • CAMPAIGN CONTRIBUTIONS BY VENDORS CITY CODE SECTION 2-487 • CAMPAIGN CONTRIBUTIONS BY LOBBYISTS ON PROCUREMENT ISSUES CITY CODE SECTION 2-488 • REQUIREMENT FOR CITY CONTRACTORS TO PROVIDE EQUAL BENEFITS FOR CITY CODE SECTION 2-373 DOMESTIC PARTNERS • LIVING WAGE REQUIREMENT CITY CODE SECTIONS 2-407 THROUGH 2-410 • PREFERENCE FOR FLORIDA SMALL BUSINESSES OWNED AND CONTROLLED BY CITY CODE SECTION 2-374 VETERANS AND TO STATE-CERTIFIED SERVICE-DISABLED VETERAN BUSINESS ENTERPRISES • FALSE CLAIMS ORDINANCE CITY CODE SECTION 70-300 • ACCEPTANCE OF GIFTS.FAVORS& CITY CODE SECTION 2-449 SERVICES 9. PUBLIC ENTITY CRIME. A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crimes may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as a contractor, supplier, sub-contractor, or consultant under a contract with a public entity, and may not transact business with any public entity in excess of the threshold amount provided in Sec. 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. 10. COMPLIANCE WITH THE CITY'S LOBBYIST LAWS..This RFQ is subject to,and all Proposers are expected to be or become familiar with, all City lobbyist laws. Proposers shall be solely responsible for ensuring that all City lobbyist laws are complied with, and shall be subject to any and all sanctions, as prescribed therein, including, without limitation,disqualification of their responses,in the event of such non-compliance. 11. DEBARMENT ORDINANCE: This RFQ is subject to, and all proposers are expected to be or become familiar with,the City's Debarment Ordinance as codified in Sections 2-397 through 2-406 of the City Code. 12. WITH THE CITY'S CAMPAIGN FINANCE REFORM LAWS. This RFQ is subject to, and all Proposers are expected to be or become familiar with, the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable;provisions of the City's Campaign Finance Reform laws are complied with, and shall be subject to any and all sanctions, as prescribed therein,induding 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(ADAI. Call 305-673-7490 to request material in accessible format; sign RFQ 2018-141-ND \ 5 f i Rsq Y MIAMI BEACH language interpreters(five(5)days in advance when possible),or information on access for persons with disabilities. For more information on ADA compliance, please call the Public Works Department, at 305-673-7000, Extension 2984. 15. POSTPONEMENT OF DUE DATE FOR RECEIPT OF PROPOSALS. The City reserves the right to postpone the deadline for submittal of proposals and will make a reasonable effort to give at least three (3) calendar days written notice of any such postponement to all prospective Proposers through PublicPurchase. 16.. PROTESTS. Proposers that are not selected may protest any recommendation for selection of award in accordance with eh proceedings established pursuant to the City's bid protest procedures, as codified in Sections 2- 370 and 2-371 of the City Code (the City's Bid. Protest Ordinance). Protest not timely made pursuant to the requirements of the City's Bid Protest Ordinance shall be barred. 17. JOINT VENTURES. Joint Ventures are not allowed. Proposals shall be submitted only by the prime contractor who will serve as the CMR. The City will only contract with the prime contractor who will serve as the CMR. Proposals may, however, identify other sub-contractors or sub-consultants to the prime Proposer who may serve as team members. 18.VETERAN BUSINESS ENTERPRISES PREFERENCE.Pursuant to City Code Section 2-374,the City shall give a preference to a responsive and responsible Proposer which is a small business concern owned and controlled by a veteran(s) or which is a service-disabled veteran business enterprise, and which is within five percent (5%) of the lowest responsive, responsible proposer, by providing such proposer an opportunity of providing said goods or contractual services for the lowest responsive proposal amount (or in this RFQ, the highest proposal amount). Whenever, as a result of the foregoing preference, the adjusted prices of two (2) or more proposers which are a small business concern owned and controlled by a veteran(s) or a.service-disabled veteran business enterprise constitute the lowest proposal pursuant to an RFQ or oral or written request for quotation, and such proposals are responsive, responsible and otherwise equal with respect to quality and service, then the award shall be made to the . service-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 Proposercan perform the contract within the time specified,without delay or interference. (3)The character, integrity,reputation,judgment,experience and efficiency of the Proposer. (4)The quality of performance of previous contracts. (5)The previous and existing compliance by the Proposer with laws and ordinances relating to the contract. The City Commission shall consider the City Manager's recommendation and may approve such recommendation. The City Commission may also,at its option, reject the City Manager's recommendation and select another Proposal or Proposals which it deems to be in the best interest of the City,or it may also reject all Proposals. 20. NEGOTIATIONS. Following selection, the City reserves the right to enter into further negotiations with the selected Proposer. Notwithstanding the preceding, the City is in no way obligated to enter into a contract with the selected Proposer in the event the parties are unable to negotiate a contract. 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. RFQ 2018-141-ND 6 MIAMI BEACH 21. POSTPONEMENT/CANCELLATION/ACCEPTANCE/REJECTION. The City may, at its sole and absolute discretion,-reject any and all, or parts of any and all, responses; re-advertise this RQ; postpone or cancel, at any time, this RFQ process;or waive any irregularities in this RFQ, or inany 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 tomake 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 andfor violations, notices and dispositions thereof. The non-submission of any such documentation shall be deemed to be an affirmation by the Proposer that there are no citations or violations. Proposer shall notify the City immediately of notice of any citation or violation which proposer may receive after the proposal opening date and during the time of performance of any contract awarded to it. 26.TAXES.The City of Miami Beach is exempt from all Federal Excise and State taxes. 27. MISTAKES. Proposers are expected to examine the terms, conditions, specifications, delivery schedules, proposed pricing, and all instructions pertaining to the goods and services relative to this RFQ. Failure to do so will be at the Proposer's risk and may result in the Proposal being non-responsive. 28. PAYMENT. Payment will be made by the City after the goods or services have been received, inspected, and found to comply with contract,specifications,free of damage or defect, and are properly invoiced. Invoices must be consistent with Purchase Order format. RFQ 2018-141-ND 7 MIAMI BEACH 29,COPYRIGHT, PATENTS&ROYALTIES. Proposer shall indemnify and save harmless the City of Miami Beach, Florida,and its officers,employees,contractors,and/or agents,from liability of any nature or kind, including cost and expenses for,or on account of,any copyrighted,patented,or unpatented invention,process, or article manufactured or used in the performance of the contract, including its use by the City of Miami Beach, Florida. If the Proposer uses any design, device or materials covered by letters, patent, or copyright, it is mutually understood and agreed, without exception, that the proposal prices shall include all royalties or cost arising from the use of such design, device,or materials in any way involved in the work. 30. DEFAULT. Failure or refusal of the selected Proposer to execute a contract following approval of such contract by the City Commission,or untimely withdrawal of a response before such award is made and approved, may result in a claim for damages by the City and may be grounds for removing the Proposer from the City's 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 shalt 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. i 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 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. r 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. • 8. 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. RFQ 2018-141-ND 8 M~M.IA3 BEACH D. The terms "equipment and organization", as used herein shall, be construed to mean a fully equipped and well established company in line with the best business practices in the industry,and as determined by the City of Miami Beach. E. The City may consider any evidence available regarding the financial,technical,and other qualifications and abilities of a Proposer,including past performance(experience),in making an award that is in the best interest of the City. F.The City may require Proposer s to show proof that they have been designated'as authorized representatives of a manufacturer or supplier,which is the actual source of supply. In these instances,the City may also require material information from the source of supply regarding the quality, packaging, and characteristics of the products to be supply to the City. 35. ASSIGNMENT. The successful Proposer shall not assign, transfer, convey, sublet or otherwise dispose of the contract, including any or all of its right, title or interest therein, or 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 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, andattorney's fees which may be incurred thereon. The Proposer expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by the contractor shall in no way limit the responsibility to indemnify, keep and save harmless and defend the City or its officers, employees, agents and instrumentalities as herein provided.The above indemnification provisions shall survive the expiration or termination of this Agreement. , 41. CONTRACT EXTENSION. The City reserves the right to require the Contractor to extend contract past the RFQ 2018-141-ND 9 !WNW BEACH stated termination date for a period of up to 120 days in the event that a subsequent contract has not yet been awarded. Additional extensions past the 120 days may occur as needed by the City and as mutually agreed upon by the City and the contractor. ' 42. FLORIDA PUBLIC RECORDS LAW. Proposers are hereby notified that all Bid including, without limitation, any and all information and documentation submitted therewith, are exempt from public records requirements under Section 119.07(1), Florida Statutes, and s. 24(a),Art. 1 of the State Constitution until such time as the City provides notice of an intended decision or until thirty (30) days after opening of the proposals, whichever is earlier. Additionally, Contractor,agrees-to be in full,compliance with Florida Statute 119.0701 including, but not limited to, agreement to (a). Keep and maintain,public records that ordinarily and necessarily would be required by the public agency in order to perform the services; (b)provide the public with access to public records on the same terms and conditions that the public agency would provide the records and at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law; (c) Ensure that public records .that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law; (d) Meet all requirements for retaining,public records and transfer, at no cost, to the 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 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 andlor condition of the RFQ to which Proposer took exception to (as said term and/or condition was originally set forth on the RFQ). 48.ACCEPTANCE OF GIFTS.FAVORS,SERVICES.Proposers shall not offer any\gratuities,favors,or anything of RFQ 2018-141-ND 10 1� M BEACH monetary value to any official, employee, or agent of the City, for the purpose of influencing consideration of this Proposal. Pursuant to Sec. 2-449 of the City Code, no officer or employee of the City shall accept any gift, favor or service that might reasonably tend improperly to influence him in the discharge of his official duties. 49. SUPPLEMENTAL INFORMATION. City reserves the right to request supplemental information from Proposers at any time during the RFQ solicitation process. 50. ADDITIONAL SERVICES. Although this solicitation and resultant contract identifies specific goods, services or facilities ("items"), it is hereby agreed and understood that the City, through the approval of the Department and Procurement Directors (for additional items up to $50,000) or the City Manager (for additional items greater than. $50,000), may require additional items to be added to the Contract which are required to complete the work.When additional items are required to be added to the Contract, awarded vendor(s), 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 2018-141-ND 11 MIAMI BEACH SECTION 0300 SUBMITTAL INSTRUCTIONS AND FORMAT 1. SEALED RESPONSES. One original Proposal (preferably in 3-ring binder) must be submitted in an opaque, sealed envelope or container on or before the due date established for the receipt of proposals.Additionally,ten(10) bound copies and one (1) electronic format (CD or USB format) are to be submitted. The following information should be clearly marked on the face of the envelope or container in which the proposal is submitted: solicitation number, solicitation title, proposer name, proposer return address. Proposals received electronically, either through email or facsimile,are not acceptable and will be rejected. 2. LATE PROPOSALS.Proposals are to be received on or before the due date established herein for the receipt of proposals. Any proposal received after the deadline established for receipt of Proposals will be considered late and not be accepted or will be returned to proposer unopened. The City does not accept responsibility for any delays,natural or otherwise. 3. PROPOSAL FORMAT. In order to maintain comparability,facilitate the review process and assist the Evaluation Committee in review of Proposals, it is strongly recommended that Proposals be organized and tabbed in accordance with the sections and manner specified below. Hard copy submittal should be tabbed0400 as enumerated below and contain a table of contents with page references. Electronic copies should also be tabbed and contain a table of contents with page references. Proposals that do not include the required information will be deemed non-responsive and will not be considered. . :.TAB't7' . Cover Letter&Table.of Content 1.1 Cover Letter. The cover letter must be signed by a principal or agent able to the bind the firm and contain the following: (a) Prime Proposer. Include the name and location of the Prime Proposer, Primary Proposer's.Representative for the RFQ, Representative's Contact.Joint Ventures are not allowed under this RFQ. (b) Selected Category of Work. Proposer must indicate the category of work for which proposal is submitted. Categories of Work, include: Architecture — General; Architecture Landscape; Engineering• — Environmental;Engineering—Mechanical, Electrical&Plumbing; Engineering—Structural. Proposers shall submit separate proposals for each category of work/for which a proposal is submitted. Example: a firm which provides general architecture and landscape architecture shall submit one proposal for Architecture—General and a separate and distinct proposal for Architecture—Landscape. TAB•2` '', Minimum Requirements 1.3 Minimum Qualifications Requirements.Submit verifiable information documenting compliance with the minimum qualifications requirements established in Appendix C Minimum Requirements and Specifications,including a) Architect I Engineering Firm. Provide copies of that-the firm is certified by the Florida Department of Business and Professional RegulationAo do business in Florida. b) Principle and Account Representatives. For the principle and account representative(s) submitted under Tab 2 below, submit copies that individuals are licensed by the Florida Department of Business and Professional Regulation to do business in Florida.Proposer should also submit copies of architect/engineer license for all licensed firm employees. • - TAB 2:; - " Experience&Qualifications of the Firm 2.1 Standard Form 330.The proposing firm shall submit a completed Standard From 330 (attached). No proposal will be considered,without this required form. In addition to experience and qualifications considerations, the City may use RFQ 2018-141-ND 12 Y.•T � IAMI BEACH this information to consider the firm's previous and current workload. 2.2 Qualifications of Proposing Firm.Submit detailed information regarding the firm's history and relevant experience and proven track record of providing architecture or engineering services, preferablyto public sector agencies, for non- residential small projects(construction costs below$325,000 and planning/studies below$35,000).Submit at least five (5)small projects relevant to the category of work for which the proposal has been submitted, performed in the last five (5) years as evidence of requested experience, preferably to public sector agencies. For each small project submitted, the following is required: • project name, • project description, • agency/client name, • agency/client contact, • contact telephone&email, • and year(s)and term of engagement. 2.3 Financial Capacity. Following the bid opening and at the request of the City proposer shall arrange for Dun & Bradstreet to submit a Supplier Qualifier Report(SQR) directly to the Procurement Contact named herein. No proposal will be considered without receipt, by the City,of the SQR directly from Dun&Bradstreet.The cost of the preparation of the SQR shall be the responsibility of the Proposer.The Proposer shall request the SQR report from D&B at: httos://suoolieroortal.dnb.com/webaoo/wcs/stores/servlet/SuoplierPortal?storeld=11696 Proposals are responsible for the accuracy of the information contained in its SQR. It is highly recommended that each proposer review the information contained in its SQR for accuracy prior 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. 2.3.1 Audited Financial Statements. In lieu of a D & B SQR, the Proposer may submit its latest audited . financial statements which mustbe dated December 31,2014 or later. "2,54W,TAEC3.5 `; Experience&Qualifications of the Team 3.1 Qualifications of Proposer Team (Architects and Engineers). Provide an organizational chart which indicates, at a minimum, the principles of the firm and the account representatives assigned to award by the City of Miami Beach pursuant to this RFQ. Include details on the role that each team member will play in providing the services detailed herein and each team members' qualifications. A resume of each individual, including education, experience, and any other pertinent information,shall be included for each respondent team member to be assigned to this contract 3.1.1 Project Experience. For each architect and engineer, include information for three (3) relevant projects, performed in the last five (5) years for public or private sector clients. Relevant projects shall include those projects similar in scope to those services listed in Appendix C. Submit at least three (3) small projects (as defined in Section 2.1 above) relevant to the category of work for which the proposal has been submitted, performed in the last five (5)years as evidence of requested experience, preferably to public or private sector agencies.For each small project submitted,the following is required: • project name • project description, • agency/client name, • agencyklient contact, • contact telephone&email, • and year(s)and term of engagement. RFQ 2018-141-ND 13 MI AM BEACH Note: After proposal submittal, the City reserves the right to require additional information from Proposer (or proposer team members or sub-consultants) to determine: qualifications (including, but not limited to, litigation history, regulatory action, or additional references); and financial capability (including, but not limited to, annual reviewed/audited financial statements with the auditors notes for each of their last two complete fiscal years). r. RFQ 2018-141-ND 14 MIAMI BEACH SECTION 0400 PROPOSALS EVALUATION 1. Evaluation Committee.An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each Statement of Qualifications in accordance with the requirements set forth in the solicitation. If further information is desired, Proposals may be requested to make additional written submissions of a clarifying nature or oral presentations to the Evaluation Committee. The evaluation of Statement of Qualifications will proceed in a two-step process as noted below. It is important to note that the.Evaluation Committee 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 forwardedto the City Manager who will utilize the results to make a recommendation to the City Commission. In the event that only one responsive proposal is received, the City Manager, after determination that thesole responsive proposal materially meets the requirements of the.RFP, may, without an evaluationcommittee, 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. } tSte Qumapre Criteria • Maximum Points. Experience of the Proposing Firm , ' 50 Experience of the Team 50 TOTAL AVAILABLE STEP t PO11VT5` 1001 �..Y. r. • 't✓rk.-, ,ot,.- .7.^,M.t;.K p 7's:s^., a ..7.? T* •' .. - ._ (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. s��'_ Step'Z Quantitative Eriteria'�" ' " �' Maxim.um Pomts�; �. .. .....t..v=_ _,�-r .-wr,�.,.:�., a-.�k��.r•_.r�. .o...;:3 ter. Veterans Preference 5 • TATA[AVAIL'ABL5STEP2POINTS-: „ RFQ 2018-141—ND 15 t t=om IAMI 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 '.i . C >r,`, .-t'' - Step 1 Points 82 76 80 Committed," Ste.2 Points 22 15 12 •1ltteinber=1;:. ; Total 104 91 92 ,`Rank • Ste. 1 Points 79 85 72 Committee ' St 2 Points 22 15 12 • Member 2= Total 101 100 84 Rank Ste.1 Points 80 74 66 Committee: Ste•2 Points 22 15 12 Memtiec:2Total 102 89 78 :Rank .._t �:a _w_;,2, t_ow aggregate Score h + ?' ' 3 7 • • a• zee ��r _ 2 • -. g. * Final Ranking is presented to the City Manager for further due diligence and recommendation to the City Commission. Final Ranking does not constitute an award recommendation until such time as the City Manager has made his recommendation to the City Commission, which may be different than final ranking results. RFQ 2018-141—ND 16 •WI • APPENDIX A MIAMI BEACH Response Certification , • ..- Questionnaire & • Requirements Affidavit • RFQ No. 2.018- 141 -ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR SMALL. PROJECTS- • PROCUREMENT DEPARTMENT 1755 Meridian Avenue,3rd Floor Miami Beach, FlOrida 33139 RFQ 2018-141-ND • • 17 Solicitation No: Solicitation Title: RFQ 2018-141-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING ' SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS Procurement Contact Tel: Email: NATALIA DELGADO 305.673.7000,Ext.6263 NATALIADELGADO atMIAMIBEACHFL.GOV STATEMENTS OF QUALIFICATIONS CERTIFICATION,QUESTIONNAIRE&REQUIREMENTS AFFIDAVIT Purpose: The purpose of this Response Certification, Questionnaire and Requirements Affidavit Form is to inform prospective Proposals of certain solicitation and contractual requirements,and to collect necessary information from Proposals in order that certain portions of responsiveness, responsibility and other determining factors and compliance with requirements may be evaluated. This Statement of Qualifications Certification, Questionnaire and Requirements Affidavit Form is a REQUIRED FORM that must be submitted fully completed and executed. ' 1. • General Proposer Information. FIRM NAME: NO.OF YEARS IN BUSINESS: NO.OF YEARS IN BUSINESS LOCALLY: NO.OF EMPLOYEES: OTHER NAME(S)PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: FIRM PRIMARY ADDRESS(HEADQUARTERS): 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,dent information,financial information,or any information the City deems necessary to evaluate the capacity of the proposer to perform in accordance with contract requirements. RFQ 2018-141-ND 18 1. Veteran Owned Business.Is Proposer claiming a veteran owned business status? 1 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 b an public sector agency? YES NO SUBMITTAL REQUIREMENT: If answer to above is"YES,"Proposer shall submit a statement detailing the reasons that led to action(s). 5. Vendor Campaign Contributions. Proposers are expected to be or become familiar with,the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with,"and shall be subject to any and all sanctions,as prescribed therein,including disqualification of their Proposals,in the event of such non-compliance. SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities(including your sub-consultants)with a controlling financial interest as defined in solicitation.For each individual or entity with a controlling financial interest indicate whether or not each individual or entity 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 regulationsincluding, 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 httoi/www.miamibeachfl.aov/city-halllorocurementJ RFQ 2018-141—ND 19 7. _ benefits: - .. _. benefits. SUBMITTAL REQUIREMENT:No additional submittal is required.By virtue of executing this affidavit document,Proposer agrees to the living wage requirement. 8. Equal Benefits for Employees with Spouses and Employees with Domestic Partners.When awarding competitively solicited contracts valued at over$100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks,the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business with the City of Miami Beach,who are awarded a contract pursuant to competitive proposals,to provide'Equal Benefits"to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach, Florida; and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits,who are directly performing work on thecontract within the City of Miami Beach. • • • A Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? YES NO B. Does your company provide or offer access to any benefits to employees with(same or opposite sex)domestic partners`or to domestic partners of employees? YES NO C. Please check all benefits that apply to your answers above and list in the"other section any additional benefits not already specified. Note: some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave;other benefits are provided directly to the spouse or domestic partner,such as medical insurance. BENEFIT Firm Provides for Firm Provides for Firm does not Employees with Employees with Provide Benefit Spouses Domestic Partners Health Sick Leave Family Medical Leave Bereavement Leave 11 Proposer cannot offer a benefit to domestic partners because of reasons outside your control,(e.g., there are no insurance providers in your area willing to offer domestic partner coverage)you may be eligible for Reasonable Measures compliance.To comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application (attached)with all necessary documentation.Your Reasonable Measures Application will be reviewed for consideration by the City Manager,or his designee.Approval is not guaranteed and the City Manager's'decision is final. Further information on the Equal Benefits requirement is available at htto::lwww.ni amieac hfl.covkihr-hafllprocuremenUprocurement-related-ordinance-and- procedures/ RFQ 2018-141—ND 20 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. Nan=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 Conium Receipt ( Receipt Receipt Addendum 1 Addendum 6 Addendum 11 Addendum 2 Addendum 7 Addendum 12 Addendum 3 Addendum 8 Addendum 13 Addendum 4 ' ' Addendum 9 Addendum 14 Addendum 5 Addendum 10 Addendum 15 If additional confirmation of addendum is required,submit under separate cover. RFQ 2018-141—ND 21 DISCLOSURE AND DISCLAIMER SECTION , The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach(the°City")for the recipient's convenience. Any action taken by the City in response to Statement of Qualifications made pursuant to this solicitation,or 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 informatidn contained herein is accurate and complete.The City does not provide any assurances asto 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 orliability 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 farms 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 liabilityon the City. In the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation,it is understood that the provisions of this Disclosure and Disclaimer shall always govern.The solicitation and any disputes arising from the solicitation shall be governed by and construed in accordance with the laws of the State of Florida. RFQ 2018-141—ND 22 s - , Tiro _ , . '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 ofthe 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 2018-141—ND 23 APPENDIX B MIAMI BEACH " No Bid " Form RFQ No. 2018- 141 -ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR SMALL PROJECTS PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 ia-1.16eiii". .67;/eoril'' Ei?i--.fai§:;:1-6-6,41ieck,notifitation of. WSE5i."8-CANYW6Wa&.48ki'ldi& speidtod5ri-fpretez and submit e-dildcbectib.tementot:No a .That-Sfal,ernentof No Rid, provides '41tie 4.10W-;_41.p. 'tfle 'solicitation process_ - • ;,. • aeo submit Stat cfriparij- NO`BidY1-n&i.result in ncit being notified i:or*.tae'egiWtPA.ijs't,4Y1.the°. 4 - • -• - - - = RFQ 2018-141-ND. 24 Statement of No Bid WE HAVE ELECTED NOT TO SUBMIT A PROPOSAL AT THIS TIME FOR REASON(S)CHECKED AND/OR INDICATED BELOW: _Workload does not allow us to proposal _Insufficient time to respond _Specifications unclear or too restrictive - _Unable to meet specifications _Unable to meet-service requirements _Unable to meet insurance requirements Do not offer this product/service _OTHER. (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: NATALIA DELGADO PROPOSALS#2018-141-ND 1756 Meridian Avenue, 3'1 Floor MIAMI BEACH, FL 33139 RFQ 2018-141-ND - 25 APPENDIX C MIAMI :EACH Minimum Requirements & Specifications • RFQ No. 2018- 141 -ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS - PROCUREMENT DEPARTMENT • 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 RFQ 2018-141-ND • ' 26 Cl. Minimum Eligibility Requirements.The Minimum Eligibility Requirements for this solicitation are listed below. Proposer shall submit, with its proposal, the required submittal(s) documenting compliance with each minimum requirement. Proposers that fail to include the required submittals with its proposal or fail to comply with minimum requirements shall be deemed non-responsive and • shall not have its proposal considered. 1. Firms. Firms must be certified by the Florida Department of Business and Professional Regulation as architecture or engineering business. 2. Architects/Engineers: Architects and engineers must be licensed by the Florida Department of Business and Professional Regulation for their area of work. ( C2.Statement of Work Required. It is the intent of the City of Miami Beach to select multiple firms within each category that may be contacted on an "as-needed basis" during the term of the contract to submit consulting proposals on small projects whose estimated construction value is less than the amount established in Category 5, Section 287.017,Florida Statutes (currently$325,000 or as amended by law)or for a planning or study activity valuedup to the amount established in Category 2, Section 287.017, " Florida Statutes(currently$35,000 or as amended by law).. The categories of work shall include: 'Architecture—General •Architecture'—Landscape •Engineering—Environmental Services and Testing *Engineering-.Mechanical,Electrical&Plumbing •Engineering—Structural •Engineering—Structurals •Interior Design/Space Planning •LEED Commissioning The Administration will negotiate with a consultant(s)deemed to best qualified for the project based on an hourly rate(see Appendix E)or on a negotiated lump sum basis per project. If agreement is reached with the consultant fora specific project,a Consultant Service Order(CSO)will be issued, along with a Purchase Order(PO). No work is authorized,nor shall the City be liable for payment, ' until the CSO and PO are issued. The select consultant will be required to perform the architectural and engineering services in accordance with the Master Agreement(Appendix E)and the CSO.The highest professional standards shall be utilized for all work. RFQ 2018-141-ND 27 / i The selected consultant will be required to retain and be responsible for all sub-consultants necessary to achieve the assigned scope of work. Sub-consultants shall be included in the\CSO. The City may reject the use of any sub-consultant. The services authorized under the resulting Master Agreement,include(but are not limited to): • Acoustics,Noise Abatement • Fire Protection • Air Pollution Control • Heating;Ventilating;Air Conditioning • Auditoriums and Theaters • Interior Design;Space Planning • Automation;Controls;Instrumentation • Irrigation;Drainage • Boundary Survey • Lab Testing Services • . Codes;Standards;Ordinances • Landscape Architecture • Communications Systems;TV;Microwave • Lighting(Interior,Display,Theater,etc.) • Conceptual Studies • Lighting(Exterior.Streets,Memorials,Athletic Fields, • Construction Administration etc.) • Cost Estimating • Plumbing and Piping Design • Energy Conservation/Energy Sources • Recreation Facilities(Parks,Marinas,etc.) • Electrical • Rehabilitation, Remodel, Renovate (Buildings, • General Environmental Services: Structures,Facilities,etc.) o Environmental Assessments • Safety Engineering;.Accident Studies;OSHA Studies o Air and•Water quality testing and • Security Systems;Intruder&Smoke Detection _ monitoring • Soils&Geologic Studies;Foundations o Environmental sustainability planning • Storage Tank Repair and Monitoring services • Structural Design;Special Structures o Environmental support services to • Surveying,Mapping,GIS,and other services: ' achieve and maintain regulatory • Platting;Mapping;Flood Plain Studies compliance • Roofing Assessments,Replacements • Contamination Assessment • Swimming Pools o Environmental Site Assessments • Testing&Inspection Services o Oversee and coordinate remediation • Topographical Survey project • Urban Renewals;Community Development o Preparation of sampling and remediation • Value Analysis;Life-Cycling Costing plans and other related documents • Any other professional services normally considered o Other associated tasks related to under the disciplines of architecture and engineering. regulatory compliance The selected architectural and/or engineering firms will be responsible for reviewing all existing City of Miami Beach Zoning Ordinances and Building Codes, as well as any other applicable law or regulation. The teams will be responsible for incorporating all the above data into complete construction documents, including final working drawings, specifications, and bid documents • necessary for the'bidding and construction ofthe project, and in some instances, for construction management The construction documents and drawings must comply with' the City of Miami Beach with all applicable local,state and federal regulations. C3.Term of Contract: It is expected that any resulting agreement shall be valid for a term of three (3),years from effective date. The City Manager may approve two (2) additional one (1) year renewal periods based on satisfactory performance. C4.Fee Standards: For determination of project fees the City will use the Design Professional Fee Guidelines for °Basic° Architectural and Engineering Services available at httos:llfo.state.fl.usldocs/DMSAEFeeGuidedefinition.asp RFQ 2018-141—ND 28 APPENDIX D MIAMI BEACH Insurance Requirements RFQ No. 2018-141 -ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS PROCUREMENT DEPARTMENT • 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 RFQ 2018-141-ND 29 INSURANCE REQUIREMENTS This document sets forth the minimum levels of insurance that the contractor is required to maintain throughout the term of the contract and any renewal periods. XXX 1. Workers' Compensation and Employer's Liability per the Statutory limits of the state of Florida. XXX 2. Comprehensive General Liability(occurrence form), limits of liability$500,000.00 per occurrence for bodily injury property damage to include Premises/ Operations;. Products,Completed Operations and Contractual Liability. Contractual Liability and Contractual Indemnity (Hold harmless endorsement exactly as written in "insurance requirements°of.specifications). XXX 3. Automobile Liability - $100,000 each occurrence - owned/non-owned/hired. automobiles included. 4. Excess Liability-$ .00 per occurrence to follow the primary coverages. XXX 5: The City must be named,as and additional insured on the liability policies;and it must be stated on the certificate. XXX 6. Other Insurance as indicated: Builders Risk completed value $ .00 N • Liquor Liability $ .00 Fire Legal Liability $ .00 _Protection and Indemnity $ .00 Employee Dishonesty Bond . " • $ .00. XXX Other. Professional Liability $1,000;000.00' XXX 7. Thirty(30)days written cancellation notice required. XXX 8. Best's guide rating B+:VI or better,latest edition. y. XXX 9. The certificate must state the proposal number and title The City of Miami Beach is self-insured. Any and all claim payments made from self- , insurance are subject to the limits and provisions of Florida Statute 768.28, the Florida Constitution,and any other applicable Statutes. RFQ 2018-141-ND 30 APPENDIX D MJAMIBEAC:H Insurance Requirements RFQ No. 2018-141 -ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT .PROJECTS PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 RFQ 2018-141-ND 29 ,• APPENDIX E MIAMI BEACH SAMPLE CONTRACT RFQ No. 2018- 141 -ND' PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 RFQ 2018-141-ND 31 3, V AGREEMENT BETWEEN CITY OF MIAMI BEACH AND =000000000C000000OOCCOC FOR PROFESSIONAL ARCHITECTURE AND ENGINEERING SERVICES ( FOR THE X )000000000C Resolution No. RFQ 2018-1417ND 32 • 7.7, • AGREEMENT BETWEEN CITY OF MIAMI BEACH • AND FOR PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON • AN "AS-NEEDED-BASIS" PURSUANT TO REQUEST FOR QUALIFICATIONS NO. DISCIPLINE: •• . • • • RESOLUTION NO. • . . • RFQ 2018-14t-ND 33 TABLE OF CONTENTS DESCRIPTION - PAGE ARTICLE 1. DEFINITIONS 36 ARTICLE 2. BASIC SERVICES 40 ARTICLE 3. THE CITY'S RESPONSIBILITIES 45 ARTICLE 4. RESPONSIBILITY FOR.CONSTRUCTION COST 46 ARTICLE 5. ADDITIONAL SERVICES 48 ARTICLE 6. REIMBURSABLE EXPENSES 49 ARTICLE 7. COMPENSATION FOR SERVICES 49 ARTICLE 8. CONSULTANT'S ACCOUNTING AND OTHER RECORDS 50 ARTICLE 9. OWNERSHIP OF PROJECT DOCUMENTS 50 ARTICLE 10. TERMINATION OF AGREEMENT 51 ARTICLE 11. INSURANCE 52 ARTICLE 12. INDEMNIFICATION AND HOLD HARMLESS 53 ARTICLE 13. ERRORS AND OMISSIONS 53 ARTICLE 14. LIMITATION OF LIABILITY 54 ARTICLE 15. NOTICE 54 ARTICLE 16. MISCELLANEOUS PROVISIONS 54 RFQ 2018-141-ND 34 SCHEDULES: SCHEDULE A 58 SCHEDULE B. 59 SCHEDULE C 61 ATTACHMENTS: i ATTACHMENT A Error! Bookmark not defined. ATTACHMENT B Error! Bookmark not defined. ATTACHMENT C Error! Bookmark not defined. \ . RFQ 2018-141-ND 35 AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND FOR PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON AN "AS-NEEDED-BASIS" This Agreement made and entered into this day of , 2016 , (Effective Date), by and between the CITY OF MIAMI BEACH, a municipal corporation existing under the laws of the State of Florida, having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida, 33139, (hereinafter referred to as City), and a Florida corporation having its principal office at (hereinafter referred to as Consultant). WITNESSETH: WHEREAS, ; and NOW THEREFORE, City and Consultant, in consideration of the mutual covenants and agreement herein contained, agree as follows: ARTICLE 1. DEFINITIONS 1.1. Definitions. The definitions included in this Section are not exhaustive of all definitions used in this Agreement. Additional terms may be defined in other Contract Documents. The following terms shall have the meanings specified herein unless otherwise stated herein: ADDITIONAL SERVICES: "Additional Services" shall mean those services, in addition to the Basic Services in this Agreement, as described in Article 5 and the Consultant Service Order, which the Consultant shall perform, at the City's option, and which must be duly authorized, in writing, by the City Manager, or designee(s), or his authorized designee, prior to commencement of same. APPLICABLE LAWS: "Applicable Laws" means all laws, statutes, codes (including, but not limited to, building codes), ordinances, rules, regulations, lawful orders and decrees of governmental authorities having jurisdiction over the Project,the Project Site or the Parties. BASE BID: "Base Bid" shall mean the elements contained in the Construction Documents recommended by the Consultant(and approved by the City)as being within the Construction Cost Budget. "Base Bid" shall not include additive,altemates or deductive alternates. BASIC SERVICES: "Basic Services" shall include those services which Consultant shall perform in accordance with the terms of the Agreement, as described in Article 2 and the Consultant Service Order. Any Services not specifically enumerated as Additional Services (as defined herein) shall also be considered Basic Services. RFQ 2018-141-ND 36 CITY(OR OWNER): The "City"shall mean the City of Miami Beach, a Florida municipal corporation having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida, 33139. In all respects hereunder, City's obligations and performance is pursuant to City's position as the owner of the Project acting in its proprietary capacity. In the event City exercises its regulatory authority as a governmental body including, but not limited to, its regulatory authority for code inspections' and issuance of Building Department permits, Public Works Department permits, or other applicable permits within its jurisdiction, the exercise of such regulatory authority and the enforcement of any Applicable Laws shall be deemed to have occurred pursuant to City's regulatory authority 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, or designee(s)," shall mean the chief administrative officer of the City. The City Manager, or designee(s), shall also be construed to include any duly authorized representatives designated by the City Manager, or designee(s), in writing, including the Project Administrator, with respect to any specific matter(s) concerning the Services and/or this Agreement (exclusive of those authorizations reserved to the City Commission under this Agreement, or to regulatory or administrative bodies having jurisdiction over the Project). CONSTRUCTION COST BUDGET: The "Construction Cost Budget" shall mean the amount budgeted and established by the City to provide for the cost of construction of the Work for the Project("Construction Cost"), as set forth in the Consultant Service Order. CONSTRUCTION,DOCUMENTS: "Construction Documents" shall mean the final (100% completed) plans, technical specifications, drawings, schematics, documents, and diagrams prepared by the Consultant pursuant to this Agreement, setting forth in detail the requirements for the construction of the Project. The Construction Documents shall set forth in full all details necessary to complete the construction of the Project in accordance with the Contract Documents. Construction Documents shall not be part of the Contract Documents, until (a) the Consultant has submitted completed Construction Documents to the City and (b) they have been reviewed andapproved by the City,and any agencies having jurisdiction in accordance with the procedures as otherwise provided by the Contract Documents. However, approval by the City shall notin any way be construed, interpreted and/or deemed to constitute a waiver or excuse Consultant's obligations to ensure the Construction Documents are constructible, in compliance with all Applicable Laws and in accordance with the Contract Documents. CONSULTANT: The named entity on page 1 of this Agreement, the "Consultant" shall mean the qualified and properly professionally licensed design professional in the State of Florida and as otherwise required by any entities, agencies, boards, governmental authorities andlor any other professional / organizations with jurisdiction governing the professional practice area for which the design professional has been engaged by City and who will perform (or cause to be performed through Subconsultants acceptable to the City) all architectural, design and engineering services required under this Agreement and/or Consultant Service Order and will serve as the "architect of record" and/or"engineer of record"for the Project. When the term "Consultant" is used in this Agreement it shall also be deemed to include any officers, employees, or agents of Consultants, and any other person or entity acting under the supervision, direction, or control of Consultant to provide any architectural, design, engineering or similar professional services with respect to a Project ("Subconsultants"). The 'Consultant shall not be replaced by any other entity, except as otherwise permitted in this Agreement. Further, any Subconsultant that may perform services on behalf of the Consultant shall be a qualified and properly professionally licensed design professional in the State of Florida and as otherwise required by any entities, agencies, boards, governmental authorities and/or any other professional organizations with jurisdiction governing the professional practice area for which the Subconsultant has been engaged by Consultant to perform professional design services in connection with the Project. The Subconsultants in Schedule"C", attached hereto, are hereby approved by the City Manager, RFQ 2018-141-ND 37 or designee(s),for the Project. CONSULTANT SERVICE ORDER: Consultant Service Order shall mean the work order issued by the City to Consultant (in substantial form as in Schedule A attached hereto), that specifically describes and delineates the particular Services (Basic Services and/or Additional Services) which will be required of Consultant for the Project that is the subject of such Consultant Service Order, and which may include studies or study activity, and/or professional services as defined in the RFQ. CONTRACT AMENDMENT: "Contract Amendment" shall mean a written modification to the Agreement approved by the City (as specified below) and executed between City and Consultant, covering. changes, additions, or reductions in the terms of this Agreement including, without limitation, authorizing a change in the Project, or the method and manner of performance thereof, or an adjustment in the fee and/or completion dates..Contract Amendments shall be approved by the City Manager, or designee(s), CONTRACT DOCUMENTS: ;Contract Documents" shall mean this Agreement (together with all exhibits, addenda, Consultant Service Orders and written amendments issued thereto), and all Design Documents and Construction Documents. The Contract Documents shall also include, without limitation (together with all exhibits, addenda, and written amendments issued thereto), the Invitation.to Bid(ITB), instructions to bidders, bid form, bid bond, Design ,Criteria Package (if any), the Contract for Construction, surety payment and performance bonds, Conditions of the Contract for Construction (General, Supplementary, and other Conditions), Divisions 0-17 specifications, an approved Change Order(s), approved Construction Change Directive(s), and/or approved written order(s)for a minor change in the Work. CONTRACT FOR CONSTRUCTION: "Contract.for Construction" shall meati the legally binding agreement between City and Contractor for performance of the Work covered in the Contract Documents, including, without limitation, a general contractor, construction manager, design-builder or any other duly licensed construction contractor selected pursuant to any other procurement methodology available under Florida law. CONTRACTOR: "Contractor" shall mean the individual or individuals, firm, company, corporation, joint venture, or other entity contracting;with City for performance of the Work covered in the Contract Documents. DESIGN CRITERIA PACKAGE or DCP: "Design Criteria Package" means concise, performance-oriented . drawings or specifications of a design-build Project, prepared for the purpose of furnishing sufficient information to permit design-build firms to prepare a bid or a.response to a City request for proposal, or to permit the City to enter into a negotiated design-build contract. The Design Criteria Package must specify performance-based criteria for the design-build Project, including the legal description of the site, survey information concerning the site, interior space requirements, material quality standards, schematic layouts and conceptual design criteria of the project, cost or budget estimates, design and construction schedules, site development requirements, provisions for utilities, stormwater retention and disposal, and parking requirements applicable to the project. DESIGN DOCUMENTS: "Design Documents" means all plans, drawings specifications, schematics and all other documents which set forth in full the design of the Project and fix and describe in detail the size, configuration and character of the Project concerning all items of. the Project necessary for the final preparation of the 100% completed, permitted Construction Documents in accordance with the requirements of the Contract Documents including, without limitation, all architectural and engineering elements as may be appropriate. Design Documents shall not be part of the Contract Documents, until (a) the Consultant has submitted completed Design Documents to the City and (b) they have been reviewed and approved by the City and agencies having jurisdiction in accordance with the procedures as provided by the Contract Documents. However, approval by the City shall not in any way be construed, interpreted and/or deemed to, constitute a waiver or excuse Consultant's obligations to ensure the Design Documents are constructible, in compliance with all Applicable Laws and in accordance with the Contract Documents. RFQ 2018-141-ND 38 FORCE MAJEURE: "Force Majeure" shall mean any delay occasioned by superior or irresistible force occasioned by violence innature 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 Cost: The "Project Cost", shall mean the estimated total cost of the Project, as prepared and established by the City, including the estimated Construction Cost and Soft Costs. The Project Cost may, from time to time, be revised or adjusted by the City, in its sole discretion, to accommodate approved modifications or changes to the Project or scope of work. Project Scope: The "Project Scope" shall mean the description of the Project, as described in the Consultant Service Order. PROJECT ADMINISTRATOR: The "Project Administrator" shall mean the individual designated by the City Manager, or designee(s), 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 designee(s), or City Commission under this Agreement, or to regulatory or administrative bodies having jurisdiction over the Project). PROPOSAL DOCUMENTS: "Proposal Documents" shall mean the RFQ, together with all amendments or addenda thereto (if any), which is incorporated by reference to this Agreement and made a part hereof; provided, however, that in the event of an express conflict between .the Proposal Documents and this Agreement, the Agreement shall prevail. Consultant's proposal in response to the RFQ is included for reference purposes only and shall not be incorporated as part of this Agreement, except with respect to Consultant's representations regarding the qualifications and experience of Consultant and its key personnel, its commitment to provide the key personnel listed therein, and its capability to perform and deliver the Services in accordance with this Agreement and consistent with the all representations made therein. SCHEDULES: "Schedules"shall mean the various schedules attached to this Agreement and referred to as follows: Schedule A— Consultant Service Order Schedule B—Consultant Compensation and Hourly Billing Rate Schedule. Schedule C-Approved Subconsultants. . SCOPE OF SERVICES:."Scope of Services" shall include the Project Scope, Basic Services, and any RFQ 2018-14.1-ND 39 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. SOFT COSTS: "Soft Costs" shall mean costs related to the Project other than Construction Cost including, without limitation, Consultant's Basic Services, Additional Services, surveys, testing, general consultant, financing, permitting fees and other similar costs, as determined by the City, that are not considered as direct costs for the construction of the Project. STATEMENT OF PROBABLE CONSTRUCTION COST: The "Statement of Probable Construction Cost" shall mean the detailed estimate prepared by Consultant in Construction Standard Index(CSI)format or other format approved by the Project Administrator, which includes the Consultant's estimated total construction cost to the City of the Work for the Project (as established in the Contract Documents, as they may be amended from time to time). The Statement of Probable Construction Cost shall be in sufficient detail to identify the costs of each element of the Project and include a breakdown of the fees, general conditions and construction contingency for the Project. Costs shall be adjusted to the projected bid date to take into account anticipated price escalation. WORK: "Work" shall mean all labor; materials, equipment, supplies, tools, machinery, utilities, fabrication, transportation, insurance, bonds, permits and conditions thereof, building code changes and government approvals, licenses, tests, quality assurance and/or quality control inspections and related certifications, surveys, studies, and other items, work and services that are necessary or appropriate for the total construction, installation, and functioning of'the Project, together with all additional, collateral and incidental items, and work and services required for delivery of a completed, fully functional and functioning Project as set forth in the Contract Documents. ARTICLE 2. BASIC SERVICES 2.1 The Consultant shall provide Basic Services for the Project, specifically described.in the Consultant Service Order. 2.2 The Services will be commenced by the Consultant upon receipt of a written Consultant Service Order signed by the City Manager, or designee(s), or the Project Administrator. Consultant shall countersign the Consultant Service Order upon receipt and return the signed copy to the.City. 2.3 As it relates to the Services and the Project, Consultant warrants and represents to the City that it is knowledgeable of and shall comply with all Applicable Laws. The Consultant agrees to comply with all Applicable Laws, whether now in effect or as may be amended or adopted from time to time, and shall further take into account all known pending changes to the foregoing of which it should reasonably be aware. 2.4 The Consultant warrants and represents to the City that all of the Services required under this Agreement shall be performed in accordance with the standard of care normally exercised in the design of comparable projects in South Florida. Consultant warrants and represents to the City that it is experienced, fully qualified, and properly licensed (pursuant to Applicable Laws) to perform the Services. Consultant warrants and represents to the City that it is responsible for the technical accuracy of the Services (including, without limitation, the Design Documents contemplated in Schedule "A" hereto). Consultant further warrants andrepresents that the approved and permitted Construction Documents shall constitute a representation by Consultant to City that the Project, if constructed as required by the Contract Documents, will be fully functional, suitable and sufficient for its intended purposes. 2.5 The Consultant's Basic Services may consist of various tasks, including planning, design, • RFQ 2018-141-ND 40 . I bidding/award, preparation of a DCP, studies, construction administration, and Additional Services (as may be approved), all as further described in the Consultant Service Order; and shall also:include any and all of Consultant's responsibilities and obligations with respect to the Project, as set forth in the General Conditions `-of the Contract for Construction. 2.6 RESPONSIBILITY FOR CLAIMS AND LIABILITIES: No action or omission by City shall waive or excuse Consultant's obligations under the Agreement and/or other Contract Documents and that Consultant shall remain fully liable for all work performed by Consultant including, without limitation, any design errors or omissions. Written decisions and/or approvals issued by the City shall not constitute nor be deemed a release of the responsibility and liability of the Consultant (or any Subconsultants), for the accuracy and competency of the Design Documents and Construction Documents, nor shall any City approval and/or decisions be deemed to be an assumption of such responsibility by the City for a defect, error or omission in the Design Documents and the Construction Documents. Moreover, neither the City's inspection, review, approval or acceptance of, nor payment for, any Services required under the Agreement shall be construed to relieve the Consultant (or any Subconsultant) of its obligations and responsibilities under the Agreement, nor constitute a waiver of any of the City's rights under the Agreement, or of any cause of action arising out of the performance of the Agreement. The Consultant shall be and remain liable to the City in accordance with Applicable Laws for all damages to City caused by any failure of the Consultant or to comply with the terms and conditions of the Agreement or by the Consultant's misconduct, unlawful acts, negligent acts, errors or omissions in the performance of the Agreement. 2.7 TIME: It is understood that time is of the essence in the completion of the Project and, in this respect, the parties agree as follows: 2.7.1 Term: The term of this Agreement shall commence upon execution by the City and Consultant, which shall be the Effective Date referred to on page 1 hereof, and shall be in effect for three,(3) years ("Initial Term"),: plus two (2), one (1) year renewal options, to be exercised at the sole discretion of the City Manager, or designee(s), (Initial Term and any renewals shall be collectively referred,to as the "Term"). Notwithstanding the preceding.Term,,Consultant shall adhere to any and all timelines and/or deadlines, as set forth in the Consultant Service Order, including the time for completion of the work and/or services for such Project (as set forth in the particular Consultant Service Order). 2.7.2 The Consultant shall perform the Services as expeditiously as is consistent with the standard of professional skill and care required by this Agreement, and the orderly progress of the Work. 2.7.3 Recognizing that the construction of other projects within the City may affect scheduling of the construction for the Project,.the Consultant shall diligently coordinate performance of the Services with the City (through the Project Administrator) in order to provide for the safe,, expeditious, economical and efficient completion of the Project, without negatively impacting concurrent work by others. The Consultant shall coordinate the Services with all of its Subconsultants, as well as other consultants, including, without limitation, City provided consultants (if any). 2.7.4 The Services shall be performed in a manner that shall conform to the Consultant Service Order. The Consultant may submit requests for an adjustment to the Consultant Service Order completion time, if made necessary because of undue delays resulting from untimely review taken by the City(or authorities having jurisdiction over the Project)to approve the Consultant's submissions, or any other portion of the Services requiring approval by the City (or other governmental authorities having jurisdiction over the Project). Consultant shall immediately provide the Project Administrator with written notice stating the reason for the particular delay;the requested adjustment(i.e. extension) to the Project Schedule; and a revised anticipated schedule of completion. Upon receipt and review of Consultant's request (and such other documentation as the Project Administrator may require), the RFQ 2018-141-ND 41 Project Administrator may grant a reasonable extension of time for completion of the particular work involved, and authorize that the appropriate adjustment be made to the Project Schedule. The Project Administrator's approval(if granted)shall be in writing.. 2.8 Consultant shall use its best efforts to maintain a constructive, professional, cooperative working relationship with the Project Administrator, Contractor, and any and all other individuals and/or firms that have been contracted, or otherwise retained;to perform work on the Project. 2.9 The Consultant shall perform its duties under this Agreement, and under a Consultant Service Order, in a competent, timely and professional manner, and shall be responsible to the City for any failure in its performance, except to the extent that acts or omissions by the City make such performance impossible. 2.10 The Consultant is responsible for the. professional quality, technical accuracy, completeness, performance and coordination of all Services required under the.Agreement and under the Consultant Service Order (including the services performed by Subconsultants), within the specified time period and specified cost. The Consultant shall perform the Services utilizing the skill, knowledge, and judgment ordinarily possessed and used by a proficient consulting with respect to the disciplines required for the performance of such Services in the State of Florida. The Consultant is responsible for, and shall represent to City that the Services conform to the City's requirements, the Contract Documents and all Applicable Laws. The Consultant shall be and remain liable to the City for all damages to the City caused by the Consultant's negligent acts or errors or omissions in the performance of the Services. In addition to all other rights and remedies which the City may have, the Consultant shall, at its expense, re-perform all or any portion of the Services to correct any deficiencies which result from the Consultant's failure to perform in accordance with the above standards. The Consultant shall also be liable for the replacementor repair of any defective materials and equipment and re-performance of any non-conforming construction work resulting from such deficient Services (i)for a period from the Effective Date of this Agreement, until twelve (12) months following final acceptance of the Work, (ii) or for the period of design liability required by applicable law, whichever is later._ The Project Administrator shall notify the Consultant, in writing, of any deficiencies and shall approve the method,and timing of the corrections. • 2.10.1 The Consultant shall be responsible for deficient, defective Services and any resulting deficient, defective construction work re-performed within twelve (12) months following final acceptance and shall be subject to further re-performance, repair and replacement for twelve (12) months from the date of initial re-performance, not to exceed twenty-four months (24) from final { acceptance. 2.11 The City shall have the right, at any time, in its sole and absolute discretion, to submit for review to other consultants (engaged by the.City at its expense) any or all parts of the Services and the Consultant shall fully cooperate in such review(s). Whenever others are required to' verify, review, or consider any Services performed by Consultant (including, without limitation, contractors, other design professionals, and/or other consultants retained by the City), the intent of such requirement is to enable the Consultant to receive input from others' professional expertise to identify any discrepancies, errors or omissions that are inconsistent with industry standards for design or construction of comparable projects; or which are inconsistent with Applicable Laws; or which are inconsistent with standards, decisions or approvals provided by the City under this Agreement. Consultant will use reasonable care and skill, in accordance and consistent with customary professional standards, in responding to items identified by other reviewers in accordance with this subsection. Consultant shall receive comments from reviewers, in writing, including, without limitation (and where applicable), via a set of marked-up drawings and specifications. Consultant shall address comments forwarded to it in a timely manner. The term"timely" shall be defined to mean as soon as possible under the circumstances,taking into account the timelines of the Project schedule. 2.11.1 The Consultant is advised that a performance evaluation of the Services rendered throughout RFQ 2018-141-ND 42 this Agreement will be completed by the City and kept in the City's files for evaluation of future solicitations. 2.12 Consultant agrees that when any portion of the Services relates to a professional service which, under Florida Statutes, requires a license, certificate of authorization, or other form of legal entitlement to practice and/or perform such Senvice(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 professionalto 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 designee(s), or the Project Administrator. Replacement (including reassignment) of an approved Project Manager shall not be made without the prior written approval of the City Manager, or designee(s), or his designee(i.e. the Project Administrator). 2.13.1 Consultant agrees, within fourteen (14) calendar days of receipt of written notice from the City Manager, or designee(s), or the Project Administrator(which notice shall state the cause therefore), to promptly remove and replace a Project Manager„ or any other personnel employed or otherwise retained by Consultant for the Project( including,without limitation, any Subconsultants). 2.14 Consultant agrees not to divulge, furnish or make available to any third party(ies), any non-public information concerning the Services or the Project, without the prior written consent of the City Manager, or designee(s), or the Project Administrator, unless such disclosure is incident to the proper performance of the Services; or the disclosure is required pursuant to Florida Public. Records laws; or, in the course of judicial proceedings, where such information)has been properly subpoenaed. Consultant shall also require Subconsultants to comply with this subsction. 2.15: The City and Consultant acknowledge that the Services, as described in the Agreement and the Consultant Service Order, do not delineate every detail and minor work task required to be performed by Consultant to complete the work and/or services described and delineated under a Consultant Service Order issued to Consultant by the City for a particular Project. If, during the course of performing work, services and/or tasks on a particular Consultant Service Order, Consultant determines that work and/or services should be performed (to complete 'the Project delineated under such Order) which is, in the Consultant's reasonable opinion, outside the level of effort originally anticipated in the Consultant Service Order, then Consultant shall promptly notify the Project Administrator, in writing, and shall obtain- the Project Administrator's written consent before proceeding with such work and/or services. If Consultant proceeds with any such additional work and/or services without obtaining the prior written consent of the Project Administrator, said work and/or services shall be deemed to be a Basic Service under this Agreement and shall also be deemed to be within the scope of services delineated in the Consultant Service.Order (whether or not specifically addressed in the Scope of'Services). Mere notice by Consultant to the Project Administrator shall not constitute authorization or approval by the City to perform such work. Performance of any such work and/or services by Consultant without the prior written consent of the Project Administrator shall be undertaken at Consultant's sole risk and liability. 2.16 Consultant shall establish, maintain, and categorize any and all Project documents and records pertinent to the Services and shall provide the City, upon request, with copies of any'and all such documents and/or records. In addition, Consultant shall provide electronic document files to the City upon completion of the Project. 2.17 THE CITY HAS NO OBLIGATION TO ASSIST, FACILITATE AND/OR PERFORM IN ANYWAY THE RFC 2018-141-ND - .' 43 fi fi CONSULTANT'S OBLIGATIONS UNDER THE AGREEMENT OR OTHER CONTRACT DOCUMENTS. THE CITY'S PARTICIPATION, FACILITATION AND/OR ASSISTANCE TO THE CONSULTANT SHALL BE AT ITS SOLE DISCRETION AND SHALL NOT, IN ANY WAY, BE CONSTRUED, INTERPRETED AND/OR CONSTITUTE AN ASSUMPTION BY THE CITY OF CONSULTANT'S OBLIGATIONS, A WAIVER OF CONSULTANT'S OBLIGATIONS AND/OR EXCUSE ANY BREACH BY CONSULTANT OF ITS OBLIGATIONS UNDER THE CONTRACT DOCUMENTS. THE PARTICIPATION IN THE PERFORMANCE ' OF ANY OF CONSULTANT'S OBLIGATIONS SHALL NOT PRECLUDE THE CITY FROM DECLARING CONSULTANT IN DEFAULT FOR CONSULTANT'S FAILURE TO PERFORM SUCH OBLIGATION, NOR SHALL IT LIMIT, IN ANY WAY, THE CITY'S RIGHTS AND REMEDIES IN CONNECTION THEREWITH. • THE CONSULTANT EXPRESSLY ACKNOWLEDGES AND AGREES NOT TO RAISE OR ASSERT AS DEFENSE TO ANY CLAIM,ACTION, SUIT AND/OR OTHER PROCEEDING OF A SIMILAR NATURE,THE CITY'S PARTICIPATION, ASSISTANCE AND/OR FACILITATION IN THE PERFORMANCE OF CONSULTANT'S OBLIGATIONS. INCLUDING, WITHOUT LIMITATION, ASSISTING WITH OBTAINING PERMITS OR WITH COORDINATION WITH UTILITIES, OR OTHER MATTERS RELATED TO THE PROJECT. IN THE EVENT OF ANY CONFLICT BETWEEN THIS SECTION AND/OR ANY OTHER PROVISION OF THIS AGREEMENT OR OTHER CONTRACT DOCUMENTS, THIS SECTION SHALL GOVERN. 2.18 GREEN BUILDING STANDARDS: The Consultant shall comply with the requirements of Section 255.2575, Florida Statutes, and Chapter 100 of the City Code, as both may be amended from time to time, addressing applicable Leadership in Energy and Environmental Design (LEED) compliance requirements. 2.19 SUBCONSULTANTS: All services provided by Subconsultants shall be consistent with) those commitments made by the Consultant in its Proposal and during the competitive solicitation selection process and interview. Such services shall be undertaken and performed pursuant to appropriate written agreements between the Consultant and the Subconsultants, which shall contain provisions that preserve and 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 shallnot retain, add, or replace any Subconsultant without the prior written approval of the City Manager, or designee(s)„ in response to a written request from the Consultant stating the reasons for any proposed substitution. The Consultant shall cause the names of Subconsultants responsible for significant portions of the Services to be inserted on the plans and specifications. The Consultant shall be ultimately responsible for ensuring the Consultant's and all. of its Subconsultants' compliance with the requirements of this Section and any other provision of the Agreement and/or Consultant Service Order. With respect to the performance of work by Subconsultants, the Consultant shall, in approving and accepting such work, ensure the professional quality, completeness, and coordination of the 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. RFQ 2018-141-ND 44 ARTICLE 3.THE CITY'S RESPONSIBILITIES 3.1 The City Manager, or designee(s), shall designate a Project Administrator, who shall be the City's authorized representative to act on City's behalf with respect to the City'sresponsibilities 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 thereliability of the information. J3.3 At any time, in his/her sole discretion, the City Manager, or designee(s), may furnish accounting, and insurance counseling services for the Project (including, without limitation, auditing services to verify the Consultant's applications for payment, or to ascertain that Consultant hasproperly 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 Except where otherwise expressly noted in this Agreement, the City Manager, or designee(s), shall serve as the City's primary representative to whom administrative (proprietary) requests for decisions and approvals required hereunder by the City shall be made. Except where otherwise expressly noted in this Agreement or the Contract Documents, the City Manager, or designee(s), shall issue decisions and authorizations which may include, without limitation, proprietary review, approval, or comment upon the schedules, plans, reports, estimates, contracts, and other documents submitted to the City by Consultant. 3.6.1 The City Manager, or designee(s), shall have prior review and approval of the Project Manager (and any replacements) and of any Subconsultants (and any replacements). 3.6.2 The City Manager, or designee(s), shall decide, and render administrative, (proprietary) decisions on matters arising pursuant to this Agreement which are not otherwise expressly provided for in this Agreement. In his/her discretion, the City Manager, or designee(s), may also consult with the City Commission on such matters. RFQ 2018-141-ND 45 9 . _ C 3.6.3 At the request of Consultant, the City Manager, or designee(s), shall be authorized, but not required, to reallocate monies already budgeted towardpayment of the Consultant; provided, however, that the Consultant's compensation (or other budgets established by this Agreement) may not be increased without the prior approval of the City Commission, which approval (if granted at all) shall be in its sole and reasonable discretion. 3.6.4 The City Manager, or designee(s), may approve Contract Amendments. 3.6.5 The City Manager, or designee(s), may, in his/her sole discretion, form a committee or committees, or inquire of, or consult with, persons for the purpose of receiving advice and recommendations relating to the exercise of the City's powers,duties, and responsibilities under this Agreement or the Contract Documents. 3.6.6 The City Manager, or designee(s), shall be the City Commission's authorized representative with regard to acting on behalf of the City in the 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). 3.7 The City's review, evaluation, or comment as to any documents prepared by or on behalf of the Consultant shall be solely for the purpose of the City's determining for its own satisfaction the suitability of the Project, or portions thereof, detailed in such documents for the purposes intended therefor by the City, and may not be relied upon in any way by the Consultant or any other third party as a substantive review thereof. ARTICLE 4. RESPONSIBILITY FOR CONSTRUCTION COST 4.1 The City shall establish a Construction Cost Budget for the Project, as set forth in the Consultant Service Order. Consultant shall design the Project so that the Construction Cost Budget for the Project is not exceeded. As part of the Basic,Services, Consultant :shall design and/or re-design the Project to the Construction Cost Budget in accordance with this Article 4, making all revisions necessary to maintain the Construction Cost Budget. Consultant shall attend meetings with the City to review and discuss cost estimates, cost-saving alternatives, and implementation or revision of the Design Documents and Construction Documents to address such items, as necessary to meet the established budget parameters set forth in the City Construction Budget. 4.2. Consultant shall provide and/or update the Statement of Probable Construction Cost at each stage of completion of the Design Documents and at completion of the Construction Documents, unless otherwise specified in the Consultant Service Order or other written directive of the Project Administrator. 4.2.1. At completion of the conceptual design (at such stage of completion of the Design Documents 1, as may be specified by the Project Administrator), Consultant shall provide the City a Statement of Probable Construction Cost, which must include an estimated Construction Cost for the Project within a range of plus or minus fifteen percent (+1-15%) of the Construction Cost Budget. If at the foregoing stage of design the Consultant's Statement of Probable Construction Cost exceeds the City's Construction Budget by more than fifteen percent(15%),then the Project Administrator shall provide notice thereof to the Consultant. Consultant shall then identify the cause(s) for the difference and recommend in writing for the City's approval any modification in the Design Documents necessary to conform the Consultant's estimated total costs in the Statement of Probable Construction Cost to within fifteen percent (15%) of the City's Construction Budget. Upon obtaining City's approval-of any proposed modifications, Consultant shall incorporate such modifications within the Design Documents as part of the Basic Services and at no additional cost to the City. 4.2.2. At the 30% and 60% completion of the Design Documents, Consultant shall update its RFQ 2018-141-ND 46• -- 1 Statement of Probable Construction.Cost, which must include an estimated Construction Cost for the Project within a range of plus or minus ten percent (+/-10%) of the Construction Cost Budget. If at the foregoing stages of design the Consultant's Statement of Probable Construction Cost exceeds the City's Construction Budget by more than ten percent (10%), the Project Administrator shall provide notice thereof to the Consultant. Consultant shall then identify the cause(s) for the difference and recommend in writing for the City's approval any modification in the Design Documents necessary to conform the Consultant's estimated total costs in the Statement of Probable Construction Cost to within ten percent (10%) of the City's Construction Budget. Upon obtaining City's approval of any proposed modifications, Consultant shall incorporate such modifications within the Design Documents as part of the Basic Services and at no additional cost to the City. 4.2.3. At the 90% stage completion of the Design Documents-and at completion of the Construction Documents, Consultant shall update its Statement of Probable Construction Cost, which must include an estimated Construction Cost for the Project within a range of plus or minus five percent (+/-5%) of the Construction Cost Budget. If at the foregoing stages of design the Consultant's Statement of Probable Construction Cost exceeds the City's Construction Budget by more than five percent (5%), the Project Administrator shall provide notice thereof to the Consultant. Consultant shall then identify the cause(s)for the difference and recommend in, writing for the City's approval any modification in the Design Documents - necessary to conform the Consultant's estimated total costs in the Statement of Probable Construction Cost to within five percent(5%) of the City's Construction Budget. Upon obtaining the City's approval, Consultant shall promptly modify the Design Documents or Construction Documents within the time period specified by the Project Administrator (which time period for completion shall not exceed ninety(90) days from the date Consultant is notified to re-design), as part of the Basic Services and at no additional cost to the City. 4.2.4. To ensure that the Construction Cost shall not exceed the City's Construction Budget, each Statement of Probable Construction Cost shall be in sufficient detail to identify the costs of each element and include a breakdown of the fees, general conditions and a reasonable and appropriate construction contingency. 4.3. Consultant shall certify and warrant to the City that the Statement of.Probable Construction Cost and any update thereto, represents Consultant's best judgment of the Construction. Cost for the Project as an experienced design professional familiar with the construction industry, provided, however, that Consultant cannot (and does not) guarantee that bids or negotiated prices will not vary from any estimates of Construction Cost or other cost evaluation(s) prepared (or otherwise provided) by Consultant. 4.4 If the lowest and best Base Bid exceeds the Consultant's final updated Statement of Probable Cost by more than ten percent(10%), the Project Administrator shall provide notice thereof to the Consultant, and the Consultant shall re-design the Project within the Project Scope, construction schedule, sequence of Work, or such other action, as deemed necessary, toreduce the Statement of Probable Construction Cost, and Consultant shall provide any required revisions to the Contract Documents (including, without limitation, the Construction Documents) within the time period specified by the Project Administrator (which time period for completion shall not exceed ninety (90) days from the date Consultant is notifiedto re-design), and shall provide re-bidding services, as many times as may be reasonably requested by the City, as part of the Basic Services and at no additional cost to the City, in order to bring any resulting, responsive and responsible bids within ten percent(10%) of the Consultant's final updated Statement of Probable Cost. 4.5. The Construction Cost Budget shall not be exceeded without fully justifiable, extraordinary, and unforeseen circumstances (such as Force Majeure) which are beyond the control of the. parties. Any expenditure above this amount shall be subject to.prior City Commission approval which, if granted at all, shall be at the,sole and reasonable discretion of the.City Commission. The City Commission shall have no obligation to approve an increase in the Construction Cost Budget and, if such Construction Cost Budget is exceeded, the City Commission may, at its sole and absolute discretion, terminate this Agreement (and the remaining Services)without any further liability to the City. ( RFQ 2018-141-ND 47 4.6. The City Commission may, at its sole and absolute discretion, and without relieving Consultant of its obligations under this Agreement to design the Project to the Construction Cost Budget as set forth in Sections 4.1 through 4.5 above, separately elect any of the following options: (1) approve an increase to the Construction Cost Budget; (2) reject all bids, and (at its option) authorize rebidding of the Project; (3) abandon the Project and terminate the remaining Services without any further liability to the City; (4) select as many deductive alternatives as may be necessary to bring the lowest and best bid within the Construction Cost Budget. ARTICLE 5. ADDITIONAL SERVICES 5.1 Additional Services shall only be performed by Consultant following receipt of written authorization by the Project Administrator (which authorization must be obtained prior to commencement of any such additional work by Consultant). The written authorization shall contain a description of the Additional Services required; a lump sum to be negotiated at the time of the request for additional services or an hourly fee (in accordance with the rates in Schedule "B" hereto), with a "Not to Exceed" amount; Reimbursable Expenses (if any) with a "Not to Exceed" amount; the amended Construction Cost Budget (if applicable); the time required to complete the Additional Services; and an amended Project Schedule (if applicable). "Not to Exceed" shall mean the maximum cumulative hourly fees allowable (or, in the case of Reimbursable Expenses, the maximum cumulative expenses allowable), which the Consultant shall not exceed without further written authorization of the Project Administrator. The "Not to Exceed" amount is not a guaranteed maximum cost for the additional work requested (or, in the case of Reimbursables, for the expenses), and all costs applicable to same shall be verifiable through time sheets(and, for Reimbursables, expense reviews). 5.2 Additional Services include the following: 5.2.1 Appraisals: Investigation and creation of detailed appraisals and valuations of existing facilities, and surveys or inventories in connection with construction performed by City. 5.2.2. Unforeseen Conditions: Providing additional work relative to the Project which arises from subsequent circumstances and causes which could not reasonably have been foreseen at the time of the Consultant Service Order (excluding conditions determined by all prior studies available to Consultant and excluding circumstances and causes resulting from error, omission, inadvertence, or negligence of Consultant). 5.2.3. City-Requested Revisions to Construction Documents: Making revisions to Construction Documents resulting in or from City-requested changes in Scope of Work involving new program elements, when such revisions are inconsistent with written approvals or instructions previously given by City and/or are due to causes beyond the control of Consultant. 5.2.4 Expert Witness: Except insofar as the Consultant is required by legal process or subpoena to appear and give testimony, preparing to serve or serving as an expert witness in connectionwith any state or federal court action to which the Consultant is not a party in its own name, that is not instituted by the Consultant or in which the performance of the Consultant is not in issue. 5.2.5 Procurement: Assistance in connection with bid protests, re-bidding, or re-negotiating contracts (except for Contract Document revisions and re-bidding services required under Section 4.4 hereof, which shall be provided at no additional cost to City). 5.2.6. Models: Preparing professional perspectives, models or renderings in addition to those provided for in this Agreement except insofar as these are otherwise useful or necessary to the Consultant in the provision of Basic Services. RFQ 2018-141-ND 48 5.2.7. Threshold Inspection/Material Testing and Inspection: Providing thresholdinspection services and material testing/special inspection services, provided that Consultant, as part of the Basic Services, shall report on the progress the Work, including any defects and deficiencies that may be observed in the Work. 5.2.8 Pre-Design Surveys & Testing: Environmental investigations and site evaluations, provided, however, that surveys of the existing structure required to complete as-built documentation are not additional services. 5.2.9 Geotechnical engineering. Providing geotechnical engineering services or site surveys. Except as specified herein, services that are required for completion of the Construction Documents shall be part of Consultant's Basic Services. ARTICLE 6. REIMBURSABLE EXPENSES 6.1 Reimbursable Expenses must be authorized, in advance, in writing, by the Project Administrator. Invoices or vouchers for Reimbursable Expenses shall be submitted to the Project Administrator(along with any supporting receipts and other back-up material requested by the Project Administrator). Consultant shall certify as to each'such invoice and/or voucher that the amounts and items claimed as reimbursable are "true and correct and in accordance with the Agreement." Reimbursable Expenses may include, but not be limited to, the following: Cost of-reproduction, courier, and postage and handling of drawings, plans, specifications, and other Project documents (excluding reproductions for the office use of the Consultant and its Subconsultants, and courier, postage and handling costs between the Consultant and its Subconsultants). Costs.for reproduction and preparation of graphics for community workshops. • Permit fees required by City of Miami Beach regulatory bodies having jurisdiction over the Project(i.e. City permit fees). J 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). i RFQ 2018-141-ND 49 . 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.Anyrequest for payment of Reimbursable Expenses shall also be included with Consultant's payment request. No mark-up shall be allowed on Reimbursable Expenses. 7.5 ESCALATION: The initial hourly rates shall remain` constant for the Initial Term of the agreement. Ninety (90) days prior to expiration of the Initial Term, the City may consider an adjustment to the preceding year's unit costs for the subsequent.year. Only request for increases based on a corresponding increase in the Consumer Price Index for All Urban Consumers; U.S. City average (1982-84=100), as established by the United States Bureau of Labor Statistics ("CPI"), or material adjustments to the scope or requirements of the RFQ by the City, including (but not limited to) living wage increases, will be considered. In the event that the City determines that the requested increase is unsubstantiated; the Consultant agrees to perform all duties at the current cost terms. 7.6 No retainage shall be made from the Consultant's compensation on account of sums withheld by the City on payments to Contractor. 7.7 METHOD OF BILLING AND PAYMENT. Consultant shall invoice the Project Administrator in a timely manner, but no more than once on a monthly basis. Invoices shall identify the nature and extent of the work performed; the total hours of work performed by employee category; and the respective hourly billing rate associated therewith. In the event Subconsultant work is used, the percentage of completion shall be identified. Invoices shall also itemize and summarize any Additional Services and/or Reimbursable Expenses. A copy of the written approval of the Project Administrator for the requested Additional Service(s) or Reimbursable Expense(s) shall accompany the invoice. 7.7.1 If requested, Consultant shall provide back-up for past and current invoices that records hours for all work(by employee category), and cost itemizations for Reimbursable Expenses (by category). • ARTICLE 8. CONSULTANT'S ACCOUNTING AND OTHER RECORDS 8.1 All books, records (whether financial or otherwise), correspondence, technical documents, and any other records or documents related to the Services and/or Project will be available for examination and audit by the City Manager, or designee(s),, or his/her authorized representatives, at Consultant's office (at the address designated in Article 15 ["Notices"]), during customary business hours. All such records shall be kept at least for a period of three (3) years after Consultant's completion of the Services. Incomplete or incorrect entries in such records and accounts relating personnel,services and expenses may be grounds for City's disallowance of any fees or expenses based upon such entries. Consultant shall also bind its Subconsultants to the requirements of this Article and ensure compliance therewith ARTICLE 9. OWNERSHIP OF PROJECT DOCUMENTS 9.1 All notes, correspondence, documents, plans and specifications, designs, drawings, renderings, calculations, specifications, models, photographs, reports, surveys, investigations, and any other documents (whether completed or partially completed) and copyrights thereto for Services performed or produced in the performance of this Agreement, or related to the Project, whether in its native electronic form, paper or other hard copy medium or in electronic medium, except with respect-to copyrighted standard details and designs . owned by the.Consultant or owned by a third party and licensed to the Consultant for use and reproduction, shall become the property of the City. Consultant shall deliver all such documents to the Project Administrator in their native electronic form, as required in the Consultant Service Order within thirty (30) days of completion of the Services (or within thirty (30) days of expiration or earlier termination of this Agreement as the case may be). However, the City may grant an exclusive license of the copyright to the Consultant for reusing and reproducing copyrighted materials or portionsthereof as authorized by the City Manager, or designee(s), in RFQ 2018-141-ND 50 • • advance and in writing, In addition, the Consultant shall not disclose, release, or make available any document to any third party without prior written approval from the City Manager, or designee(s),. The Consultant shall warrant to the City that it has been granted a license to use and reproduce any standard details and designs owned by a third party and used or reproduced by the 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, or designee(s),. 9.3 At the City's option, the Consultant may be authorized, as an Additional Service, to adapt copyrighted material for additional or other work for the City; however, payment to the Consultant for 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, or designee(s)„ may terminate this Agreement for cause, upon written notice to Consultant, in the event that the Consultant (1) violates any provision of this Agreement or performs same in bad faith; (2) unreasonably delays the performance of the Services or any portion thereof; or (3) does not perform the Services or any portion thereof in a timely and satisfactory manner. In the case of termination for cause by the City, the Consultant shall first be granted a thirty(30)day cure period (commencing upon receipt of the initial written notice of default from the City). 10.2.1 In the event this Agreement is terminated for cause by the City, the City, 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 definedas the difference between the actual cost of completion of the Services, and the cost of completion of such Services had the Agreement not been terminated. 10.2.2 In the event of termination for cause by the City, the City shall-only be obligated to pay Consultant for those Services satisfactorily performed and accepted prior to the date of termination (as such date is set forth in, or can be calculated from, the City's initial written default notice). Upon payment of any amount which may be due to Consultant pursuant to this subsection 10.2.2, the City shall have no further liability to Consultant. 10.2.3. As a condition precedent to release of any payment which may be due to Consultant under subsection 10.2.2, the Consultant shall promptly assemble and deliver to the Project Administrator any RFQ 2018-141-ND 51 and all Project documents prepared (or caused to be prepared) by Consultant(including, without limitation, those referenced in subsection 9.1 hereof). The City shall not be responsible for any cost incurred by Consultant for assembly, copy, and/or delivery of Project documents pursuant to this subsection. 10.3 TERMINATION FOR CONVENIENCE: In addition to the City's right to terminate for cause, the City through the City Manager, or designee(s)„ may also terminate this Agreement, upon fourteen (14) days prior written notice to Consultant, for convenience, without cause, and without penalty, when (in its sole discretion) it deems such termination to be in the best interest of the City. In the event the City terminates the Agreement for convenience, Consultant shall be compensated for all Services satisfactorily performed and accepted up to the termination date (as set forth in the City's written notice), and for Consultant's costs in assembly and delivery to the Project Administrator of the Project documents (referenced in subsection 10.2.3 above). Upon payment of any amount which may be due to Consultant pursuant this subsection 10.3, the City shall have no further liability to Consultant. 10.4 TERMINATION BY CONSULTANT: The Consultant may only terminate this Agreement for cause, upon thirty(30) days prior written notice to the City, in the event that the City willfully violates any provisions of this Agreement or unreasonably delays payment of the Services or any portion thereof. In the event of a termination for cause by Consultant, the City shall pay Consultant for any Services satisfactorily performed and accepted up to the date of termination; provided, however, that the City shall first be granted a thirty (30) day cure period (commencing upon receipt of Consultant's initial written notice). 10.4.1 The Consultant shall have no right to terminate this Agreement for convenience. 10.5 IMPLEMENTATION OF TERMINATION: In the event of termination (whether for cause or for convenience), the Consultant shall immediately, upon receipt of the City's written notice of termination: (1) stop the performance of Services; (2) place no further orders or issue any other subcontracts, except for those which may have already been approved, in writing,.'by the Project Administrator; (3) terminate all existing orders and subcontracts; and (4) promptly assemble all Project documents (for delivery to the Project Administrator). ARTICLE 11. INSURANCE 11.1 At all times during the Term of this Agreement, Consultant shall maintain the following required insurance coverage in full force and effect. The Consultant shall not commence any work until satisfactory proof of all required insurance coverage has been furnished to the Project Administrator: (a) Workers' Compensation and Employer's Liability per the Statutory limits of the State of Florida. (b) Commercial General Liability on a comprehensive basis in an amount not less than $500,000 combined single limit per occurrence for bodily injury and property damage. (c) Automobile Liability Insurance covering all owned, non-owned and hired vehicles used in connection with the work, in an amount not less than $100,000 combined single limit per occurrence for bodily injury and property damage. (d) Professional Liability Insurance in an amount not less than $1,000,000 with the deductible per claim, if any, not to exceed 10%of the limit of liability. 11.2 The City must be named as and additional insured on the liability policies; and it must be stated on the certificate. 11.3 The Consultant must give the Project Administrator at least thirty (30) days prior written notice of cancellation or of substantial modifications in any required insurance coverage. All certificates and endorsements shall contain this requirement. RFQ 2018-141-ND 52 1 11.4 The insurance must be furnished by an insurance company rated A:V or better, or its equivalent, according to Bests' Guide Rating Book, and by insurance companies duly authorized to do business in the State of Florida, and countersigned by the company's Florida resident agent. 11.5 Consultant shall provide the Project Administrator with a certificate of insurance of all required insurance policies.The City reserves the right to require a certified copy of such policies, upon written request to Consultant. ARTICLE 12. INDEMNIFICATION AND HOLD HARMLESS 12.1 To the fullest extent permitted by Section 725.08, Florida Statutes, the Consultant shall indemnify and hold harmless the City and its officers, employees, agents, and instrumentalities, from liabilities, damages, losses, and costs, including, but not limited to, reasonable attorneys' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful conduct of the Consultant and other persons employed or utilized by the Consultant in the performance of this Agreement. The Consultant shall pay all claims and losses in connection therewith and shall investigate and defend all claims, suits, or actions of any kind or nature in the name of the City, where applicable, including appellate proceedings, and shall pay all costs, judgments, and attorney's fees which may issue thereon. Consultant expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by Consultant shall in no way limit its responsibility to indemnify, keep, and save harmless and defend the City or its officers, employees, agents, and instrumentalities as herein provided. 12.2 The Consultant agrees and recognizes that the City shall not be held liable or responsible for any claims which may result from any negligent, reckless, or intentionally wrongful actions, errors or omissions of the Consultant in which the City participated either through review or concurrence of the Consultant's actions. In reviewing, approving or rejecting any submissions by the Contractor, or other acts of the Consultant, the City in no way assumes or shares any responsibility or liability of the Consultant (including, without limitation its Subconsultants and/or any registered professionals (architects and/or engineers) under this Agreement). ARTICLE 13. ERRORS AND OMISSIONS 13.1 ERRORS AND OMISSIONS: It is specifically agreed that any construction changes categorized by the City as caused by an error, an omission, or any combination thereof in the Contract Documents that were prepared by the Consultant will constitute an additional cost to the City that would not have been incurred without the error. The damages to the City for errors, omissions or any combinations thereof shall be calculated as the total cost of any damages or incremental costs to the City resulting out of the errors or omissions by the Consultant, including,without limitation, the direct, indirect and/or consequential damages resulting from the Consultant's errors and/or omissions or any combination thereof. Damages shall include delay damages caused by the error, omission, or any combination thereof. Should the Consultant disagree that all or part of such damages are the result of errors, omissions, or any combination thereof, the Consultant may appeal this determination, in writing, to the applicable Assistant City Manager, or designee(s),. The Project Administrator's decision on all claims, questions and disputes 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, or designee(s),. The Project Administrator and the Consultant shall abide by the decision of the City Manager, or designee(s),. This paragraph does not constitute a waiver of any party's right to proceed in a court of competentjurisdiction after the above administrative remedies have been exhausted. RFQ'2018-141-ND 53 ARTICLE 14. LIMITATION OF LIABILITY The City desires to enter into this Agreement only if in so doing the City can place a limit on its liability for any cause of action for money damages due to an alleged breach by the City of this Agreement, so that its liability for any such breach never exceeds the "not to exceed" amount of the fee paid to Consultant under this Agreement, less any amount(s) actually paid to Consultant hereunder. Consultant hereby expresses its. willingness to enter into this Agreement, with Consultant's recovery from the City for any damages for action for breach of contract to be limited to Consultant's "not to exceed" fee under this Agreement, less any amount(s) actually paid by.the City to the Consultant hereunder. Accordingly, and notwithstanding any other term or condition of this Agreement, Consultant hereby agrees that the City shall not be liable to Consultant for money damages due to an alleged breach by the City of this Agreement, in an amount in excess of the "not to exceed amount" of Consultant's fees under this Agreement, which amount shall be reduced by any amount(s)actually paid by the City to Consultant hereunder. Nothing contained in this subsection, or elsewhere in this Agreement, is in any way intended to be a waiver of the limitation placed upon City's liability, as set forth in Section 768.28, Florida Statutes. ARTICLE 15. NOTICE All written notices given to City by Consultant shall be addressed to: City Manager, or designee(s),'s Office City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 Attn: Jimmy L. Morales, City Manager, or designee(s), With a:copy to: City Manager,or designee(s),'s Office City of Miami Beach 1700 Convention Center Drive Miami Beach, Florida 33139 Attn: Eric T. Carpenter, Assistant City Manager, or designee(s), All written notices given to the Consultant from the City shall be addressed to: All notices mailed to either party shall be deemed to be sufficiently transmitted if sent by certified mail, return receipt requested. ARTICLE 16. MISCELLANEOUS PROVISIONS 16..1 VENUE: This Agreement shall be governed by, and construed in accordance with, the laws of the State of Florida, both substantive and remedial,without regard to principles of conflict of laws. The exclusive venue for any litigation arising out of this Agreement shall be Miami-Dade County, Florida; if in state court, and the U.S. District Court, Southern District of Florida, in federal court. BY ENTERING INTO THIS AGREEMENT, CONSULTANT AND CITY EXPRESSLY WAIVE ANY RIGHTS EITHER PARTY MAY HAVE RFQ 2018-141-ND 54 TO A TRIAL BY JURY OF ANY CIVIL LITIGATION RELATED TO, OR ARISING OUT OF, THIS AGREEMENT. 16.2 EQUAL OPPORTUNITY EMPLOYMENT GOALS: Consultant agrees that it will not discriminate against any employee or applicant for employment for work under this Agreement because of race, color, national origin, religion, sex, gender identity, sexual orientation, disability, marital or familial status, or age, and will take affirmative steps to ensure that applicants are: employed and employees are treated during employment without regard to race, color, national origin, religion, sex, gender identity, sexual orientation, disability, marital or familial status, or age. 16.3 PUBLIC ENTITY CRIMES ACT: In accordance with the Public Entity Crimes Act (Section 287.133, Florida Statutes), a person or affiliate who is a consultant, who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to the City, may not submit a bid on a contract with the,City for the construction or repair of a public building or public work, may not bid on leases of real property to the City, may not be awarded or perform work as a contractor, supplier, subcontractor, or subconsultant under a contract with the City, and may not transact business with the City in excess of the threshold amount provided in Section 287.017, Florida Statutes, for Category Two, for a period of.36 months from the date of being placed on the convicted vendor list.. For violation of this subsection by Consultant, City shall have the right to terminate the Agreement without any liability to City, and pursue debarment of Consultant 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 11.9.07(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, or designee(s),,. may be disclosed to another entity to perform its duties and responsibilities; to a licensed architect, engineer, or contractor who is performing work on or related to the Project; or upon a showing of good cause before a court of competent jurisdiction. The entities or persons receiving such information shall maintain the exempt status of the information. 16.5.2.1 In addition to therequirements 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 \ RFQ 2018-141-ND 55 - II • unless authorized by the City Manager, or designee(s)„ in writing. 16.5.2.2 The Consultant and its Subconsultants agree in writing that the Project documents are to be kept and maintained in a secure location. 16.5.2.3 Each set of the Project documents are to be numbered and the whereabouts of the documents shall be tracked at all times. 16.5.2.4 A log is developed to track each set of documents logging in the date, time, and name of the individual(s)that work on or view the documents. 16.6_ CORRECTIONS TO CONTRACT DOCUMENTS: The Consultant shall prepare, without added compensation, all necessary supplemental documents to correcterrors, omissions, and/or ambiguities which may exist in the Contract Documents prepared by Consultant, including documents prepared by its Subconsultants. Compliance with this subsection shall not be construed to relieve the Consultant from any liability resulting from any such errors, omissions, and/or ambiguities in the Contract Documents and other documents or Services related thereto. 16.7 ASSIGNMENT: The Consultant shall not assign, transfer or convey this Agreement to any other person, firm, association or corporation, in whole or in part, without the prior written consent of the City Commission, which consent, if given at all, shall be at the Commission's sole option and discretion. However, the Consultant will be permitted to cause portions of the Services to be performed by Subconsultants, subject to the prior written approval of the City Manager, or designee(s),. 16.8 SUCCESSORS AND ASSIGNS: The Consultant and the City each binds himself/herself, his/her partners, successors, legal representatives and assigns to the other party of the Agreement and to the partners, successors, legal representatives, and assigns of such party in respect to all covenants of this Agreement. The Consultant shall afford the City(through the City Commission) the opportunity to approve or reject all proposed assignees, successors or other changes in the ownership structure and composition of the Consultant. Failure to do so constitutes a breach of this Agreement by the Consultant. 16.9 PROVISION OF ITEMS NECESSARY TO COMPLETE SERVICES: In the performance of the Services prescribed herein, it shall be the responsibility of the Consultant to provide all salaries, wages, materials, equipment, Subconsultants, and other purchased services, etc., as necessary to complete said Services. • 16.10 INTENT OF AGREEMENT: 16.10.1 The intent of the Agreement is for the Consultant to provide design and other services, and to include all necessary items for the proper completion of such services for a fully functional Project which,when constructed in accordance with the design, will be able to be used by the City for its intended purpose. The Consultant shall perform, as Basic Services, such incidental work which may not be specifically referenced, as necessary to complete the Project. 16.10.2 This Agreement is for the benefit of the parties only and it does not grant rights to a third party beneficiary, to any person, nor does it authorize anyone not,a party to the Agreement to maintain a suit for personal injuries, professional liability, or property damage pursuant to the terms or provisions of the Agreement. 16.10.3 No acceptance, order, payment, or certificate of or by the City, or its employees or agents, shall either stop the City from asserting any rights or operate as a waiver of any provisions RFQ 2018-141-ND 56 • hereof or of any power or right herein reserved to the City or of any rights to damages herein provided. 16.11 This document incorporates and includes all prior negotiations, correspondence, conversations, agreements, or understandings applicable to the matters contained herein; and the parties agree that there are no commitments, agreements, or understandings concerning the subject matter of this Agreement that are not contained in this document. Accordingly, the parties agree that no deviation from the terms hereof shall be predicated upon any prior representations or agreements whether 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 MIAMI BEACH: CITY CLERK MAYOR Attest xxxxxxxxxxxxxxx Signature/Secretary Signature/President Print Name Print Name J I RFQ 2018-141-ND 57 { SCHEDULE A PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND CONSULTANT SERVICE ORDER Service Order No. _ for Consulting Services. TO: PROJECT NAME: Project Name DATE: Pursuant to the agreement between the City of Miami Beach and Consultant for PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES IN SPECIALIZED CATEGORIES ON.AN "AS-NEEDED" BASIS (RFQ XXXXXXXX) you are directed to provide the following services: SCOPE OF SERVICES: Per attached proposal dated , to be considered part of this Agreement. Estimated calendar days to complete this work: Days Original-Service Order Amount: $ - i Total From Previous Additional Service.Orders: $ j 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 RFQ 2018-141-ND 58 SCHEDULE B CONSULTANT COMPENSATION Schedule of Payments Planning Services* $XXXXXXXX Design Services* $XXXXXXXX Bidding and Award Services $XXXXXXXX Construction Administration** $XXXXXXXX Reimbursable Allowance*** $XXXXXXXX Note*: These services will be paid lump sum based on percentage complete of each phase as identified in the individual tasks. Note**: Construction Administration will be paid on a monthly basis upon commencement of construction. In the event that, through no fault of the Consultant, Construction Administration services are required to be extended, which extension shall be subject to prior City approval, and what shall be at the City's sole discretion, the Consultant agrees to extend said services for$XXXXXX, per month, for the duration required to complete the Project. Note***: The Reimbursable Allowance belongs to the City and must be approved in writing, in advance, by the Project Administrator. Unused portions will not be paid to the Consultant. RFQ 2018-141-ND 59 HOURLY BILLING RATE SCHEDULE Project Engineer(Coastal or Project Principal $172.50 Other) $116.15 Project Manager $138.00 Sr. Field.Services Professional $116.15 Senior Civil Engineer $138.00 Field Services Professional $ 80.50 Civil Engineer $116.15 Threshold Inspector $138.00 Senior Electrical Engineer $138.00 Structural Special Inspector $109.25 Electrical Engineer $116.15 Technical Editor $ 74.75 Senior Mechanical Engineer $138.00 Senior GIS.Specialist $116.15 Mechanical Engineer $116.15 GIS_Specialist _$.86.25__. Senior Structural Engineer $138.00 Staff Engineer/Geologist/Scientist $ 94.30 Structural Engineer $116.15 Landscape Designer $ 95.45 Senior Environmental Engineer $138.00 Planner $116.15 Environmental Engineer $116.15 Project Principal ( Structural Engineer) $172.50 Environmental Technician $ 74.75 Project Manager(Structural Engineer) $138.00 Environmental Specialist $ 63.25 CAD Technician (Structural) $ 63.25 Environmental Permit Specialist $ 63.25 Traffic Engineers $116.15 Project Scientist $120.75 Cost Estimator $ 74.75 Senior Surveyor $138.00 Specifications Writer $ 63.25 Surveyor $116.15 Construction Administrator/Manager $ 94.30 Surveyor Support Staff $ 69.00 Senior Project Manager $138.00 Senior Architect $138.00 MEP Project Engineer $138.00 Architect $116.15 Horticultural/maintenance Consultant $ 86.25 Senior Designer $138.00 Irrigation Engineer , `$ 94.30 Designer $ 95.45 Job Captain $ 92.00 Senior Urban Planner . $138.00 Interior Designer $ 95.45 Senior CAD Technician $ 69.00 Principal/Director of Design $138.00 CAD Technician $ 63.25 Senior Landscape Architect $138.00 Landscape Architect $116.15 Clerical $ 40.25 Administrative Assistant $ 40.25 Survey Crew Party of2 $140.68 Survey Crew Party of 2 w/GPS $168.51 Survey Crew Party of 3 $170.44 Survey Crew Party of 3w/GPS $197.01 Survey Crew Party of 4 $211.31 Survey Crew Party of 4 w/GPS $250.13 Sr. Inspector(CEI) $103.50 Inspector(CEI, Field or Construction) $ 94'88 RFQ 2018-141-ND 60 a i SCHEDULE C APPROVED SUBCONSULTANTS RFQ 2018-141-ND 61 - i APPENDIX F MIAMI BEACH STANDARD FORM 330 • .RFQ No. 2018- 141. -ND . PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS PROCUREMENT DEPARTMENT 1755 Meridian Avenue, 3rd Floor Miami Beach, Florida 33139 RFQ 2018-141-ND 62 • ARCHITECT-ENGINEER QUALIFICATIONS OMB Control Number: 9000.0157 Expiration Date: 11/30/2017 Paperwork Reduction Act Statement-This Information collection meets the requirements of 44 USC§3507,as amended by section 2 of the Paperwork Reduction Act of 1995. You do not need to answer these questions unless we display a valid Office of Management and Budget(OMB)control number. The OMB control number for this collection Is 9000-0157. We estimate that it will take 29 hours(25 hours for part 1 and 4 hours for Part 2)to read the Instructions,gather the facts,and answer the questions. Send only comments relating to our time estimate,including suggestions for reducing this burden,or any other aspects of this collection of Information to: General Services Administration,Regulatory Secretariat Division(M1V10B),1800 F Street,NW,Washington,DC 20405, PURPOSE DEFINITIONS Federal agencies use this form to obtain information from Architect-Engineer Services: Defined in FAR 2.101. architect-engineer(A-E)firms about their professional qualifications. Federal agencies select firms for A-E contracts on the basis of professional qualifications as required by 40 U.S.C. Branch Office: A geographically distinct place of business or chapter 11, Selection of Architects Engineers,and Part 36 of the subsidiary office of a firm that has a key role on the team. Federal Acquisition Regulation(FAR). • • Discipline: Primary technical capabilities of key personnel,as The Selection of Architects and Engineers statute requires the evidenced by academic degree, professional registration, public announcement of requirements for A-E services(with certification,and/or extensive experience. some exceptions provided by other statutes),and the selection of at least three of the most highly qualified firms based on Firm: Defined in FAR 36.102. demonstrated competence and professional qualifications • according to specific criteria published in the announcement Key Personnel: Individuals who will have major contract- The Act then requires the negotiation of a contract at a fair and responsibilities and/or provide unusual or unique expertise. reasonable price starting first with the most highly qualified firm. The information used to evaluate firms is from this form and other sources, including performance evaluations,any additional data SPECIFIC INSTRUCTIONS requested by the agency,and interviews with the most highly Part I-Contract-Specific Qualifications qualified firms and their references. Section A.Contract Information. GENERAL INSTRUCTIONS 1. Title and Location. Enter the title and location of the •• contract for which this form is being submitted,exactly as shown Part I presents the qualifications for a specific contract in the public-announcement or agency request. Part II presents the general qualifications of a firm or a specific 2.Public Notice Date. Enter the posted date of the agency's branch office of a firm. Part II has two uses; notice on the Federal Business Opportunity website (FedBizOpps), other form of public announcement or agency 1. An A-E firm may submit Part II to the appropriate central, request for this contract. regional or local office of each Federal agency to be kept on file. 3. Solicitation or Project Number. Enter the agency's A public announcement is not required for certain contracts,and solicitation number and/or project number, if applicable, agencies may use Part iI as a basis for selecting at least three of exactly as shown in the public announcement or agency request the most highly qualified firms for discussions prior to requesting for this contract. •• submission of Part I. Firms are encouraged to update Part II on file with agency offices,as appropriate,according to FAR Part Section B. Architect-Engineer Point of Contact. 36. If a firm has branch offices,submit a separate Part II fori each branch office seeking work. 4-8. Name, Title, Name of Firm, Telephone Number, Fax (Facsimile) Number and E-mail (Electronic Mail) Address. 2. Prepare a separate Part II for each firm that will be part of Provide Information for a representative of the prime contractor the team propossdJoLa_sp"ecific.eontract.and.submitted with-Part - ------orr-joint--venture-.that"-the-agency—can-contact-for additional" ""- """ "" l • I. If a firm has branch offices,submit a separate Part li for each information. branch office that has a key role on the team. . • INDIVIDUAL AGENCY INSTRUCTIONS - • Individual agencies may supplement these instructions. For example,they may limit the number of projects or number of pages submitted in Part I in response to a public announcement for a particular project. Carefully comply with any agency instructions when preparing and submitting this form. Be as concise as possible and provide only the information requested by the agency. AUTHORIZED FORLOCAL REPRODUCTION STANDARD FORM 330(REV.8/2016)PAGE 1 OF INSTRUCTIONS ' • Prescribed by GSA-FAR(48 CFR)53.236-2(b) • Section C. Proposed Team. 19. Relevant Projects. Provide information on up to five projects in which the person had a significant role that 9-11. Firm Name,Address,and Role in This Contract demonstrates the person's capability relevant to her/his proposed Provide the contractual relationship, name,full mailing address, role in this contract. These projects do not necessarily have to and a brief description of the role of each firm that will be be any of the projects presented in Section F for the project team involved in performance of this contract. List the prime if the person was not involved in any of those projects or the contractor or joint venture partners first. If a firm has branch person worked on other projects that were more relevant than offices,indicate each individual branch office that will have a key the team projects in Section F. Use the check box provided to role.on the team. The named subcontractors and outside indicate if the project was performed with any office of the current associates or consultants must be used,and any change must firm. If any of the professional services or construction projects be approved by the contracting officer.(See FAR Part 52 Clause are not complete,leave Year Completed blank and indicate the "Subcontractors and Outside Associates and Consultants status In Brief Description and Specific Role(block(3)). (Architect-Engineer Services)"). Attach an additional sheet in the same format as Section C if needed. Section F. Example Projects Which Best Illustrate Proposed Team's Qualifications for this Contract. Section D. Organizational Chart of Proposed Team. • Select projects where multiple team members worked As an attachment after Section C,present an organizational * together, if possible,that demonstrate the team's capability to • chart of the proposed team showing the names and roles of all perform work similar to that required for this contract. Complete • key personnel listed in Section E and the firm they are one Section F for each project Present ten projects,unless associated with as listed in Section C. otherwise specified by the agency. Complete the following blocks for each project: Section E. Resumes of Key Personnel Proposed for this Contract. 20. Example Project Key Number. Start with"1"for the first project and number consecutively.• Complete this section for each key person who will participate in this contract. Group by firm,with personnel of the 21. Title and Location. Title and location of project or . prime contractor or joint venture partner firms first. The following contract. For an indefinite delivery contract,the location is the blocks must be completed for each resume: geographic scope of the contract. 12. Name. Self-explanatory. • 22. Year Completed. Enter the year completed of the professional services(such as planning,engineering study, 13. Role in this contract. Self-explanatory. design,or surveying),and/or the year completed of construction, if applicable. If any of the professional services or the construction projects are not complete,leave Year Completed • 14. Years Experience. Total years of relevant experienceblank and indicate the status in Brief Description of Project and (block 14a),and years of relevant experience with current firm, ; Relevance to this Contract(block 24). but not necessarily the same branch office(block 14b). / 23a. Project Owner. Project owner or user,such as a ' 15. Firm Name and Location. Name,city and state of the government agency or installation,an institution,a corporation or firm where the person currently works,which must correspond private individual. with one of the firms(or branch office of a firm,if appropriate) • I listed in Section C. 23b. Point of.Contact Name. Provide name of a person associated with the project owner or the organization which 16. Education. Provide information on the highest relevant contracted for the professional services,who is very familiar with academic degree(s)received. Indicate the area(s)of the project and the firm's(or firms')performance. 4 specialization for each degree. 23c. Point of Contact Telephone Number. Self-explanatory. 17. Current Professional Registration. Provide Information on current relevant professional reglstration(s)in a State or 24. Brief Description of Project and Relevance to this possessionColumbia c the United States,Puerto6Rico,or the District of Contract. Indicate scope,size,cost,principal elements and Columbia according to FAR Part 36. special features of the project. Discuss the relevance of the example project to this contract Enter any other Information 18. Other Professional Qualifications. Provide information requested by the agency for each example project on any other professional qualifications relating to this contract, such as education,professional registration,publications, . organizational memberships,certifications,training, awards,and foreign language capabilities. STANDARD FORM 330(REV.812016) PAGE 2 OF INSTRUCTIONS 25. Firms from Section C Involved with this Project. Indicate 29. Example Projects Key. List the key numbers and titles of which firms(or branch offices,if appropriate)on the project team the example projects In the same order as they appear in Section were involved In the example project,and their roles. List in the F. same order as Section C. Section H. Additional Information. Section G. Key Personnel Participation in Example Projects. 30. Use this section to provide additional information This matrix is intended to graphically depict which key specifically requested by the agency or to address selection personnel identified in Section E worked on the example projects criteria that are not covered by the information provided in listed in Section F. Complete the following blocks(see example Sections A-G. - below). Section I. Authorized Representative. • 26.and 27. Names of Key Personnel and Role in this Contract. List the names of the key personnel and their 31,and 32. Signature of Authorized Representative and proposed roles in this contract in the same order as they appear Date. An authorized representative of a joint venture or the in Section E. prime contractor must sign and date the completed form. Signing attests that the Information provided is current and 28. Example Projects Listed in Section F. In the column factual,and that all firms on the proposed team agree to work on under each project key number(see block 29)and for each key the project. Joint ventures selected for negotiations must make person,place an"X"under the project key number for available a statement of participation by a principal of each participation in the same or similar role. member of the joint venture. • 33. Name and Title. Self-explanatory. •• . . I SAMPLE ENTRIES FOR SECTION G (MATRIX) • 26. NAMES OF KEY 27, ROLE IN THIS 28. EXAMPLE PROJECTS LISTED IN SECTION F PERSONNEL CONTRACT (Fill in"Example Projects Key"section below first,before (From Section E, (From Section E completing table. Place 'X"under project key number for Block 12) Block 13) participation in same or similar role.) 1 2 3 4 5 6 7 8 9 10 • Jane A. Smith Chief Architect X X Joseph B. Williams Chief Mechanical Engineer X X X X Tara C. Donovan Chief Electricial Engineer X X X • 29. EXAMPLE PROJECTS KEY NUMBER TITLE OF EXAMPLE PROJECT(From Section F) . NUMBER TITLE OF EXAMPLE PROJECT(From Section F) 1 Federal Courthouse, Denver, CO 6 XYZ Corporation Headquarters, Boston, MA 2 Justin J. Wilson Federal Building, 7 Founder's Museum, Newport, RI Baton Rouge, LA STANDARD FORM 330(REV.8/2016) PAGE 3 OF INSTRUCTIONS r I i Part II•General Qualifications See the"General Instructions"on page 1 for firms with branch 9. Employees by Discipline. Use the relevant disciplines and , Offices. Prepare Part II for the specific branch office seeking associated function codes shown at the end of these instructions work if the firm has branch offices. and list in the same numerical order. After the listed disciplines, write in any additional disciplines and leave the function code • 1. Solicitation Number. If Part II is submitted for a specific blank. List no more than 20 disciplines. Group remaining • • contract,insert the agency's solicitation number and/or project employees under"Other Employees"in column b, Each person number,if applicable,exactly as shown in the public can be counted only once according to his/her primary function, announcement or agency request. If Part II Is prepared for a firm(including all branch offices),enter the number of employees by disciplines In column c(1). If Part iI 2a-2e. Firm(or Branch Office)Name and Address. Self- is prepared for a branch office,enter the number of employees explanatory. by discipline in column c(2)and for the firm in column c(1). i l 3. Year Established. Enter the year the firm(or branch 10. Profile of Firm's Experience and Annual Average office,if appropriate)was established under the current name. Revenue for Last 5 Years. Complete this block for the firm or • branch office for which this Part ll is prepared. Enter the I •• 4. Unique Entity Identifier. Insert the unique entity identifierexperience categories which most accurately reflect the firm's l issued by the entity designated at SAM. See FAR part 4.6. technical capabilities and project experience. Use the relevant experience categories and associated profile codes shown at the 5. Ownership. end of these instructions,and list in the same numerical order. After the listed-,experience categories,write in any unlisted j a.Type. Enter the type of ownership or legal structure of the relevant project experience categories and leave the profile firm(sole proprietor,partnership,corporation,joint venture,etc.). . codes blank. For each type of experience,enter the appropriate revenue index number to reflect the professional services b.Small Business Status. Refer to the North American revenues received annually(averaged over the last 5 years)by I Industry Classification System(NAICS)code in the public the firm or branch office for performing that type of work. A I announcement,and indicate if the firm is a small business particular project may be identified with one experience category according to the current size standard for that NAICS code(for or it may be broken into components,as best reflects the example,Engineering Services(part of NAiCS 541330), capabilities and types of work performed by the firm. However, Architectural Services(NAICS 541310),Surveying and Mapping do not double count the revenues received on a particular Services(NAICS 541370)). The small business categories and project i the.internet website for the NAICS codes appear in FAR part 19. Contact the requesting agency for any questions. Contact your 11. Annual Average Professional Services Revenues of Firm • local U.S.Small Business Administration office for any questions for Last 3 Years. Complete this block for the firm or branch office regarding Business Status. for which this Part(I is prepared. Enter the appropriate.revenue ; index numbers to reflect the professional services revenues 6a-6c. Point of Contact. Provide this information for a received annually(averaged over the last 3 years)by the firm or representative of the firm that the agency can contact for branch office. Indicate Federal work(performed directly for the additional information. The representative must be empowered Federal Government,either as the prime contractor or i to speak on contractual and policy matters. subcontractor),non-Federal work(all other domestic and foreign 1 work,including Federally-assisted projects),and the total. If the I 7. Name of Firm. Enter the name of the firm if Part II Is firm has been in existence for less than 3 years,see the prepared for a branch office. definition for"Annual Receipts"under FAR 19.101. ? 8a-8c, Former Firm Names. Indicate any other previous 12. Authorized Representative. An authorized names for the firm(or branch office)during the last six years. representative of the firm or branch office must sign and date the Insert the year that this corporate name change was effective completed form. Signing attests that the information provided is and the associated unique entity identifier. This information Is current and factual. Provide the name and title of the authorized used to review past performance on Federal contracts. representative who signed the form. i . i • I STANDARD FORM 330(REV.812016) PAGE 4 OF INSTRUCTIONS List of Disciplines (Function.Codes) Code Description Code Description 01 Acoustical Engineer 32 Hydraulic Engineer • 02 Administrative 33 Hydrographic Surveyor• 03 Aerial Photographer . 34 Hydrologist • 04 Aeronautical Engineer 35 Industrial Engineer • 05 Archeologist 36 Industrial Hygienist 06 Architect 37 Interior Designer 07 Biologist 38 Land Surveyor 08 CADD Technician 39 Landscape Architect • 09 Cartographer 40 Materials Engineer I 10 Chemical Engineer . 41 Materials Handling Engineer I 11 Chemist 42 Mechanical Engineer 12 Civil Engineer 43 Mining Engineer 1 13 Communications Engineer - 44 Oceanographer 14 Computer Programmer 45 Photo Interpreter 15 Construction Inspector 46 Photogrammetrist 16 Construction Manager 47 Planner: Urban/Regional I 17 Corrosion Engineer 48 Project Manager 18 Cost Engineer/Estimator 49 Remote Sensing Specialist I 19 Ecologist 50 Risk Assessor 1 20 Economist 51 Safety/Occupational Health Engineer 21 Electrical Engineer 52 Sanitary Engineer 22 _ Electronics Engineer 53 Scheduler 23 Environmental Engineer 54 Security Specialist 24 • Environmental Scientist 55 Soils Engineer 25 Fire Protection Engineer 56 Specifications Writer i 26 Forensic Engineer • 57 Structural Engineer ' 27 Foundation/Geotechnical Engineer 58 Technician/Analyst 28 Geodetic Surveyor 59 Toxicologist 29 Geographic Information System Specialist 60 Transportation Engineer • 30 Geologist 61 Value Engineer i 31 Health Facility Planner 62 Water Resources Engineer i i • i • j • ii 1 1 1 • J STANDARD FORM 330(REV.8/2016) PAGE 5 OF INSTRUCTIONS List of Experience Categories (Profile Codes) Code Description Code Description A01 Acoustics,Noise Abatement E01 Ecological&Archeological Investigations . A02 Aerial Photography;Airborne Data and Imagery E02 Educational Facilities;Classrooms Collection and Analysis E03 Electrical Studies and Design A03 Agricultural Development; Grain Storage;Farm Mechanization E04 Electronics . A04 Air Pollution Control E05 Elevators;Escalators;People-Movers E06 Embassies and Chanceries A05 Airports; Navaids;Airport Lighting;Aircraft Fueling E07 Energy Conservation;New Energy Sources A06 Airports;Terminals and Hangars; Freight Handling E08 Engineering Economics A07 Arctic Facilities E09 Environmental Impact Studies, A08 Animal Facilities Assessments or Statements A09 Anti-Terrorism/Force Protection E10 Environmental and Natural Resource MO Asbestos Abatement Mapping All Auditoriums&Theaters El1 Environmental Planning Al2 Automation;Controls; Instrumentation E12 Environmental Remediation E13 Environmental.Testing and Analysis B01 Barracks;Dormitories I B02 • Bridges • F01 Fallout shelters;Blast-Resistant Design F02 Field Houses;Gyms;Stadiums C01 Cartography . F03 Fire Protection I CO2 Cemeteries(Planning&Relocation) F04 Fisheries;Fish ladders F05 Forensic Engineering CO3 Charting: Nautical and Aeronautical F06 Forestry&Forest products C04 Chemical Processing&Storage C05 Child Care/Development Facilities 001 Garages;Vehicle Maintenance Facilities; - C06 . Churches;ChapelsParking Decks C07 Coastal Engineering G02 Gas Systems(Propane;Natural,Etc.) . C08 Codes;Standards;Ordinances G03 Geodetic Surveying:Ground and Air-borne • _ C09 Cold Storage; Refrigeration and Fast Freeze _ G04 Geographic Information System Services: • 010 Commercial Building(low rise);Shopping Centers Development,Analysis,and Data Collection • C11 Community FacilitiesG05 Geospatial Data Conversion:Scanning, C12 Communications Systems;TV;Microwave Digitizing,Compilation,Attributing,Scribing, •. C13 Computer Facilities;Computer Service Drafting C14 Conservation and Resource Management G06 Graphic Design C15 Construction ManagementH01 Harbors;Jetties;Piers,Ship Terminal • C16 Construction Surveying Facilities . C17 Corrosion Control;Cathodic Protection;Electrolysis H02 Hazardous Materials Handling and Storage 1 C18 Cost Estimating;Cost Engineering and H03 Hazardous,Toxic,Radioactive Waste Analysis;Parametric Costing;Forecasting Remediation C19 Cryogenic Facilities H04 Heating;Ventilating;Air Conditioning I H05 Health Systems Planning D01 Dams(Concrete;Arch) H06 Highrise;Air-Rights-Type Buildings i i D02 Dams(Earth;Rock);Dikes; Levees H07 Highways;Streets;Airfield Paving;Parking i Lots • D03 Desalinization(Process&Facilities) H08 Historical Preservation - D04 Design-Build-Preparation of Requests for Proposals H09 Hospital&Medical Facilities D05 Digital Elevation and Terrain Model Development H10 Hotels;Motels D06 Digital Orthophotography H11 Housing (Residential,Multi-Family; D07 Dining Halls;Clubs; Restaurants Apartments;Condominiums) D08 Dredging Studies and Design H12 Hydraulics&Pneumatics H13 Hydrographic Surveying • STANDARD FORM 330(REV.812016) PAGE 6 OF INSTRUCTIONS • . i List of Experience Categories (Profile Codes continued) • Code Description Code Description 101 Industrial Buildings;Manufacturing Plants P09 Product,Machine Equipment Design 102 Industrial Processes;Quality Control P10 Pneumatic Structures,Air-Support Buildings 103 Industrial Waste Treatment • P11 Postal Facilities 104 Intelligent Transportation Systems P12 Power Generation,Transmission,Distribution 105 Interior Design;Space Planning P13 Public Safety Facilities 106 Irrigation;Drainage R01 Radar;Sonar; Radio&Radar Telescopes J01 Judicial and Courtroom Facilities R02 Radio Frequency Systems&Shieldings L01 Laboratories;Medical Research Facilities R03 Railroad;Rapid Transit L02 Land Surveying R04 Recreation Facilities(Parks,Marinas,Etc.) L03 Landscape Architecture R05 Refrigeration Plants/Systems L04 Libraries;Museums; Galleries R06 Rehabilitation(Buildings;Structures;Facilities) L05 Lighting(Interior; Display;Theater, Etc.) R07 Remote Sensing • L06 Lighting(Exteriors;Streets; Memorials; R08 Research Facilities Athletic Fields, Etc.) R09 Resources Recovery;Recycling MO1 Mapping Location/Addressing Systems R10 Risk Analysis _ M02 Materials Handling Systems; Conveyors;Sorters R11 Rivers;Canals;Waterways;Flood Control • • M03 Metallurgy R12 Roofing M04 Microclimatology;Tropical Engineering • M05 Military Design Standards SO1 SStudies Engineering;Accident Studies;OSHA M06 Mining&Mineralogy SO2 Security Systems; Intruder&Smoke Detection •• M07 " Missile Facilities(Silos;Fuels;Transport) S03 Seismic Designs&Studies M08 Modular Systems Design;Pre-Fabricated Structures or SO4 Sewage Collection,Treatment and Disposal Components SO5 Solis&Geologic Studies;Foundations S06 Solar Energy Utilization NO1 .Naval Architecture; Off-Shore Platforms S07 Solid Wastes;Incineration; Landfill NO2 Navigation Structures;Locks • S08 Special Environments;Clean Rooms,Etc. NO3 Nuclear Facilities;Nuclear Shielding S09 Structural Design;Special Structures 001 Office Buildings; Industrial Parks S10 Surveying;Platting;Mapping; Flood 002 Oceanographic Engineering Plain Studies 003 Ordnance; Munitions;Special Weapens Sil Sustainable Design 512 Swimming Pools P01 Petroleum Exploration;Refining. S13. Storm Water Handling&Facilities P02 Petroleum and Fuel(Storage and Distribution) T01 Telephone Systems(Rural;Mobile;Intercom, P03 Photogrammetry Etc.) PO4 Pipelines(Cross-Country-Liquid&-Gas) T02 Testing&Inspection Services' P05 Planning(Community, Regional,Areawide and State) T03 Traffic&Transportation Engineering P06 Planning(Site, Installation,and Project) T04 Topographic Surveying and Mapping T05 Towers(Self-Supporting&Guyed Systems) P07 Plumbing&Piping Design T06 Tunnels&Subways P08 Prisons&Correctional Facilities • • STANDARD FORM 330(REV.812016) PAGE 7 OF INSTRUCTIONS • List of Experience Categories (Profile Codes continued) Code• Description • U01 Unexploded Ordnance Remediation • UO2 Urban Renewals;Community Development UO3 Utilities(Gas and Steam) Vol Value Analysis; Life-Cycle Costing W01 Warehouses.&Depots W02 Water Resources;Hydrology; Ground Water W03 Water Supply;Treatment and Distribution • W04 Wind Tunnels; Research/Testing Facilities Design Z01 Zoning; Land Use Studies • • • I • i STANDARD FORM 330(REV.812016) PAGE 8 OF INSTRUCTIONS • ARCHITECT - ENGINEER-QUALIFICATIONS PART I -CONTRACT-SPECIFIC QUALIFICATIONS A. CONTRACT INFORMATION• 1. TITLE AND LOCATION (City and State) 2. PUBLIC NOTICE DATE 3. SOLICITATION OR PROJECT NUMBER B. ARCHITECT-ENGINEER POINT OF CONTACT 4. NAME AND TITLE • 5. NAME OF FIRM 6. TELEPHONE NUMBER 7. FAX NUMBER 8. E-MAIL ADDRESS C. PROPOSED TEAM (Complete this section for the prime contractor and all key subcontractors.) (Check) 'z wzo >z81- m° 9. FIRM NAME 10. ADDRESS 11. ROLE IN THIS CONTRACT a ani a. El CHECK IF BRANCH OFFICE b. El CHECK IF BRANCH OFFICE • C. ❑CHECK IF BRANCH OFFICE d. El CHECK IF BRANCH OFFICE e. El CHECK IF BRANCH OFFICE i _ 111J f. ❑CHECK IF BRANCH OFFICE D. ORGANIZATIONAL CHART OF PROPOSED TEAM ❑ (Attached) AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330(REV.8/2016) • I E. RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT • (Complete one Section E for'each key person.) • 12. NAME 13. ROLE IN THIS CONTRACT 14. YEARS EXPERIENCE a.TOTAL lb.WITH CURRENT FIRM • 1 1 15. FIRM NAME AND LOCATION (City and State) • 16. EDUCATION(Degree and Specialization) 17. CURRENT PROFESSIONAL REGISTRATION(State and Discipline) 18. OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) 19. RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(If applicable) (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 01Check if project performed with current firm a. • (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED • PROFESSIONAL SERVICES CONSTRUCTION(If applicable) (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check If project performed with current firm b. (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(If applicable) • • (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLEEl Check If project performed with current firm • C. •(1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(If applicable) d.(3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE Check If project performed with current firm • (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED PROFESSIONAL SERVICES CONSTRUCTION(If applicable) (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm e. 1 • STANDARD FORM 330(REV.8/2016).PAGE 2 • F. EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S 20. EXAMPLE PROJECT KEY QUALIFICATIONS FOR THIS CONTRACT NUMBER (Present as many projects as requested by the agency, or 10 projects,if not specified. Complete one Section F for each project.) 21. TITLE AND LOCATION(City and State) 22. YEAR COMPLETED • PROFESSIONAL SERVICES CONSTRUCTION(If applicable) . 23. PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER 24. BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT (Include scope,size,and cost) • • • i • 1j . • • • 25. FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT • (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE . a. i (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE b. • (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE • C. . . (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE• d. • (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE e, (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE • • f. STANDARD FORM 330(REV,8/2016)PAGE 3 s r G. KEY PERSONNEL PARTICIPATION IN EXAMPLE PROJECTS . 26. NAMES OF KEY 27. ROLE IN THIS 28. EXAMPLE PROJECTS LISTED IN SECTION F • PERSONNEL CONTRACT (Fill in"Example Projects Key"section below before completing table. (From Section E,Block 12) (From Section 8, Block 13) Place`x"under project key number for participation in same or similar role.) • ) 1 2 3 4 5 6 7 8 9 10 i r • I i . I i • I 1 I • 1 • I • 1 I I • . ( i 1 • I I I • I 1 I 29. EXAMPLE PROJECTS KEY • NUMBER TITLE OF EXAMPLE PROJECT(From Section F) NUMBER TITLE OF EXAMPLE PROJECT(From Section F) • 1 6 i 2 7 3 8 1 4 9 - 5 10 STANDARD FORM 330(REV. 8/2016)PAGE 4 I H. ADDITIONAL INFORMATION 30. PROVIDE ANY ADDITIONAL INFORMATION REQUESTED BY THE AGENCY. ATTACH ADDITIONAL SHEETS AS NEEDED. II • • • • • I • L AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. 31. SIGNATURE 32. DATE 33. NAME AND TITLE • STANDARD FORM 330(REV.8/2016)PAGE 5 1. SOLICITATION NUMBER(If any) • ARCHITECT-ENGINEER QUALIFICATIONS PART II-GENERAL QUALIFICATIONS (If a finn has branch offices, complete for each specific branch office seeking work.) 2a. FIRM(or Branch Office)NAME 3. YEAR ESTABLISHED 4. UNIQUE ENTITY IDENTIFIER 2b. STREET 5. OWNERSHIP a.TYPE 2c. CITY 2d. STATE 2e. ZIP CODE b.SMALL BUSINESS STATUS 6a. POINT OF CONTACT NAME AND TITLE 7. NAME OF FIRM(If Block 2a Is a Branch Office) 6b. TELEPHONE NUMBER 6c. E-MAIL ADDRESS 8a, FORMER FIRM NAME(S)(If any) 8b. YEAR ESTABLISHED 8c. UNIQUE ENTITY IDENTIFIER ) • 9. EMPLOYEES BY DISCIPLINE 10. PROFILE OF FIRM'S EXPERIENCE • AND ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS • a.Function G.Number of Employees a.Profile • c.Revenue Index Code b.Discipline b.Experience Number (1)FIRM (2)BRANCH Code (see below) li • • • • • • • ' I Other Employees Total 11. ANNUAL AVERAGE PROFESSIONAL PROFESSIONAL SERVICES REVENUE INDEX NUMBER SERVICES REVENUES OF FIRM FOR LAST 3 YEARS 1. Less than$100,000 6. $2 million to less than$5 million (Insert revenue index number shown atright) 2. $100,000 to less than$250,000 7. $5 million to less than$10 million a.Federal Work 3. $250,000 to less than$500,000 8. $10 million to less than$25 million b.Non-Federal Work 4. $500,000 to less than$1 million 9. $25 million to less than$50 million 5. $1 million to less than$2 million 10. $50 million or greater c.Total Work 12. AUTHORIZED REPRESENTATIVE• The foregoing Is a statement of facts. a.SIGNATURE b.DATE c.NAME AND TITLE • STANDARD FORM 330(REV.8/2016)PAGE 6 ATTACHMENT C CONSULTANT'S RESPONSE TO THE RFQ 36 Detail byFEI/EIN Number Page 1 of 2 Florida Department of State DIVISION OF CORPORATIONS 44411.. DP/m014 n Air .org an o/idu!5fige tairP orfth;sz ebsir? Department of State / Division of Corporations / Search Records / Detail By Document Number/ Detail by FEI/EIN Number Florida Profit Corporation E SCIENCES, INCORPORATED Filing Information Document Number P00000081584 FEIIEIN Number 59-3667002 Date Filed 08/29/2000 State FL Status ACTIVE Last Event AMENDMENT Event Date Filed 02/09/2011 Event Effective Date NONE Principal Address 34 EAST PINE ST ORLANDO, FL 32801 Changed:09/29/2009 Mailing Address 34 EAST PINE ST ORLANDO, FL 32801 Changed:09/29/2009 Registered Agent Name&Address BASSETT,JAMES S 34 E. PINE STREET ORLANDO, FL 32801 Name Changed: 01/05/2005 Address Changed:07/14/2009 Officer/Director Detail Name&Address Title PTD • PARTLOW, PETER K 34 E. PINE STREET ORLANDO, FL 32801 http://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inqui... 1/3/2019 . Detail by FEI/EIN Number Page 2 of 2 Title VSD BASSETT,JAMES S 34 E. PINE STREET ORLANDO, FL 32801 Annual Reports Report Year Filed Date 2016 01/19/2016 2017 01/05/2017 2018 01/02/2018 Document Images 01/02/2018—ANNUAL REPORT View image in PDF format 01/05/2017—ANNUAL REPORT View image in PDF format 01/19/2016—ANNUAL REPORT View image in PDF format, 02/04/2015—ANNUAL REPORT View image in PDF format 01/02/2014—ANNUAL REPORT View image in PDF format 01/04/2013—ANNUAL REPORT View image in PDF format 01/19/2012—ANNUAL REPORT View image in PDF format 02/09/2011—Amendment View image in PDF format • 01/31/2011—ANNUAL REPORT View image in PDF format , 01/08/2010—ANNUAL REPORT View image in PDF format 07/14/2009—Req.Agent Change View image in,PDF format 03/04/2009—ANNUAL REPORT '.View image in PDE format 02/01/2008—ANNUAL REPORT View image in PDF format 04/16/2007—ANNUAL REPORT View image in PDF format 01/31/2006—ANNUAL REPORT View image in PDF format 01/05/2005—ANNUAL REPORT View image in PDF format • 01/09/2004—ANNUAL REPORT View image in PDF format 01/21/2003—ANNUAL REPORT View image in PDF format 05/05/2002—ANNUAL REPORT View image in PDF format 05/02/2001—ANNUAL REPORT View image in PDF format 08/29/2000—Domestic Profit View image in PDF format Florida Department of State,Division of Corporations http://search.sunbiz.org/Inquiry/CorporationSearch/S earchResultDetail?inqui... 1/3/2019 cue ces COPY Miami Beach RFQ Professional Architectural and Engineering Services for Capital Renewal and Replacement Projects RFQ No. 2018-141-ND Due: Monday, May 7, 2018 3:00 p.m. EST Submitted to: City of Miami Beach elf\AIAMIBEACHProcurement Department-3rd Floor 1755 Meridian Avenue Miami Beach, Florida 33139 ,- ..40r, ,..cs . .17111W-2. l'n ..� Lll9ei . ' d . ill . —, ! --- --.1—.'-... _. a ;;-- _ l. . 4 / .., Ill VIrdiy(rill MI, WELCOME - t , INCORPC.ORATED - -- y - • _ - ri Ria ti. 224 SE 9th Street Fort Lauderdale, Florida 33316 (954)484-8500 www.esciencesinc.com Tab 1 Cover Letter & Table of Contents Scie ces ENGINEERING ENVIRONMENTAL ECOLOGICAL City of Miami Beach RFQ 2018-141-ND Professional Architectural and Engineering Services for Capital Renewal and Replacement Projects Tab 1 Cover Letter & Table of Contents 1.1 Cover Letter and Table of Contents Thank you for the opportunity to respond to the RFQ 2018-141-ND, for Professional Architectural and Engineering Services for Capital Renewal and Replacement Projects. E Sciences, Incorporated(E Sciences),with offices located in Miami and Fort Lauderdale, will be the Prime Proposer for this RFQ. We have identified Patrick Shearer, PE as our project manager for this contract. E Sciences will be pursuing the Engineering — Environmental Services and Testing category, specifically General Environmental, Contamination Assessment, Drainage Improvement, Urban Renewal and Green Infrastructure services. We understand that the City requires professional E Sciences—Fort Lauderdale consulting services specifically detailed in the RFQ and 224 SE 9th Street, Fort Lauderdale, Florida 33316 are pleased to express our interest and qualifications Tel. 954.484.8500 Fax. 954.484.5146 for the City's review and consideration. Key benefits E Sciences will bring the City include the following: E Sciences—Miami 1021 Ives Dairy Road, Ste#216, Miami, FL 33179 Understanding of the City, Environment and the Tel. 786.517.2632 Fax: 305.397.1556 Services: E Sciences' senior staff has worked in Miami Beach since the initial stages of the renaissance of South Beach and have provided environmental engineering services through our existing continuing services agreement since 2011. We believe from our experience and based on local interaction and attending citizen meetings at City Hall the City requires advanced knowledge, experience, and the ability to implement water quality improvements to its drainage infrastructure and stormwater system, and environmental and ecosystem enhancements to its infrastructure to support compliance and environmental stewardship for the City and citizens of Miami Beach. E Sciences provides the required technical expertise to meet Miami Beach's unique challenges of an island community facing sea level rise and infrastructure challenges. As roadways are raised, citizens have concerns of minor flooding of their properties, water quality, and other capital improvements which will be critical to meeting the citizen's needs. E Sciences provides the surgical expertise to design and implement capital renewal projects related to water quality and drainage retrofits in a built out urban environment to meet environmental compliance and citizen concerns. E Sciences is very experienced in both stormwater retrofits to provide or enhance water quality, and all aspects of achieving and maintaining environmental compliance for capital projects. We have provided these services on municipal contracts in very sensitive environmental areas such as our work for the City of Melbourne in the Indian River Lagoon, and other work within Miami-Dade to meet stringent environmental criteria as shown in our firm and team experience. E Sciences is uniquely experienced with urban forestry in Miami Beach,as we have provided tree inventory mapping and canopy assessments for the entire City, and we bring critical knowledge of urban forestry opportunities to enhance existing infrastructure and aid capital renewal projects to meet other City objectives. Additionally, we bring strong environmental services, compliance support, and contamination assessment and remediation services which are necessary for capital renewal projects. One of our projects was the Phase I and II ESAs for the Miami Beach Convention Center. E Sciences discovered the contamination issue. We assisted the renovation contractors' environmental consultants to ensure that the team had proper information so that project was handled to proper codes, standards, and ordinances. We have also provided environmental support services to achieve and maintain regulatory compliance for new kayak launches within the City. Continuity of your environmental consultant Oak.: Tab 1 Cover Letter& Table of Contents— Page 1-1 City of Miami Beach RFQ 2018-141-ND Professional Architectural and Engineering Services for Capital Renewal and Replacement Projects brings stability for the momentum of capital renewal and replacement projects. Our previous experience providing environmental engineering support services to the City make us keenly aware of the constraints and opportunities that will factor into keeping projects on track, and just as important, on schedule for the successful completion of capital renewal and replacement projects that provide value to the residents of the City. Agency Coordination Expertise: E Sciences' professionals are known for their skill in agency coordination and sensitive negotiations. We are repeatedly called upon to unravel complex environmental situations and structure difficult projects which have stalled or derailed. We have an excellent reputation with the regulatory agencies, including a working relationship with Miami-Dade County Department of Regulatory and Economic Resources. Experienced and Proven Project Management: Mr. Shearer brings over 10 years of environmental and engineering consulting experience to this project. As a resident of Miami-Dade County, and as a Professional Engineer, he has a unique understanding of South Florida's regional environmental challenges and opportunities. He has predominately worked on municipal contracts over his professional career and is familiar with the process, expectations, and responsibilities required to successfully manage the contract. Mr. Shearer specializes in environmental engineering studies including design of drainage improvements, stormwater retrofits, and green infrastructure practices such as living shorelines and water quality projects to meet or maintain environmental compliance. He manages a wide variety of environmental engineering projects, including engineering design, sustainability planning, urban renewal, environmental services to achieve and maintain compliance, and construction administration projects. In addition, Mr. Shearer is a leader in his field, and is on the board for the Miami-Dade chapter of the ASCE EWRI where he strives to promote his profession, grow membership and community involvement within the County. He is also active at local universities in Miami-Dade including Florida International University and University of Miami,and regularly interacts with university staff, faculty, and students to advance innovation in water quality, flood reduction, and ecosystem enhancement in Miami-Dade. We view this contract as an important opportunity to continue our strong relationship with the City. We respectfully request your consideration for selection on this contract. Sincerely, E SCIENCES, INCORPORATED ,'qr Patrick Shearer, P.E. Peter K. Partlow, P.E. Project Manager President Tab 1 Cover Letter& Table of Contents— Page 1-2 City of Miami Beach RFQ 2018-141-ND Professional Architectural and Engineering Services for Capital Renewal and Replacement Projects Table of Contents Tab 1 Cover Letter & Table of Contents 1.1 Cover Letter 1-1 Table of Contents 1-3 1.2 Appendix A 1-4 Tab 2 Minimum Requirements 2.1 Minimum Qualifications Requirements 2-1 Tab 3 Experience & Qualifications of the Firm 3.1 Qualifications of Proposing Firm 3-1 Tab 4 Experience & Qualifications of the Team 4.1 Qualifications of Proposer's Individual Team Members 4-1 4.1.1 Project Experience 4-6 Staff Resumes 4-15 Tab 5 Required Forms 5.1 Standard Form 330 5-1 --_,20egys Tab 1 Cover Letter&Table of Contents— Page 1-3 Solicitation No: Solicitation Title: RFQ 2018-141-ND PROFESSIONAL ARCHITECTURAL AND ENGINEERING SERVICES FOR CAPITAL RENEWAL AND REPLACEMENT PROJECTS Procurement Contact: Tel: Email: NATALIA DELGADO 305.673.7000, Ext. 6263 NATALIADELGADOna 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: E Sciences, Incorporated NO.OF YEARS IN BUSINESS: 18 NO.OF YEARS IN BU6SINESS LOCALLY: NO.OF EM52 YEES: OTHER NAME(S)PROPOSER HAS OPERATED UNDER IN THE LAST 10 YEARS: N/A FIRM PRIMARY ADDRESS(HEADQUARTERS): 34 E. Pine Street CITY: Orlando STATE: ZIP CODE: Florida 32801 TELEPHONE NO.: 407.481.9006 TOLL FREE NO.: N/A FAX NO.: 407.481.9627 FIRM LOCAL ADDRESS: 224 SE 9th Street CITY: Fort Lauderdale STATE: ZIP CODE: Florida 33316 PRIMARY ACCOUNT REPRESENTATIVE FOR THIS ENGAGEMENT: Patrick Shearer, PE ACCOUNT REP TELEPHONE NO.: 954.484.8500 ACCOUNT REP TOLL FREE NO.: N/A ACCOUNT REP EMAIL: pshearerna.esciencesinc.com FEDERAL TAX IDENTIFICATION NO.: 59-3667002 The City reserves the right to seek additional information from proposer or other source(s), including but not limited to:any firm or principal information,applicable licensure, resumes of relevant individuals,client information,financial information,or any information the City deems necessary to evaluate the capacity of the proposer to perform in accordance with contract requirements. RFQ 2018-141—ND Page 1-4 1. Veteran Owned Business.Is Pro oser 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. Response found at the end of this section. 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 Response found at the end of this section. 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. Found in Tab 3 Section 3.1.1 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. Found in Tab 3 Section 3.1.1 4. Suspension, Debarment or Contract Cancellation. Has Proposer ever been debarred, suspended or other legal violation, or had a contract cancelled due to non-performance b an public sector agency? YES X NO SUBMITTAL REQUIREMENT: If answer to above is "YES," Proposer shall submit a statement detailing the reasons that led to action(s). 5. Vendor Campaign Contributions. Proposers are expected to be or become familiar with, the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with, and shall be subject to any and all sanctions,as prescribed therein, including disqualification of their Proposals, in the event of such non-compliance. SUBMITTAL REQUIREMENT: Submit the names of all individuals or entities (including your sub-consultants) with a controlling financial interest as defined in solicitation. For each individual or entity with a controlling financial interest indicate whether or not each individual or entity has contributed to the campaign either directly or indirectly, of a candidate who has been elected to the office of Mayor or City Commissioner for the City of Miami Beach. Response found at the end of this section. 6. Code of Business Ethics. Pursuant to City Resolution No.2000-23879, each person or entity that seeks to do business with the City shall adopt a Code of Business Ethics("Code")and submit that Code to the Department of Procurement Management with its proposal/response or within five(5)days upon receipt of request. The Code shall, at a minimum, require the Proposer,to comply with all applicable governmental rules and regulations including, among others, the conflict of interest, lobbying and ethics provision of the City of Miami Beach and Miami Dade County. SUBMITTAL REQUIREMENT: Proposer shall submit firm's Code of Business Ethics. In lieu of submitting Code of Business Ethics, Proposer may submit a statement indicating that it will adopt, as required in the ordinance,the City of Miami Beach Code of Ethics,available at http://www.miamibeachfl.gov/citv-hall/procurement/ Response found at the end of this section. RFQ 2018-141—ND Page 1-5 • 7. e - -- - •• - . ' _:..• - - - - - .. .e 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 leaf than $11.62 per hour with ben benefits, 3. Effective January 1, 2020, covered employees must be paid a living wage rate of no lest than $11.78 per hour with benefits- •- - -e• -•: - • -- - e••• - , e Resolution of the City Commission be indexed annually for inflation Using the Consumer Price Index for all Urban Consumers (CPI U) MiamilFt. 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 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 requiremont is SUBMITTAL REQUIREMENT: No additional submittal is required. By virtue of executing this affidavit document, Proposer agrees to the living wage requirement. 8. Equal Benefits for Employees with Spouses and Employees with Domestic Partners. When awarding competitively solicited contracts valued at over$100,000 whose contractors maintain 51 or more full time employees on their payrolls during 20 or more calendar work weeks,the Equal Benefits for Domestic Partners Ordinance 2005-3494 requires certain contractors doing business with the City of Miami Beach,who are awarded a contract pursuant to competitive proposals, to provide"Equal Benefits"to their employees with domestic partners, as they provide to employees with spouses. The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach, Florida; and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. A. Does your company provide or offer access to any benefits to employees with spouses or to spouses of employees? X YES NO B. Does your company provide or offer access to any benefits to employees with (same or opposite sex)domestic partners*or to domestic partners of employees? X YES NO C. Please check all benefits that apply to your answers above and list in the"other"section any additional benefits not already specified. Note: some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave;other benefits are provided directly to the spouse or domestic partner,such as medical insurance. BENEFIT Firm Provides for Firm Provides for Firm does not Employees with Employees with Provide Benefit Spouses Domestic Partners Health X X _ Sick Leave X X _ Family Medical Leave X X Bereavement Leave X X If Proposer cannot offer a benefit to domestic partners because of reasons outside your control, (e.g., there are no insurance providers in your area willing to offer domestic partner coverage) you may be eligible for Reasonable Measures compliance. To comply on this basis, you must agree to pay a cash equivalent and submit a completed Reasonable Measures Application (attached) with all necessary documentation. Your Reasonable Measures Application will be reviewed for consideration by the City Manager, or his designee. Approval is not guaranteed and the City Manager's decision is final. Further information on the Equal Benefits requirement is available at http://www.miamibeachfl.qov/city-hall/procurement/procurement-related-ordinance-and- procedures/ RFQ 2018-141—ND Page 1-6 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 or 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 * raVn Addendum 1 Addendum 6 Addendum 11 * Addendum 2 ' Addendum 7 Addendum 12 * "', Addendum 3 Addendum 8 Addendum 13 * Addendum 4 Addendum 9 Addendum 14 * `L Addendum 5 Addendum 10 Addendum 15 If additional confirmation of addendum is required,submit under separate cover. RFQ 2018-141—ND 21 Page 1-7 DISCLOSURE AND DISCLAIMER SECTION The solicitation referenced herein is being furnished to the recipient by the City of Miami Beach (the"City")for the recipient's convenience. Any action taken by the City in response to Statement of Qualifications made pursuant to this solicitation, or in making any award, or in failing or refusing to make any award pursuant to such Statement of Qualifications,or in cancelling awards, or in withdrawing or cancelling this solicitation,either before or after issuance of an award,shall be without any liability or obligation on the part of the City. In its sole discretion,the City may withdraw the solicitation either before or after receiving Statement of Qualifications, may accept or reject Statement of Qualifications,and may accept Statement of Qualifications which deviates from the solicitation,as it deems appropriate and in its best interest. In its sole discretion, the City may determine the qualifications and acceptability of any party or parties submitting Statement of Qualifications in response to this solicitation. Following submission of Statement of Qualifications, the applicant agrees to deliver such further details, information and assurances, including financial and disclosure data, relating to the Statement of Qualifications and the applicant including, without limitation, the applicant's affiliates,officers,directors,shareholders,partners and employees,as requested by the City in its discretion. The information contained herein is provided solely for the convenience of prospective Proposals. It is the responsibility of the recipient to assure itself that information contained herein is accurate and complete. The City does not provide any assurances as to the accuracy of any information in this solicitation. Any reliance on these contents,or on any permitted communications with City officials,shall be at the recipient's own risk. Proposals should rely exclusively on their own investigations, interpretations,and analyses.The solicitation is being provided by the City without any warranty or representation,express or implied,as to its content, its accuracy,or its completeness. No warranty or representation is made by the City or its agents that any Statement of Qualifications conforming to these requirements will be selected for consideration, negotiation, or approval. The City shall have no obligation or liability with respect to this solicitation,the selection and the award process,or whether any award will be made. Any recipient of this solicitation who responds hereto fully acknowledges all the provisions of this Disclosure and Disclaimer, is totally relying on this Disclosure and Disclaimer,and agrees to be bound by the terms hereof.Any Statement of Qualifications submitted to the City pursuant to this solicitation are submitted at the sole risk and responsibility of the party submitting such Statement of Qualifications. This solicitation is made subject to correction of errors,omissions, or withdrawal from the market without notice. Information is for guidance only,and does not constitute all or any part of an agreement. The City and all Proposals will be bound only as, if and when a Statement of Qualifications, as same may be modified, and the applicable definitive agreements pertaining thereto, are approved and executed by the parties, and then only pursuant to the terms of the definitive agreements executed among the parties.Any response to this solicitation may be accepted or rejected by the City for any reason,or for no reason,without any resultant liability to the City. The City is governed by the Government-in-the-Sunshine Law, and all Statement of Qualifications and supporting documents shall be subject to disclosure as required by such law. All Statement of Qualifications shall be submitted in sealed proposal form and shall remain confidential to the extent permitted by Florida Statutes, until the date and time selected for opening the responses. At that time, all documents received by the City shall become public records. Proposals are expected to make all disclosures and declarations as requested in this solicitation. By submission of a Statement of Qualifications,the Proposer acknowledges and agrees that the City has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement information contained in the Statement of Qualifications,and authorizes the release to the City of any and all information sought in such inquiry or investigation. Each Proposer certifies that the information contained in the Statement of Qualifications is true,accurate and complete,to the best of its knowledge,information,and belief. Notwithstanding the foregoing or anything contained in the solicitation, all Proposals agree that in the event of a final unappealable judgment by a court of competent jurisdiction which imposes on the City any liability arising out of this solicitation,or any response thereto, or any action or inaction by the City with respect thereto, such liability shall be limited to $10,000.00 as agreed-upon and liquidated damages. The previous sentence, however, shall not be construed to circumvent any of the other provisions of this Disclosure and Disclaimer which imposes no liability on the City. In the event of any differences in language between this Disclosure and Disclaimer and the balance of the solicitation, it is understood that the provisions of this Disclosure and Disclaimer shall always govern. The solicitation and any disputes arising from the solicitation shall be governed by and construed in accordance with the laws of the State of Florida. RFQ 2018-141—ND Page 1-8 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: Tide of Proposer's Authorized Representative: Pe t Partlow, PE President Sign _..• - •,, . i':i -,, sentative: Date. 1 ,‘1, , 5/1/2018 State of FLORIDA ) On this I day of Nle'( ,20f,personally appeared before me Pe-w..--12 PAR--rusiki County of O R-A 7466 ) stated that ($h is the PEs i o&I.--r of 1:.sn G s „�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: '1 CIIROLYNq.FOSTER ' tary Public for' Atate of lorida I i}_ :.? MY c0A1dISSSON 9 FF 922897 ,• Commission Expires: 110 . 1-20 t�. i ,�- EXPIRES:October Z 2019 :.' Boded Tin*art Pubic Undiritbrs RFQ 2018-141—ND 23 Page 1-9 City of Miami Beach RFQ 2018-141-ND Professional Architectural and Engineering Services for Capital Renewal and Replacement Projects Submittal Requirement Form Responses 2.Conflict Of Interest. E Sciences has no officer, director, agent, or immediate family member(spouse, parent, sibling, and child) who is also an employee of the City of Miami Beach. Further, E Sciences knows no City employee who owns, either directly or indirectly,an interest of ten(10%) percent or more in E Sciences or its affiliates. 5.Vendor Campaign Contributions. E Sciences has reviewed the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. We are aware that we are 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 our Proposal, in the event of such non-compliance. 6.Code of Business Ethics. E Sciences is opting to adopt the City of Miami Beach Code of Ethics, in lieu of submitting its own Code of Business Ethics at this time. I Submittal Responses Tab 2 Minimum Qualifications Sciences ENGINEERING ENVIRONMENTAL ECOLOGICAL City of Miami Beach RFQ 2018-141-ND Professional Architectural and Engineering Services for Capital Renewal and Replacement Projects 2.1 Minimum Qualifications Requirements State of Florida Department ()f StateState of Florida Board of Professional Engineers Attests that E Sciences,Incorporated I certify from the records of this office that E SCIENCES.INCORPORATED is a corporation organized under the laws of the State of Florida.filed on August I.tothotiaed under the pros.an•of Sccdon 471.023,Florida Statotay to otkr sn`Iweriea wrYlcn -9.2000. to the public through a Profe•nonai Engineer,duly hemsed under Chapter 431,Florida Sntnen. Expiradon. __ _aro CA Lie.No, The document number of this corporation is P00000081584. Audit No. 46_In./02IAI r WWI I further certify that said corporation has paid all fees due this office through December 31.2018,that its most recent annual repoit+uniform business report RICK SCOTT,GOVEU'.I; u,st+:[ON SECRETOR; was filed on January 2.2018.and that its status is active. STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION I further certify that said corporation has not filed Articles of Dissolution BOARD OF PROFESSIONAL GEOLOGISTS 416 The GEOLOGY BUSINESS Narned below IS CERTIFIED Utter the povlelpns of Chiller 492 FS. Expiration date JUL 31 2016 E SCIENCES.INCORPORATED ❑n i+'I❑a Given under mil hand and the 34 EAST PINE STREET o'I' e,'Zi Great.Sea7oftheStetsofFlorida ORLANDO FL 32901 ,.t:3• at Tallahassee,the Capital,this a. Me Second day of January,2018 ❑• C ISSUED 01Ceasla DISPLAY AS REQUIRED BY LAW SEA.1160608p60t+19 y 1.1 X91 2 t `""t•,i Secretary al State WF Tracing Number:CC/441713941 To authenticate this nrnficateaiit the following:ite.enter this number.and then foliose the instructions displayed. Imps::senices.suabu.org Tiling Cernficat1O1S tarn:.C ertificateAutheaaeanoti ' a nc earer roject Manager State of Florida Board of Professional Engineers Attests that Patrick Joshua Shearer,P.E. I-E-3P Is licensed as a Professional Engineer under Chapter 471,Florida Statutes Expiration:o/28ian9 Ph.Lie.lno: Audit No: 22a20190.1670 0 Tab 2 Minimum Requirements Page 2—1 City of Miami Beach RFQ 2018-141-ND Professional Architectural and Engineering Services for Capital Renewal and Replacement Projects Nadia G. Locke, PE, LEED AP - Senior Engineer LEER State of; Florida APBoar4`0 Professional Engineers �}"`„ Attests that N D NlA r`} rtrn Lo „e,RE.• r"- . ` aha 43P,•L by demonstrating the tnowledge and Is licensed as a Professional.Engin tt Chapter 471,Florida Statutes understanding of green building proesees and F..rpindon:2/28/2017 :, P.B.lie.No: principles needed to support the use of the LEED" Audit No: 228201713436 '1. a9 58676 Green Building Rating System 10674023-AP-NO 11 JUN 2014 ;, 1 11JUN 20111 w4.04,44.00242 ... lf Maria Paituvi, PE - Senior Engineer State of Florida Board of Professional Engineers Attests that Maria Paituvi Bonet,P.E. Is licensed as a Professional Engineer under Chapter 471,Florida Statutes Ecp:radoa:2lnniw19 P.P.I.k.No: Audit No: 221201911173 N Tab 2 Minimum Requirements Page 2 Tab 3 Experience & Qualifications of the Firm SCI ces ENGINEERING ENVIRONMENTAL ECOLOGICAL City of Miami Beach RFQ 2018-141-ND Professional Architectural and Engineering Services for Capital Renewal and Replacement Projects Tab 3 Experience and Qualifications of the Firm The City of Miami Beach is a prominent community that offers a unique mix of urban and natural environments. The Atlantic Ocean, Biscayne Bay, Indian Creek, canals, beaches and over 30 municipal parks and green space areas provide the community and visitors with recreational opportunities and these economic and environmental resources are dependent upon the City's environmental stewardship. Miami Beach's commitment to urban environmental management and redevelopment is a shining example of the City's environmental stewardship, working toward conserving resources and responsible use of existing infrastructure and previously developed land. Miami Beach strongly promotes environmental responsibility and E Sciences understands the importance that the City places on the responsibility to ensure that every improvement dollar spent on improving the community's infrastructure is an opportunity for the City to demonstrate itself as a world leader. The City requires a consultant with broad knowledge and an experience base to address the environmental issues so that they do not complicate capital projects, unnecessarily impact nearby businesses or create concerns for residents. We believe from our experience and based on local interaction and attending citizen meetings at City Hall, the City requires advanced knowledge and ability to implement water quality improvements to its drainage infrastructure and stormwater system, and also environmental and ecosystem enhancements to support compliance and environmental stewardship for the City and citizens of Miami Beach. We look forward to continuing our partnership with the City to proactively address issues affecting environmental engineering tasks in order to keep capital renewal projects on schedule and within budget. Under this section of the RFQ response, we highlight some of our project experience through project descriptions and resumes under section 2.1,and qualifications or our firm and firm experience and financial overview in sections 2.2 and 2.3, respectively. You will see from this information that we have the experience and qualifications to move complex environmental engineering task orders forward responsibly and proactively. Qualifications of Proposing Firm E Sciences is an environmental,engineering and ecological consulting firm providing a wide range of services to clients in both the public and private sectors. Our company was formed in 2000, bringing together a team of professional and technical staff members with a long history of successfully executing projects throughout Florida and the Southeastern United States. Our fundamental philosophy is based on responsiveness, expertise and creating value for our clients.As the "E" in our name indicates, E Sciences' business is entirely focused on providing services in the environmental, engineering and ecological fields. Our staff includes registered professionals and degreed scientists whose expertise provides a comprehensive and combined set of skills that support our clients' goals. Specifically, we believe we bring strong technical talent in the following service lines listed (and some not listed) in this RFQ: • General Environmental Services: o Environmental Assessments, o Environmental sustainability planning services, o Environmental Support services to achieve and maintain regulatory compliance, o Air Quality and Pollution Control services • Contamination Assessment: o Environmental Site Assessments, o Remedial design, o Preparation of sampling and remediation plans and other related documents, o Regulatory compliance Tab 3 Experience and Qualifications of the Firm—Page 1 City of Miami Beach RFQ 2018-141-ND Professional Architectural and Engineering Services for Capital Renewal and Replacement Projects We also believe based upon our Firm's strong experience within sensitive environmental areas and waterways throughout Florida,and our Project Manager's experience focusing on innovative solutions for stormwater management in the South and East coasts of Florida and the Chesapeake Bay watershed that we can bring a unique approach to the following services utilizing our experience with innovative techniques, Low Impact Development and stormwater retrofit designs to green communities, meet and achieve environmental compliance, and provide more quantifiable benefits to citizens such as urban amenities, sense of place, ecosystem enhancement, and other benefits than traditional "grey infrastructure"projects: • Drainage Improvements, • Water Quality Improvements, • Urban Renewals and Community Development, • Green Infrastructure design and retrofits. A general overview of our key service sectors are listed below,followed by some of our recent experience serving other municipalities similar to Miami Beach. Environmental Consulting Services E Sciences provides a full range of environmental services to identify, remediate and resolve issues related to contamination of soil and groundwater. We have extensive experience investigating and remediating surface and subsurface environments for a variety of contaminants from petroleum, chlorinated solvents and other hazardous materials and are intimately familiar with geological and hydrogeological systems in Florida and the southeastern United States. Our environmental staff includes registered professional engineers and geologists, and degreed scientists whose expertise provides a comprehensive combined set of skills that support our clients' goals through and even beyond the planning,design and construction phases of projects. Engineering Consulting Services Our engineering staff includes professionally licensed engineers with degrees in civil and environmental engineering. E Sciences provides a broad scope of engineering services focusing on water quality management, stormwater management, transportation support, infrastructure management, hydrologic restoration and preservation, watershed planning and FEMA floodplain management and permitting, and permitting and compliance. We assist clients with major regulatory programs such as NPDES Phase I and Phase II permitting and compliance,Clean Water Act services, and numerous other specialty areas. E Sciences professionals are skilled in facilities engineering, including transaction support services such as Property Condition Surveys and Development Feasibility Studies for industrial and commercial land uses. Patrick Shearer our Project Manager brings specific value to the team with unique technical experience related to stormwater retrofits and drainage improvement projects in built-out urban neighborhoods with flooding, drainage and water quality issues. E Sciences team is experienced in evaluating, designing, and overseeing the installation of improvement projects which may be "surgical" in nature due to the many existing constraints of built out urban coastal communities including multiple utility conflicts,transportation coordination, challenging site conditions such as soil and groundwater conditions, and affecting community coordination and buy-in which often drive the success of these types of projects. (atoms Tab 3 Experience and Qualifications of the Firm—Page 2 City of Miami Beach RFQ 2018-141-ND Professional Architectural and Engineering Services for Capital Renewal and Replacement Projects Ecological Consulting Services Our ecological staff includes full-time senior environmental scientists with degrees in soil and water science, ecology, biology, earth science, urban forestry and marine biology. E Sciences' primary ecological services include seagrass surveys and benthic mapping;wetland delineation and evaluation; wildlife surveys and permitting; habitat assessments and conservation plans; marine and coastal ecology; wetland and habitat restoration; urban forestry and tree inventories; land management, and natural systems analysis. We have extensive experience permitting projects with the USACE, USFWS, FDEP, South Florida Water Management District and local municipalities throughout Miami-Dade County. E Sciences has directly relevant experience and a proven track record for providing the scope of services identified in this solicitation to the City and to other Florida public sector agencies. We have been providing similar services under the following local prime municipal continuing service contracts: • City of Miami Beach Continuing Environmental and Coastal Engineering Services(Second term) • City of Miami General Environmental Engineering Services • City of Pompano Beach Community Redevelopment Agency (CRA) Environmental Engineering Services (Second term) • City of Fort Lauderdale General Environmental Engineering (Second Term) • City of Pompano Beach Environmental Engineering Services • Treasure Coast Regional Planning Council Brownfields Assessment and Remediation Services(Third Term) • Village of Islamorada Consulting Engineering Services(Ongoing Since 2003) As the firm has grown, the number of municipal long-term contracts has increased, and the quality of our services has ensured that many of these clients remain as repeat customers. We focus solely on providing outstanding technical service in the fields of environmental engineering,environmental science and ecological consulting. Working with City staff is more than a job or a single project, it is a commitment to the community and a willingness to provide more than expected.We believe it is important to not only be an outstanding consultant, but to be a partner.As your partner, we are committed to keeping City staff informed on changing regulatory issues and how they may affect policy and the ability to manage this one of a kind island community environment. The City has a unique environment, as well as a rich and distinctive history, both of which require sustainable solutions through innovative planning and design. E Sciences' prime philosophy is one that promotes quality development through sustainable design. We recognize the importance of being stewards of the land to preserve these precious resources for future generations. E Sciences is not a mega multi-disciplinary firm, but rather, a specialized consultant dealing in all aspects of environmental engineering services. We do not have layers of bureaucracy through which you need to maneuver—our staff is responsive and accessible.Whether it is a site assessment project or a small drainage improvement project,we give each project the same attention to detail. Our team has the ability to respond quickly and efficiently to projects of varying size. E Sciences specializes in providing Engineering — Environmental Services and Testing as described in this RFQ, and we have strong technical experience in the following services listed in the Master Agreement: • Codes;Standards;and Ordinances, • Conceptual Studies, • Construction Administration, • Cost Estimating, If Tab 3 Experience and Qualifications of the Firm—Page 3 City of Miami Beach RFQ 2018-141-ND Professional Architectural and Engineering Services for Capital Renewal and Replacement Projects • General Environmental Services: o Environmental Assessments, o Air and Water quality testing and monitoring, o Environmental sustainability planning services, o Environmental support services to achieve and maintain regulatory compliance, • Contamination Assessment: o Environmental Site Assessments, o Oversee and coordinate remediation project, o Preparation of sampling and remediation plans and other related documents, o Other associated tasks related to regulatory compliance, • Irrigation; Drainage, • Mapping, GIS, and other services, • Urban Renewals;Community Development, • Other services such as Green Infrastructure and watershed based assessments. Tab 3 Experience and Qualifications of the Firm—Page 4 City of Miami Beach RFQ 2018-141-ND Professional Architectural and Engineering Services for Capital Renewal and Replacement Projects Projects which specifically highlight E Sciences' ability to support the above services and undertake, perform, and deliver successful projects similar in size and scope to those listed within the RFQ are summarized following. Specific Project Examples Environmental Review and Permitting for Local Project Name 1 Agency Program (LAP) Project for NW 36th Avenue Pedestrian Enhancement Project E Sciences conducted an environmental screening memo and environmental permitting for this FDOT-funded bicycle and pedestrian enhancement project. As part of the review, E Sciences prepared the environmental notes to be included in the constructability. - `.41 ,,,,,..4i---ii- .• s..,------:7.____z, r 'l ft till—33Lill" Y' ;� 7 -2 � Ir•� ��, "I�s ray-- , � t Project Description ,r-1:f r `+: Cr r •- I: x- s (, Legend .., f� • 1 w ... '4.-.. �,�!���^(�/� r- ) Y-FL ... SW 36th Avenue Sidewalk and Drainage Improvements Naemdweumw. / . —^`�� `xc`wn -S Township a9`+-Range 42E Myenbry(NWI,Map ®®® Pompano Bee.Browora Courcy.FbrNa MEI Agency/Client Name City of Pompano Beach Agency/Client Contact Mr. Horacio Danovich, P.E. Contact Telephone& Email Tel. (954)786-7834/Email. horacio.danovich a(r)coobfl.com Year(s)and Term of Engagement 2012-2015 (.„ Tab 3 Experience and Qualifications of the Firm –Page 5 City of Miami Beach RFQ 2018-141-ND Professional Architectural and Engineering Services for Capital Renewal and Replacement Projects Project Name Biological Resources Survey for Sylvan Lake E Sciences conducted a biological resources survey for the Sylvan Lake Harbor Beach Marina on Harbor Beach ;: W Parkway in the city of Fort Lauderdale, $, Broward County, Florida. The purpose of a. �.... .,.. 4 a -- the project was to record the presence of ` benthic resources to support the city-led T• .. a t permitting for a proposed dredging - project. Dredge work was proposed adjacent to a FDOT outfall pipe. The assessment area included the full '' extents of the Harbor Marina. The Harbor Marina, used for boat docking, is connected to Sylvan Lake which is a portion of the Intracoastal Waterway. The marina ultimately connects to the Atlantic Ocean via the Port Everglades Inlet, approximately 1/2 -mile to the south. A 100 percent benthic survey was conducted for the study area to document submerged aquatic vegetation and benthic resources which are protected Project Description under regulatory authority of federal, state, and local governments such as USACE, National Oceanic and Atmospheric Association, National Marine Fisheries Service, SFWMD, FDEP, and Broward County Environmental Protection and Growth Management Department. Other protected benthic resources in Florida waters include various mollusk, coral, and brachiopod species. The benthic survey was performed by biologists utilizing snorkeling gear, along transects parallel to the eastern seawall, using visual and tactile observations to note the presence of SAV and other regulated benthic resources. Transects were spaced approximately 10 feet apart. The surfaces of seawalls, bridge piles, and dock piles were also observed for attached benthic resources while performing these transects. The survey area was enclosed on three sides by vertical seawalls, and the depth of the waterway survey area ranged between six to approximately 15 feet at the water-ward • limit of the survey area. E Sciences issued a Biological Resources Survey report to document our findings at the site, where we observed no SAV or other benthic resources within the study area. Additionally we included recommendations to note potential impacts to listed species, such as West Indian manatee, and minimization measures to reduce project impact to these species and benthic resources. Agency/Client Name City of Fort Lauderdale Agency/Client Contact Mr. Elkin Diaz Contact Telephone&Email Tel. (954)828-6539/Email. ediaza(�fortlauderdale.gov Year(s) and Term of Engagement 2013 Tab 3 Experience and Qualifications of the Firm — Page 6 City of Miami Beach RFQ 2018-141-ND Professional Architectural and Engineering Services for Capital Renewal and Replacement Projects Project Name Water and Wastewater Division Master Pump Station #460 E Sciences conducted site assessment activities after a petroleum discharge was reported during pump upgrade activities at this site. Broward County elected to conduct source removal activities at the site in order to remove any potential residual contamination within the tank farm. Ms. Paituvi,as the project manager,developed a sampling plan and participated on field activities. E Sciences prepared a final regulatory submittal documenting the source removal activities,soil and groundwater assessment activities and results.The site has been granted a Site Rehabilitation Completion Order by FDEP. rVt jw 4 n X4,4 ' • ' V LVo Project Description / �. „,4 4e • ast s ,: , Agency/Client Name Broward County Agency/Client Contact John Paniccia Contact Telephone&Email Tel.(954)831-3041 /Email.jpanicciana,broward.orq Year(s)and Term of Engagement 2012—2015 (, , Tab 3 Experience and Qualifications of the Firm —Page 7 City of Miami Beach RFQ 2018-141-ND Professional Architectural and Engineering Services for Capital Renewal and Replacement Projects Environmental Assessment for the South Middle Project Name River Improvement E Sciences' completed an environmental assessment of the project area to satisfy HUD financial support for paving and drainage improvements along a section of the South Middle River neighborhood. E Sciences completed an Environmental Review and completed the Statutory Worksheet for HUD projects Categorically Excluded per 24 CFR Part 58.25(a) to determine whether or not the project will have a significant impact on the environment. The Worksheet includes an environmental assessment of potential impacts to historic properties, floodplain management, wetland protection, coastal zone • management, sole source aquifers, endangered species, Wild and Scenic Rivers, air quality, farmlands, environmental justice, noise abatement, • explosives and flammables, toxic and radioactive chemicals and airport clear Project Description zones. The results of the evaluation determined that the project was not categorically excluded and required completion of the NEPA Environmental Assessment Checklist, revising the Statutory Worksheet in the Environmental Assessment Worksheet format, and a FONSI to satisfy HUD financial support. In addition, E Sciences had previously completed the Eight-Step Decision Making Process for Floodplain Management for the project area, which was included as part of the documentation. The Eight-Step Decision Making Process is completed in order to evaluate compliance for Projects located within a floodplain or within a designated wetland. In this case, it was triggered by the location of the project within a floodplain and included public notice, evaluation of practicable alternative locations, identification of potential direct and indirect impacts, evaluated minimization of impacts and restoration and preservation of beneficial values of the floodplain. Agency/Client Name City of Fort Lauderdale Agency/Client Contact Mr. Lawrence Teich Contact Telephone&Email Tel. (954)828-7844/Email. Iteich fortlauderdale.gov Year(s) and Term of Engagement 2013—2014 tt Tab 3 Experience and Qualifications of the Firm—Page 8 City of Miami Beach RFQ 2018-141-ND Professional Architectural and Engineering Services for Capital Renewal and Replacement Projects Welleby Property Phase I Project Name Environmental Site Assessment E Sciences prepared a Phase I Environmental Site Assessment report for this property to support the City's potential property acquisition. The Site apparently comprised a small portion of the northwest corner of a much larger agricultural operation for a short period of time. No structures or obvious areas appropriate for mixing or storing pesticides were identified on the aerial photograph. The next land use identified on-site was in the early 2000s when the Site was developed by Florida Power&Light(FPL)with the use of the property as a storage yard. While some records reviewed indicated that the Site was an electrical substation, interviews and review of historical documentation confirmed that a substation was not installed at this location. Further evidence was the construction of a larger FPL substation located approximately 250 feet northwest of the Site that was constructed prior to the Site's development. Our site visit confirmed that the property was used for storage of Pike Utility vehicles and equipment, power poles and other miscellaneous materials used for electrical utility work. No petroleum /chemical storage or vehicular maintenance activities reportedly occur or have occurred on the Site. The Project Description Site was not identified on environmental regulatory lists as having environmental permits or the presence of documented contamination. Our review of historical records revealed the area of the Site to be historically agricultural, and developed with the current land uses: Welleby Park to the south and east; a canal and residential development to the west; and vacant land to the north (north of NW 44th Street). We did not identify off-site contaminated or regulated properties to be of environmental concern. , � ft It was our opinion thati" this assessment had `t r revealed no evidence ;•_�- of recognized environmental conditions in connection with the Site. Agency/Client Name Chen Moore&Associates for FPL(Sunrise, Florida) --I Agency/Client Contact Jose Acosta Contact Telephone&Email Tel. 954.730.0707/Email. JAcosta@chenmoore.com Year(s)and Term of Engagement 2014 r Tab 3 Experience and Qualifications of the Firm — Page 9 Tab 4 Experience & Qualifications of the Team Sciences ENGINEERING ENVIRONMENTAL ECOLOGICAL City of Miami Beach RFQ 2018-141-ND Professional Architectural and Engineering Services for Capital Renewal and Replacement Projects Tab 4 Experience and Qualifications of the Team 4.1 Qualifications of Proposer's Individual Team (Architects and Engineers). E Sciences has provided an Organization Chart below that provides an overview of the representatives assigned to support this contract. Following the Organization Chart, we have provided resumes for all project staff that includes education, experience, and other pertinent information. a 0 a ` ai0)1° . CW Ra . R cc U U N N i S a !0 C v ® C a e` w Y y L Ra C � C w Y C R } c - aLO c am C'- a m R d N c ° a) wa u h - LU w N •O cm L a u- a Y ,o •L a' R 11 R ww d 0 m co C N ', N C E Z w d a ao U) N W V a (I) U) U) Of0 r. a, as E cu . w0 2 c.ct. 2 ) 2W .' Z :3 WRS , n c R R a` CO a d'.` c w ° Y a in ii Q'0D .. c C ` .- CON . co > m71 c C4 m a ".' gt c 'aQ�p R � d 82 co r_ a .a N 0 a N a 5:a O. m 0 L a O ° N tC C a c WY 0Eca ui -i u? -E_ so a R l4 ¢ a W •p.` (� W N .0 R O Y tC Z ® V) a a is ` c v , c 00 > m N 4: d u.O W 0 a w> R V � c � •E c u) a� 0 a) a- 0 Q � Y lC - a O• a a a N U a m0 O R J d 0 to Q L c R 0i co Q. ra d H •a Wizi � � (,)- 2U) - s o -I- 0iu C W v 0 LYCC C ° UO i s R U Uy q O g . > , R us :Es3 c c ✓ z E a-csE R• � mc7 � R E•0 C p us 0a' R z +a U i ;‘,.. GOSTab 4 Experience &Qualifications of the Team — Page 4-1 City of Miami Beach RFQ 2018-141-ND Professional Architectural and Engineering Services for Capital Renewal and Replacement Projects Key Staff Resumes Patrick Shearer, P.E., Project Manager Upon award of this contract Patrick Shearer, PE, will lead the project team. He is a project manager and engineer with Education experience in civil, environmental and water resources B.S.,Civil Engineering—Environmental engineering. He has over 10 years of consulting experience in Option; Natural Resources and coastal communities successfully completing water resource Environmental Science, Kansas State engineering studies and analyses including stormwater and University, 2007 drainage retrofits (planning and design), Low Impact Development Integrated Stream and Stormwater Wetland (LID) stormwater management design, wetland and stream Design in Urban Settings Class, Duke mitigation plans, hydrologic and hydraulic modeling, stormwater University, 2013 management plans, shoreline stabilization and living shoreline Professional Licenses I Certifications assessments and plans, watershed management plans, urban Florida Professional Engineer; renewals and community development, environmental License No. 79596 sustainability planning services, and other environmental FDEP qualified Stormwater Management engineering projects including general environmental services. Inspector#34890 Mr. Shearer has experience as the engineer of record for several Years of Experience CIP for municipalities and counties. He has managed and worked 10 on many capital projects for municipalities to perform studies, provide engineering to develop construction plans, and to prepare and submit permit compliance documents for these projects. His technical expertise lies in project management,engineering design and implementation of projects and he specifically excels at stormwater retrofits, drainage improvements, and urban renewals involving green infrastructure projects such as.low impact development and infrastructure enhancement like living shorelines. He stays on the forefront of environmental sustainability planning and regularly designs practices such as LID stormwater practices to employ these principles and help communities realize many benefits utilizing green infrastructure instead of or to enhance traditional "grey infrastructure" practices where suited. Mr. Shearer specializes in challenging and complex sites with numerous project constraints. He has experience in all levels of environmental support services and performing services necessary to achieve and maintain regulatory compliance. Mr. Shearer has local experience managing stormwater evaluation, design, and permitting projects in Miami-Dade County. This experience has given him valuable insight into engineering constraints, challenges, and opportunities for the City. He is working to develop innovative stormwater engineering solutions related to sea level rise and rising groundwater tables on other challenging sites in Miami-Dade County, and implementing LID practices. Most recently Mr. Shearer has acted as Engineer of Record for several stormwater retrofit construction projects which have been designed in-house at E Sciences to alleviate drainage issues and improve water quality, and five of these projects have been constructed over the last two years. He provided CEI services for these projects to ensure successful implementation of the stormwater and drainage improvement construction documents. Mr. Shearer has lead several stormwater master planning studies, which have utilized GIS evaluation, stormwater modeling, and conceptual engineering projects to address flooding and water quality issues within built out urban coastal subdivisions and cities experiencing flooding problems. He is experienced in preparing planning studies to assist in making high-level financial decisions related to risk assessment and project prioritization. He is experienced in environmental engineering and ecological restoration including wetland restoration and living shoreline projects in both freshwater and estuarine systems. Mr. Shearer is experienced in assessing the condition of existing shoreline stabilization practices, and developing green infrastructure practices to address failing infrastructure. 1 Tab 4 Experience &Qualifications of the Team—Page 4-2 City of Miami Beach RFQ 2018-141-ND Professional Architectural and Engineering Services for Capital Renewal and Replacement Projects He also has experience in various areas such as wetland delineation, state and federal stream and wetland permitting, SWPPP, MS4 permitting, construction management, construction oversight, environmental compliance support, NPDES, and compliance inspections. He is also experienced with project feasibility studies, preliminary and detailed engineering design,grant procurement,bidding assistance, and design peer reviews. Mr. Shearer stays at the forefront of the environmental consulting industry by attending and more importantly presenting at many technical conferences every year. He presents annually on water quality and stormwater issues at the Florida Chamber's Environmental Permitting Summer School, which focuses on Florida's issues with the environment, stormwater management, and water resources. His presentation at the 2017 Florida Chamber event was titled "Leveraging your Resources! Cost Effective Methods to Improving Water Quality", which discussed methods to alleviate flooding and improve storage and drainage through watershed analysis, stormwater retrofits and drainage improvement projects. Mr. Shearer regularly interacts with a broad range of engineers and scientists to develop and enhance innovative stormwater designs, including universities such as Florida International University, Florida Institute of Technology, and University of Miami among many others including regulatory agencies, water management district staff and engineering societies. Mr. Shearer was a special guest presenter at the University of Miami EPH 648 Climate, Cool Cities, and Healthy Communities course in April 2018 to discuss stormwater retrofits to improve estuary water quality, green infrastructure, and urban heat island affect among other pressing local issues. Mr. Shearer is involved locally and sits on the board for the American Society of Civil Engineers Environmental and Water Resources Institute for the Miami-Dade chapter. This continual interaction and experience building is leveraged by Mr. Shearer to provide the best environmental engineering services and innovation to our clients. Nadia Locke, P.E., LEED Green Associate, Contract Manager Upon award of this contract, Nadia G. Locke, PE, LEED AP will provide quality assurance, technical review, and contract Education management for the project team, as she has for the past ten B.S. Materials Science and Engineering, years under similar contracts for the City. She has extensive University of Florida, 1988 experience managing public sector contracts, providing services Professional Licenses I Certifications to support the successful completion of capital improvement Professional Engineer: FL-58676 projects, over 30 years of environmental engineering experience LEED AP Neighborhood Development and a demonstrated commitment to the City. Ms. Locke's comprehensive environmental experience includes conducting Certified FDEP Stormwater, Erosion and environmental assessments, contamination assessments and Sedimentation Control Inspector#3263 and remediation, environmental permitting, and management and Instructor#130 oversight of ecological and coastal projects. Ms. Locke routinely OSHA 40 Hour HAZWOPER 18 Hour Site works on projects that require a balance between engineering and Supervisor science to provide a skilled approach to multi-faceted projects. NAUI/PADI Advanced Open Water Diver She brings a unique and diverse set of skills to cover the Years of Experience disciplines required for Engineering and Environmental projects. 30 Similar southeast Florida contracts that she has managed include environmental engineering contracts for the Cities of Fort Lauderdale, Homestead, Pompano Beach's CRA, and North Miami Beach. The vast majority of her experience has been from project work within Miami-Dade County, including providing litigation support for the Miami-Dade Aviation Department and FDOT District Six. Ms. Locke is highly qualified to serve as Contract Manager. She specializes in managing contracts and projects for municipalities. Not only has she managed projects with the City under our existing contract, but she has supported other consultants in their work within the City. Tab 4 Experience &Qualifications of the Team—Page 4-3 11111 City of Miami Beach RFQ 2018-141-ND Professional Architectural and Engineering Services for Capital Renewal and Replacement Projects Projects like the environmental testing at the South Pointe Wastewater Booster Station (subconsultant to CDM Smith), environmental permitting for the Fleet Management Seawall Rehabilitation (subconsultant to Bermello Ajamil) and groundwater monitoring at the Normandy Golf Course(subconsultant to BCC Engineering)demonstrate that we are the "go to"environmental consultant for projects within the City. Ms. Locke is a former President of the South Florida Association of Environmental Professionals and served as a commission appointee to the Broward County Brownfields Redevelopment Task Force. She is a current Board Member for the Smart Growth Partnership and is President Elect for the Florida Brownfields Association. Ms. Locke is a member of the Broward Metropolitan Planning Organization Community Involvement Roundtable committee and served on the ASTM International Committees for developing standards for Sustainability(E60)and Environmental Assessment, Risk Management and Corrective Action (E50). She is a leader in evolving environmental issues and regulations and regularly presents on environmental issues at conferences. Within the last year, Ms. Locke presented at the Florida Brownfields Conference, FDEP's Southeast Regional Brownfields Workshop and EPA's Region 4 Brownfields Conference. Last month she spoke at the Smart Growth Partnership's annual event and was an instructor for a webinar for the South Florida Community and Economic Development Council. Maria Paituvi, PE, Senior Engineer Ms. Paituvi has been providing senior engineering services on our existing contracts and has demonstrated a track record of Education responsiveness, quality and budget control. He has over 11 years B.S., Environmental Engineering Sciences, of experience in environmental engineering projects. Her project University of Florida,2005 versatility includes environmental assessment and remediation, Professional Licenses I Certifications soil and water quality testing and monitoring, regulatory evaluation Florida Professional Engineer and compliance, contamination assessments, oversight and License No.73008 coordination of remediation projects, preparation of sampling and OSHA 40 Hour Hazardous Waste remediation plans and other related documents, and other Operations and Emergency Response assicated tasks related to regulatory compliance, stormwater Certified FDEP Stormwater, Erosion and management, and environmental permitting support services. Ms. Sedimentation Control Inspector No.27077 Paituvi strives to implement innovative technological alternatives and regulatory alternatives to address the specific conditions and Years of Experience meet the goals for each project. 11 Ms. Paituvi has worked closely with municipalities and public agencies, including the City of North Miami Beach, North Bay Village, City of Fort Lauderdale, Pompano Beach CRA, Broward County, Treasure Coast Regional Planning Council, and FDOT. Ms. Paituvi has the technical and management skills, and dedication to the environmental field necessary to understand the needs of each individual project and develop a practical approach to meet the City's needs and expectations. Over the years, Ms. Paituvi has developed professional relationships with other consultants and regulatory agencies, creating a large network of environmental professionals. These relationships have lead to multiple collaboration efforts such as the upcoming presentation of case studies at the Florida Brownfields Association conference. Ms. Paituvi supported the nomination of the Groundwater Elevation Study, conducted to evaluate Sea Level Rise in the City,for the South Florida Association of Environmental Professionals Leadership in Environmental Achievements and Foresight for collaboration and partnership.This award will be presented to the team consisting of the City, Florida Atlantic University and E Sciences. Ms. Paituvi managed this project and prepared the final report. , Tab 4 Experience &Qualifications of the Team— Page 4-4 City of Miami Beach RFQ 2018-141-ND Professional Architectural and Engineering Services for Capital Renewal and Replacement Projects Justin Freedman, Senior Scientist Through another City contract, Justin Freedman, MS has a history of providing urban forestry consulting to the City and he looks Education forward to continuing to provide these services. He manages the M.S., Marine Biology,Nova Southeastern E Sciences Fort Lauderdale and Miami offices and specializes in University Oceanographic Center,2010 providing urban forestry and ecological consulting to municipalities B.A., Biology,Tufts University, 1997 in South Florida. His experience includes providing programmatic Professional Licenses/Certifications in-house support, such as administering municipal tree protection Certified Arborist, FL 5488A programs, supporting code enforcement decisions, reviewing landscape plans and attending Development Review Committee Tree Risk Assessment Qualification (ISA) meetings. Mr. Freedman has managed a variety of individual FDEP Certified Erosion and Sediment projects as well, such as conducting municipal tree inventories and Control Inspector and Instructor canopy studies, developing urban forest management plans, and Certified Manatee Observer implementing staff training programs. Services he has provided for PADI Advanced Open Water, Enriched Air the City of Miami Beach include a tree canopy analysis where he Certified Diver and his team estimated the canopy coverage for the City's urban Certified Landscape Inspector forest, as well as percentage of available space remaining within Certified Green Industries Best the City for additional tree planting. He developed a one-page Management Practices Instructor brochure for public education documenting the information from the Certified in Advanced Maintenance of study. He also served as an arborist for street tree inventories for Traffic the City's Normandy Shores and Normandy Isles neighborhoods. Years of Experience In addition to urban forestry, Mr. Freedman is a practiced Senior 15 Scientist with extensive experience providing coastal project support to numerous communities in Miami-Dade County including general environmental services, environmental assessments, environmental permitting and support services to achieve and maintain regulatory compliance for municipal capital projects. He leads a team of qualified biologists, geologists and scientific divers that assist coastal communities by acquiring coastal and Environmental Resources Permits, conducting benthic resources surveys, wetland delineations and threatened and endangered species surveys. He has also supported the City on multidiscipline projects such as a groundwater monitoring/sea level rise study. Mr. Freedman is President Elect of the Florida Urban Forestry Council, an active member of the Southeast Florida Coral Reef Initiative, and an appointed member of a number of municipal advisory boards. He was an original participant in the development of Broward County's Climate Change Action Plan and regularly speaks at conferences and publishes articles on topics such as urban forestry, sustainable landscape design, climate change and sea level rise. (...e/P••• Tab 4 Experience &Qualifications of the Team — Page 4-5 City of Miami Beach RFQ 2018-141-ND Professional Architectural and Engineering Services for Capital Renewal and Replacement Projects 4.1.1 Project Experience For each engineer listed above, E Sciences has provided three relevant projects, performed in the last five years for public or private sector clients.All projects provided are relevant projects and are similar in scope to those services listed in Appendix C. Patrick Shearer, PE, Project Manager Project Name Project No. 1 Bell Avenue Stormwater Improvements Construction Engineering Inspection Services Project Description This stormwater retrofit and drainage improvement project was originally identified by E Sciences in the Stormwater Quality Master plan developed for the City. E Sciences evaluated water quality and quantity using stormwater models and developed stormwater design plans for the installation of two(2)2nd generation nutrient separating baffle boxes in line with two existing parallel 48"pipes prior to discharge into a stormwater drainage ditch. E Sciences developed construction plans and specifications, including an engineer's cost estimate and other information necessary for bid documents for the proposed improvements.The installation required an open cut into the existing pipes so that the structures could be inserted into place.The project site lies within the North Indian River Lagoon portion of the City's MS4 and this project improved water quality treatment by reducing the stormwater pollutants for the drainage basin by 358 lb/yr of Total Nitrogen and 72 lb/yr of Total Phosphorus.Additionally,one of the baffle boxes contains an upflow filter with Biosorption Activated Media(BAM)for enhanced nutrient removal, and the performance of this box is being monitored and compared against the box without BAM. Mr. Shearer was responsible for CEI and construction administration services after contractor selection for this project which involved site inspections during all stages of construction, inspection documentation, addressing requests for information, review and approval of shop drawings,evaluation of deviations from approved plans, claims review, review and approval of pay applications,construction completion certification,and development and submittal of Record Drawings. Mr. Shearer managed a team of staff engineers to perform inspections, document construction observations,and to prepare and submit Record Drawings and permit compliance documentation for the project. Mr. Shearer performed all coordination with the client,the city inspector,and the contractor for all meetings, reviews,and approvals,and compliance submittals. Mr. Shearer was responsible for environmental support services to maintain regulatory compliance.The project was successfully completed on schedule and within budget. Construction of this project was completed in summer of 2017. Agency/Client Name City of Melbourne, Florida Agency/Client Contract Ms.Dani Straub, P.E. Contact Telephone&Email Tel. (321)608-7312/Email.dani.straub(a.mlbfl.orq Year(s)and Term of �! Engagement 2016—2017 Tab 4 Experience &Qualifications of the Team — Page 4-6 City of Miami Beach RFQ 2018-141-ND Professional Architectural and Engineering Services for Capital Renewal and Replacement Projects Project Name Project No. 2 Croton Road Stormwater Improvements — Construction Engineer Inspection Services Project Description This stormwater retrofit and drainage improvement project was originally identified by E Sciences in the Stormwater Quality Master plan developed for the City. E Sciences evaluated water quality and quantity using stormwater models to develop a stormwater design for a roadway median ditch that had been problematic for the City's field staff to maintain, exhibited increased erosion, and caused excessive roadway flooding during large storm events. A unique treatment train design approach was used to address roadway flooding and maximize water quality treatment. E Sciences developed construction plans and specifications, including an engineer's cost estimate and other information necessary for bid documents for the proposed improvements. The project design included the construction of four dry retention basins in series within the median area of Croton Road. A 2nd generation Nutrient Removal Baffle Box has also been incorporated into the design. An underdrain system was designed to address high water table conditions in this area. The treatment train design provides 133 lbs/yr of Total Nitrogen removal and 32 lbs/yr of Total Phosphorus removal. In addition to reducing the flooding and maintenance issues, this project will provide nutrient reduction credits to be applied towards ( the City of Melbourne's pollutant load reduction goal for the Indian River Lagoon BMAP. Mr. Shearer was responsible for managing CEI and construction administration services following contractor selection for this project which involved site inspections during all stages of construction, inspection documentation, addressing requests for information, review and approval of shop drawings, evaluation of deviations from approved plans, claims review, review and approval of pay applications, construction completion certification, and development and submittal of Record Drawings. He managed a team of staff engineers to perform inspections, document construction observations, and to prepare and submit Record Drawings and permit compliance documentation for the project. He performed all coordination with the client, the city inspectors, and the contractor for all meetings, reviews, and approvals. Mr. Shearer was responsible for environmental support services to maintain regulatory compliance. The project was successfully completed on schedule and within budget. Construction of this project was completed in January 2017. Agency/Client Name City of Melbourne, Florida Agency/Client Contract Ms. Dani Straub, P.E. Contact Telephone&Email Tel.(321)608-7312/Email.dani.straub(a.mlbfl.org Year(s)and Term of 2016—2017 Engagement (....2041•8 — Tab 4 Experience &Qualifications of the Team—Page 4-7 City of Miami Beach RFQ 2018-141-ND Professional Architectural and Engineering Services for Capital Renewal and Replacement Projects Project No. 3 Project Name FEMA Letter of Map Revision — 163 Indian Mound Trail Project Description Mr. Shearer was responsible for conducting a compliance review for the Village of an application for FEMA letter of map revision (LOMR) for the subject property, located on Tavernier in Islamorada, Monroe County, Florida. Mr. Shearer reviewed the LOMR application for compliance with 44 Code of Federal Regulations 65.2(c)and for other required metrics as set forth on FEMA Coastal Analysis Form 086-0-27C (2/2011) and state regulations. The information provided was prepared to support a request to change a portion of the subject property from its effective VE flood zone to an AE10 flood zone using site specific data and a site-specific analysis.As a result of our review, E Sciences prepared and submitted a response letter which included our analysis of the completeness of the LOMR application, specific deficiencies in the application, and ultimately a recommendation that the County deny the application and provide recommendation comments to the applicant. Mr. Shearer was responsible for review of local and state codes to determine the compliance for this application. Additionally, the Village is developing amendments to its code to comply with FS 163.3178 where the legislature recognizes that there is significant interest in the resources of the coastal zone of the state and the legislature intends for local governments to restrict development activities to limit flood risk where such activities would damage or destroy coastal resources and protect human life in areas that are subject to destruction by natural disaster. Per FS 163.3177 this is to be implemented in the form of a coastal management element that will guide decisions and program implementation with respect to several objectives, including protecting human life against the effects of natural disasters and optionally developing an adaptation action area designation for low lying coastal zones experiencing coastal flooding due to extreme high tides and storm surge and are vulnerable to the impacts of rising sea level. We noted in our response letter that the Village is considering policies within the coastal management element to improve resilience to coastal flooding resulting from high-tide events, storm surge, flash floods, stormwater runoff, and related impacts of sea-level rise. These considerations should be taken into account when reviewing this LOMR request. Agency/Client Name Islamorada,Village of Islands,Tavernier,Monroe County, Florida Agency/Client Contract Mr. Karl Bursa Contact Telephone&Email Tel.(305)664-6416/Email. karl.bursa@islamorada.fl.us Year(s)and Term of 2017 Engagement ecvs Tab 4 Experience &Qualifications of the Team— Page 4-8 City of Miami Beach RFQ 2018-141-ND Professional Architectural and Engineering Services for Capital Renewal and Replacement Projects Nadia Locke, PE, LEED AP, Contract Manager Project Name Project No. 1 Environmental Review for LAP Project for Martin Luther King, Jr. Avenue Project Description Ms. Locke was the project manager responsible for conducting an environmental screening memo for this FDOT-funded roadway improvement project for the City of Pompano Beach. This project is part of a roadway improvement for a corridor that extends beyond the City's boundaries and is known as the Education Corridor. As part of the review, E Sciences prepared the environmental notes to be included in the constructability plans, and to meet compliance with local codes, standards,and ordinances. Agency/Client Name Pompano Beach, Florida Agency/Client Contract Mr. Horacio Danovich, P.E. Contact Telephone& Email Tel. (954)786-7834/Email. horacio.danovich@coobfl.com Year(s) and Term of Engagement 2015—2016 Project Name Project No. 2 Seawall Repairs at Fleet Management Project Description The site is located on Government Cut within the Port of Miami in Biscayne Bay Aquatic Preserve. The project is the rehabilitation of a 200- foot seawall that protects the City of Miami Beach's Fleet Management property. The upland property is used to service the City's vehicles (i.e., police, fire, ambulance) and contains a one-story concrete structure that was constructed on pilings approximately 15 feet from the water. The existing seawall consists of a series of concrete bollard blocks with a backfill of poured concrete approximately four feet deep. All sheet piles that were installed as part of the existing seawall had become severely corroded. The proposed seawall was designed as a cantilevered wall rather than a wall with tie-backs because installation of tie-backs would require significant demolition and/or drilling through the four-foot concrete backfill and bollard blocks. In addition, the use of tie-backs may compromise the foundation of the building. For a cantilevered wall of this height to have structural integrity, large king piles must be used. As a result, the face of the new seawall was designed to be three feet in front of the existing face of wall. (atioss Tab 4 Experience &Qualifications of the Team— Page 4-9 City of Miami Beach RFQ 2018-141-ND Professional Architectural and Engineering Services for Capital Renewal and Replacement Projects E Sciences was initially hired in 2011 to acquire the environmental permits for repair of the seawall. This included conducting a survey for corals along the seawall extending 30-feet deep E Sciences obtained the FDEP Standard General Environmental Resource Permit, a Letter of Permission from the USACE and a Class I Coastal Construction Permit from Miami-Dade County RER Department. The seawall repairs were not implemented, the City of Miami Beach instituted new minimum seawall elevation requirements for sea level rise adaptation. In 2017, the seawall was redesigned to accommodate the new requirements. E Sciences provided environmental support services and applied for permit modifications and extensions to get the new design properly permitted. Permit modifications and extensions where obtained, and the seawall rehabilitation has been completed. Agency/Client Name BCC Engineering, Inc.for the City of Miami Beach Agency/Client Contract Mr. Christian Aquino, P.E. Contact Telephone&Email Tel.(305)670-2350/Email.caquino(c,bccenq.com Year(s)and Term of Engagement 2017—2018 Project Name Project No. 3 Parkview Island Kayak Launch and Park Improvements Project Description The City of Miami Beach is implementing a program of kayak launch installations throughout the city to provide residents access to waterways. The City's Capital Improvement Program selected Bermello Ajamil & Partners to design the first of these kayak launches at Parkview Island. E Sciences was invited and joined the team to provide environmental permitting and environmental support services, including a benthic resource assessment, and screening for compliance with threatened and endangered species listed in the Biscayne Bay Aquatic Preserve a Class III waterway. The project included a paved access walkway that leads to a gangway providing access to a floating dock with an ADA accessible kayak launch. E Sciences conducted a benthic resources survey and mapped the locations of seagrasses and mangroves prior to design. E Sciences worked with City and Bermello design staff to identify a location for the infrastructure to minimize impacts to benthic and aquatic resources. To offset minor potential impacts, E Sciences identified invasive vegetation to be removed from the park shoreline area. The gangway includes spaces for light to penetrate to minimize impacts to seagrass and additionally is fully ADA accessible. x Tab 4 Experience & Qualifications of the Team—Page 4-10 City of Miami Beach RFQ 2018-141-ND Professional Architectural and Engineering Services for Capital Renewal and Replacement Projects • Following acquisition of permits, E Sciences assisted Bermello to provide post design compliance services which involved preparation of sampling plan to include turbidity monitoring and construction inspections. E Sciences then performed the turbidity monitoring plan during construction of the project and provided report submittals to maintain regulatory compliance. The project provides multiple community benefits including urban renewal, aesthetic improvements, access and promotion of recreational opportunities, and viewing access to the tidal channel which is part of the Biscayne Bay Aquatic Preserve. Agency/Client Name Bermello Ajamil & Partners, Inc./City of Miami Beach Agency/Client Contract Mr. Frank Tejidor, PE Contact Telephone&Email Tel. (305)860-3743/Email.fteiidora(�bermelloaiamil.com Year(s)and Term of 2016-2017 Engagement r Tab 4 Experience &Qualifications of the Team —Page 4-11 City of Miami Beach RFQ 2018-141-ND Professional Architectural and Engineering Services for Capital Renewal and Replacement Projects MariaPai PE,Senior Engineer Project Name Project No. 1 North Regional Wastewater Treatment Plant Project Description The Broward County Office of Environmental Services contracted with E Sciences in 2006 to assist with the investigation of a leak, conduct source removal activities to abate further impacts,and complete a site assessment for a leaking 10,000 gallon petroleum UST at the North Regional Wastewater Treatment Plant. This UST is part of a tank farm used to fuel the emergency generators at the plant. The petroleum discharge was detected based on the presence of two feet of petroleum product in a compliance groundwater monitoring well. Tank tightness tests could not be performed, as a vacuum could not be achieved. Therefore, Broward County elected to proceed with further investigation and source removal activities. Limited excavation of the UST and further inspection by Broward County staff revealed cracks in the top of the tank. The findings at that point identified multiple potential sources of the petroleum impacts, but did not confirm the exact cause. Upon completion of those response actions, E Sciences conducted a site assessment in accordance with Chapter 62-770 of the F.A.C. (superseded by Chapter 72-780 F.A.C.) within four months of authorization to proceed, substantially less time than the typical regulatory time frame of 270 days at that time. The Site Assessment Report documented the presence of approximately 3,000 gallons of free product, 2,500 cubic feet of petroleum impacted soil, and approximately 10,000 gallons of petroleum impacted groundwater. As part of the site assessment scope, E Sciences conducted the following activities:, • Prepare and implement Health and Safety Plan. • Visual inspection of the tank integrity. • Soil screening,sampling and analysis. • Groundwater monitoring well installation, groundwater sampling and analysis. Based on assessment results, E Sciences determined that the integrity of the UST was compromised by pressure applied during fuel delivery and the UST could not be repaired. Based on these findings, source removal and tank replacement concurrent with free product recovery were selected as the appropriate response actions. Broward County later implemented response actions and the regulatory agency agreed to the implementation of a NAM still ongoing at the Site. E Sciences was later contracted in 2013 by Broward County Water and Wastewater Operations Division to oversee and document regulatory compliance during sump and piping upgrade activities at a second UST at the Site. E Sciences subcontracted construction services for the UST upgrades. Soil impacts had been identified within the sump structure during a regulatory facility inspection. Therefore, source removal activities were proposed as part of the sump and piping upgrade activities. E Sciences L oversaw and documented sump upgrade and associated source removal (� Tab 4 Experience &Qualifications of the Team—Page 4-12 City of Miami Beach RFQ 2018-141-ND Professional Architectural and Engineering Services for Capital Renewal and Replacement Projects activities.The extent of soil impacts within the sump area were removed as determined based on soil screening and analysis results. During piping upgrade activities, petroleum impacted soil was identified along the exposed piping trench based on the presence of petroleum odor and soil staining. E Sciences coordinated additional source removal excavation efforts to remove the newly discovered contaminated soil. As part of the soil assessment activities, E Sciences completed a correlation between soil screening and analytical results, which allow minimizing the number of samples to be collected for laboratory analysis and the use of field screening results to evaluate the soil impacts.Since the Site had ongoing NAM activities, E Sciences used the analytical data collected under NAM to evaluate the potential groundwater impacts from the newly discovered discharges; therefore reducing the need to install additional groundwater monitoring wells or conduct additional groundwater sampling activities at the Site. E Sciences prepared a Source Removal and Site Assessment Report in accordance with Chapter 62-780 F.A.C. documenting the field activities, findings and recommendations. The extent of the soil contamination was not fully removed due to the presence of high voltage transformers and associated utilities. The soil contamination impacts remaining at the Site were delineated and appear to be localized under the transformer equipment. Broward County Environmental Protection and Growth Management Department approved the report with the understanding that the remaining contaminated soil will be addressed during future proposed improvements at the Site. Agency/Client Name Broward County, Florida Agency/Client Contract John Paniccia Contact Telephone& Tel. (954)831-3041 I Email.jpanicciabroward.orq Email Year(s)and Term of 2006—2015 Engagement --se, , Tab 4 Experience &Qualifications of the Team—Page 4-13 City of Miami Beach RFQ 2018-141-ND Professional Architectural and Engineering Services for Capital Renewal and Replacement Projects Project No. 2 Project Name Belle 2 Commerce Property Phase I and II Environmental Site Assessments Project Description E Sciences conducted a Phase I ESA at this property in order to assist the Pompano Beach CRA in the evaluation of the potential purchase of the site. Ms. Paituvi conducted a Phase I ESA including database and record review, site visit, interviews and report preparation. The Phase I ' ESA revealed the historic presence of a fueling station onsite and a suspicious presence of a manhole at the site.The Phase II ESA included a geophysical survey, soil screening, and soil and groundwater sampling activities. During Phase II ESA, an abandoned UST was discovered at the site. Ms. Paituvi coordinated investigation activities to characterize the UST and its contents and provide the CRA with regulatory guidance regarding this discovery. The tank was determined to contain heating oil and to be associated with a former restaurant at that location.The Phase I/II ESA report has satisfactorily been submitted to the CRA to meet regulatory compliance. Agency/Client Name Pompano Beach Community Redevelopment Agency Agency/Client Contract Mr. Horacio Danovich, P.E. Contact Telephone&Email Tel.(954)786-7834/Email. horacio.danovichcopbfl.com Year(s)and Term of 2015 2016 Engagement Project No. 3 Project Name Habitat for Humanity — Stormwater Management Plan Review E Sciences was requested to provide a review for regulatory compliance of stormwater design plans, calculations and report to evaluate if the overall stormwater management plan is substantially consistent with the Village's stormwater management regulations and the Village's Stormwater Design Criteria Technical Manual. Ms. Paituvi was Project Description responsible for managing this review and assessment. She coordinated with the project team and the client to obtain review documents, perform our evaluation, and to provide comments regarding E Sciences findings, and to facilitate additional plan reviews and comments. Ms. Paituvi worked with the project engineer to provide engineering guidance to the stormwater designer, in order to assist the Village in coordinating plan approval for this important affordable housing project. Agency/Client Name Islamorada Village of Islands, Monroe County, Florida Agency/Client Contract Mr. Brad Stein,AICP Contact Telephone& Email Tel. (305)664-6424/Email. brad.stein(a islamorada.fl.us Year(s) and Term of 2017 Engagement tatioss Tab 4 Experience & Qualifications of the Team— Page 4-14 :L"--7114111 L"--- ENGINEERING Scie„ ces ENVIRONMENTAL Patrick Shearer, P.E. ECOLOGICAL Project Engineer Mr.Shearer is a project manager and project engineer with experience in civil, environmental and water resources engineering. He has over 10 years of Education consulting experience successfully completing environmental studies and B.S., Civil Engineering–Environmental analyses including watershed based studies, wetland mitigation plans, Option; Natural Resources and hydrologic and hydraulic modeling, stormwater management plans, shoreline Environmental Science, Kansas State stabilization and living shoreline plans, stream assessments, stream University, 2007 restoration plans, watershed management plans, and water resource related Integrated Stream and Stormwater Wetland technical reports.Mr.Shearer is experienced in ecological restoration including Design in Urban Settings Class, Duke wetland restoration and living shoreline projects in the coastal plain in both University, 2013 freshwater and estuarine systems. He also has experience in various areas Professional Licenses/Certifications such as wetland delineation,State and Federal stream and wetland permitting, Florida Professional Engineer; Stormwater Pollution Prevention Plans, MS4 permitting, construction License No. 79596 management, CEI services, environmental compliance support, NPDES, and FDEP qualified Stormwater Management compliance inspections.Mr.Shearer is also experienced with project feasibility Inspector#34890 studies, preliminary and detailed engineering design, grant procurement, Years of Experience bidding assistance,and design peer reviews. 10 Mr. Shearer is heavily involved at E Sciences in assisting FDOT District Four implement their NPDES Phase I and Phase II MS4 permits.This includes performing,scheduling and managing stormwater treatment facility and outfall inspections,and maintenance yard inspections;performing quality assurance of GIS stormwater infrastructure geo- referencing; ensuring permit compliance; performing IDDE training for the Operations centers; review and coordination for Quality insurance inspections and reporting;and preparing documents for submittal to the FDEP. In addition,he is responsible for the Indian River Lagoon BMAP compliance coordination, reporting and water quality improvement project assessment and documentation research.Mr.Shearer has provided technical support during the development of the Loxahatchee River Reasonable Assurance Plan, such as evaluating data and coordinating involvement for District Four. Mr. Shearer's technical capabilities include: AutoCAD Civil 3D, ESRI ArcGIS, Rivermorph Software, HEC-RAS, EPA SWMM 5.0, ICPR4,Total Station Instruments,GPS units,and various other hydrology and land planning applications. Project Experience Low Impact Development Equestrian Farm, Stormwater Design and Permitting, SW 157th Avenue, Miami-Dade County, Florida—Mr. Shearer is the project manager and design engineer for a low impact development equestrian facility located on the edge of the Everglades in Miami-Dade County.The site is entirely wetlands and low impact development has been critical to meeting the strict environmental regulations for the project area.The project is located in the former footprint of a Comprehensive Everglades Restoration Project (CERP) area, within an area known as the Bird Drive Basin, also located within a wellfield protection area. Additionally,the site is located outside of the Urban Development Boundary for the County.Preliminary designs have been prepared and permit applications have been submitted with the SFWMD,Miami-Dade RER,and the USACE for permitted impacts to wetlands and approval for the proposed stormwater management system.Mr.Shearer is currently working with the client to coordinate Request for Additional Information responses to agency comments due to the extremely environmental sensitivity related to the unique project location.This project impacts approximately 3-acres of wetlands. SW 137th Avenue from US-1 to SW 200th Street,Miami-Dade County,Florida—Mr.Shearer is the project manager responsible for environmental permitting support for a design-build project involving constructing a roadway that connects the existing intersection of SW 137th Avenue and SW 200th Street to the existing intersection of US-1/SR-5 and SW 137th Avenue. He managed a team to perform field assessment of natural resources, a tree inventory update, and assessment of impacts to wetlands and Waters of the United States to prepare a natural resource report for use as a permitting support document. Mr. Shearer managed the preparation and submittal of permit applications to the client for permits from the SFWMD, Miami-Dade RER, and the USACE.Wetland impacts were avoided by this project and no mitigation was found to be required.Construction is anticipated to begin in summer of 2018. Patrick Shearer, P.E. Page 2 Melbourne Central Indian River Lagoon Water Quality Improvement Project Study, City of Melbourne, Brevard County, Florida—Mr. Shearer was the lead engineer responsible for project management for a study focused on identifying and evaluating water quality stormwater retrofit projects to address the Central Indian River Lagoon (CIRL) BMAP, and develop a comprehensive watershed management plan for the CIRL basin within the City. He managed the project team to evaluate 20+potential watershed retrofit projects to improve water quality. Mr. Shearer and the team developed conceptual stormwater retrofit plans for each project location. Additionally, he and the project team evaluated the function and effectiveness of existing stormwater structural and non- structural controls to make recommendations for improvements to water quality. Pollutant load reduction modeling and calculations were performed for each proposed project location,and planning level cost estimates were developed.The projects were ranked and prioritized based on several factors, including their cost effectiveness in pollutant load reduction, feasibility, and maintenance considerations. Stormwater projects included wet and dry pond retrofits, nutrient separating baffle boxes,vegetated filter strips,ditch and canal retrofits,off-line wet retention,algal turf scrubbers,bio-swales,biosorption activated media(BAM),regenerative stormwater conveyance (RSC) channels, living shorelines and oyster restoration. The deliverable report summarizes the evaluation of these stormwater retrofits,prioritizes projects with respect to cost-effectiveness,and will assist the City in making future stormwater retrofits to address the CIRL BMAP. Autumn Woods Stormwater Quality Retrofit and CEI Services, City of Melbourne, Brevard County, Florida— Mr. Shearer was the Engineer of Record responsible for construction oversight services for stormwater retrofit improvements including the construction of the Autumn Woods wet detention pond.The pond was sited in a location that intersected an untreated stormwater conveyance system to the Eau Gallie River and restored treatment to areas which, prior to the project, were served by a dysfunctional treatment system. E Sciences developed construction plans and specifications, an engineer's cost estimate, obtained regulatory approvals, and secured all necessary permits from the SJRWMD and USAGE for work within and impacts to Waters of the United States. The project site,which lies within the North Indian River Lagoon portion of the City's MS4, improved water quality treatment by reducing the stormwater pollutants for the drainage basin by 315 lb/yr of Total Nitrogen and 135 lb/yr of Total Phosphorus.Mr.Shearer was responsible for CEI services for this project that involved site observation inspections during various stages of construction, inspection documentation, addressing requests for information, review and approval of shop drawings, evaluation of deviations from approved plans, review and approval of pay applications, construction completion certification, and development and submittal of Record Drawings. E Sciences provided grant support services to the City for this project which included assistance with, preparation of, submittal, and award for a FY2015 Section 319 Grant for the project for $518,750(-60%of total construction cost). Construction of this project was completed in July 2017. Croton Road Stormwater Improvements and CEI Services,City of Melbourne, Brevard County, Florida—Mr. Shearer was the Engineer of Record responsible for construction oversight services for stormwater retrofit improvements including the construction of four dry retention basins(dry swales)in series within the median of Croton Road,and a 2nd generation nutrient removal Baffle Box to improve water quality.An underdrain system was installed under the dry swales to address high water table conditions in this area. E Sciences developed construction plans and specifications, including an engineer's cost estimate and other information necessary for bid documents for the proposed improvements. The treatment train design helps reduce localized flooding and maintenance issues for this area and provides 133 lbs/yr of Total Nitrogen removal and 32 lbs/yr of Total Phosphorus removal which the City will use towards credit in their Indian River Lagoon BMAP. Mr. Shearer was responsible for CEI services for this project which involved performing and coordinating site inspections during all stages of construction, inspection documentation, addressing requests for information, review and approval of shop drawings,evaluation of deviations from approved plans,claims review, review and approval of pay applications, construction completion certification, and development and submittal of Record Drawings. Construction of this project was completed in January 2017. sei ems ENGINEERING Sciences ENVIRONMENTAL Nadia G. Locke, P.E., LEED AP ECOLOGICAL Associate Ms. Locke has been providing professional environmental and engineering consulting services for over 30 years. During her career, she has worked in Education many facets of environmental consulting including environmental audits, site B.S. Materials Science and Engineering, assessment and remediation, stormwater design, sanitary sewer planning, University of Florida, 1988 environmental permitting, climate change impact evaluation, grant assistance, Professional Licenses I Certifications wetland mitigation design, endangered species relocations, Brownfields, community involvement, and training. Ms. Locke has provided litigation Professional Engineer: FL 58676 support for the FDOT, Miami-Dade Aviation Department, Barry University and LEED AP Neighborhood Development private entities. She also serves as E Sciences' Corporate Quality Assurance Certified FDEP Stormwater, Erosion and Officer. Sedimentation Control Inspector#3263 and Instructor#130 Ms. Locke is Chair of the Smart Growth Partnership (SGP) and serves on the OSHA 40 Hour HAZWOPER/8 Hour Site MPO Community Advisory Committee. Ms. Locke is a former President of the Supervisor Florida Brownfields Association (FBA) and South Florida Association of NAUI/PADI Advanced Open Water Diver Environmental Professionals. She served as a commission-appointee to the Broward County Brownfields Redevelopment Task Force. She also served as Years of Experience FBA Secretary, Co-Chair of the 17th Annual Conference and Co-Chair of the 30 Technical Subcommittee of the Legislative and Policy Committee. She has been engaged in Brownfields since the inception of the program and has been conducting Phase I environmental site assessments, contamination assessment and remediation in Florida since the late 1980s. Her work for both the public and private sectors provides her with a unique understanding and practical approach to implementing cleanups both inside and outside of the Brownfields program. She has conducted public involvement and outreach on a variety of projects and on behalf of community or non-profit organizations such as the FBA and SGP. Ms. Locke has been working on transportation projects in South Florida for over 20 years.As an engineer who works closely with scientists, she brings an understanding of the environmental, ecological and permitting issues associated with roadway design, construction and commitments. She has been working on stormwater management projects in South Florida for over 13 years.As an engineer who works closely with scientists, she brings an understanding of the environmental, ecological and permitting issues associated with infrastructure design, construction and commitments. Ms. Locke has supported E Sciences stormwater master planning and NPDES permit compliance support projects for FDOT and local governments. Project Experience Sunset Isles Permitting Analysis, City of Miami Beach, Miami-Dade County, Florida — Ms. Locke provided engineering support on this project that involved performing an environmental permitting evaluation for a force main rehabilitation project located between Sunset Isles 2 and 3 in the City of Miami Beach. General Environmental Engineering Services, City of Miami Beach, Miami-Dade County, Florida — Ms. Locke is the contract manager for an ongoing contract to conduct miscellaneous environmental services. Tasks conducted to date include preparation of spill prevention control and countermeasure plans for 12 facilities including pump stations, fire stations, public works yard, Miami Beach Golf Club and the Convention Center and contamination assessment of the green waste facility. E Sciences is supporting the City in seeking conditional closure for contamination issues at a former solid waste facility and golf course. We recently completed a hydrogeological and mapping study for the City to use in considering sea level rise in future infrastructure development. Nadia G. Locke, P.E., LEED AP Page 2 South Pointe Wastewater Booster Station, City of Miami Beach, Miami-Dade County, Florida — E Sciences, as a subconsultant to CDM, provided environmental testing services for this City of Miami Beach contract. Ms. Locke supported CDM during development of bidding documents for this project. She conducted testing to evaluate potential environmental and safety considerations related to creosote treated timbers used in the foundation of the former water tower. Beach Corridor Rapid Transit, Miami-Dade County Department of Transportation and Public Works, Miami-Dade County, Florida — Ms. Locke is the project manager for the environmental documentation to satisfy the NEPA requirements for federal funding. This project is an approximately 13 mile corridor that extends from the Miami Design District to Government Center, eastbound along 1-395 to Miami Beach and north to the Miami Beach Convention Center. Several alternatives are being evaluated to provide a rapid transit solution. Funding agencies include the Federal Transit Agency, FDOT, Miami-Dade County and the Cities of Miami and Miami Beach. Ruck's Park/Former Pioneer Gardens, City of North Miami, Miami-Dade County, Florida— E Sciences was engaged by the City of North Miami in 2016 to assist them with managing documented contamination issues related to the following historical activities: wastewater sludge pond, street sweepings storage, plant nursery, underground storage tank. E Sciences is working with the City to address the contamination issues through conducting site assessment that will enable the City to develop the site for elderly, affordable housing. Contaminants of concern include arsenic, coliform, ammonia, dieldrin and polynyclear aromatic hydrocarbons. Our approach is to focus testing in the areas necessary to define the extent of impacts and areas of potential concern related to the future land use (e.g. drainage, green space, etc.). A Brownfield Site Rehabilitation Agreement(BSRA)was executed between the City of North Miami and Miami-Dade County on December 23, 2014. Environmental Support Services, Miami Dade Expressway Authority (MDX) — Ms. Locke has provided environmental support to MDX's General Engineering Consultant on an as-needed basis. Services have included NEPA reviews in conjunction with FDOT (CSER, Benthic Survey, Re-evaluation language, etc.) as well as surveys/documents to support environmental permitting and development of Request for Proposals. Sunshine Rock Mine, Private Receiver, Miami-Dade County, Florida — When the owner of this property passed away, E Sciences was retained by the receiver to evaluate potential environmental liabilities associated with this property. A Phase I/11 Environmental Site Assessment revealed contamination related to petroleum and metals.A review of environmental and mining permits identified numerous outstanding permit compliance issues. Opinions of probable costs to rectify the environmental conditions to bring the site into compliance were developed. Ms. Locke was the project manager. Tamiami Canal Historic Swing Bridge Project Development and Environment Study, FDOT District Six, Miami-Dade County, Florida—Ms. Locke prepared the Class of Action Determination and was largely involved in preparing the CSER as part of the PD&E for this historic bridge at the confluence of the Tamiami Canal with the Miami River. General Environmental Engineering Services, City of North Miami Beach, Miami-Dade County, Florida—Ms. Locke, as contract manager, provides ongoing environmental support to the City. She has conducted several Phase 1 ESAs for the City. Ms. Locke has held community meetings and represented the City at CRA and City Council meetings. One notable project is Taylor Park. Taylor Park has been slated for redevelopment since 1999, when FDEP had their contractor conduct a Brownfields Assessment of the site. The assessment revealed the presence of metals and petroleum constituents in the soil and metals in the groundwater. Assessment activities revealed the presence of buried solid waste on most of the property. Since that time, regulatory issues continued to restrict and complicate redevelopment efforts for the property. She was the engineer of record and project manager for the assessment and conceptual remediation design for the property. The remediation planning was closely coordinated with the community desires, the City's needs and the park master planners to ensure a solution to remedy the environmental issues in conjunction with all of the stakeholder needs. E Sciences is now the design criteria professional and Ms. Locke provides QA reviews and provided QA on E Sciences' efforts to prepare a stormwater master plan and digitize their stormwater atlases. ENGINEERING - sc ces ENVIRONMENTAL Justin Freedman, MS ECOLOGICAL Associate/Senior Scientist Mr. Freedman is an experienced environmental professional serving public and private clients throughout Florida. He has provided expertise in diverse service Education areas including marine biology, urban forestry, environmental permitting and M.S., Marine Biology, Nova Southeastern transportation related services and manages complex, multidisciplinary projects University Oceanographic Center, 2010 that include a variety of environmental and engineering related tasks. He B.A., Biology,Tufts University, 1997 manages E Sciences' Fort Lauderdale and Miami offices. Professional Licenses I Certifications Certified Arborist, FL 5488A One area he specializes in is transportation services. Mr. Freedman has been Tree Risk Assessment Qualification(ISA) providing consulting services to the FDOT for more than 10 years and manages a variety of transportation related contracts and projects. Projects include FDEP Certified Erosion and Sediment NPDES and permit compliance inspections of FDOT assets,and mitigation and Control Inspector and Instructor maintenance monitoring for dozens of FDOT constructed sites. He has assisted Certified Manatee Observer with the permitting of numerous FDOT projects and has written more than 100 PADI Advanced Open Water, Enriched Air NEPA memos for minor transportation projects and technical documents for Certified Diver PD&E Studies and reevaluations. Certified Landscape Inspector Mr. Freedman also specializes in municipal consulting and has provided plan Certified Green Industries Best review, landscape inspection, environmental assessments, expert witness, Management Practices Instructor permitting,ordinance development,street tree inventory,canopy assessments, Certified in Advanced Maintenance of carbon sequestration analysis and wildlife permitting services to municipalities Traffic throughout south Florida. He has also conducted numerous studies related to Years of Experience climate change and sea level rise and was involved with the preparation of the 15 Broward County Climate Change Action Plan. He has had a significant role in urban forestry in Florida for many years. He has served on the Executive Committee of the Florida Urban Forestry Council, including the role of president and planned, chaired and moderated the Urban Forestry Institute for four years. Mr. Freedman was also a longtime member of the Southeast Florida Coral Reef Initiative. Project Experience Parkview Island Kayak Launch, City of Miami Beach, Miami-Dade County, Florida— E Sciences assisted the City and its design consultant permit the installation of a kayak launch at Parkview Island Park. E Sciences conducted a benthic resources survey and identified seagrass within the proposed project limits. Working with designers, E Sciences recommended design modifications that minimized impacts to seagrasses and mangroves and the project was permitted with no mitigation required. E Sciences also conducted permit-compliance construction inspections. Mr. Freedman managed this project. Seagrass Survey and Permitting Support for the SR 836 Bridge over the Miami River,City of Miami,Miami-Dade County, Florida—In accordance with FWC Protocol, E Sciences conducted a benthic survey under the SR 836 to 1-95 Interchange Bridge passing over the Miami River. Staff scientists surveyed the project and mapped and assessed seagrass beds present at the project site. E Sciences utilized an innovative modeling methodology to document that the bridge widening is not anticipated to result in seagrass impacts and prepared a monitoring plan to support this determination. Mr. Freedman provided project management, senior level technical guidance and agency coordination for this project. Deep Dredge Environmental Monitoring, Miami-Dade County, Florida— PortMiami relocated Acropora cervicornis corals in anticipation of the proposed deep dredging project that will make the port compatible with Panamax cargo ships that are anticipated to utilize the port following the widening of the Panama Canal. E Sciences is providing scientific divers to conduct monitoring of seagrasses and corals, as well as benthic surveys associated with this project. Mr. Freedman serves as project manager for this project,which to date has included six different work orders. Justin Freedman, MS Page 2 Samson Oceanfront Park Coastal Construction Control Line Permitting,Sunny Isles,Florida—The City of Sunny Isles wishes to improve its Samson Oceanfront Park and engaged RJ Behar&Company to design the improvements. E Sciences was brought onto the team to provide the Coastal Construction Control Line permitting for the project. Work included conducting vegetative analysis and mapping for the site, preparing permit applications and post design services. Mr. Freedman serves as Project Manager for this project. NW South River Drive Bridge (Tamiami Canal Historic Swing Bridge) Replacement PD&E (EA) and Reevaluation, FDOT District Six,Miami-Dade County,Florida—The existing swing bridge was originally constructed as the Miami River's 27th Avenue River crossing in 1921, and subsequently relocated to its current Tamiami Canal location in 1941. The bridge is one of three bob- tailed swing spans in Florida and is one of the oldest bridges on the Miami River. The bridge is structurally deficient and functionally obsolete, and will not be able to accommodate future high traffic demands. Mr. Freedman reevaluated the EA/FONSI for a historic bridge replacement project.Work included coordination with the three agencies with overlapping jurisdiction over the project–FDOT, Miami-Dade County and City of Miami,as well as numerous consultants. Project corridor length is 0.75 miles. City of Miami Beach Groundwater Elevations Monitoring and Mapping Project(Sea Level Rise Study),City of Miami Beach, Miami-Dade County, Florida—The purpose of the study was to evaluate low lying areas vulnerable to SLR within Miami Beach based on the assumption that the groundwater levels under the City are tidally influenced and therefore flooding may also be influenced or exacerbated by tidal fluctuations. To accomplish this, the E Sciences Team monitored groundwater elevations and other data over a period of seven months. The elevation data collected was used in conjunction with Light Detection and Ranging (LiDAR)topography and tidal data to model vulnerability and provide guidance regarding potential stormwater priorities for the City. Mr. Freedman analyzed the data and prepared the report for the City. Mr. Freedman presented the findings of this study at the 2013 Annual South Florida Association of Environmental Processionals Symposium. Equestrian Facility, Miami, Miami-Dade County, Florida—A landowner engaged E Sciences to assist with permitting and stormwater management system design for a private equestrian facility located in western Miami-Dade County. The parcel is located within the Bird Drive Recharge Area,which was previously designated for use as a CERP project but was never funded. Mr. Freedman managed this project,which included design and permitting services. Homestead Extension of the Florida Turnpike (HEFT) Widening from SW 72nd St (Sunset Dr.) to SW 40th St (Bird Rd.) Design Build, Miami-Dade County, Florida—This project consists of widening the HEFT from SW 72nd St(Sunset Dr.)to north of SW 40th St(Bird Rd). Improvements include widening from three lanes in each direction to five lanes.Other improvements include bridge widenings over SW 60th St Canal, SW 56th Street, SW 40th Street, intermediate access(slip) ramps for the express lanes, removal and replacing existing NB SR 821 off-ramp(Ramp A),widening of SW 40th Street(Bird Rd),addition of turn lanes and signal improvements along SW 40th Street, and construction of new toll equipment structures. E Sciences is assisting with the project permitting, including tree removals on off-system roads. Mr. Freedman is serving as Project Manager for this project. SR 826/1-395 ITS,FDOT District Six,Miami-Dade County,Florida—Mr.Freedman,project scientist,provided permitting support for an ITS installation project in Miami-Dade County. Work included field wetland and wildlife habitat delineation and coordination with design engineers to minimize impacts. He coordinated with agency staff to obtain determinations of"no permit required"from the SFWMD, USACE and Miami-Dade County. Vizcaya Museum and Gardens,City of Miami,Miami-Dade County,Florida—This project involved a multi-disciplinary landscape architecture and environmental restoration plan for the waterways and tidal pool within the museum's property, which balanced ecological function with creative landscape aesthetics, recreational functions and values, and improvements to water quality, and planting designs based on historic flora inventories, including mangroves,native hardwood hammock and coastal scrub species.Mr. Freedman served as the project manager for the construction administration portion of this project, including evaluating contractor qualifications and conducting compliance inspections. te�ic.s �---' ENGINEERING S 13.1.11 CIS: Cies ENVIRONMENTAL ECOLOGICAL Patricia L. Gertenbach, P.G. Senior Associate Ms. Gertenbach's environmental consulting career began over 26 years ago conducting contamination assessments at military bases throughout the U.S. Education with a focus on pollutant fate and transport in surface and ground water. Since B.S., Geology,West Georgia College, 1991, moving to Florida over 20 years ago, she has been working on transportation Magna Cum Laude projects, and become a leader on water quality issues. In 2002, Ms. Professional Licenses I Certifications Gertenbach opened the E Sciences Fort Lauderdale office, and presently is a Professional Geologist: FL-2037,GA-1444 Senior Associate providing contract management, QA/QC and technical LEED Green Associate leadership on a variety of projects and contracts. She has managed and/or provided technical support on large contracts with multiple task orders for PADI–Advanced Open Water Diver many public clients including the FDOT, FDEP, Broward County, SFWMD, FWC Certified Manatee Observer Miami-Dade County, Monroe County, numerous municipalities in South Hydric Soils Workshop Florida, U.S. Department of Defense, NPS and USFWS in Florida, Georgia, SFWMD UMAM Workshop Kansas, Ohio, Virginia, Puerto Rico and New York. Her experience in the private sector includes industrial and commercial facilities, mining operations, USACE Wetlands Delineation and developers, and law firms. Through these projects she has gained experience Management Training in agency coordination; public meetings; contamination assessments(Phase I OSHA 40 Hour HAZWOPER/8 Hour Site and Phase II)and remediation that consider both ecological and human health Supervisor risks in a variety of media for a variety of constituents; regulatory compliance; Certified FDEP Stormwater, Erosion and principal author and/or reviewer for NEPA and FDOT PD&E Studies and Sedimentation Control Inspector and associated documents; extensive monitoring, sampling, disposal and Instructor documentation of contaminated and/or hazardous substances; extensive Years of Experience interpretation, communication and recommendations to staff and clients of 26 assessment results; installation, development and sampling of hundreds of groundwater monitoring wells and piezometers; NPDES permit implementation; GIS; aquifer analyses; water quality studies; environmental impact reviews/phase reviews; preparation, review, and/or QA/QC of numerous ecological, environmental and water quality documents; UST/AST removal/installation oversight and report preparation; geotechnical investigations; database development; geologic assessments; and geophysical surveys. Ms. Gertenbach uses this broad background and her project management skills to provide quality driven, technically sound solutions that meet the client's needs in an efficient and cost-effective manner. Project Experience Sea Level Rise Study, City of Miami Beach, Miami-Dade County, Florida—E Sciences was contracted by the City of Miami Beach to monitor groundwater elevations and salinity at six monitoring stations.The groundwater elevations were compared to tidal conditions to evaluate the correlation between fluctuations in mean tide and mean high tide.This information was used to anticipate the effects of sea level rise on the City's infrastructure. Ms. Gertenbach provided quality assurance and technical support. Seawall Repairs Fleet Management, City of Miami Beach, Miami-Dade County, Florida — Ms. Gertenbach provided quality assurance review of protocol and survey plan of approximately 200 linear feet of seawall prior to repairs at the city's fleet management facility. The survey was conducted using video transects to identify and size coral species attached to the wall to satisfy permitting requirements. Biscayne Point Neighborhood Improvement Project, City of Miami Beach, Miami-Dade County, Florida — The project involved a design/build stormwater improvement project in the Biscayne Point neighborhood. The design included roadway and sidewalk improvements and upgrading the existing stormwater system. As a subconsultant, Ms. Gertenbach prepared the Reasonable Assurance Report for submittal to the FDEP in accordance with Chapter 62-528. The purpose of the report was to demonstrate that Underground Sources of Drinking Water were sufficiently protected from stormwater that would be discharged into the groundwater via a series of injection wells to be installed as part of the stormwater upgrade. She was responsible for: choosing a suitable location for installing a temporary well, taking into consideration that the location should be one most likely to find Underground Sources of Drinking Water in the project vicinity and be on public property;choosing a qualified drilling company; negotiating drilling contract; coordinating MOT and drilling material disposal; site restoration; and report preparation. Ms. Gertenbach also provided project management for the seagrass survey required for Miami-Dade County's Class I Permit. Patricia L. Gertenbach, P.G. Page 2 NPDES MS4 Permit Implementation, Florida—Ms. Gertenbach provides leadership and technical support on NPDES Phase I and II Municipal Separate Storm Sewer System (MS4) permit implementation and related water quality issues to FDOT and several south Florida municipalities. Work includes reviewing and updating Standard Operating Procedures and the Stormwater Management Program; preparing, reviewing and submitting Annual Reports (including assistance developing protocols for tracking data); calculating pollutant loads and load reductions in support of BMAP, RAP and other studies; managing GIS database updates; managing maintenance yards and stormwater assets inspections; and providing guidance on new technologies and regulations related to stormwater management. Stormwater Master Planning Services, City of North Miami Beach, Miami-Dade County, Florida—E Sciences was retained to update the City's Stormwater Master Plan and NPDES Stormwater Management Program, and convert their Stormwater Atlas into GIS. Ms. Gertenbach was responsible for the updates to the NPDES SWMP by updating the City's 1993 NPDES Operating Manual to meet the most recent NPDES MS4 permit conditions. Her review and update included meeting with City personnel to develop Standard Operating Procedures and systems for tracking components such as maintenance,street sweeping and training. Ms. Gertenbach formatted the updated SWMP in such a manner as to allow the City to easily make revisions as their protocols or the permit requirements changed. NW South River Drive Bridge PD&E, Miami-Dade County, Florida —As project manager and senior scientist for the PD&E environmental documentation for a historic bridge/4(f) resource at the confluence of the Tamiami Canal with the Miami River, Ms. Gertenbach provided technical oversight and review for environmental reports. This included Contamination Screening Evaluation Report; Wetland Evaluation Report Tech Memo; Water Quality Impact Evaluation; Endangered Species Biological Assessment Tech Memo; Essential Fish Habitat documentation; and Noise Study Report as well as provided environmental support for the Advance Notification. She was the principal author for the Class of Action Determination and EA/FONSI. Fieldwork performed by E Sciences in support of the PD&E included wetland delineation, benthic survey, Level I Contamination Screening and listed species assessment. Ms. Gertenbach was instrumental in developing the strategy to address the National Marine Fishery Service's concerns about EFH – by using locally available data indicating habitat in project vicinity was of generally poor quality, FDOT obtained NMFS concurrence that an EFH report was not required,thereby reducing project costs.A few years after receiving LDCA from FHWA, FDOT contracted with E Sciences to prepare the Reevaluation for this project. PD&E Study US 41/SR 90 (SW7th St and SW 8th St), Miami, Miami-Dade County – Ms. Gertenbach is providing quality assurance and technical support on this PD&E Study of one of the City of Miami's most iconic roadway,s known as Calle Ocho. Issues to be addressed as part of the study include roosting surveys of the federally endangered Bonneted Bat, numerous historic sites,several parks,community involvement, and possible water quality and drainage issues. Vizcaya Gardens,City of Miami, Miami-Dade County, Florida—Ms. Gertenbach provided quality assurance on this restoration project at the prestigious Vizcaya Gardens. E Sciences'team of landscape architects, engineers and scientists worked together to develop restoration plans for two areas in the gardens:the hardwood hammock and the south canal restoration.The hammock had been damaged through the years by storms, including hurricanes, that weakened trees and allowed infestation by exotic invasive plants. E Sciences developed a comprehensive plan for removing invasive species and replanting natives that blended seamlessly with the well-established gardens. For the south canal restoration, E Sciences prepared design plans and applied for a Class I Permit from Miami-Dade County Permitting, Environment and Regulatory Affairs, a permit exemption from FDEP and a Letter of Permission (LOP)from USACE to conduct maintenance dredging activities involving the removal of approximately 1,410 cubic yards of silt and sediments from the bottom of the canal. The objective of this project is to enhance and restore lost hydrologic and biological functions to the canal. E Sciences worked closely with the regulatory community to restore the canal while protecting the mangroves that had encroached into the waterway. E Sciences also developed long-term stream-mangrove maintenance solutions. Miscellaneous Permitting, FDOT District Six, Florida — As project manager, Ms. Gertenbach provided permit support for various projects and permits including DERM Class I and Class IV permits, ERPs, benthic surveys, manatee observations, wetland delineations, preliminary wetlands and environmental assessment of potential greenways, and development of a permit tracking system and a training CD-ROM for teaching scientists how to read road construction plans. ac—.., ENGINEERING m-- Scie ces ENVIRONMENTAL Maria Paituvi, P.E. ECOLOGICAL Senior Engineer Ms. Paituvi has over 13 years of experience in environmental consulting in South Florida. Her technical experience includes environmental assessment Education and remediation of contaminated sites, as well as industrial wastewater B.S., Environmental Engineering Sciences, permitting, environmental compliance, and stormwater permit review and University of Florida, 2005 renewal. Ms. Paituvi has actively collaborated on site investigation and Professional Licenses I Certifications environmental assessments, remedial action planning and design. She is Florida Professional Engineer experienced in data validation, interpretation and reporting, and regulatory License No.73008 compliance. As a project manager, she is responsible for cost estimating and tracking, task scheduling and timely completion of projects. From the OSHA 40 Hour Hazardous Waste various and numerous projects completed, she has gained practical Operations and Emergency Response experience in environmental field investigation, monitoring and sampling Certified FDEP Stormwater, Erosion and tasks, construction planning and oversight, development planning, Sedimentation Control Inspector No. 27077 remediation system installation and operation, and regulatory compliance. Years of Experience Project Experience 13 City of Miami Beach Environmental Engineering Continuing Services, Miami Beach, Miami-Dade County, Florida — Miami Beach Golf Course Maintenance Facility (Green Waste Facility): This site is an undeveloped, bermed area located on the east side of the Miami Beach Golf Club. The site was previously used for solid waste landfilling. The City implemented a material screening plan to remove the buried solid waste. The recovered screened material (RSM)was used to construct a berm around the former landfilled area. Miami-Dade DERM required the City to demonstrate that there is a minimum of two feet of clean fill or other engineering control in place covering areas of solid waste in or around the berm in order pursue regulatory closure for the site. Upon review of the soil data, the City proposed to implement an engineering control (EC)to achieve conditional site closure. Ms. Paituvi prepared a review of historical resources in order to identify the areas of concern to be addressed by the proposed EC, prepared an engineering control design and coordinated regulatory meetings to seek approval of this closure approach. The EC design included guidance and recommendation for the installation of the cover. The proposed EC was constructed and consists of two feet of clean soil over the RSM berm. Ms. Paituvi coordinated and oversaw the construction activities in order to verify the proper installation of the cover and handling of the contaminated soil. Upon completion of the cover installation, E Sciences prepared as-built drawings and cross-sections documenting the constructed condition of the berm. She also prepared and submitted an inspection, monitoring and maintenance plan for the EC. She is currently working with the City and the County to seek regulatory closure of the Site in conjunction with the golf course. Groundwater Elevation Monitoring and Mapping — E Sciences conducted a groundwater elevation monitoring study in order to evaluate the low lying areas vulnerable to sea level rise within Miami Beach. The study was focused on comparing groundwater levels with tidal conditions to evaluate the correlation between fluctuations in the tidal and groundwater elevations. As part of this project, E Sciences collected groundwater elevation data from predetermined locations within Miami Beach, tidal elevation data from NOAA and rainfall data. The data collected was used in conjunction with Light Detection and Ranging (LiDAR) topography and GIS tools to model vulnerability and provide valuable information to assist on future infrastructure planning for the City. Ms. Paituvi participated as the project manager for this study. Ms. Paituvi collaborated with the team members to develop a final report including data evaluation, modeling discussion, and recommendations for the City. Groundwater Elevation Monitoring and Mapping Support, Sunset Harbor— E Sciences is currently assisting the City of Miami Beach on the completion of a groundwater elevation monitoring study in a limited area within the City. This groundwater level evaluation is being conducted by the City to evaluate the soil capacity within this area and implement the findings on the design and installation of a stormwater management system. E Sciences is currently providing the City training and support during installation of the equipment and data collection,data management and modeling efforts. To date, the City has successfully installed equipment and downloaded data with the assistance of E Sciences personnel. Ms. Paituvi is the point of contact and project manager for this project and assist the City with technical inquiries and project coordination. Properties Adjacent to Miami Beach Convention Center—In preparation of development of City owned properties, E Sciences conducted a Phase I ESA for land parcels adjacent to the Miami Beach Convention Center. These parcels included a parking lot west of the convention center and the 21st Street Community Center and Bandshell north of the convention center. The Phase I ESA revealed the historic operation of a golf course on the project sites. This finding was identified as a REC Maria Paituvi, P.E. Page 2 based on the potential historical application of herbicides and pesticides on the ground. A Phase II ESA was conducted by E Sciences in order to evaluate the potential presence of soil and groundwater impacts based on the historical use of the sites. Incremental Sampling Methodology was implemented in order to evaluate the potential presence of soil impacts and limited groundwater testing was conducted. ISM results were indicative of the presence of arsenic concentrations above Miami-Dade criteria. No groundwater impacts were detected based on the limited nature of the assessment. Upon coordination with Miami- Dade RER Department, the City has elected to implement an engineering control and source removal efforts as part of the development plan for the sites. City of North Miami Beach Continuing Environmental Engineering Services, City of North Miami Beach, Miami-Dade County, Florida—Taylor Park: This property is an abandoned dump site that is slated by the City of North Miami Beach for redevelopment as a park. This project was riddled with complex issues, as it is was operated as a solid waste dump and was occupied by a ball field and an operational daycare facility. Ms. Paituvi collaborated on site monitoring activities and documentation, including soil and groundwater sampling and conducted landfill gas monitoring in-situ and inside the on-site building structures. She also participated extensively in the preparation of a Remedial Technology Evaluation for this site, which considered the feasibility and cost efficiency of source removal, pump and treat, hydrologic barriers and the installation of geotechnical surface layer. She is currently the project manager and will be the engineer of record as the cleanup ensues. E Sciences is contracted with Miami-Dade County as the design criteria professional for this project. Citywide Stormwater Management Planning Services: E Sciences to developed an updated stormwater planning documents including: a digital stormwater atlas, a Stormwater Master Plan, a Stormwater Management Program in compliance with the NPDES MS4. Ms. Paituvi served as the project manager for these extensive and varied efforts. Ms. Paituvi reviewed all available information and guided to project team on data gathering and validation tasks. Ms. Paituvi communicated with the client regarding the project goals, data gaps and task status. At this time the digital stormwater atlas has been delivered. The remaining submittals are in draft process and being coordinated with the City to meet their needs. City Hall Asbestos Survey: Under this contract,the City of North Miami Beach requested that an Asbestos Survey and subsequent Asbestos Abatement be completed for specific areas within the City Hall facility. Ms. Paituvi acted as the project manager coordinating the subconsultants and communicated with the City with results, updates and project status. City Hall Indoor Air Quality Survey: The City contracted E Sciences to provide indoor air quality survey based on the discovery of potential mold within the IT section of the City Hall facility. Ms. Paituvi coordinated the work to be conducted by a subconsultant certified mold inspector. Ms. Paituvi provided further assistance to coordinate cleaning of the affected areas and confirm the absence of mold impacts to the City's satisfaction. Greynolds Park Renovations, Preliminary Evaluation Report—This park is currently owned by Miami-Dade County and is used as a recreational park housing a variety of amenities, including a man-made lagoon and bird rookery. The intended hydrologic function of the park was based on historic tidal influences on the fabricated lagoon and rookery. Anthropogenic and weather events have resulted in reduced water quality and aesthetics as well as degraded foraging and breeding habitat for birds, which discouraged recreational use of the park. Stagnant water and flooding are also hydrological impairments at the park. This project was developed to identify issues that must be addressed to return the ecosystem to a more naturally productive state and improve the beneficial use of the park by enhancing and restoring the diminished hydrologic and biological function of the rookery. Ms. Paituvi conducted a historical aerial photograph review and a site visit in order to evaluate the current hydrological park conditions. She collaborated in preparing recommendations regarding restoration to improve the hydrological conditions at the park. At this time, Ms. Paituvi is working on the preparation of construction plans to implement dredging and excavation activities in this natural environment in order to improve the hydrologic flow and flushing effect of the tidal water in this natural system. Phase I Environmental Site Assessment, Multiple Sites and Locations, Florida — The completion of a Phase I ESA requires a thorough historic site and vicinity land use research. The goal of the Phase I assessment is to identify potential sources of environmental contamination that constitute REC. Ms. Paituvi has completed the review of regulatory information and historical data and conducted visual inspections of the subject sites and surrounding areas in order to complete a comprehensive evaluation of potential RECs. Ms. Paituvi has prepared multiple Phase I ESA reports for particular project sites in accordance with the American Society of Testing and Materials. sa .. �— ENGINEERING ' Sc a ces ENVIRONMENTAL Brian Voelker, M.S. ECOLOGIC:AI Senior Scientist Mr. Voelker is a senior scientist with over 21 years of experience specializing in natural resource assessments and permitting, as well Education certified arborist services. He provides numerous ecological services to M.S., Coastal Zone Management, Marine clients, including the following: wetland delineation, function evaluation, Biology, Nova Southeastern University,2000 mitigation design, monitoring, and permitting; upland habitat assessments; B.S., Environmental Studies, State University coastal habitat assessments and permitting; marine and estuarine habitat of New York, 1996 assessments and permitting; protected wildlife assessments and permitting; Professional Licenses/Certifications GPS data collection/mapping and GIS database development; NEPA LIAF Certified Landscape Inspector#2012- document preparation and oversight; sediment and erosion control 125 monitoring. SWS Professional Wetland Scientist#1355 As an ISA Certified Arborist, Mr. Voelker provides numerous consutling ISA Certified Arborist#FL-5378A arborist services to both public and private sector clients, including the ISA Tree Risk Assessment Qualification following: GPS tree inventories and GIS tree database development; PADI Certified Rescue Diver destroyed/damaged tree assessments; tree value estimates; tree grading; tree/utility conflict identification; hazard tree evaluations (risk assessment); FDEP Certified Stormwater Erosion and analysis of tree canopy cover and ecological/monetary benefits; urban forest Sedimentation Control Inspector#29437 management plans; planting and maintenance bid packages, mangrove Years of Experience trimming oversight;tree removal permitting. 21 Project Experience Canopy Analysis, City of Miami Beach, Miami-Dade County, Florida — Mr. Voelker served as lead project scientist for this canopy analysis project for the City of Miami Beach. Using i-Tree Canopy, he and his team estimated the canopy coverage for the City's urban forest, as well as percentage of available space remaining within the City for additional tree planting. Mr. Voelker developed a one-page brochure for public education documenting the information from the study. City of Miami Beach Street Tree Inventory, Miami-Dade County, Florida—Mr. Voelker served as the lead project scientist for two phases of street tree inventory/health assessment for the City of Miami Beach; the two phases encompassed the Normandy Shores and Normandy Isles neighborhoods. The assessments include health and structure evaluations, identification of utility conflicts, pruning recommendations, and general risk evaluations. The resulting GPS data will be used to generate a GIS tree database which the City can then use as a tool for managing urban forest resources in this particular community. The results of this analysis may then be used to develop the framework for a City-wide GIS tree database. Mr. Voelker performed the entire GPS inventory and created the resulting GIS tree database. SR 25/Okeechobee Road and SR 826/Palmetto Expressway Interchange PD&E Study, FDOT District Six, Miami-Dade County, Florida — The FDOT is conducting a PD&E Study for SR 25/Okeechobee Road at the interchange with the SR 826/Palmetto Expressway. The purpose of this project is to improve the existing and future traffic operations and safety conditions along Okeechobee Road at the interchange with Palmetto Expressway and the signalized intersections between NW 79th Avenue and W 18th Avenue. E Sciences prepared the environmental technical studies, including the Natural Resource Evaluation Report, Contamination Screening Evaluation Report and Sociocultural Evaluation Report, and the Type 2 Categorical Exclusion document. Mr.Voelker served as lead Senior Scientist for this project. SR 924 Extension from NW 97th Avenue to HEFT Interchange, Miami-Dade County, Florida —The project consists of the expansion of SR 924/Gratigny Parkway from its current terminus at SR 826 to the HEFT. The primary purpose of this corridor extension project is to improve access and meet east/west mobility needs for commuters and freight traffic. This extension will alleviate existing and future local traffic congestion by providing improved access to the integrated expressway network of SR 826, 1-75, SR 924,and the HEFT. Mr.Voelker prepared the Natural Resources Evaluation Report for this project in accordance with Part 2,Chapters 18 and 27,of FDOT's PD&E Manual. Brian Voelker, M.S. Page 2 SR 836 from NW 17th Avenue Interchange to Mid-Town Interchange(SR 836 Bridge Over the Miami River), Miami, Miami- Dade County, Florida —This project involved a benthic resources assessment and permitting assistance for the portion of the proposed roadway improvements over the Miami River. The project included a baseline benthic resources assessment, which included a 3-D GIS analysis of existing bridge shading vs. potential shading associated with bridge improvements.The project also involved a Time-Zero monitoring event to measure pre-project light levels at the seagrass beds; the light readings from this event will be compared to future(i.e. post bridge widening) light readings to verify that adverse shade impacts to seagrass coverage are not occurring. The use of light measurements as a success criterion is a first for SFWMD compliance monitoring. Mr. Voelker served as lead senior scientist on this project. Greynolds Park Habitat Restoration, North Miami, Miami-Dade County, Florida—This work was performed for the Miami- Dade County Parks, Recreation, and Outdoor Spaces Division (PROS) as a subconsultant. The work involved the design and permitting of a habitat restoration project intended to improve water quality and flushing for the estuarine mangrove habitat comprising the majority of the ±249 acre park. Elements of the project included wetland delineation and habitat mapping, earthwork/grading design, and supplemental planting design. Mr. Voelker served as lead project scientist on this project, performing extensive field reviews, preparing and submitting permit applications, and attending meetings with regulatory agencies and County staff. Homestead Extension of the Florida Turnpike (HEFT) Widening from SW 72nd St (Sunset Dr.) to SW 40th St (Bird Rd.) Design Build, Miami-Dade County, Florida—This project consists of widening the HEFT from SW 72nd St(Sunset Dr.)to north of SW 40th St (Bird Rd). Improvements include widening from three lanes in each direction to five lanes. Other improvements include bridge widenings over SW 60th St Canal, SW 56th Street, SW 40th Street, intermediate access(slip)ramps for the express lanes, removal and replacing existing NB SR 821 off-ramp(Ramp A), widening of SW 40th Street(Bird Rd), addition of turn lanes and signal improvements along SW 40th Street, and construction of new toll equipment structures. Mr. Voelker is assisting with the project environmental permitting, including tree removals on off-system roads. Vizcaya Museum and Gardens, City of Miami, Miami-Dade County, Florida — This project involved a multi-disciplinary landscape architecture and environmental restoration plan for the waterways and tidal pool within the museum's property.The plan included planting designs based on historic flora inventories, including mangroves, native hardwood hammock and coastal scrub species. The project resulted in improved ecological functions and water quality improvements, improved landscape aesthetics, and increased recreational functions and values. Mr. Voelker served as the lead project scientist for the project, attending contractor meetings and conducting compliance inspections. Biscayne Bay Coastal Wetlands GIS, Miami-Dade County, Florida—This 45,000-acre project is generally located between US 1 and Biscayne Bay in southeast Miami-Dade County. The purpose of this project was to create an updated, generalized National Wetlands Inventory map of the Biscayne Bay Coastal Wetlands (BBCW) project area for planning purposes. Through a combination of aerial photograph interpretation and field verifications, Mr. Voelker updated the 1990 NWI map updated using Arcview GIS to reflect changes(i.e.wetland loss, change in vegetative cover)that have occurred since 1990. Coastal Construction Control Line Permitting, City of Miami Beach, Miami-Dade County, Florida—Mr. Voelker assisted a landscape architectural firm with the processing of a CCCL (Coastal Construction Control Line) Permit through the FDEP. In particular, a CCCL survey was prepared, through a combination of field ground truthing and CAD work, and then related the proposed improvement features to the CCCL in CAD drawings, which were submitted to the FDEP as part of the CCCL permit application. Design/Build Section 5 SR 826/Palmetto Expressway at the SR 836/Dolphin Expressway Interchange Restoration, FDOT District Six, Miami-Dade County, Florida — This multi-year major design/build transportation project included landscape architecture design and consulting arborist services, including a GPS tree inventory/condition assessment, tree relocation planning, master plan development, preparation of construction documents, and construction observation. Mr. Voelker conducted the tree inventory. sc ss ISc�e Ces ENGINEERING ENVIRONMENTAL Rachel Vitek, M.S., GISP ECOLOGICAL Project Scientist Ms.Vitek is a project scientist with over eight years of experience,specializing in NPDES permit implementation,GIS production and analysis, and database Education management. She provides support for the FDOT District Four and multiple M.S., Geographic Information Systems, municipalities in the implementation of their NPDES programs. Compliance Florida State University,2010 with their Phase I and Phase II MS4 NPDES permits includes stormwater B.S.,Environmental Studies, treatment facility and outfall inspections, maintenance yard inspections, Florida State University,2009 maintaining and/or creating an inventory of stormwater system components in Professional Licenses I Certifications GIS,coordination with agencies and co-permittees,TMDL and BMAP support, GISP Certification No.67671 and preparing Annual Reports for submittal to the FDEP. Certified FDEP Stormwater, Erosion and Sedimentation Control Inspector#25438 Ms. Vitek's prior experience with the Arizona Game and Fish Department and Instructor#689 involved supporting the wildlife connectivity project conducted throughout the Years of Experience state. 8 Project Experience SR 836 Bridge Time Zero Seagrass Shade Impact Monitoring,City of Miami, Miami-Dade County,Florida—Mr.Vitek used Google Sketch Up to model the current size of the SE 836 Bridge over the Miami Canal as well as the proposed expanded size of the bridge.A shade study was performed on each model and compared in ArcMap 10.3 to visualize the increased shade coverage over the canal and seagrass. Stormwater Master Planning Services,GIS Geodatabase Creation/Georeferencing and Digitizing Stormwater Atlas,City of North Miami Beach, Miami-Dade County, Florida — Ms. Vitek worked with the City to build a stormwater asset GIS geodatabase. This included creating the GIS geodatabase to meet the needs of the City and comply with NPDES permit requirements, georeferencing the 15 stormwater atlas pages provided by the City, and digitizing the assets into the GIS ,geodatabase. In addition, the atlas was not to scale, so aerials were used to double check the information provided in the atlas when possible. The GIS geodatabase included four feature classes with assets types of text, drop downs, domains, and hyperlinks. NPDES MS4 Permit Implementation and Coordination,FDOT District Four,Florida—In accordance with FDOT District Four Phase I and Phase II MS4 NPDES permits,Ms.Vitek provides technical oversight for inspections of stormwater treatment facilities and outfalls to identify functional defects and the inspection of the District Maintenance Facilities to verify that the BMPs are operational and to determine changes necessary to improve runoff quality. This includes the review of as-built plans, SFWMD ERPs, various property appraiser web maps, and/or historical aerial data. Additional tasks performed include coordination with agencies and co-permittees, preparation of Annual Reports for submittal to the FDEP, providing training(Illicit Discharge, Pollution Prevention, Sediment and Erosion Control), researching easements for stormwater facilities, communicating regularly with the Operations Centers on maintenance and reporting issues and Drainage Connection Permit (DCP) tracking, and developing and updating SOPs for various components of the NPDES permit. Ms. Vitek also provides support for FDOT during the TMDL and BMAP processes. NPDES MS4 Permit Implementation, St Lucie Estuary BMAP, FDOT District Four, Florida —Ms. Vitek provides technical support to FDOT District Four by attending BMAP meetings, preparing meeting minutes, and functions as an extension of FDOT's staff in coordinating with and providing information to FDEP as requested,such as FDOT right of way maps and completed projects. Working with FDOT's GIS department, E Sciences created the SLE basin right of way shape file. For the completed projects list, E Sciences reviews permits, Project Suite Enterprise(PSEE),plans and drainage reports to develop GIS files of stormwater treatment facilities and their associated basins. E Sciences verified the FDEP model and project credit calculations to ensure pollutant loads assigned to FDOT were in accordance with land uses and acreages.E Sciences also calculates project credit reductions as requested by FDEP. Rachel Vitek, M.S., GISP Page 2 NPDES MS4 Permit Implementation: Central Indian River Lagoon BMAP,FDOT District Four, Florida—Ms.Vitek provides technical support to FDOT District Four by attending BMAP meetings, preparing meeting minutes, and functions as an extension of FDOT's staff in coordinating with and providing information to FDEP as requested,such as FDOT right of way maps and completed projects.Working with FDOT's GIS department,E Sciences created the CIRL basin right of way shape file.For the completed projects list, E Sciences reviews permits, PSEE, plans and drainage reports to develop GIS files of stormwater treatment facilities and their associated basins. E Sciences verified the FDEP model and project credit calculations to ensure pollutant loads assigned to FDOT were in accordance with land uses and acreages. E Sciences also calculates project credit reductions as requested by FDEP. NPDES MS4 Permit Implementation: Bacterial Pollution Control Plan, FDOT District Four, Florida—Ms. Vitek assisted in the preparation of the BPCP in accordance with Part VIII of Broward County's Term 3 NPDES MS4 permit.The BPCP prepared for FDOT was one of the first submitted to FDEP, and approved with no requests for additional information. For FDOT, E Sciences developed a streamlined approach that focused on the roadway right of way and stormwater infrastructure. NPDES MS4 Permit Implementation: GIS Geo-Database Management and Maintenance, FDOT District Four,Florida—In accordance with FDOT District Four Phase I and Phase II MS4 NPDES permits, Ms. Vitek manages and maintains an asset geodatabase. Her work includes adding to, updating and removing assets from an ArcGIS geo-database including appropriate attribute information. She also coordinates with FDOT GIS staff to assist in updating the GIS geo-database with NPDES updates as needed and guidance on information that should be tracked or removed. GIS Database Support, FDOT District Four, Florida—Ms. Vitek performs georeferencing and digitizing services to assist with populating FDOT District Four's stormwater asset drainage database. Tasks include Georeferencing As-Built plans, analyzing the flow of the system, digitizing the drainage assets, and adding appropriate attribute information to be included in FDOT's GIS Database, as requested for compliance with FDOT's NPDES permit and per requests from the Drainage and Maintenance Departments. Pre-PD&E Wildlife Monitoring 1-95 at Loxahatchee River, FDOT District Four, Palm Beach and Martin Counties, Florida —Ms.Vitek conducted wildlife monitoring at three wildlife crossings associated with the Loxahatchee River along 1-95.Monitoring included the use of Moltrie M-80 motion sensing cameras. Data was collected from cameras once a week and checked for proper functioning, and camera position. Camera positions were also marked using a Trimble GeoXT sub-meter GPS unit and incorporated into associated report figures. Animal species photographed using the motion sensing cameras were accurately identified to genus,and to species when possible. Indirect wildlife observations such as tracks,and scat in the subject areas were also noted and identified when possible. Bacterial Pollution Control Plan Preparation, Town of Southwest Ranches & Cooper City, Broward County, Florida— Ms.Vitek provided technical support for preparation of the BPCP in accordance with Part VIII of Broward County's Term 3 NPDES MS4 permit. E Sciences prepared a comprehensive list of stakeholders that included not only the municipalities, but also Broward County, local Water Control Districts, SFWMD, FDEP,the Florida Department of Health(for input regarding septic systems),and the Florida Department of Agriculture and Consumer Services (FDACS – for input regarding nurseries, farms and ranches). Invitations were sent to all stakeholders for the kickoff meeting,which was well-attended. E Sciences prepared an overview of the BPCP process that was presented at the kickoff meeting to ensure all attendees understood the regulatory requirements and the goals of the meeting. The kickoff meeting included a"maps-on-the-table" breakout session, where meeting attendees broke out into two groups,and marked on oversized maps of the TMDL watershed(prepared by E Sciences)locations that may be a source of fecal coliform contamination. These potential sources were then visited the next day during the"Walk the Waterbody" (WTW) exercise. E Sciences rented a 15-person van for the WTW to facilitate discussion among stakeholders as potential sources were inspected. The results of the kickoff meeting, maps-on-the-table and WTW exercises were compiled into a joint BPCP submitted to FDEP and approved. Se es ENGINEERING :- Sciences ENVIRONMENTAL ECOLOGICAL Stephanie Nevadunsky, E.I. Staff Engineer Ms. Nevadunsky is a staff engineer with over five years of experience providing engineering support for NPDES permit implementation and Education engineering design projects. Her experience lies in report writing, stormwater B.S., Environmental Engineering, University management design,construction document preparation, permit applications, of Florida, 2015 NPDES stormwater facility inspections, and preparing site assessment Professional Licenses!Certifications drawings. She also has experience with water treatment plant projects design State of Florida Engineer Intern, No. and permitting. Ms. Nevadunsky has experience in industrial air permitting 1100020465 and data accumulation, spill prevention regulatory plans, and industrial site water distribution. She also has experience in solid and hazardous waste Certified FDEP Stormwater, Erosion and management. Sedimentation Control Inspector, No. 34481 Years of Experience Project Experience 5 Pennsuco Resource Recovery Management Facility (RRMF)Stormwater Design and Permitting, Titan Florida, Pennsuco Complex, Medley, Florida— Ms. Nevadunsky provided engineering support for the design of stormwater practices to meet treatment requirements for a proposed RRMF at the project site. Structural control stormwater BMPs such as wet detention, dry retention, and exfiltration practices were evaluated for feasibility and cost effectiveness at the site.The alternatives analysis study for the site concluded that exfiltration would be the most practical at the site to achieve the Client's goals and to reduce the amount of land needed for stormwater treatment. ICPR4 stormwater modeling of the proposed treatment system for the new facility has also been performed by Ms. Nevadunsky. NPDES MS4 Permit Implementation, St Lucie Estuary BMAP, FDOT District Four, Florida — Ms. Nevadunsky provides technical support to FDOT District Four by attending EMAP meetings and reviewing the completed projects list, permits, plans and drainage reports to develop GIS files of stormwater treatment facilities and their associated basins. She verifies the FDEP model and project credit calculations to ensure pollutant loads assigned to FDOT were in accordance with land uses and acreages. E Sciences also calculates project credit reductions as requested by FDEP. Stormwater Design for Horse Facility, Miami-Dade County, Florida— Ms. Nevadunsky provided engineering support for the design of stormwater practices to meet treatment requirements for a proposed equestrian facility in an environmentally sensitive area. Structural control stormwater BMPs such as wet detention and dry retention were evaluated for feasibility and cost effectiveness at the site.The alternatives analysis study for the site concluded that a swale and wet detention pond combination will be the most practical at the site to achieve the Client's goals and to reduce the amount of land needed for stormwater treatment. Ms. Nevadunsky prepared stormwater design plans and permit exhibits for permitting with the SFWMD, Miami-Dade RER, and the USACE. Environmental Resource Permit Evaluation, Titan Florida, Pennsuco Complex, Medley, Florida — Ms. Nevadunsky conducted an agency file review of the environmental resource permits at an aggregate mining and cement manufacturing facility to assist the Client in understanding which permits have been issued for the site and their status. Ms. Nevadunsky prepared a memo and exhibits to document the findings and relay this information to the Client. NPDES MS4 Permit Implementation and Coordination, FDOT District Four,Florida—In accordance with FDOT District Four Phase I and Phase II MS4 NPDES permits, Ms. Nevadunsky conducts inspections of stormwater treatment facilities and outfalls to document conditions and report maintenance deficiencies. This includes the review of engineer construction documents, as- built plans, and applicable Environmental Resource Permits. Additional tasks performed include preparation of MS4 Annual Reports for submittal to the FDEP; Illicit Discharge Detection and Elimination inspections, reporting, and tracking; and researching easements for stormwater facilities. NPDES MS4 Phase I Permit Technical Assistance, Town of Southwest Ranches, Broward County, Florida — Ms. Nevadunsky compiled information for and prepared the Town's NPDES MS4 Cycle 3 Year 5 NPDES annual report. This included in-house work to gather and review the information, review of previous submittals and previous feedback from FDEP, and electronic submittal to FDEP. ENGINEERING SCI ces ENVIRONMENTAL Jennifer Marie Savaro ECOLOGICAL Staff Scientist Ms. Savaro is a staff scientist with over six years of experience, specializing in natural resource assessments and permitting. She provides upland habiat Education assessments, marine and estuarine habitat assessments and permitting, GPS MS, Marine Biology and Coastal Zone data collection and GIS mapping. Management,Oceanographic Center, Nova Southeastern University(2015) Ms. Savaro's prior experience includes performing tree/landscape reviews and comments, preparing after-the-fact tree permits,and conducted tree surveys as BS, Marine Science, Marine Biology a regulator for Miami Dade County RER. specialization, Environmental Science minor, Marine Science Department, Project Experience Coastal Carolina University, Conway, SC City of Miami Beach Environmental Engineering Continuing Services, (2011) Miami Beach, Miami-Dade County, Florida — Green Waste Facility Professional Licenses/Certifications Evaluation:E Sciences provided additional surface water sampling activities American Academy of Underwater associated with the process of pursuing regulatory closure of the site at Miami Sciences(AAUS)Scientific Diver Beach Golf Course. Ms. Savaro conducted four irrigation water sampling Dive Master(NAUI) events. Miami Beach Fleet Management Facility: E Sciences provided assessment activities associated with interim groundwater monitoring Certified Arborist(ISA) associated with a historic petroleum leak from an underground storage tank. FWC Authorized Gopher Tortoise Agent A discharge associated with the presence of synthetic oil was discovered OSHA 40 Hour HAZWOPER based on the presence of free floating product in an onsite monitoring well. Years of Experience groundwater monitoring events were conducted quarterly. Ms. Savaro 6 assisted with the groundwater monitoring. City of Miami Beach Tree Inventory,Phase 3 and 4:E Sciences is providing tree inventory services for the City of Miami Beach. Ms. Savaro performed GPS data collection, tree assessment and measurement and maintenance recommendations. Emergency Surface Water Bacteria Sampling: E Sciences was responsible for collecting surface water quality samples for bacteriological testing on an emergency basis for the City of Miami Beach. This sampling was necessary to due to a sewer line break. Ms. Savaro role was to coordinate with the City of Miami Beach and collect the surface water samples. 815, Street Kayak Launch: E Sciences is providing permitting support for 81St Street Kayak Launch project in Miami Beach, Florida. Ms. Savaro assisted with the benthic survey and preparing the Natural Resources Assessment Report and permit applications. Parkview Island Park Kayak Launch: E Sciences is providing permitting support for the Parkview Island Park kayak Launch project in Miami Beach. Ms. Savaro conducted a seagrass survey for a proposed kayak launch at Parkview Island Park and assisted with permitting. NE 151St Street and Biscayne Boulevard Intersection Improvements, City of North Miami, Miami-Dade County, Florida— E Sciences is providing a Phase I assessment, wetland delineation and permitting support for roadway improvements at US 1, Biscayne Boulevard and NE 151st Street. Ms. Savaro's prepared the Natural Resources Assessment and permit applications for Miami-Dade County RER, SFWMD,and USACE. SW 137th Avenue Permitting Support,Miami-Dade County,Florida—E Sciences is revising reports and application packages based on revised plans for roadway improvements to SW 137th Avenue. Ms. Savaro assists with the wetland and listed species survey, coordination with agencies and preparing permit applications for Miami-Dade County RER, SFWMD, and USACE. Corridor Study for SR-5/US-1/S Dixie Highway,FDOT District Six,Florida—E Sciences prepared a planning level document that outlined potential project impacts related to environmentally sensitive and natural resources as well as potential contamination impacts to the project. Ms. Savaro assisted with the preparation of the environmental study. Phase II Environmental Site Assessment for Grand Avenue and Florida Avenue Parcels, Coconut Grove, Miami-Dade County,Florida—E Sciences conducted a Phase I and Phase II Environmental Site Assessment for multiple properties located in Coconut Grove. Ms. Savaro conducted groundwater sampling at these sites. Jennifer Marie Savaro Page 2 Ruck's Park/Former Pioneer Gardens City of North Miami, Miami-Dade County, Florida—E Sciences is assisting the City of North Miami with ongoing assessment and related activities for the Former Ruck's Park/Pioneer Gardens property. Soil and groundwater contamination was previously identified in numerous sample locations. E Sciences submitted a sampling plan to establish the groundwater conditions at the property boundary to develop a remedial strategy that would be coordinated with site redevelopment. Ms. Savaro conducted monitoring well installation oversight and conducted groundwater sampling. Taylor Park, City of North Miami Beach, Miami-Dade County, Florida—E Sciences is providing design criteria professional services associated with the remediation of the Taylor Park site. This included conducting site visits to locate and document the integrity of each monitoring well and methane probe,as well as conduct methane and groundwater sampling actives. Ms. Savaro assisted with the location of the monitoring wells and groundwater sampling. PortMiami Impact Assessment,Miami-Dade County,Florida—E Sciences is providing biological diving services in PortMiami to conduct monitoring of sedimentation impacts associated with the PortMiami Dredge Project. Ms. Savaro assisted with data collection, including video, photographs, sediment data,and octocoral data. PortMiami Julia Tuttle Seagrass, Miami-Dade County, Florida—E Sciences is providing biological diving services near the Julia Tuttle Causeway to conduct monitoring of seagrass mitigation associated with the PortMiami Dredge Project. Ms. Savaro assisted with conducting seagrass monitoring and mapping near the Julia Tuttle Causeway. 102nd Avenue from NW 66th Street to 74th Street,City of Doral,Miami-Dade County,Florida—As a subconsultant,E Sciences performed a Phase I ESA for the City of Doral. The site is a roadway segment for a roadway improvement project that had an active fly ash landfill adjacent to the site. Ms. Savaro assisted with a wetland delineation,tree survey and tree permitting. Miami Lakes Safe Routes to School, Town of Miami Lakes, Miami-Dade County, Florida —As a subconsultant on this project, E Sciences conducted a Bonneted bat survey for the Town as part of a roadway improvement for a Local Agency Planning (LAP) project. Ms. Savaro prepared an inspection report. Samson Oceanfront Park Coastal Construction Control Line Permitting,Sunny Isles Beach,Miami-Dade County,Florida, —The City of Sunny Isles wishes to improve its Samson Oceanfront Park and engaged RJ Behar & Company to design the improvements. E Sciences was brought onto the team to provide the Coastal Construction Control Line permitting for the project. Ms. Savaro conducted monthly progress report inspections. Ecological Assessment and SWPP, City of Davie, Miami-Dade County, Florida — E Sciences provided an Ecological Assessment that will include jurisdictional wetlands,wildlife habitat/utilization and regulated trees that are located on the property. Ms. Savaro assisted with the field inspection of the site to determine jurisdictional wetlands,wildlife and regulated trees. She also assisted in preparing the Ecological Assessment Report. Deep Dredge Environmental Monitoring, Miami-Dade County, Florida— PortMiami relocated Acropora cervicornis corals in anticipation of the proposed deep dredging project that will make the port compatible with Panamax cargo ships that are anticipated to utilize the port following the widening of the Panama Canal. E Sciences is providing scientific divers to conduct monitoring of seagrasses and corals, as well as benthic surveys associated with this project. Ms. Savaro conducted a benthic survey at the PortMiami Pilot Station. She also assisted with monitoring of relocated non-Acropora corals for this project. SW 72nd Street (Sunset Drive)to SW 40th Street (Bird Road) Design Build, FDOT District Six, Miami-Dade, Florida— E Sciences is a subconsultant, providing an assessment of the corridor to identify the potential for the proposed design to impact regulated environmental resources. Ms. Savaro assisted with the field inspection to determine environmental resource impacts. f ENGINEERING /� t .- SCI Ces ENVIRONMENTAL Jana K. Ash, M.S ECOLOGICAL Staff Scientist Ms. Ash is a staff scientist with four years of experience, specializing in the Education NPDES program. She provides support for the FDOT District Four NPDES program, compliance with their Phase I and Phase II MS4 NPDES permits; M.S., Marine Biology and Coastal Zone includes TMDL and BMAP support, stormwater treatment facility and outfall Management, Nova Southeastern inspections, and preparing Annual Reports for submittal to the FDEP. University, Dania Beach, FL(2015) B.A., Biology, Marine Science minor, Ms.Ash's prior experience with Broward County's Environmental Licensing and Wittenberg University, Springfield, OH Building Permit Division includes monitoring water quality under the MS4 (2009) permit.Water samples were taken using water quality Sondes,at various sites Professional Licenses 1 Certifications on Broward County canals. She would calibrate, post-calibrate, deploy, and American Academy of Underwater maintain water quality Sondes and collected monthly grab samples for ground Sciences(AAUS)Scientific Diver truthing the weekly data collected from monitoring. Other tasks included: SCUBA Certified–Advanced Open Water, reviewing water quality data, aided in writing the annual report, and writing Rescue, and Enriched Air Diver certified standard operating procedures. Certified FDEP Stormwater, Erosion and Sedimentation Control Inspector#34899 Project Experience FSA Stormwater Operator–Level 2 NPDES MS4 Permit Implementation and Coordination, FDOT District Four, Florida— In accordance with FDOT District Four Phase I and Phase Years of Experience II MS4 NPDES permits, Ms. Ash conducts, schedules, and coordinates 4 inspections of stormwater treatment facilities and outfalls. Inspections include stormwater treatment facilites and outfalls to identify functional defects.This includes the review of as-built plans and the SFWMD Environmental Resource Permits. Ms. Ash prepares deliverables of inspection results for submittal to FDOT District Four. Additional tasks include developing and updating SOPs for various components of the NPDES permit,preparation of Annual Reports for submittal to the FDEP, coordination with agencies and co-permittees, performing IDDE and reporting and updating the construction monthly progress report tracking table. Ms. Ash also provides support for FDOT during the TMDL and BMAP processes. Monthly Interagency Meeting Coordination and Support, FDOT District Four, Florida — E Sciences is providing FDOT District IV on-going coordination for the monthly interagency coordination meetings. Ms. Ash assists with the preparation of the monthly agenda. NPDES MS4 Phase I Permit Technical Assistance, Town of Southwest Ranches, Broward County, Florida — Ms. Ash compiled information for and prepared the Town's NPDES MS4 Cycle 3 Year 5 NPDES annual report. This included in-house work to gather and review the information, review of previous submittals and previous feedback from FDEP, and electronic submittal to FDEP. Environmental Impact Review, Pinecrest, Miami-Dade County, Florida — Ms. Ash performed a site visit to perform an assessment of the presence of protected plant and wildlife species for the Village of Pinecrest due to the proposal of developing the subject site.The site visit included visual observations of vegetative species present throughout the site. Source Removal,South Pack House Site,Titan Pennsuco Complex,City of Medley, Miami-Dade. Florida—Ms.Ash was on site to observe, guide, and document excavation activates for the source removal of arsenic. This included taking photos of the excavation site and notes on all activities. In addition samples were taken each day for the analysis of arsenic. Jana K. Ash Page 2 Bonneted Bat Survey, Miami Lakes Safe Routes to Schools, Local Agency Program Project, Miami Lakes, Miami-Dade County, Florida — Ms. Ash performed a Florida bonneted bat survey associated with the Safe Routes to Schools project, involving roadway improvements including removal of existing trees along the corridor. A visual assessment was completed by walking the corridor, and reviewing the area for the presence of bats or bat roosting activity within those trees proposed for removal. Continued TMDL and BMAP Coordination, Districtwide Implementation and Maintenance of NPDES Permits, FDOT District Four,Florida—Ms.Ash provides continued support on TMDLs research and prioritization.She updates and summarizes data related to BMAPs and TMDLSs throughout FDOT District Four including preparing tables, graphs and maps. GIS Database Support, FDOT District Four, Florida— Ms. Ash reviews georeferenced as-built roadway plans to assist with populating FDOT District Four's stormwater asset drainage database, as requested for compliance with FDOT's NPDES permit. Research for Loxahatchee River Projects, FDOT District Four, Florida—Ms. Ash performed research to provide a table of construction projects that were completed or underway within the last 5 years that are in, or discharge to, the Loxahatchee River WBIDs. Research included updating MPR tables, determining which construction projects are within the Loxahatchee River RAP boundary,permit review to determine which projects provided stormwater treatment,and preparing maps with project boundaries. Illicit Discharge Detection and Elimination (IDDE)Training,FDOT District Four,Florida—Ms.Ash conducted IDDE training in compliance with the Department's NPDES Phase I and II MS4 Permits.Tasks included updating E Sciences' IDDE presentation and conducting IDDE training for the District Bridge Inspectors. PortMiami Julia Tuttle Seagrass, Miami-Dade County, Florida—E Sciences provided seagrass mitigation monitoring services for the PortMiami Deep Dredge project including biological diving near the Julia Tuttle Causeway. Ms.Ash assisted with conducting seagrass monitoring. NPDES MS4 Phase II Permit Technical Assistance,Treasure Coast,Florida—Ms.Ash compiled information for and prepared the Treasure Coast NPDES MS4 Cycle 3 Year 4 NPDES annual report. This included in-house work to gather and review the information, review of previous submittals and previous feedback from FDEP, complete Phase II Annual Report form and electronic submittal to FDEP. NPDES MS4 Phase I Permit Technical Assistance, Palm Beach County, Florida— Ms. Ash compiled information for and prepared the Palm Beach County NPDES MS4 Cycle 4 Year 1 NPDES annual report.This included in-house work to gather and review the information, review of previous submittals and previous feedback from FDEP, complete Phase I Annual Report form and electronic submittal to FDEP. te(�1ees r-- ENGINEERING +�- Sce ces ENVIRONMENTAL Andrew Calhoun ECOLOGICAL Staff Scientist Mr. Calhoun is a staff scientist with over three years of experience, specializing in GIS production and database maintenance. He provides support for FDOT Education District Four NPDES program including compliance with their Phase I and Phase MS, Marine Biology, Nova Southeastern II MS4 NPDES permits and maintining an up to date inventory of the stormwater University, Dania Beach, FL, 2016 drainage assets. In addition, Mr. Calhoun has assisted in the creation and BS, Biology, Old Dominion University, population of the stormwater drainage assets in the City of North Miami Beach. Norfolk,VA,2011 He has aided in the production of figures and reports for a variety of Professional Licenses I Certifications environmental projects. He also provides in-house suport as an Environmental SCUBA Certified–Open Water,Advanced, Liason to FDOT District Four. Rescue Diver, &Nitrox FDEP Certified Stormwater Erosion and Mr. Calhoun's prior experience includes using ArcGIS software to analyze Sedimentation Control Inspector#32836 sediment data,tracking benthic surveys and data point with ArcPad and Global Years of Experience Mapper, creating maps with ArcGIS to be used in an interactive web-based survey aimed at revealing areas around Key Biscayne that are frequented for 3 fishing, boating, SCUBA and beach going activities, using survey data to create final maps highlighting areas of high usage around Key Biscayne,and creating species distribution maps. Project Experience Beach Corridor Rapid Transit, Miami-Dade County Department of Transportation and Public Works, Miami-Dade County Florida—E Sciences is tasked with providing the environmental documentation to satisfy the NEPA requirements for federal funding for the Beach Corridor Rapid Transit project.This project is an approximately 13 mile corridor that extends from the Miami Design District to Government Center,eastbound along 1-395 to Miami Beach and north to the Miami Beach Convention Center. Several alternatives are being evaluated to provide a rapid transit solution. Funding agencies include the Federal Transit Agency, FDOT, Miami-Dade County and the Cities of Miami and Miami Beach. Mr. Calhoun is working to aid Mrs. Nadia Locke in various phases of the environmental review,including screening the corridor and various alternatives for environmental impacts and writing reports to document these analyses. Environmental Permitting Dickens Avenue Kayak Launch,City of Miami Beach, Miami-Dade County, Florida—E Sciences conducted a preliminary site visit of Park View Island Park to assess regulated resources(i.e. mangroves,seagrasses, and coral) within the park to support submittal to permitting agencies for a proposed kayak launch. Mr. Calhoun evaluated the site for any occurrence of these regulate resources and presented his findings on a GIS map. Dolphin Park and Ride PD&E Support, Miami-Dade County, Florida — As a subconsultant on the MDX GEC contract, E Sciences completed a wetland and wildlife evaluation in accordance with Part 2,Chapters 18 and 27,of the FDOT PD&E Manual for a proposed park and ride facility within the northwest quadrant of the N.W. 12th Street and the HEFT interchange with a bus only access between the Dolphin Mall and the proposed park and ride. Mr. Calhoun prepared GIS figure maps and conducted a field survey for the wetland and wildlife evaluation report. SR 874/SW 72nd Street Interchange CSER, Miami, Miami-Dade, Florida — E Sciences conducted an evaluation of potential contamination concerns associated with a roadway corridor improvement and prepared a CSER. Mr. Calhoun performed the preliminary desktop screening using the ETDM Environmental Screening Tool. PD&E for SR 826 and SR 25 Interchange,FDOT District Six,Florida—As a part of the SR 826/Okeechobee Road Interchange PD&E study, E Sciences performed desktop and field reviews in support of an ESBA,Wetland Evaluation Report,CSER,and Socio- cultural Evaluation. Mr. Calhoun created figure maps for the ESBA, WER, and SCE. Mr. Calhoun also aided in the field survey for the ESBA and WER,and performed the desktop review for the preliminary SCE. Andrew Calhoun Page 2 SR 836 Bridge Time Zero Segrass Shade Impact Monitoring,City of Miami, Miami-Dade County, Florida—In accordance with FWC Protocol, E Sciences conducted a benthic survey under the SR 836–1-95 Interchange Bridge passing over the Miami River. Staff scientists surveyed the project area to identify any seagrass beds present at the project site. In the field, Mr.Calhoun collected GPS coordinates to outline the perimeters of two seagrass beds found at the project site,and aided as safety personnel for the project. He also helped draft text and prepared figures for the project report,and modeled how widening the SR 836 bridge would affect the amount of shade that would be cast over the underlying seagrass beds. Mr. Calhoun also helped to monitor the amount of light the seagrass beds get pre-bridge widening. Monitoring was performed during peak growth season for seagrass. Light recordings were collected every hour for ten hours at the water surface and at the bottom of specified locations. Stormwater Master Planning Services–GIS Geodatabase Creation/Georeferencing and Digitizing Stormwater Atlas,City of North Miami Beach, Florida—Mr. Calhoun assisted in georeferencing, digitizing, and creating attributes of the City of North Miami Beach's stormwater Atlas,which was provided in pdf.format.Tasks included converting pdf pages to png to overlay on aerials, georeferencing stormwater atlas pages, digitizing stormwater assets, and creating attribute tables for each type of asset in a GIS geodatabse file. Fort Lauderdale Continuing Environmental Services, City of Fort Lauderdale, Broward County, Florida — HUD Environmental Review, Rock Island Neighborhood Improvements: E Sciences performed an HUD environmental review for the Rock Island community. Mr. Calhoun created a location,topographic, historical structures,floodplain,and wild and scenic rivers map for the project area. HUD Environmental Review, Golden Heights Neighborhood Improvements:E Sciences performed an HUD environmental review for the Golden Heights community. Mr. Calhoun created a location,topographic, historical structures, floodplain, and wild and scenic rivers map for the project area. HUD Environmental Review of the Progresso Neighborhood:E Sciences performed an HUD environmental review for the Progresso community. Mr. Calhoun created a location, topographic, historical structures, floodplain, and wild and scenic rivers map for the project area. HUD Environmental Review of Palm Aire Fence Improvements:E Sciences performed a HUD environmental review for a fence improvement project for the Palm Aire Village Community along the west side of NW 31st Avenue and north side of 62nd Street in Fort Lauderdale. Mr. Calhoun created a location, topographic, historical structures, floodplain, and wild and scenic rivers map for the project area. HUD Environmental Review of 632 NW 15th Terrace:—E Sciences performed a HUD environmental review for the rehabilitation of a house located at 632 NW 150 Terrace. Mr.Calhoun created an aerial, location,and topographic map for the project area. Environmental Support Services, In-house Environmental Liaison, FDOT District Four, Florida—Mr. Calhoun provides in- house assistance,organizing a hard copy and electronic copy library of FDOT District Four PD&E studies,Cultural Resource studies, and Contamination studies.Organization and maintenance of these libraries is used to help update the existing FDOT District Four PD&E GIS layers.He has also worked on Environmental Impact Reviews for both state-and federally-funded non-major construction projects. In addition, Mr. Calhoun assisted in an effort to identify all known manatee accessible FDOT NPDES outfalls within and adjacent to Fort Lauderdale city limits. He wrote a report detailing all known District Four NPDES outfalls that are accessible by manatees and meet the criteria outlined by the FWS and FWC for pipes and culverts that require manatee exclusion devices. This report provided the district with a list of known outfalls that will require a manatee exclusion device. Mr. Calhoun has also updated the Environmental Impact Review Handbook that is used by both FDOT staff and consultants. He also reviewed and updated the District Four Environmental Management fact sheets and Sharepoint webpage. Ki ems ENGINEERING Sciences ENVIRONMENTAL Joshua L. Stocker ECOLOGICAL Staff Scientist Josh Stocker is a staff scientist with over three years of experience providing support in field investigations,environmental site sampling, Phase I ESAs,and Education stormwater inspections. M.S., Marine Environmental Science and Coastal Zone Management, Nova Project Experience Southeastern University Oceanographic City of Miami Miscellaneous Environmental Engineering Services, City Center, 2016 of Miami, Florida — Grapeland Park Site Assessment Activities: E B.S., Biology and Environmental Science, Sciences conducted monitoring well installation, soil sampling, and King's College, 2011 groundwater monitoring activities to support site assessment efforts at Professional Licenses/Certifications Grapeland Park. The assessment data will be used to support conditional PADI Open Water, Advance, Enriched Air closure of the site for the City of Miami. Mr. Stocker assisted with monitoring (EANX),and Rescue Diver Certified well installation activities, and conducted the soil sampling and groundwater monitoring activities. Douglas Park Well Installation and Sampling: E AADS diver Sciences conducted groundwater monitoring well installation and monitoring OSHA 40 Hour HAZWOPER activities to support the site assessment efforts at Douglas Park. The Years of Experience assessment data will be used to support conditional closure of the site for 3 the City of Miami. Mr. Stocker conducted the groundwater monitoring activities. Engineering Control Inspections: E Sciences conducted inspections of installed Engineering Controls in eleven city parks to observe the control conditions and integrity in accordance with the Engineering Control Maintenance Plans. Mr. Stocker conducted the Engineering Control inspections and assisted with the Engineering Control Inspection Reports for submittal to Miami-Dade County DERM. City of Miami Beach Environmental Engineering Continuing Services, Miami Beach, Miami-Dade County, Florida — Miami Beach Fleet Management Facility: E Sciences provided assessment activities associated with interim groundwater monitoring associated with a historic petroleum leak from an underground storage tank. A discharge associated with the presence of synthetic oil was discovered based on the presence of free floating product in an onsite monitoring well. groundwater monitoring events were conducted quarterly. Mr. Stocker assisted with the groundwater monitoring. Normandy Shores Groundwater Monitoring: E Sciences conducted groundwater monitoring to support a monitoring only plan implemented at the site for the presence of arsenic impacts at an active golf course in the City. Mr. Stocker conducted the groundwater sampling activities and assisted with the quarterly reports. Pompano Beach CRA Continuing Contract for Environmental Engineering Services, City of Pompano Beach, Broward County, Florida — Phase I Environmental Site Assessment for the Palm Aire Country Club: E Sciences conducted a Phase I Environmental Site Assessment for a country club including a former golf course and lakes for the City of Pompano Beach. Mr. Stocker conducted the Phase I Assessment. Phase I Environmental Site Assessment, Pompano Beach Woman's Club Property: E Sciences conducted a Phase I Environmental Site Assessment for the Pompano Beach Woman's Club Property. Mr. Stocker conducted the Phase I Assessment. North Miami Environmental Engineering Continuing Services– Rucks Park, City of North Miami, Miami-Dade County, Florida—E Sciences is assisting the City of North Miami with on-going assessment and related activities for the Former Ruck's Park/Pioneer Gardens property. Soil and groundwater contamination was previously identified in numerous sample locations. E Sciences submitted a sampling plan to establish the groundwater conditions throughout the property to develop a remedial strategy that would be coordinated with site redevelopment. Mr. Stocker's role was to oversee monitoring well installation, conduct groundwater well and soil sampling, and assist with report writing. City of Fort Lauderdale Housing Authority, Fort Lauderdale, Broward County, Florida — HUD Environmental Review. Suncrest Court Apartments: E Sciences conducted an Environment Review for the City of Fort Lauderdale, Review of Applicability of previous HUD NEPA Environmental Review for a housing project in Fort Lauderdale. Mr. Stocker assisted with Joshua L. Stocker Page 2 the environmental review. HUD Environmental Review, Lauderdale Manors: E Sciences conducted an Environment Review for the City of Fort Lauderdale, Review of Applicability of previous HUD NEPA Environmental Review for a project consisting of brick pavers and installation of decorative road street name sign posts at several intersections throughout the Lauderdale Manors neighborhood. Mr. Stocker assisted with the environmental review. HUD Environmental Review of Five Properties: E Sciences conducted an Environment Review at five properties for the City of Fort Lauderdale, Review of Applicability of previous HUD NEPA Environmental Review within the CRA area. Mr. Stocker assisted with the environmental review of each property. FDOT Broward Maintenance Yard Inspection 2017, Broward County, Florida—E Sciences performed the annual NPDES inspection of FDOT's Broward Maintenance Yard and provide a report with recommendations to the NPDES coordinator. Mr. Stocker conducted the inspection and report writing activities. Phase I Environmental Site Assessment for Miami-Dade Water and Sewer Department (WASD), Miami-Dade County, Florida — E Sciences conducted a Phase I Environmental Site Assessment of approximately two miles of public right of way corridor for the installation of a new 60-inch transmission force main in Miami-Dade County for WASD. Mr. Stocker conducted the Phase I Assessment. Phase II Environmental Site Assessment of Two Parcels for HNTB, Miami-Dade County, Florida— E Sciences provided Level II environmental testing for a private property in preparation for advance acquisition associated with a proposed roadway improvement. Mr. Stocker conducted the groundwater and soil sampling activities. Lead Enterprises, Inc, Hialeah, Miami-Dade County, Florida — E Sciences is to assist in remediation of contamination at Lead Enterprises, Inc. Mr. Stocker conducted soil sampling activities. Phase I Environmental Site Assessment of 7571 NW 78th Street, Medley, Miami-Dade County, Florida — E Sciences conducted a Phase I Environmental Site Assessment for two adjacent properties that are used as a glass fabricator in Medley, Florida. Mr. Stocker conducted the Phase I Assessment. Phase I and II Environmental Site Assessment for Grand and Florida Avenue Parcels, Coconut Grove, Miami-Dade County, Florida — E Sciences conducted a Phase I and Phase II Environmental Site Assessment for multiple properties located in Coconut Grove. Mr. Stocker conducted the Phase I ESA and assisted with the Phase II assessment. Beach Corridor Rapid Transit, Miami-Dade County Department of Transportation and Public Works, Miami-Dade County, Florida—E Sciences is a subconsultant on this project. This project is an approximately 13 mile corridor that extends from the Miami Design District to Government Center, eastbound along 1-395 to Miami Beach and north to the Miami Beach Convention Center. Several alternatives are being evaluated to provide a rapid transit solution. Funding agencies include the Federal Transit Agency, FDOT, Miami-Dade County and the Cities of Miami and Miami Beach. Mr. Stocker assisted with drafting the Preliminary Environmental Discussion report. Deep Dredge Environmental Monitoring, Miami-Dade County, Florida— PortMiami relocated Acropora cervicornis corals in anticipation of the proposed deep dredging project that will make the port compatible with Panamax cargo ships that are anticipated to utilize the port following the widening of the Panama Canal. E Sciences is providing scientific divers to conduct monitoring of corals and benthic surveys associated with this project. Mr. Stocker's role was to videotape, photograph, analyze sediment, and conduct octocoral cross transect surveys. NPDES MS4 Permit Implementation and Coordination, FDOT District Four, Florida — In accordance with FDOT District Four Phase 1 and Phase II MS4 NPDES permits, Mr. Stocker conducts inspections of stormwater treatment facilities and pollution control boxes to identify functional defects. Mr. Stocker has also provided support for the TMDL and BMAP processes. 11. mss ;,- ENGINEERING I ; SCI@ CeS ENVIRONMENTAL ECOLOGICAL Gabrielle M. Rogers Staff Engineer Ms. Rogers is a staff engineer, trained in chemical and biological engineering with a focus on environmental studies. Her main areas of focus include Education assisting FDOT District Four implement their Phase I and Phase II MS4 B.S.E. Chemical and Biological permits. Engineering, Princeton University,2016 Professional Licenses/Certifications Project Experience Certified FDEP Stormwater, Erosion and NPDES MS4 Permit Implementation, Indian River Lagoon BMAP, FDOT Sedimentation Control Inspector, No. 38175 District Four, Florida — Ms. Rogers provides technical support to FDOT District Four by reviewing the completed projects list, permits, plans and Years of Experience drainage reports to develop GIS files of stormwater treatment facilities and 2 their associated basins. She verifies the FDEP model and project credit calculations to ensure pollutant loads assigned to FDOT were in accordance with land uses and acreages. E Sciences also calculates project credit reductions as requested by FDEP NPDES MS4 Permit Implementation and Coordination, FDOT District Four, Florida — In accordance with FDOT District Four Phase I and Phase II MS4 NPDES permits, Ms. Rogers conducts inspections of stormwater treatment facilities and pollution control boxes to identify functional defects. Ms. Rogers also aids in the coordination of the Illicit Discharge cases to ensure that each case is resolved in a timely fashion. She has also provided support for the TMDL and BMAP processes. Water Quality Evaluation for Delevoe Park, Broward County, Florida — Ms. Rogers wrote a historical narrative and stormwater profile for the Delevoe Park site. This included reviewing plans and old aerials, researching the history of the park and coordinating with several people. She also aided in the review of the water quality data and researching Broward County and Florida standards for Class III waterbodies. NPDES MS4 Phase I Permit Technical Assistance, City of Lauderhill, Broward County, Florida— Ms. Rogers compiled information for City's Assessment Program Plan. This included attending meetings with representatives from the City, gathering information in-house, making maps of the drainage basins advising the City on the items (GIS Mapping, street sweeping, etc.). She is also updating their stormwater management plan. NPDES MS4 Phase I Permit Technical Assistance, City of Weston, Broward County, Florida — Ms. Rogers compiled information for City's NPDES MS4 annual report. This included coordination with multiple people to obtain information, review the information for completeness, utilizing DBHYDRO and other tools to obtain water quality data and analyzing data trends. She also aided in the preparation of the City's Assessment Program Plan. NPDES MS4 Phase I Permit Technical Assistance, City of Cooper City, Broward County, Florida—Ms. Rogers compiled information for City's Assessment Program Plan. This included gathering information in-house, making maps of the drainage basins and advising the City on the items to be monitored. Dixie Highway NEPA Review, City of Pompano Beach, Broward County, Florida — E sciences is providing a NEPA Assessment for a Tiger Grant for roadway improvements along Dixie Highway. Ms. Rogers' role was to conduct a site visit determine any environmental impacts of the project. Hollywood North Beach Park Proposed Restroom and Shelter, Hollywood, Broward County, Florida — E Sciences is providing a vegetation and habitat assessment, plan review and comments, permitting and agency coordination. Ms. Rogers' role was to conduct the vegetation and habitat assessment. ENGINEERING �- SC ces ENVIRONMENTAL ECOLOGICAL Joseph G. Pitti, GISP GIS Analyst Mr. Pitti has over 11 years of experience using Geographic Information Systems (GIS). His specific areas of experience include cartography, Education environmental, and urban planning industries. Mr. Pitti is skilled in mapping, MA, Geography, project implementation, and data analysis. Mr. Pitti is an FAA Part 107 certified Florida Atlantic University(2011) drone pilot. BA, Urban and Regional Planning, Florida Atlantic University, (2009) Project Experience Professional Licenses!Certifications GIS Database Support, FDOT District Four, Florida — Mr. Pitti performs Certified GIS Professional (GISP), georeferencing and digitizing services to assist with populating FDOT District Certificate No. 67697 Four's stormwater asset drainage database. Tasks include Georeferencing As Remote Pilot Certificate Part 107 (Drone Built plans, analyzing the flow of the system,digitizing the drainage assets,and Pilot License) License No. 3994088 adding appropriate attribute information to be included in FDOT's GIS Database, as requested for compliance with FDOT's NPDES permit and per Qualified Stormwater Management requests from the Drainage and Maintenance Departments. Inspector, Certificate No. 32853 MSHA Surface Mine Training Certification NPDES MS4 Permit Implementation, FDOT District Four, Florida — In Environmental Studies Certificate accordance with FDOT District Four Phase I and II MS4 NPDES permits, Mr. Advanced GIS Certificate Pitti conducts inspections of stormwater treatment facilities and outfalls to GIS Certificate identify functional defects, which includes the review of as-built plans and Years of Experience SFWMD Environmental Resource Permits. Mr. Pitti also provides support during the TMDL and BMAP processes, by providing GIS maps of discharge 11 locations, sampling sites,Waterbody IDs and FDOT non-structural BMPs, such as street sweeping. Districtwide NPDES Consultant Services, FDOT District Five, Florida—Mr. Pitti conducts inspections of stormwater treatment facilities and outfalls to identify functional defects,which includes the review of as-built plans. Districtwide NPDES Permit Compliance Contract, FDOT District One, Florida—Mr. Pith conducts inspections of stormwater treatment facilities and outfalls to identify functional defects,which includes the review of as-built plans. Pennsuco Pits D-E Mitigation and Monitor, Medley, Florida—Mr. Pitti utilized a drone to capture aerial images and video in order for a wetland monitoring review to be performed in a hard-to-access area. SW 137th Avenue Permitting Support, Homestead, Florida—Mr. Pith utilized a drone to capture aerial images and video, and also to gather measurements of wetland flora,for a lake shoreline assessment. Swatch Beach Volleyball Tournament, City of Fort Lauderdale, Broward County, Florida—Mr. Pitti provided GIS support to revise event maps to aid in planning and implementation of event setup. Palm trees, picnic benches, beach chairs,and other beach features in their current locations were all digitized. Other maps were then created to show where current non-stationary beach features could be temporarily moved to create more space for the stadium and spectators. Shenandoah Water Main, City of Miami, Miami-Dade County, Florida—Mr. Pitti used existing maps to create new maps and figures depicting trees, city boundaries, and a planned water main in Shenandoah, Miami.The maps were used to show where the water main would come into conflict with the critical root zones of some trees,and thus,these trees were flagged for removal. Hollywood Lakes Mooring Maps, City of Hollywood, Broward County, Florida — Mr. Pitti created maps showing potential mooring locations, maximum boat sizes,and float radii in two locations in Hollywood Lakes, Florida. Tab5 Required Forms sciences ENGINEERING ENVIRONMENTAL ECOLOGICAL ARCHITECT - ENGINEER QUALIFICATIONS PART I - CONTRACT-SPECIFIC QUALIFICATIONS A.CONTRACT INFORMATION 1.TITLE AND LOCATION(City and State) Professional Architectural and Engineering Services for Capital Renewal and Replacement Projects 2.PUBLIC NOTICE DATE 3.SOLICITATION OR PROJECT NUMBER February 15, 2018 2018-141-ND B.ARCHITECT-ENGINEER POINT OF CONTACT 4.NAME AND TITLE Patrick Shearer, PE, Project Manager 5.NAME OF FIRM E Sciences, Incorporated ( Sciences 6.TELEPHONE NUMBER 7.FAX NUMBER 8.E-MAIL ADDRESS (954)484-8500 (954)484-5146 pshearer@esciencesinc.com C.PROPOSED TEAM (Complete this section for the prime contractor and all key subcontractors.) Check >= o 9.FIRM NAME 10.ADDRESS 11.ROLE IN THIS CONTRACT �< mQ o. a X E Sciences, Incorporated 224 SE 9th Street PRIME Fort Lauderdale, FL 33316 ®CHECK IF BRANCH OFFICE b. X JAEE 3101 Peachtree Circle Subcontractor—Drilling Davie, FL 33328 ❑CHECK IF BRANCH OFFICE Ground Hound Detection 8810 Commodity Cir#23, Orlando, Subcontractor— c. X Services,Inc. FL 32819 Underground Utility Locating ❑CHECK IF BRANCH OFFICE d. X ESC Lab Sciences 12065 Lebanon Rd. Subcontractor—Laboratory Mt. Juliet, TN 37122 Services 0 CHECK IF BRANCH OFFICE e. ❑CHECK IF BRANCH OFFICE f. ❑CHECK IF BRANCH OFFICE 9. ❑CHECK IF BRANCH OFFICE D.ORGANIZATIONAL CHART OF PROPOSED TEAM ® (Attached) AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 330(REV.8/2016)PAGE 1 Professional Architectural and Engineering Services for Sciences Capital Renewal and Replacement Projects mMIAMIBEACH RFQ No. 2018-141-ND City of Miami Beach Project Manage E Sciences Principals Peter K. Partlow, PE James S. Bassett, PE I Contract Manager Project Manager Nadia Locke, PE, LEED AP Patrick Shearer, PE Contamination Assessment, e.' Environmental Sustainability Remediation,Compliance Environmental Services, Planning, Drainage Retrofits, and Inspection Services - Environmental Assessments Urban Renewals and and Support Services Green Infrastructure Nadia Locke, PE, LEED AP Justin Freedman, MS Patrick Shearer, PE E Sciences Local Support Staff Andrew Calhoun, MS Jennifer Savaro, MS Patricia Gertenbach,PG Brian Voelker, MS Joseph Pitti, GISP Rachel Vitek, MS, GISP Gabrielle Rogers, Joshua Stocker, MS Stephanie Nevadunsky,El Jana Ash, MS Maria Paituvi, PE Vendor Support Drillers, Laboratories,Surveyors and Waste Disposal Facilities E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE Nadia G.Locke, P.E., LEED AP Senior Engineer/Associate a.TOTAL b WITH CURRENT FIRM 30 16 15.FIRM NAME AND LOCATION(City and State) E Sciences,Incorporated,Fort Lauderdale,Florida 16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) B.S.,Materials Science and Engineering,University of Florida, 1988 Professional Engineer: FL-58676 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) LEED AP Neighborhood Development, Certified FDEP Stormwater, Erosion and Sedimentation Control Inspector #3263 and Instructor #130; OSHA 40 Hour HAZWOPER/ 8 Hour Site Supervisor; NAUI/PADI Advanced Open Water Diver; Florida Brownfields Association; Florida Bar Environmental Law and Land Use Section; Florida Redevelopment Association; Smart Growth Partnership 19.RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Miami Beach Environmental Engineering Continuing Services, PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Beach,Miami-Dade County,Florida 2011 —Ongoing N/A (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm a. KEY PROJECT''! Ms. Locke is the contract manager for an ongoing consulting contract to conduct miscellaneous environmental services for the City. Services conducted include Groundwater Elevations Monitoring and Mapping Project (Sea Level Rise Study), preparation of spill prevention control and countermeasure plans for 12 facilities including pump stations, fire stations, public works yard, Phase I and II ESAs of the Miami Beach Convention Center expansion project, tree canopy analysis, assessment and regulatory closure of the green waste facility and environmental permitting for a canoe/kayak launch. Contract Budget/Fees:$888,858 1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Fort Lauderdale Continuing Contract for General Environmental PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Services,Fort Lauderdale,Broward County,Florida 2007—Ongoing N/A (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm •°KEY PROJECT;', Ms. Locke serves as the contract manager for the consulting contract to conduct miscellaneous environmental services for the City of Fort Lauderdale. Services conducted include emergency response during construction of a fire station; environmental reviews to comply with HUD lending requirements; Phase I and Phase II ESAs; Opinion of post landfill closure costs; b. contamination assessment services; asbestos surveys; development of construction documents for working in contaminated areas; endangered species surveys, permitting and relocation; and indoor air quality completed. Sistrunk Boulevard Streetscape Enhancement: Originally slated as a stimulus project where funds were being disbursed through the FDOT District Four, Ms. Locke conducted a Level 2 assessment of a 1.5-mile corridor streetscape enhancement project located in the heart of the CRA. Data was compiled and reported, and environmental notes/bid specification language was developed for bidding purposes. Ms. Locke also engaged the CRA in avoidance and minimization considerations and assisted the CRA with managing risks associated with environmental issues during construction completed in 2010. Contract Budget/Fees:$428,130 (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED General Environmental Engineering Services, PROFESSIONAL SERVICES CONSTRUCTION(If applicable) City of North Miami Beach,Miami-Dade County,Florida 2009—Ongoing N/A (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm rKEYPROJECTMs. Locke is the contract manager for E Sciences ongoing environmental engineering consulting contract with the City of ' North Miami Beach. Taylor Park was slated for redevelopment since 1999, when FDEP had their Brownfields contractor conduct a Brownfields Assessment of the site. The assessment revealed the presence of metals and petroleum constituents in the soil and c metals in the groundwater. Assessment activities revealed the presence of buried solid waste on most of the 21.8-acre property. Since that time, regulatory issues have continued to restrict and complicate redevelopment efforts for the property. Ms. Locke was the engineer of record and project manager for the assessment and conceptual remediation design for the property. The remediation planning was closely coordinated with the community desires, the City's needs and the park master planners to ensure a solution to remedy the environmental issues in conjunction with all of the stakeholder needs. The County is now implementing the cleanup. Ms. Locke also provided project management for Phase I enviornmental site assessments under this contract and senior support for E Sciences' efforts to prepare a stormwater master plan, digitize their stormwater atlases and develop a stormwater management manual for staff to follow to comply with NPDES permitting requirements. Contract Budget/Fees:$368,176 (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Miami Beach Fleet Management Benthic Survey and Environmental PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Permitting,Miami Beach,Miami-Dade County,Florida 2012 N/A (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm d. KErPROJEcr ' E Sciences, as a subconsultant, provided environmental support on this bulkhead design and repair project located at the - City of Miami Beach's Fleet Management Property within the Port of Miami, which is located in Biscayne Bay. Ms. Locke provided support and leadership on this project and assisted with the preparation of environmental permit applications to Miami-Dade DERM, the FDEP and the USACE.Project Budget/Fees:$21,714 STANDARD FORM 330(REV.8/2016)PAGE 3 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 19.RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Ruck's Park/Former Pioneer Gardens, PROFESSIONAL SERVICES CONSTRUCTION(If applicable) City of North Miami,Miami-Dade County,Florida 2014—Ongoing N/A (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm E Sciences was engaged by the City of North Miami in 2016 to assist them with managing documented contamination KEY PROJECT e. issues related to the following historical activities: wastewater sludge pond, street sweepings storage, plant nursery, underground storage tank. E Sciences is working with the City to address the contamination issues through conducting site assessment that will enable the City to develop the site for elderly, affordable housing. Contaminants of concern include arsenic, coliform, ammonia, dieldrin and polynyclear aromatic hydrocarbons. Our approach is to focus testing in the areas necessary to define the extent of impacts and areas of potential concern related to the future land use(e.g.drainage,green space, etc.).A Brownfield Site Rehabilitation Agreement was executed between the City of North Miami and Miami-Dade County on December 23,2014. Contract Budget/Fees:$69,622 (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Brownfield Assessment and Remediation Contract—Henrietta Bridge Farm, PROFESSIONAL SERVICES CONSTRUCTION(If applicable) City of West Palm Beach,Palm Beach,Florida 2017-Ongoing N/A (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm f. E Sciences initially evaluated the suitability of this property for use as a community farm under a separate contract with the TCRPC.Through incremental sampling methodology we determined that the soils were contaminated. E Sciences assisted the City of West Palm Beach in obtaining a $200,000 cleanup grant under the EPA Brownfields Program. We were currently implementing the cleanup which will allow in- ground planting of fruit trees and vegetables for consumption. Fees for Master TCRPC Contract:$353,047;Project fees for TCRPC$47,702; Budget for City Contract:$180,000 (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Homestead Professional Services Agreement—Continuing PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Professional Services,City of Homestead,Miami-Dade County,Florida 2014—Ongoing N/A 9 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Ms. Locke is providing technical oversight for this continuing services contract. To date, E Sciences staff conducted a NEPA and environmental permitting review task for parcels to be used for hurricane debris staging and analyzing permitting needs and wetland mitigation options for the City-owned, 10.2-acre parcel.Project Budget/Fees:$19,005 (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Pompano Beach CRA Continuing Contract for Environmental Engineering PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Services,City of Pompano Beach,Broward County,Florida 2010—Ongoing N/A (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm KEYPROJECT ' Ms. Locke is the contract manager for E Sciences'continuing services contract with the Pompano Beach CRA. Through this contract, E Sciences has conducted Phase I and Phase II ESAs for several parcels in preparation for the CRA's redevelopment planning. Ms. Locke worked with the CRA to consider options on how to safely manage the identified contamination during h the planning stages. Community Gardens: E Sciences evaluated the suitability of three vacant, CRA-owned parcels for use as community gardens for the local school. The community gardens will be used to teach children about agriculture and healthy food choices. Vegetables grown on these lots will be used to provide fresh vegetables for families and children in the community. E Sciences applied Incremental Sampling Methodology (ISM) to evaluate the potential presence of soil contamination at the site. Broward Community & Family Health Center: E Sciences prepared Environmental Information and Documentation to satisfy Health Resources and Services Administration grant application requirements.The project was conducted to support the potential redevelopment of CRA parcels with a much needed community health care facility.The documentation was required for the grant applicant to comply with NEPA. Contract Budget/Fees:$166,161 (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Brownfields Job Training Program Support/NPDES Stormwater Erosion and PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Sedimentation Inspector Training,Miami,Miami-Dade County,Florida 2012 N/A (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm E Sciences was engaged by the City of Miami to conduct Stormwater, Erosion, and Sedimentation Control Inspector Training to support its Brownfields Job Training Grant Program. E Sciences trained over 30 new inspectors in this job training program. The Program is an EPA- funded curriculum designed to recruit, train, and place predominantly low-income, minority, unemployed and under-employed residents, including veterans from solid and hazardous waste-impacted communities. Ms. Locke provided training to engineers, project managers, contractors and inspectors in accordance with FDEP protocol for certification.Project Budget/Fees:$21,900 STANDARD FORM 330(REV.8/2016)PAGE 4 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE Patrick Shearer, PE Project Engineer/Project Manager a.TOTAL b.WITH CURRENT FIRM 10.7 2.7 15.FIRM NAME AND LOCATION(City and State) E Sciences,Incorporated,Fort Lauderdale,Florida 16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) B.S.,Civil Engineering—Environmental Option;Natural Resources and Florida Professional Engineer; License No.79596 Environmental Science/Integrated Stream and Stormwater Wetland Design in Urban Settings Class 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) FDEP qualified Stormwater Management Inspector #34890; American Society of Civil Engineers - Member, August 2003 — Present; ASCE Environmental and Water Resources Institute (EWRI), Miami-Dade Branch, Board of Directors, since 2016; American Water Resources Association,Member since 2017 19.RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Melbourne Central Indian River Lagoon Water Quality Improvement Project PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Study,City of Melbourne,Brevard County,Florida 2013—2017 N/A (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm KEY PROJECT Mr. Shearer was the lead engineer responsible for project management for a study focused on identifying and evaluating water quality stormwater retrofit projects to address the Central Indian River Lagoon (CIRL) BMAP, and develop a comprehensive watershed management plan for the CIRL basin within the City. He managed the project team to evaluate 20+ potential watershed retrofit projects to improve water quality. Mr.Shearer and the team developed conceptual stormwater retrofit plans for each project a. location. Additionally, he and the project team evaluated the function and effectiveness of existing stormwater structural and non-structural controls to make recommendations for improvements to water quality. Pollutant load reduction modeling and calculations were performed for each proposed project location,and planning level cost estimates were developed.The projects were ranked and prioritized based on several factors, including their cost effectiveness in pollutant load reduction, feasibility, and maintenance considerations. Stormwater projects included wet and dry pond retrofits, nutrient separating baffle boxes, vegetated filter strips, ditch and canal retrofits, off-line wet retention, algal turf scrubbers, bio-swales, biosorption activated media (BAM), regenerative stormwater conveyance (RSC)channels, living shorelines and oyster restoration.The deliverable report summarizes the evaluation of these stormwater retrofits,prioritizes projects with respect to cost- effectiveness, and will assist the City in making future stormwater retrofits to address the CIRL BMAP.Project Budget/Fees:$59,880 (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Autumn Woods Stormwater Quality Retrofit CEI Services, PROFESSIONAL SERVICES CONSTRUCTION(If applicable) City of Melbourne,Brevard County,Florida 2017 N/A (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm KEY PROJECT1 Mr. Shearer was the Engineer of Record responsible for construction oversight services for stormwater retrofit improvements including the construction of the Autumn Woods wet detention pond. The pond was sited in a location that intersected an untreated stormwater conveyance system to the Eau Gallie River and restored treatment to areas which,prior to the project,were served by a dysfunctional treatment system. E Sciences developed construction plans and specifications, an engineer's cost estimate, obtained b. regulatory approvals,and secured all necessary permits from the SJRWMD and USACE for work within and impacts to Waters of the United States. The project site, which lies within the North Indian River Lagoon portion of the City's MS4, improved water quality treatment by reducing the stormwater pollutants for the drainage basin by 315 lb/yr of Total Nitrogen and 135 lb/yr of Total Phosphorus. Mr. Shearer was responsible for CEI services for this project that involved site observation inspections during various stages of construction, inspection documentation, addressing requests for information, review and approval of shop drawings, evaluation of deviations from approved plans, review and approval of pay applications, construction completion certification, and development and submittal of Record Drawings. E Sciences provided grant support services to the City for this project which included assistance with, preparation of, submittal,and award for a FY2015 Section 319 Grant for the project for$518,750(-60%of total construction cost). Construction of this project was completed in July 2017. Project Budget/Fees:$12,197 (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Croton Road Stormwater Improvements CEI Services, PROFESSIONAL SERVICES CONSTRUCTION(If applicable) City of Melbourne,Brevard County,Florida 2016—2017 N/A (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm KEY PROJECT' Mr. Shearer was the Engineer of Record responsible for construction oversight services for stormwater retrofit improvements including the construction of four dry retention basins (dry swales) in series within the median of Croton Road, and a 2nd generation nutrient removal Baffle Box to improve water quality.An underdrain system was installed under the dry swales to address high water table conditions in this area. E Sciences developed construction plans and specifications, including an engineer's cost estimate and other information necessary for bid documents for the proposed improvements. The treatment train design helps reduce localized flooding and maintenance issues for this area and provides 133 lbs/yr of Total Nitrogen removal and 32 lbs/yr of Total Phosphorus removal which the City will use towards credit in their Indian River Lagoon BMAP. Mr. Shearer was responsible for CEI services for this project which involved performing and coordinating site inspections during all stages of construction, inspection documentation, addressing requests for information, review and approval of shop drawings, evaluation of deviations from approved plans, claims review, review and approval of pay applications, construction completion certification, and development and submittal of Record Drawings. Construction of this project was completed in January 2017.Project Budget/Fees:$9,497 STANDARD FORM 330(REV.8/2016)PAGE 5 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 19.RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Bell Avenue Stormwater Improvements CEI Services, PROFESSIONAL SERVICES CONSTRUCTION(If applicable) City of Melbourne,Brevard County,Florida 2017 N/A (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm KEY PRocL Mr. Shearer was the Engineer of Record responsible for construction oversight services for stormwater retrofit improvements including the construction of two 2nd generation nutrient separating baffle boxes in line with two parallel 48" pipes prior to discharge into a stormwater drainage ditch. E Sciences developed construction plans and specifications, including an engineer's cost estimate and other information necessary for bid documents for the proposed improvements. The installation required an d. open cut into the existing pipes so that the structures could be inserted into place. The project site lies within the North Central Indian River Lagoon portion of the City's MS4 and this project improved water quality treatment by reducing the stormwater pollutants for the drainage basin by 358 lb/yr of Total Nitrogen and 72 lb/yr of Total Phosphorus.Additionally,one of the baffle boxes contains an upflow filter with BAM for enhanced nutrient removal, and the performance of this box is being monitored and compared against the box without BAM. Mr. Shearer was responsible for CEI services for this project which involved performing and coordinating site inspections during all stages of construction, inspection documentation, addressing requests for information, review and approval of shop drawings, evaluation of deviations from approved plans,claims review, review and approval of pay applications,construction completion certification,and development and submittal of Record Drawings.Construction of this project was completed in May 2017.Project Budget/Fees:$24,861 (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED North and South Garfield Stormwater Improvements and CEI Services, PROFESSIONAL SERVICES CONSTRUCTION(If applicable) City of Melbourne,Brevard County,Florida 2017 N/A (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm KEYPROJECT Mr. Shearer was the Engineer of Record responsible for construction oversight services for stormwater retrofit improvements including the construction of two second-generation nutrient separating baffle boxes to replace two underperforming dry detention ponds. The second-generation nutrient baffle boxes are designed to remove sediment,foliage, and litter with minimal hydraulic head loss. E Sciences developed construction plans and specifications, including an engineer's cost estimate and other e. information necessary for bid documents for the proposed improvements. This project is located in a high-density residential neighborhood, and the outfall for this project flows directly into an impaired waterbody. The project site lies within the North Indian River Lagoon portion of the City's MS4 and the project improved water quality treatment by reducing the stormwater pollutants for the drainage basin by 221 lb/yr of Total Nitrogen and 44 lb/yr of Total Phosphorus. Mr. Shearer was also responsible for CEI services for this project that involved performing and coordinating site inspections during all stages of construction,inspection documentation,addressing requests for information,review and approval of shop drawings, evaluation of deviations from approved plans, claims review, review and approval of pay applications, construction completion certification,and development and submittal of Record Drawings. Construction of this project was completed in May 2017. Project Budget/Fees:$69,452 (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Pennsuco Resource Recovery Management Facility(RRMF)Stormwater PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Design and Potable Well Installation and Permitting,Titan Florida, 2016—Ongoing N/A Pennsuco Complex,Town of Medley,Miami-Dade County,Florida (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Mr. Shearer was the lead engineer responsible for design of stormwater practices to meet treatment requirements for a proposed RRMF at f the project site. Structural control stormwater BMPs such as wet detention, dry retention, and exfiltration practices were evaluated for feasibility and cost effectiveness at the site. He prepared an alternatives analysis study for the site which concluded that exfiltration would be the most practical stormwater treatment at the site to achieve the Client's goals and to reduce the amount of land needed. Preliminary design documents and a construction cost estimate were prepared for the proposed improvements. The project team will complete construction design plans during the next phase of the project.Mr.Shearer has also been responsible for oversight of installation of two new potable water wells at the site, utility marking coordination, and for potable water permitting for operation of the new wells with Miami-Dade RER department. Contract Budget/Fees:$145,701 (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED NPDES MS4 Permit Implementation and Coordination, PROFESSIONAL SERVICES CONSTRUCTION(If applicable) FDOT District Four,Florida 2008—Ongoing N/A (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Mr. Shearer is responsible for coordinating, scheduling, implementing, and tracking NPDES inspections for stormwater treatment facilities (SWF's) and outfalls related to the FDOT District Four MS4 permits. He performs NPDES compliance inspections for SWF's which provide water quality treatment for the District. He inspects and documents observations at SWF's regarding necessary maintenance to maintain the g water quality functions of the stormwater assets. Mr. Shearer is responsible for coordination and assistance in managing the MS4 stormwater system database and inspection and reporting procedures. He is responsible for TMDL and BMAP compliance coordination,calculations and documentation for the Indian River Lagoon, and reviewing, researching and coordinating to provide pollutant load reduction calculations to document District compliance. Mr. Shearer is responsible for performing annual IDDE training for the Operations centers in Broward, Palm Beach, and Treasure Coast counties. He has been involved with meetings, coordination, and evaluation of data for the District for their involvement in the Loxahatchee River RAP. He assists on various tasks and investigations regarding illicit discharges and water quality issues within the District including recurrent flooding and work adjacent to environmentally sensitive areas such as wetlands and mangroves. Contract Budget/Fees:$1.5M Annually STANDARD FORM 330(REV 8/2016)PAGE 6 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE Justin Freedman, MS Senior Scientist a.TOTAL b.WITH CURRENT FIRM 15.8 10.7 15.FIRM NAME AND LOCATION(City and State) E Sciences,Incorporated,Miami,Florida 16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) M.S.,Marine Biology N/A B.A., Biology 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) Certified Arborist, FL 5488A; Tree Risk Assessment Qualification (ISA); FDEP Certified Erosion and Sediment Control Inspector and Instructor; Certified Manatee Observer; PADI Advanced Open Water, Enriched Air Certified Diver; Certified Landscape Inspector; Certified Green Industries Best Management Practices Instructor; Certified in Advanced Maintenance of Traffic. Memberships: Florida Chapter of the International Society of Arboriculture; International Society of Arboriculture; Florida Urban Forestry Council; Landscape Inspectors Association of Florida; South Florida Association of Environmental Professionals; Southeast Florida Coral Reef Initiative 19.RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Miami Beach Environmental Engineering Continuing Services, PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Beach,Miami-Dade County,Florida 2011 —Ongoing N/A (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm KEY PROJec7. Groundwater Elevations Monitoring and Mapping Project (Sea Level Rise Study): The purpose of the study was to evaluate low lying areas vulnerable to sea level rise within the City based on the assumption that the groundwater levels under the City are tidally influenced and therefore flooding may also be influenced or exacerbated by tidal fluctuations. To accomplish this, the E Sciences Team monitored groundwater elevations and other data over a period of seven months. The elevation data collected was a. used in conjunction with Light Detection and Ranging(LiDAR)topography and tidal data to model vulnerability to provide a basis for the City to determine stormwater priorities. Mr. Freedman analyzed the data and prepared the report for the City. He also presented the findings of this study at the 2013 Annual South Florida Association of Environmental Processionals Symposium. Canopy Analysis: Mr. Freedman served as the senior scientist for this canopy analysis project for the City. Using i-Tree Canopy, he and his team estimated the canopy coverage for the City's urban forest, as well as percentage of available space remaining within the City for additional tree planting. Mr. Freedman developed a one-page brochure for public education documenting the information from the study. Street Tree Inventory: Mr. Freedman served as the senior scientist for two phases of street tree inventories for the City. The two phases encompassed the Normandy Shores and Normandy Isles neighborhoods. Contract Budget/Fees:$888,858 (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Fort Lauderdale Continuing Contract for General Environmental PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Services,Fort Lauderdale,Broward County,Florida 2007—Ongoing N/A (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm b. KEYPROJECTI Burrowing Owl Survey: Mr. Freedman conducted burrowing owl surveys and prepared the permit application. Benthic ASurveys for Sylvan Lake Canal & Seminole River Canal: E Sciences conducted benthic resources surveys to support dredging projects in two City-maintained waterways. E Sciences'biologists snorkeled each site to observe the presence of regulated benthic resources (i.e. seagrasses, corals, etc.). E Sciences' staff provided the City reports to accompany their permit applications. Mr. Freedman managed this project task. Contract Budget/Fees:$428,130 (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Pompano Beach CRA,Continuing Contract for Environmental Engineering PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Services,Pompano Beach,Broward County,Florida 2010—Ongoing N/A (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Ly Martin Luther King Boulevard NEPA Review: E Sciences prepared the Type I and Programmatic Categorical Exclusion PRo, Checklist and Memo for this streetscape improvement project between NW 31st Avenue and Powerline Road.This project is one segment of a planned, multi-city education corridor partially funded through the FDOT LAP. The environmental review included c coordination with the State Historic Preservation Office regarding a potentially historic site and an inventory of community and cultural resources. Mr. Freedman assisted with the field review and coordination on this project. SW 36th Avenue Pedestrian Bridge Path LAP Project Design and Permitting: In addition to the work conducted under this CRA contract, E Sciences assisted with the environmental permitting for a pedestrian path project for the City. Tasks included conducting field assessments of wetland and tree impacts, assisting with permit application packages and coordinating with the permitting agencies and FDOT. Mr. Freedman managed and provided coordination for this project task. Contract Budget/Fees:$161,719 STANDARD FORM 330(REV 8/2016)PAGE 7 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Dune Enhancement and Lighting Design and Permitting, PROFESSIONAL SERVICES CONSTRUCTION(If applicable) City of Dania Beach,Broward County,Florida 2012 N/A (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE 0 Check if project performed with current firm For this project, Mr. Freedman designed and permitted enhancements to dunes along Dania Beach's signature beach. This project was d initiated due to public safety concerns and became controversial due to the removal of a stand of seagrape trees. Mr. Freedman worked closely with FDEP staff and sea turtle experts from the FWC. He also coordinated with a number of environmental advocacy groups that initially voiced opposition to the project. Through meetings and presentations, Mr. Freedman demonstrated the environmental and public safety value of the project and received consensus among the stakeholders. Tasks for this project included reviewing and making recommendations to make lighting at the beach more sea turtle friendly,designing lighting shields, designing dune landscaping, preparing a sea turtle protection ordinance,construction oversight and post-construction monitoring.Project Budget/Fees:$35,000 (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Sullivan Park Expansion Project, PROFESSIONAL SERVICES CONSTRUCTION(If applicable) City of Deerfield Beach CRA,Broward County,Florida 2014—Ongoing N/A (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm e The City of Deerfield Beach CRA received grant funding to improve its Sullivan Park property located on the Intracoastal Waterway. Improvements include upland features (i.e. new bathroom facilities, a splash park, landscaping, etc.) and in-water infrastructure including a dock for kayaking and paddle boarding and finger piers for boats. E Sciences was engaged by the project design firm to provide permitting support. E Sciences' services include conducting a benthic resource survey, coordinating with the permitting agencies and preparing permit applications. Mr. Freedman serves as project manager for this project.Project Budget/Fees:$35,333 (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Samson Oceanfront Park Coastal Construction Control Line Permitting, PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Sunny Isles,Miami-Dade County,Florida 2014—Ongoing N/A f (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm The City of Sunny Isles is improving the Samson Oceanfront Park and hired a firm to design the improvements. E Sciences joined the team to provide the Coastal Construction Control Line permitting for the project.Tasks included conducting vegetative analysis and mapping for the site and preparing permit applications.Mr. Freedman serves as project manager for this project. Project Budget/Fees:$6,945 (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Historic Vizcaya Southern Lagoon&Northern Canal Tidal Swamp Landscape PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Environmental Restoration Plan,Miami,Miami-Dade County,Florida 2012—2014 South Canal—2014 (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm KEY PROJECT This project involved a multi-disciplinary landscape architecture and environmental restoration plan for the waterways and 9 tidal pool within the museum's property, which balanced ecological function with creative landscape aesthetics, recreational functions and values, and improvements to water quality, and planting designs based on historic flora inventories, including mangroves, native hardwood hammock and coastal scrub species. Mr. Freedman served as the project manager for the construction administration portion of this project, including evaluating contractor qualifications and conducting compliance inspections. Project Budget/Fees:$123,412 (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED FDOT District Four Districtwide Environmental Services Contract PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Broward,Palm Beach,Martin,St.Lucie and Indian River Counties 2005—2010 N/A (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm hm Mr. Freedman served three days a week as in-house environmental specialist in the FDOT District Four Planning and "KEY PROJECT Environmental Management Office. Tasks included performing environmental phase reviews and preparing and reviewing NEPA documentation for over 70 roadway and bridge projects including field identification of listed species habitat, wetlands, historic resources, Section 4(f)and contaminated sites.Contract Budget/Fees:$500,000 (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Homestead Professional Services Agreement—Continuing PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Professional Services,City of Homestead,Miami-Dade County,Florida 2014—Ongoing N/A (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm i. Hurricane Debris Staging Area NEPA and Environmental Permitting: E Sciences conducted NEPA assessments for parcels to be used for hurricane debris staging and permitting needs and wetland mitigation for the City-owned, 10.2-acre parcel located on the east side of SW 162nd Avenue, just north of SW 328th Street. E Sciences' staff reviewed documentation and prepared a memorandum summarizing permitting and mitigation requirements for a property that had been illegally filled. Tasks included agency coordination and a field assessment.Mr. Freedman managed this project. Contract Budget/Fees:$19,005 STANDARD FORM 330(REV.8/2016)PAGE 8 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 12.NAME 13.ROLE IN THIS CONTRACT 14.YEARS EXPERIENCE Maria Paituvi, PE Senior Engineer a.TOTAL b WITH CURRENT FIRM 11.9 8.7 15.FIRM NAME AND LOCATION(City and State) E Sciences,Incorporated,Fort Lauderdale,Florida 16.EDUCATION(DEGREE AND SPECIALIZATION) 17.CURRENT PROFESSIONAL REGISTRATION(STATE AND DISCIPLINE) B.S. Environmental Engineering Sciences, University of Florida,2005 FL Professional Engineer#73008 18.OTHER PROFESSIONAL QUALIFICATIONS(Publications,Organizations,Training,Awards,etc.) OSHA 40 Hour Hazardous Waste Operations and Emergency Response; Certified FDEP Stormwater, Erosion and Sedimentation Control Inspector No.27077 19.RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Miami Beach Environmental Engineering Continuing Services, PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Beach,Miami-Dade County,Florida 2011 —Ongoing N/A (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Ms. Paituvi works closely with the City on various projects under our existing environmental engineering contracts. Some PEY PRO:l'ECT1 examples projects are highlighted. Miami Beach Convention Center (MBCC): E Sciences conducted a Phase I and II ESA for the MBCC in anticipation of substantial renovations.We determined that the area was historically used as a golf course and identified contamination.Through coordination with DERM, it was decided that engineering controls could be put into place within the renovated areas and that no assessment would be necessary for the on-site condition. Off site assessment was to be conducted after the renovations began but prior to their completion. Ms. Paituvi coordinated the day to day activities associated with the assessment. Miami Beach Golf Course Maintenance Facility(Green Waste Facility):This site is an undeveloped, bermed area located on the east side of the Miami Beach Golf Club.The site was previously used for solid waste landfilling and hurricane debris staging. The City of Miami Beach implemented a material screening plan to remove the buried solid waste. The recovered screened material (RSM)was used to construct a berm around the former landfilled area. Miami-Dade Department of Environmental Resource Management(DERM),currently known as Department of Regulatory and a. Economic Resources(RER),required the City to demonstrate that there was a minimum of two feet of clean fill or other engineering control in place covering areas of RSM in or around the berm in order pursue regulatory closure for the site. E Sciences developed and implemented a sampling plan. Upon review of the soil data collected, the City of Miami Beach elected to implement an engineering control (EC)to achieve conditional site closure. Ms. Paituvi has prepared an engineering control design and coordinated regulatory meetings to seek approval of this closure approach, and prepared a review of historical resources in order to identify the areas of concern to be addressed by the proposed EC. Ms. Paituvi has worked closely with the City to coordinate the installation of the EC. Ms. Paituvi oversaw that regulatory requirements were implemented during construction. E Sciences submitted as-built drawings and cross-sections documenting the constructed condition of the berm to RER. The EC implementation has been approved by RER. Miami Beach Groundwater Elevation and Sea Level Rise(SLR) Evaluation: E Sciences was engaged by the City of Miami Beach to evaluate areas within the beach in anticipation of SLR. The purpose of the study was to evaluate low-lying areas vulnerable to flooding and SLR within Miami Beach based on the assumption that the groundwater levels under the City are tidally influenced and therefore flooding. The E Sciences Team developed a Soil Capacity Model intended to help identify areas of potential short and long term flooding and areas where sea level rise is expected to reduce unsaturated soil storage capacity further. The results of this model were contoured to provide a spatial representation of flood prone areas. Ms. Paituvi provided technical oversight and prepared the final report for this project.Contract Budget/Fees:$888,858 (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of Fort Lauderdale Continuing Contract for General Environmental PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Services,Fort Lauderdale,Broward County,Florida 2007—Ongoing N/A (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm KEY PROJECT Sistrunk Boulevard Streetscape Enhancement: Originally slated as a stimulus project where funds were being disbursed through FDOT District Four, E Sciences conducted a Level 2 assessment of a streetscape enhancement project located in the heart of the CRA. Field activities included Maintenance of Traffic, private utility location and collection of 36 soil and groundwater samples for laboratory analysis. Ms. Paituvi assisted in planning and coordinating field activities and determining the sampling locations based on subsurface and drainage features. She also collaborated in data evaluation and validation and report preparation. As b. additional services to the client, Ms. Paituvi evaluated dewatering permitting requirements for the proposed roadway construction. Data was compiled and reported,and environmental notes/bid specification language was developed for bidding purposes. Fort Lauderdale Executive Airport Proposed U.S. Customs and Border Patrol Facility Environmental Regulatory Documents: E Sciences was tasked with a historical review and interpretation of regulatory records in order to assist the City with understanding the potential issues associated with the construction of a customs facility at Fort Lauderdale Executive Airport. The proposed construction area houses historic abandoned underground tanks and a second tank farm with reported free floating product within the containment liner. Ms. Paituvi conducted an extensive file review and communications with the regulatory agency personnel to identify potential conflicts between the existing USTs, potential subsurface contamination, future regulatory requirements, and the proposed construction of the new customs facility. Ms. Paituvi prepared a summary letter report to present the findings and recommendations to the City. Contract Budget/Fees:$428,130 STANDARD FORM 330(REV.8/20161 PAGE 9 E.RESUMES OF KEY PERSONNEL PROPOSED FOR THIS CONTRACT (Complete one Section E for each key person.) 19.RELEVANT PROJECTS (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Miami Beach Fleet Management Facility, PROFESSIONAL SERVICES CONSTRUCTION(If applicable) City of Miami Beach,Miami-Dade County,Florida 2012 N/A (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm C. KEY PROJECT E Sciences was contracted to conduct a Limited Site Assessment to assess impacts to soil and groundwater at the Site from two historic discharges. Ms. Paituvi served as the project manager. The results of soil screening, soil sampling and groundwater sampling activities revealed the presence of a localized groundwater contamination plume at the site associated with a former discharge. Ms. Paituvi prepared additional information to the City regarding the impacts of the presence of this groundwater plume for the future development of the site and the regulatory closure alternatives and associated magnitude of costs.Project Budget/Fees:$21,714 (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Continuing Environmental Engineering Services PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Islamorada,Village of Islands,Monroe County,Florida 2001 –Ongoing N/A (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm d KEYPROJE E Sciences has been providing a range of environmental engineering services to Islamorada for over 10 years. Services --- ` include conducting reviews of designs of stormwater management systems for proposed development projects for compliance with local codes and state regulations. Ms. Paituvi performs stormwater management system reviews for development and land improvement projects for the Village. Ms. Paituvi is preparing an updated Stormwater Technical Manual to reflect current industry technological trends to meet the Village's needs based on the common development project trends. Contract Budget/Fees:$1,090,832 (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED City of North Miami Beach General Environmental Engineering Services– PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Taylor Park,City of North Miami Beach,Miami-Dade County,Florida 2009–Ongoing N/A (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Among the services provided under this contract, E Sciences assisted on the assessment and environmental evaluation of KEY PROJECT s, Taylor Park — The property is an old abandoned dump site that is slated by the City of North Miami Beach for e redevelopment as a park. This project was riddled with complex issues, as it is was operated as a solid waste dump and was occupied by a ball field and an operational daycare facility. Ms. Paituvi collaborated on site monitoring activities and documentation, including soil and groundwater sampling and conducted landfill gas monitoring in-situ and inside the on-site building structures. She also participated extensively in the preparation of a Remedial Technology Evaluation for this site,which considered the feasibility and cost efficiency of source removal, pump and treat, hydrologic barriers and the installation of a cap. She is now the engineer of record for the remediation being conducted under a separate contract with Miami-Dade County.Project Budget/Fees:$145,701 (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Treasure Coast Regional Planning Council Brownfields Assessment and PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Remediation Services,West Palm Beach City Hall,Palm Beach County, 2008–2014 N/A Florida (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm E Sciences conducted assessment and remediation services as part of an EPA Brownfield Assessment Grant. One project performed was West Palm Beach City Hall — The City of West Palm Beach relocated to a new location leaving the former location as a prime t redevelopment spot in downtown. The City obtained grant funding from the TCRPC Brownfields Coalition Grant to conduct site assessment and asbestos surveying activities. The historic property was home to multiple potential sources of contamination, as is common with older urban areas. Ms. Paituvi developed and implemented a Phase II ESA sampling scope to evaluate the potential presence of soil and groundwater contamination at this site. Based on the results of the Phase II ESA, it was soil contamination was identified at the site. Using a "weight of evidence"approach, E Sciences demonstrated to the FDEP that contamination at the site was a results of urban setting and not site-related. She prepared a Soil Management Plan to be implemented during development activities at the site as an alternative to remediation. FDEP approved of the SMP and no further assessment or remediation is required at the site at this time. Fees for Master TCRPC Contract/Budget Fees:$353,047;Project Fees:$124,259 (1)TITLE AND LOCATION(City and State) (2)YEAR COMPLETED Broward County Continuing Environmental Services, PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Broward County,Florida 2007–Ongoing N/A (3)BRIEF DESCRIPTION(Brief scope,size,cost,etc.)AND SPECIFIC ROLE ®Check if project performed with current firm Copans Road Facility,Broward County Mass Transit: Based on the findings documented during tank removal and source removal efforts conducted at the Site, Broward County Environmental Protection and Growth Management Department (EPGMD) required that a site assessment be conducted at the site.Ms. Paituvi prepared a site assessment plan designed to confirm,characterize and delineate the extent g. of soil and groundwater contamination at the site in compliance with FDEP Chapter 62-770, Florida Administrative Code. Ms. Paituvi coordinated project activities, conducted data evaluation and prepared a Site Assessment Report documenting findings and conclusions. In addition to the site assessment associated with petroleum contamination discovered during tank closure activities, E Sciences performed a limited evaluation of dieldrin contamination at the site based on the discovery of Dieldrin concentrations above regulatory standards during tank upgrade activities. Ms. Paituvi prepared a groundwater and soil sampling plan, coordinated project activities,conducted data evaluation and prepared a Dieldrin Contamination Evaluation Report submitted to EPGMD. Ms. Paituvi prepared No Further Action with Conditions proposal to attain regulatory closure for both contamination cases. FDEP has conceptually concurred with the NFAC approach and E Sciences is preparing a restrictive covenant and supporting documentation for final regulatory submittal. Contract Budget/Fees:$230,799 STANDARD FORM 330(REV.8/2016)PAGE 10 20 EXAMPLE PROJECT KEY NUMBER F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S QUALIFICATIONS FOR THIS CONTRACT (Present as many projects as requested by the agency,or 10 projects,if not specified. Complete one Section F for each project.) 21.TITLE AND LOCATION(City and State) 22.YEAR COMPLETED City of Miami Beach Environmental Engineering Continuing Services, PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami Beach,Miami-Dade County,Florida 2011 —Ongoing NIA 23.PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER City of Miami Beach Margarita Wells 305-673-7000 x 6928 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost.) E Sciences was awarded a contract with the City of Miami Beach to conduct environmental engineering services.To date,E Sciences has provided the City with consulting services including the following: Properties Adjacent to Miami Beach Convention Center: In preparation for redevelopment of City owned properties to enhance the convention center area, E Sciences conducted a Phase I Environmental Site Assessment(ESA)for land parcels adjacent to the Miami Beach Convention Center.These parcels included a parking lot west of the convention center,the 21st Street Community Center and Bandshell north of the convention center and the Fillmore theatre. The Phase I ESA revealed the historic operation of a golf course on the project sites. This finding was identified as a recognized environmental condition(REC)based on the potential historical application of herbicides and pesticides on the ground.A Phase II ESA was conducted by E Sciences to evaluate the potential presence of soil and groundwater impacts based on the historical use of the sites. Incremental Sampling Methodology (ISM) was selected as the soil sampling approach. ISM results were indicative of the presence of arsenic concentrations above approved naturally occurring concentration criteria specific for Miami Beach. Limited groundwater impacts were detected in one area. E Sciences assisted the City in —_ °.; evaluating a viable development approach to address the onsite impacts. Upon coordination with Miami-Dade County RER Department, the City has elected to implement a combination of '' _ WNW engineering controls and source removal efforts as part of the development plan for the sites.Off- - site assessment activities have been deferred to a later date. E Sciences documents were included as part of the bidding documents to provide guidance to the development contractor. Proposed Miami Beach Convention Center Headquarter Hotel: E Sciences conducted a limited site assessment for a site including a portion of the Fillmore Theater and parking areas adjacent to the Convention Center.This assessment was conducted based on the former presence of a golf course discovered during a Phase I ESAs conducted by E Sciences for adjacent properties. The assessment included soil and groundwater sampling and confirmed the presence of localized soil arsenic impacts and the presence of nitrate concentrations above groundwater cleanup criteria at the site.The City indicated that they would address these discoveries during development planning and implementation at a future time. Sea Level Rise Evaluation: E Sciences conducted a study of groundwater elevations,tidal fluctuations and .` • ' • 4`,,• rainfall over a period of twelve months to assist the City with evaluating the effects of sea level rise.To identify areas of potential short and long term flooding, E Sciences created GIS layers of surface water levels from : high quality LiDAR data,groundwater levels collected from designated monitoring wells, and other researchry.• :fr• conducted. The critical component of the effort was to identify areas with limited soil storage capacity and areas where sea level rise is expected to further reduce unsaturated soil storage capacity.These data were `-'V • contoured to provide a spatial presentation of areas with higher vulnerability for impacts due to sea level rise. '� A report outlining our methodology, the results of the study in narrative, charts and graphics, and recommendations was provided at the completion of the study. - • E Sciences also the City of Miami Beach with the completion of a groundwater elevation monitoring study in the Sunset Harbor neighborhood to support the design and installation of a stormwater management system.E Sciences provided the City with training and support during installation of the equipment and data collection,data management and modeling efforts. Spill Prevention Control and Countermeasure(SPCC)Plans:E Sciences prepared SPCC Plans for 12 facilities located throughout Miami Beach. These facilities included pump stations,fire stations,public works yard, Miami Beach Golf Club and the Convention Center.E Sciences'approach for developing the SPCC Plan(s)followed the steps outlined in applicable federal regulations(40 CFR 112).The Plans were reviewed and certified by an E Sciences Professional Engineer. We also incorporated provisions to assist the City with compliance with state and local regulations.We conducted the following activities to obtain the information required to complete the Tier I SPCC Plans: • Review available as-built drawings,surveys and plans related to the structures and drainage pathways • Conduct a site visit of each facility with a person knowledgeable of the facility's tank systems,coordinated through the City's Environmental Department Interview the site manager or other personnel familiar with the tank systems and other oil storage systems STANDARD FORM 330(REV.8/2016)PAGE 11 • Review records of previous spills • Evaluate topography and surface water flow regimes • Evaluate areas of obvious discharge potential and spill sources • Identify environmentally sensitive areas and potential receptors if a spill were to occur • Document security measures to prevent unauthorized access to oil handling • Develop a list of emergency response personnel • Review the City's spill response measures • Review records of tank integrity and pressure tests • Review the City's personnel training records Green Waste Facility:This site was an undeveloped,bermed area located on the east side of the Miami Beach Golf Club.The site was previously used by the City of Miami Beach for solid waste management,and a portion of the area contained buried debris.In anticipation of constructing a wastewater reclamation facility,the City implemented a material screening plan to remove the buried solid waste and screen out the larger(greater than 2-inches) pieces of solid waste for off-site disposal. The recovered screened material (RSM)was merged with a berm around the solid waste handling area to separate it from adjacent properties and the golf course. The larger pieces of debris removed consisted primarily of rock,concrete and wood. Miami- Dade Department of Environmental Resource Management (DERM) (currently Regulatory and Economic Resources - RER) required the City to demonstrate that there was a minimum of two feet of clean fill or other engineering control in place covering areas of solid waste in or around the berm in order to pursue regulatory closure for the site. E Sciences conducted environmental services to evaluate the top two feet of soil layer covering the berm.In order to complete the project in a time and cost effective manner,E Sciences developed a phased sampling approach by collecting the necessary samples,but conducting laboratory analysis on an iterative basis.The initial sampling results revealed the presence of regulated contaminants above regulatory criteria,therefore additional analysis was not deemed necessary.The City elected to implement an engineering control(EC)to achieve conditional site closure along with the adjacent golf course property,protecting human health and the environment.E Sciences prepared an EC design and provided oversight and regulatory coordination for the installation of the EC.The design and installation of the EC received regulatory approval,and E Sciences assisted with drafting the restrictive covenant to be used for the final conditional closure. Fleet Management Facility: E Sciences conducted groundwater and soil assessment activities at the active City's fleet management facility. The assessment was completed in order to evaluate the presence of contamination associated with a historical petroleum discharge documented in 1992. This assessment revealed the presence of free floating product in the groundwater and soil impacts within a localized area at the facility. E Sciences prepared and submitted a Site Assessment Report Addendum including source removal plan recommendations.The SARA and source removal plan has received regulatory approval from RER.E Sciences has recently prepared a Monitoring Only Plan(MOP)as part of a Consent Agreement between RER and the City to maintain certain environmental provisions on the site while waiting to implemented cleanup and remediation efforts during the anticipated development of the property. The MOP was approved by RER, and E Sciences is conducting groundwater monitoring in lieu of active remediation. Street Tree Inventory: E Sciences conducted street tree inventories for the Normandy Shores and Normandy Isles neighborhoods. A total of 6,010 trees werem. m inventoried using sub-meter accurate global positioning equipment. E Sciences ® Urtain Campy seuct,e provided the City with an ESRI ArcGIS shape file.The work included assessing each 0� G ESSv YASStrrrr b tree for its general condition and providing recommendations for maintenance. �® ••••• b.abbe. ba. — tirr4K bbtW Greenspace Canopy Assessment: Using i-Tree Canopy and i-Tree Vue, E Sciences assessed the extent of the City's urban forest canopy and the ecological 0®— ...— services services provided by the trees. E Sciences estimated the canopy coverage for the am® ^^ . City's entire urban forest, itsparks and its rights of wayusingi-Tree Canopy. It also �°�"'"��"— Y 9 �® �= estimated the percentage of available space remaining within the City for additional maim tree planting. E Sciences used this information to estimate the carbon sequestration -- ' x " and storage, as well as pollutant removal being provided by the trees. E Sciences ME®~ �� — developed a brochure for public education documenting the information from the ice® = . t *� •a study. ®® Contract Budget/Fees: $888,858. 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE a. E Sciences, Incorporated Fort Lauderdale&Miami,Florida Prime Consultant STANDARD FORM 330(REV.8/2016)PAGE 12 20 EXAMPLE PROJECT KEY NUMBER F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S QUALIFICATIONS FOR THIS CONTRACT 2 (Present as many projects as requested by the agency,or 10 projects,if not specified. Complete one Section F for each project) 21.TITLE AND LOCATION(City and State) 22.YEAR COMPLETED City of Fort Lauderdale Continuing Contract for General PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Environmental Services,Fort Lauderdale,Broward County,Florida Ongoing N/A • 23.PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER City of Fort Lauderdale Mr.Larry Teich (954)828-7844 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost.) E Sciences was awarded a contract with the City of Fort Lauderdale(City)to provide ongoing environmental engineering support during two separate consultant selection processes.The scope of the contract is broad and provided us with a wide range of opportunities to support the City.The following summarizes some of the projects completed for the City: Sistrunk Boulevard: E Sciences was hired by the City to conduct soil and groundwater _ i testing along Sistrunk Boulevard from 1-95 to Andrews Avenue.The project was conducted — in order to support the CRA with implementing a streetscape, drainage and roadway •enhancement project.E Sciences conducted soil and groundwater testing at 36 locations to — - 'r**�' evaluate potential impacts to construction that may arise due to known contaminated sites t historically located along the corridor. Potential sites of concern included historical dry jM cleaners,gasoline stations,junk yards and an incinerator ash landfill. J Prior to implementation, E Sciences worked with the FDOT(who was providing funding)to determine a scope of analytical services. E Sciences reconciled the proposed subsurface / structure locations (drainage structures, light fixtures, etc.) identified on construction plan sheets with the existing corridor conditions and proximity to potentially contaminated areas. Due to the high number of utilities anticipated to be located in close proximity to the drilling locations, E Sciences engaged a private utility location contractor to locate underground utilities using ground penetrating radar and electromagnetic radiation surveys, in addition to review of City plans and coordination with Sunshine One Call.A Maintenance of Traffic(MOT)plan was prepared and submitted to the City prior to field activities. In addition to an assessment report, E Sciences provided general notes and bidding specifications language outlining requirements for managing contaminated soils and groundwater to be incorporated into the bidding and contract documents for this project.During construction, we assisted the City in working with the contractor to minimize impacts to construction and keep the project moving. • This"stimulus"project meant that deadlines were critical and that the work needed to be expedited.We developed a scope of work, met with FDOT to negotiate the scope, _ conducted private utility location, developed an MOT plan, and initiated the sample `' ,•• collection within 13 days of the first phone call. Our draft report was provided to the CRA within an additional 12 working days. This project was completed to the satisfaction of the CRA and FDOT and we delivered the project under budget by more than$12,000. • 4 United States HUD Environmental Documentation and Area-wide Floodplain Management Eight-Step Decision-Making Process:To enhance the quality of life in ✓� � ! _. our neighborhoods, the Fort Lauderdale City Commission has established four Community Investment Programs:the Neighborhood Community Investment Program, the Neighborhood Community Investment Grant Program, the Business Community Investment Program,and the Business Community Investment Grant Program.The goal of these programs is to provide matching grant funds for the construction of community improvements in the City's right-of-ways that beautify neighborhoods and enhance the quality of life for those who live in,work in,and visit the City of Fort Lauderdale.The majority of individual actions considered for these projects include the following: street name decorative posts,entryway monuments,entryway signs,concrete curbing,swales,sidewalks,median islands,decorative lighting, solar decorative lighting, landscape lighting, trees, landscaping, and irrigation. E Sciences has prepared numerous environmental documentation packages to support HUD funding for the City of Fort Lauderdale's neighborhood improvement STANDARD FORM 330(REV.8/2016)PAGE 13 projects. The majority of these involved the preparation of Environmental Checklists in compliance with HUD regulations. E Sciences also prepared an Area wide Floodplain Management Eight-Step Decision-Making Process for them to utilize when projects are located within a 100- year floodplain as defined by the Federal Emergency Management Agency. Fire Station#49:This project was undergoing redevelopment with a new City fire station when petroleum contamination was discovered during construction. E Sciences mobilized to the site the same day as requested to further investigate the implications of this finding on construction and regulatory notification.Historical and regulatory records indicated historic USTs on the property.Consultation with regulatory agencies, collection of soil and groundwater samples and sound environmental judgment allowed this project to proceed with minimal time delay and costs to the project. E Sciences also conducted air monitoring for construction workers to evaluate potential health implications of exposure to the unknown products discovered and provide the City with such documentation. Opinion of Post Closure Costs, Wingate Landfill: In response to a City audit, E Sciences was tasked to develop an opinion of post- remediation costs for this Superfund site. Historic and future operations with respect to maintenance and monitoring costs were compiled in several spreadsheets to provide future annual allocations until fiscal year 2032. E Sciences created the spreadsheets such that the costs forecasts may be updated annually. Wingate Landfill Burrowing Owl Relocation:This is a hazardous waste superfund site I:,. ,r�,, ,. .r- , ,i that has undergone regulatory closure. A protective cap system was installed at this •.� 1r,`>. r„;i.:fit &.,f +}„- ,1 historical municipal landfill to eliminate potential exposure to contaminants and to prevent ';`. , ' u+,, ';',,t ? t _ ,-, migration of contaminants in the landfill into the groundwater.A condition of the closure is t __ '- t ' T .: F conducting monitoring of the groundwater, surface water and fish tissues on a periodic I ”',.>;:/ • '`„ ''`;y ;. !*; basis for a period of 30 years. During a five-year inspection, the EPA identified the '... ,, .� e .•:',..(':‘_'tc t presence of two burrowing owl burrows on top of the capped area of the landfill.The EPA 4• A' s, " ` • . . .• '.. 4;, Ed the City to remove the rows and evaluate the integrity of the l cap. .. ,.. I Sctendces was engaged to evaluaterthe possible damage and coordinate burrowdrelmoval • 1 01, - . f,.� ` , • f, %� with state and federal regulatory agencies. '� ''. , y ,.- ' _ ' " y r .' The burrows were scoped and video recorded in an effort to assess whether or not the ' °+ ' .� "- *-"'"-- i owls had affected/damaged the geomembrane with inconclusive results.However,it wasINE ,t �: determined that there were no eggs or flightless young in the burrows. Following 1 - coordination with the EPA and the FWC,starter burrows were created outside of the cap -slik f ' F area to encourage relocation of the owls to this area.The burrows were excavated and it a c . was found that the cap had not been affected by the owls. The burrows were removed ,, j . , and the owls relocated themselves in the area outside the cap. , A,2 .' ,.' 4.i •......, s F Fort Lauderdale Executive Airport Endangered Species Surveys, Permitting and / ii,i. Relocation:E Sciences has conducted multiple endangered species surveys, migratory bird and gopher tortoise relocation permitting and relocation for proposed construction projects at Fort Lauderdale Executive Airport. Endangered species encountered, permitted or relocated include burrowing owls and gopher tortoises. Fort Lauderdale Executive Airport Proposed U.S.Customs and Border Protection Facility:E Sciences was engaged by the City to assist with understanding the outstanding environmental and regulatory issues at a tenant space at the Fort Lauderdale Executive Airport as part of the planning for a future U.S. Customs and Border Protection Facility. The property is currently occupied by another private tenant who historically operated two fueling facilities: one abandoned in place and one recently taken out of service. Our scope of services included interviewing the tenant and a site visit, review of the tenant's consultant assessment reports, and communications with Broward County's EPGMD. E Sciences provided periodic updates and advised the City in ways to reduce the potential for liability associated with these former fueling systems and reduce the potential for them to impact construction. Benthic Surveys for Sylvan Lake Canal& Seminole River Canal: E Sciences conducted benthic resources surveys to support dredging projects in two City-maintained waterways.E Sciences'biologists snorkeled each site to observe the presence of regulated benthic resources (i.e.seagrasses,corals,etc.)E Sciences'staff provided the City reports to accompany their permit applications. Progresso Village Neighborhood: E Sciences conducted a Phase I ESA for the City's Neighborhood Services group in order to support application for federal funding for decorative entranceway signs. STANDARD FORM 330(REV.8/2016)PAGE 14 Hortt Elementary: E Sciences conducted a Phase I and Phase II ESA for the City to support their purchase of this school property intended for redevelopment as a neighborhood park.This property was initially developed by Mr. M.A. Hortt who was one of the early Fort Lauderdale settlers.The project was expedited to meet the constraints of contract timing. Twin Lakes: E Sciences conducted a Phase I ESA and asbestos survey to support the City's purchase and redevelopment of this residence as a park. Fort Lauderdale Executive Airport Fuel Spill Regulatory Assistance: Due to damage to an aircraft fuel tank during a low speed collision between two airplanes at Fort Lauderdale Executive Airport,a jet fuel discharge was reported to EPGMD. Immediately after the incident,staff employed emergency procedures and properly managed the spill. E Sciences was initially called in to conduct soil testing to determine if the soils in the area were impacted with jet fuel. When E Sciences reviewed the documentation, we determined that everything had been sufficiently managed and that the activities should not require soil assessment or a formal discharge report,which would trigger a requirement to conduct a Site Assessment. E Sciences provided documentation and communications with EPGMD in order to prevent the reported discharge from entering the bureaucratic process of future assessment and remediation requirements. Melrose Manors Neighborhood: E Sciences conducted a Phase I ESA and U.S. Department of Housing and Urban Development (HUD) Environmental Review for the City's Neighborhood Services group in order to support application for federal funding for decorative light posts. Lauderdale Manors Neighborhood: E Sciences conducted a Phase I ESA and HUD Environmental Review for the City's Neighborhood Services group in order to support application for federal funding for decorative light posts. Golden Heights Neighborhood: E Sciences conducted a Phase I ESA for the City's Neighborhood Services group in order to support application for federal funding for decorative entranceway signs. Fort Lauderdale Low Level Bridges:E Sciences provided asbestos surveys in anticipation of demolition and reconstruction of three low level neighborhood bridges for the City:The Harborage,Marcetta River,and Carlotta River.These reports met the requirements for FDOT,as FDOT was providing funding for this project. Fire Station#46: E Sciences was contracted with the City to provide an indoor air quality survey to evaluate comfort-related issues posed by building occupants regarding indoor air quality.The scope of services included a walkthrough of the building;interviews with building occupants; observations of the air conditioning systems;measurements for temperature,relative humidity,carbon monoxide,and carbon dioxide in each building area;and moisture readings in areas where either visible indications of moisture impact were noted or that were reported by building occupants. Sailboat Bend Preserve: E Sciences was hired by the City to conduct a Phase I and II ESA of vacant property being designated for use as recreational space and installation of a "tot lot". The property is adjacent to the City's public works and police department complex. No environmental concerns were identified. Parcel Located at 538 NW 9th Avenue:E Sciences was engaged by the City's CRA to conduct a Phase I ESA of this property,located across the street from the CRA building.This vacant lot was being procured by the CRA as part of an assemblage of parcels for future development opportunities along Sistrunk Boulevard. Benthic Surveys for Sylvan Lake Canal and Seminole River Canal:E Sciences conducted benthic resources surveys to support dredging projects in two City-maintained waterways.E Sciences'biologists snorkeled each site to observe the presence of regulated benthic resources (i.e.seagrasses,corals,etc.)E Sciences'staff provided the City reports to accompany their permit applications. Environmental Assessment—South Middle River Improvement:E Sciences'completed an environmental assessment of the project area to satisfy HUD financial support for paving and drainage improvements along a section of the South Middle River neighborhood. E Sciences completed an Environmental Review and completed the Statutory Worksheet for HUD projects categorically excluded per 24 CFR Part 58.25(a) to determine whether or not the project will have a significant impact on the environment. The Worksheet includes an environmental assessment of potential impacts to historic properties,floodplain management,wetland protection,coastal zone management, sole source aquifers,endangered species,Wild and Scenic Rivers,air quality,farmlands,environmental justice, noise abatement,explosives and flammables, toxic and radioactive chemicals and airport clear zones. The results of the evaluation determined that the project was not categorically excluded and required completion of the NEPA Environmental Assessment Checklist, revising the Statutory Worksheet in the Environmental Assessment Worksheet format,and a FONSI to satisfy HUD financial support. In addition, E Sciences had previously STANDARD FORM 330(REV.8/2016)PAGE 15 completed the Eight-Step Decision Making Process for Floodplain Management for the project area, which was included as part of the documentation.The Eight-Step Decision Making Process is completed in order to evaluate compliance for Projects located within a floodplain or within a designated wetland. In this case, it was triggered by the location of the project within a floodplain and included public notice, evaluation of practicable alternative locations, identification of potential direct and indirect impacts, evaluated minimization of impacts and restoration and preservation of beneficial values of the floodplain. Environmental Assessment—Grace Community Development: E Sciences was contracted to perform a HUD Environmental Review for an industrial property that was proposed to be redeveloped as a community center. The Environmental Review consisted of the Statutory Worksheet for Categorically Excluded projects.The preparation of this worksheet requires coordination with environmental regulatory agencies, including the State Historic Preservation Office,the FDEP,and the EPA.The Statutory Worksheet includes a Determination section with three options. If the project does not require mitigation for compliance with listed statutes or authorities,nor require formal permit or license,then it converts to Exempt status.Based on the proposed change in use of the property,it was determined that the project did qualify as a Categorical Exclusion and required a higher level of review.Therefore,E Sciences completed an Environmental Assessment and completion of the HUD's NEPA Environmental Assessment Checklist,including an alternatives analysis,and the Environmental Assessment Worksheet to comply with federal laws and authorities. Statutory Worksheet:Community Redevelopment Agency Resurfacing Projects:The City required an environmental evaluation of the project area to satisfy HUD requirements for providing financial support for resurfacing streets within the Fort Lauderdale CRA boundary. The approximate area of the project encompassed approximately 1,400 acres. The scope of our services included the preparation of an Environmental Review to comply with federal laws and authorities that would apply to HUD under the NEPA.The City had previously submitted an Area-wide Floodplain Management Eight-Step Decision-Making Process to HUD for projects of similar nature and scope that are eligible for CDBG funds.However,this particular activity(resurfacing)was not contemplated by the City at the time of the preparation of the Area-wide Floodplain Management Eight-Step Decision Making Process documentation. Based upon our review of FEMA maps, the projects contemplated under this environmental review included areas within the floodplain requiring that the City evaluate the project in those areas in accordance with the citywide process.E Sciences performed a review of the CRA area and review of internal and public documents to evaluate existing environmental conditions as they relate to HUD regulations within the CRA and potential for impacts. The final deliverable was a Statutory Worksheet with the supporting documentation verifying compliance. Contract Budget/Fees:$428,130 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE a' E Sciences, Incorporated Fort Lauderdale,Florida Prime Consultant STANDARD FORM 330(REV.8/2016)PAGE 16 20 EXAMPLE PROJECT KEY NUMBER F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S QUALIFICATIONS FOR THIS CONTRACT (Present as many projects as requested by the agency,or 10 projects,if not specified. Complete one Section F for each project.) 21.TITLE AND LOCATION(City and State) 22.YEAR COMPLETED General Environmental Engineering Services PROFESSIONAL SERVICES CONSTRUCTION(If applicable) City of North Miami Beach,Miami-Dade County,Florida 2009—Ongoing N/A 23.PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER City of North Miami Beach Mr.Karim Rossy (305)948-2980,ext.7962 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) E Sciences maintains a continuing services contract with the City of North Miami Beach to conduct environmental engineering services on an as-needed basis.We have provided the following services to support the City: • Phase I Environmental Site Assessments • Site Assessment Reports and Remediation Planning • Brownfields Designation Support • Compilation of bids for services such as pre-demolition(asbestos,lead paint)surveys and debris removal • Guidance on requests for off-site sampling • Attendance and representation at various venues such as City Council and Community Redevelopment Agency meetings • Stormwater support services • Georeferencing and digitizing stormwater plans The Taylor Park Brownfield Site had been slated for redevelopment since 1999,when the FDEP had their Brownfields contractor conduct a Brownfields Assessment of the site, the assessment revealed metals and petroleum in the soil and metals in the groundwater. In 2005, assessment activities revealed the presence of buried solid waste on most of the 21.8-acre property. Since that time,environmental issues restricted and complicated redevelopment efforts for the property. The property was occupied by a ball field, a daycare facility,vacant land and a lake/rookery. In the summer of 2009, E Sciences was contracted by the City to move the assessment,cleanup and redevelopment of the property forward. As a team, E Sciences, the City, and Akerman Senterfitt developed a comprehensive approach to coordinating management of the environmental issues at the site with the redevelopment of the property as a community park. Our approach involved the following: • Close the daycare facility and relocate the children to another location within the City; • Work with Miami-Dade Fire Rescue and the daycare staff to manage the potential methane issues at the property until the daycare was relocated; • Seek community input(we conducted two meetings with interested residents,and educated the CRA Board and Commission); • Integrate the remedial approach to the master planning process for a proposed park redevelopment; • Identify opportunities for ecological enhancements for the property and water quality improvement for the lake;and • Work with the City to assist in designating the property as a Brownfield. Remediation remedies selected included the following: source removal; continuous methane monitoring within the structures on-site; installation of surface cap to prevent exposure to buried materials; and quarterly groundwater monitoring. The FDEP has accepted the remedial design,but the remediation is being implemented by Miami-Dade County. Stormwater Support Services: E Sciences was engaged by the City to assist with their stormwater management and NPDES programs. The first task was to georeference and digitize the Stormwater Atlas that the City uses to map their stormwater system. Under this task, E Sciences developed a GIS database converting the existing Stormwater Atlas (which is in pdf format) into a GIS database and accompanying attribute table;this included creating links to the applicable plan set for each component.The second task was to update the City's 1993 NPDES Operating Manual to meet the Third Term NPDES MS4 permit conditions, such as developing Standard Operating Procedures and systems for tracking components such as maintenance,street sweeping and training.The third task was to develop a citywide stormwater master plan to assist the City with updating existing infrastructure,refining and prioritizing future stormwater infrastructure needs, and reviewing and updating codes(as needed).The master planning process was stalled while the City identifies funding to obtain additional information regarding the existing condition of their stormwater system. Contract Budget/Fees:$368,176 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (11 FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE a. E Sciences, Incorporated Fort Lauderdale&Miami,Florida Prime Consultant STANDARD FORM 330(REV.8/2016)PAGE 17 20 EXAMPLE PROJECT KEY NUMBER F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S QUALIFICATIONS FOR THIS CONTRACT 4 (Present as many projects as requested by the agency,or 10 projects,if not specified. Complete one Section F for each project.) 21.TITLE AND LOCATION(City and State) 22.YEAR COMPLETED City of Miami Beach Fleet Management Benthic Survey and Environmental PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Permitting,Miami Beach,Miami-Dade County,Florida 2012 N/A 23.PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER City of Miami Beach Mr.Jose Rivas (305)673-7080 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost.) The site is located on Government Cut within the Port of Miami in Biscayne Bay Aquatic Preserve. The project consisted of permitting and design for the rehabilitation of a 200-foot seawall that protects the City of Miami Beach's Fleet Management property.The upland property is used to service the City's vehicles (i.e., police, fire, ambulance) and contains a one story concrete structure that is built on pilings approximately 15-feet from the water. E Sciences was hired to acquire the environmental permits for repair of the seawall. Task required and completed for the permit application included conducting a survey for corals along the seawall extending 30-feet deep. The existing seawall consists of a series of concrete bollard blocks with a backfill of poured concrete approximately four feet deep.All sheet piles that were installed as part of the existing seawall had become severely corroded. The water at this location is approximately 30 feet deep. The proposed seawall was designed as a cantilevered wall rather than a wall with tie-backs because installation of tie-backs would require significant demolition and/or drilling through the four-foot concrete backfill and bollard blocks. In addition, the use of tie-backs may compromise the foundation of the building. In order for a cantilevered wall of this height to have structural integrity, large king piles must be used.As a result,the face of the new seawall will be three feet in front of the existing face of wall. E Sciences obtained the FDEP Standard General Environmental Resource Permit, a Letter of Permission from the US Army Corps of Engineers and a Class I Coastal Construction Permit from Miami-Dade County Regulatory and Economic Resources Department. E Sciences was a subconsultant to the design firm. Project Budget/Fees: $21,714 rP 41110,- - -*AO 4Ik• fr • 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE a. E Sciences, Incorporated Fort Lauderdale,Florida Subconsultant STANDARD FORM 330(REV 8/2016)PAGE 18 20.EXAMPLE PROJECT KEY F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S NUMBER QUALIFICATIONS FOR THIS CONTRACT (Present as many projects as requested by the agency,or 10 projects,if not specified. Complete one Section F for each project.) 21.TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Stormwater Quality Master Plan PROFESSIONAL SERVICES CONSTRUCTION(If applicable) City of Melbourne,Florida 2013-2017 N/A 23.PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER City of Melbourne Dani Straub, PE (321)608-7312 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost.) E Sciences was contracted to provide the to provide Professional Engineering Services related to Stormwater Quality Master Plan and General Stormwater Quality Professional Services,on an as-needed basis.Tasks include: Stormwater Quality Master Plan for the City of Melbourne MS4: E Sciences developed and is currently implementing a Stormwater Quality Master Plan for the City of Melbourne. Due to the desires of the City, "`,,,� ottrk E Sciences evaluated the City's MS4 using available GIS, CAD, ander` watershed data and developed a comprehensive stormwater master plan which optimizes the approach to meet recently expanded water quality _ f regulations. The EPA, in conjunction with the FDEP, is expanding the TMDL - , ' dull and BMAP programs to address more stringent water quality requirements. 14 1' The Cityof Melbourne currentlyparticipates in two ongoing BMAPs.Typically, - = ' P P 9 9 -.; these BMAPs require the implementation of BMPs which include structural and A-- non-structural controls and projects to reduce nutrients and other stormwater .,-.- 7 - _ . pollutants prior to discharge to impaired water bodies. E Sciences' innovative -- --- - - approach to address these needs included a citywide water quality model to identify stormwater pollutant"hot-spots"of highest nutrient discharge and development of a prioritized implementation strategy of specific projects to reduce nutrient loading. An updated stormwater quality model was developed for all areas within the 35-square mile city. The PLSM was selected from amongst several potential models primarily due to the spacial model framework within GIS.Additionally,the PLSM was used by FDEP in the creation of the nutrient load allocations in the Indian River Lagoon BMAPs and the model results can be easily compared to the FDEP model.Within the City, E Sciences used the water quality model to determine the areas of highest nutrient load. With a thorough understanding of the source of the water quality issues, projects were developed to target specific areas to optimize improvements to the existing stormwater system. In an effort to better understand the drainage characteristics within the City, E Sciences developed a Irl ' = stormwater infrastructure inventory using a variety of data sources. An ArcGIS geodatabase was -,�� developed to store the combined data in a single location. Data sources included the City's existing - infrastructure database, a hard-copy stormwater inventory developed in 2003, FDOT as-built plans, - " SJRWMD Environmental Resource Permit database, and the City's archive of AutoCAD files, permit documents and construction plans dating back to the 1950s. The stormwater infrastructure inventory provided a strong foundation for the location and design of new water quality BMPs. With the most current stormwater infrastructure and high pollutant load areas identified, E Sciences developed conceptual designs for more than 50 projects in order to estimate project construction and implementation costs compared to the anticipated project-specific pollutant removal benefit. Project development efforts focused on the areas within the City with the highest concentration of pollutant loads and locations that have high stormwater runoff. Project areas were identified in GIS by evaluating watershed characteristics using LiDAR for basin delineation and flow routing. Project BMPs were designed based on existing stormwater infrastructure and using GIS land use/land cover layer, soil type layer, and ERP design files from nearby projects. Our staff analyzed the attributes of potential projects using a comparative matrix to establish a prioritized list of projects. The prioritized list provides the City with a strategic and cost effective plan for implementation. STANDARD FORM 330(REV.8/2016)PAGE 19 Throughout the process of locating and designing projects, E Sciences consulted with staff to ensure that the projects were practical and consistent with the development goals of the City. This included meetings with the City's Engineering Department, GIS Department, Parks Department, Golf and Leisure Services Department, Public Works and Utilities Department, Environmental Community Outreach Division and the Planning and Economic Development Department. Communication and coordination with each of these groups was essential to ensuring that the development of water quality improvement projects leveraged the full potential resources of the community. Funding for water quality improvements is available from national, state and regional sources. The stormwater master plan identifies these sources and the criteria for which funding can be requested.When funding from these sources becomes available, having a list of projects to choose form can make the process and application much more efficient. E Sciences has been able to provide successful support for the application and acquisition of grant funding. Currently, E Sciences is assisting the City in obtaining over$100,000 for water quality project development identified in the stormwater master plan. Central Indian River Lagoon Water Quality Improvement Project Study, City of Melbourne, Florida (2016 —2017): E Sciences was responsible for the development and analysis of a study focused on identifying and evaluating water quality stormwater retrofit projects within the City of Melbourne to address the Central Indian River Lagoon (CIRL) BMAP, and develop a comprehensive watershed management plan for the CIRL within the City's MS4. E Sciences utilized GIS stormwater data and watershed mapping to develop a pollutant load model to evaluate water quality within the CIRL for the City's MS4. The project team evaluated 20+ potential watershed retrofit projects to improve water quality within this basin.The team developed conceptual stormwater retrofit plans for each project location, and evaluated the function and effectiveness of existing stormwater structural and non-structural controls to make recommendations for improvements to improve water quality. Pollutant load reduction modeling and calculations were performed for each proposed project location, and planning level cost estimates were developed. The projects were ranked and prioritized based on several factors, including their cost effectiveness in pollutant load reduction, feasibility, as well as maintenance considerations. Stormwater retrofit projects included wet and dry pond retrofits, nutrient separating baffle boxes, vegetated filter strips,ditch retrofits, stream restoration and enhancement, off- line wet retention,algal turf scrubbers, bio-swales,biosorption activated media,regenerative stormwater conveyance(RSC)channels,living shorelines, and oyster restoration. The deliverable report summarizes the evaluation of these stormwater retrofits, prioritizes projects with respect to cost-effectiveness, and will assist the City in making future stormwater retrofits to address the CIRL BMAP. Several of these projects will be added to the City's CIP budget for development of construction design plans to improve water quality within the CIRL. Highlands Avenue Stormwater Improvement Project: The Highlands Avenue parking lot stormwater design project is located in the Eau Gallie CRA in the City of Melbourne, Brevard County, Florida.This area is locally known as the art district due +� � to the many arts and craft stores in the area. The lot provides 1741111�11 public parking space for many of the nearby retail stores and = 4 r . . host many community events throughout the year. The existing parking lot was an unpaved gravel surface with little to no <� � ::5 ,� •a stormwater treatment and the lot and side streets experienced .._. `~� floodingduringlarge storm events. E Sciences evaluated -+tea 9 -<. ' options to improve the condition of the parking lot using water i quality and quantity modeling. E Sciences developed design plans for construction of a pervious paver parking lot, over a gravel infiltration basin with underdrains to improve the localized / drainage issues and to improve water quality in the City's MS4. - ./ / The infiltration basin was designed with extra capacity to allow for the intake of stormwater runoff from adjacent buildings and roadways. The exfiltration basin can store up to 3"of runoff over the basin and has a"smartbox"manhole structure with an internal weir to control outflow for larger storm events.The dry retention treatment provides the stormwater basin with 95%removal efficiency for Total Nitrogen (TN)and Total Phosphorus(TP).To help offset construction cost of the parking lot, E Sciences applied for an FDEP TMDL Grant, which offers funding for projects that focus on water quality treatment. A $103,000 grant was awarded to the City of Melbourne for this project. Additional savings in design costs were also achieved by the use of the "10-2" self-certification permit under the new State-Wide Environmental Resource Permit criteria. This project provided stormwater treatment to use as nutrient reduction credits in the Indian River Lagoon BMAP. E Sciences was also responsible for CEI services for this project which involved construction site inspections, addressing requests for information, review and approval of shop drawings, evaluation of deviations from approved plans,construction completion verification, and development and submittal of Record Drawings.Construction was completed in October 2015. STANDARD FORM 330(REV.8/2016)PAGE 20 Croton Road Stormwater Improvements — Design and CEI Services: This stormwater retrofit project was originally identified by E Sciences in the Stormwater Quality Master plan developed for the City. E Sciences evaluated water quality and quantity using stormwater models to develop a stormwater design for a roadway median ditch that had been problematic for the City's field staff to maintain,increased erosion, and caused excessive roadway flooding during large storm events.A unique treatment train design approach was used to address roadway flooding and maximize water quality treatment. E Sciences developed construction plans and specifications, including an engineer's cost estimate and other information necessary for bid documents for the proposed improvements. The project design included the construction of four dry retention basins in series within the median area of Croton Road.A 2nd generation Nutrient Removal Baffle Box has also been incorporated into the design. An underdrain system was designed to address high water table conditions in this area. The treatment train design provides 133 lbs/yr of Total Nitrogen removal and 32 lbs/yr of Total Phosphorus removal. In addition to reducing the flooding and maintenance issues, this project will provide nutrient reduction credits to be applied towards the City of Melbourne's pollutant load reduction goal for the Indian River Lagoon BMAP. E Sciences was also responsible for CEI services for this project which involved site inspections during all stages of construction, inspection documentation, addressing requests for information, review and approval of shop drawings, evaluation of deviations from approved plans, claims review, review and approval of pay applications, construction completion certification,and development and submittal of Record Drawings. Construction of this project was completed in January 2017. Bell Avenue Stormwater Improvements — Design and CEI Services: This stormwater retrofit project was originally identified by E Sciences in the Stormwater Quality Master plan developed for the City. E Sciences evaluated water quality and quantity using stormwater models and developed stormwater design plans for the installation of two 2nd generation nutrient separating baffle boxes in line with two parallel 48"pipes prior to discharge into a stormwater drainage ditch. E Sciences developed construction plans and specifications,including an engineer's cost estimate and other information necessary for bid documents for the proposed improvements.The installation required an open cut into the existing pipes so that the structures could be inserted into place.The project site lies within the North Indian River Lagoon portion of the City's MS4 and this project improved water quality treatment by reducing the stormwater pollutants for the drainage basin by 358 lb/yr of Total Nitrogen and 72 lb/yr of Total Phosphorus. Additionally, one of the baffle boxes contains an upflow filter with BAM for enhanced nutrient removal, and the performance of this box is being monitored and compared against the box without BAM. E Sciences was also responsible for CEI services for this project which involved site inspections during all stages of construction, inspection documentation, addressing requests for information, review and approval of shop drawings, evaluation of deviations from approved plans, claims review, review and approval of pay applications, construction completion certification, and development and submittal of Record Drawings.Construction of this project is currently underway and planned for completion by summer of 2017. North and South Garfield Stormwater Improvements — Design and CEI Services: This stormwater retrofit project was originally identified by E Sciences in the Stormwater Quality Master plan developed for the City. We evaluated water quality and quantity using stormwater models and developed stormwater design plans for the installation of two second-generation nutrient separating baffle boxes to replace two underperforming dry detention ponds. E Sciences developed construction plans and specifications,including an engineer's cost estimate and other information necessary for bid documents for the proposed improvements. The second-generation nutrient baffle boxes are designed to remove sediment,foliage,and litter with minimal hydraulic head loss.The existing dry detention ponds were undersized for the contributing drainage basin and provided minimal water quality treatment. This project is located in a high-density residential neighborhood, and the outfall for this project flows directly into an impaired waterbody. The project site lies within the North Indian River Lagoon portion of the City's MS4 and the project improved water quality treatment by reducing the stormwater pollutants for the drainage basin by 221 lb/yr of Total Nitrogen and 44 lb/yr of Total Phosphorus. E Sciences was also responsible for CEI services for this project which involved site inspections during all stages of construction,inspection documentation,addressing requests for information, review and approval of shop drawings, evaluation of deviations from approved plans, claims review, review and approval of pay applications, construction completion certification, and development and submittal of Record Drawings. Construction of this project is currently underway and is planned for completion by summer of 2017. STANDARD FORM 330(REV.8/2016)PAGE 21 Autumn Woods Stormwater Quality Retrofit- Design,Grant Support and CEI Services:This stormwater retrofit project was originally identified by E Sciences in the Stormwater Quality Master plan developed for the City. E Sciences evaluated water quality and quantity using stormwater models and developed stormwater design plans for the Autumn Woods wet detention pond. The pond was sited in a location that intersected an untreated stormwater conveyance system to the Eau Gallie River and restored treatment to areas which prior to the project were served by a dysfunctional treatment system. E Sciences developed construction plans and specifications, an engineer's cost estimate, obtained regulatory approvals, and secured all necessary permits from the SJRWMD and the USACE for work within and impacts to Waters of the United States. The project site lies within the North Indian River Lagoon portion of the City's MS4 and the project improved water quality treatment by reducing the stormwater pollutants for the drainage basin by 315 lb/yr of Total Nitrogen and 135 lb/yr of Total Phosphorus. E Sciences was also responsible for CEI services for this project which involved site inspections during all stages of construction,inspection documentation,addressing requests for information,review and approval of shop drawings,evaluation of deviations from approved plans, claims review, review and approval of pay applications, construction completion certification, and development and submittal of Record Drawings. E Sciences provided grant support services to the City for this project which included assistance with, preparation of, submittal, and award for a FY2015 Section 319 Grant for the project for $518,750 (-60% of total construction cost). Construction of this project is planned for completion by June 2017. Project Budget/Fees: $688,071 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT a (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE E Sciences, Incorporated Orlando, Florida Prime 4 STANDARD FORM 330(REV.6/2016)PAGE 22 20 EXAMPLE PROJECT KEY NUMBER F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S QUALIFICATIONS FOR THIS CONTRACT 6 (Present as many projects as requested by the agency,or 10 projects,if not specified. Complete one Section F for each project.) 21.TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Continuing Engineering Services, PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Islamorada,Village of Islands,Monroe County,Florida 2001 –Ongoing N/A 23.PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Islamorada,Village of Islands Cheryl Cioffari (305)664-6422 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost.) E Sciences has provided a variety of environmental engineering consulting services for Islamorada, Village of Islands, (the Village of Islamorada)including the following: Interim Director of Public Works: During transition between Village Public Works Directors, E Sciences was requested to fulfill the duties of the director on an interim basis.The transition took place during a critical phase of infrastructure growth—the Village was constructing its first wastewater treatment plant and collection system.E Sciences'role involved managing and overseeing multiple functions related to public works projects,including stormwater,wastewater and other capital improvement projects. Wastewater Treatment Alternatives Analysis:E Sciences prepared a feasibility study and cost comparison to assist Islamorada in deciding whether to treat wastewater on-island or send all or a portion of it to a consolidated plant being constructed in Key Largo for treatment.This study involved a conceptual design of a transmission system from Key Largo to Islamorada, including all related wastewater facilities. We estimated capital and operational costs for four on-site wastewater treatment plants as well as a conveyance system to Key Largo's plant. Costs for the various scenarios were compiled and summarized to provide five alternatives for consideration. Additional considerations included construction and hook-up phasing, legal issues,environmental considerations,aesthetics,limited land availability,and legal issues. E Sciences met with the Village's Water Quality Improvement Citizens'Advisory Committee and presented the findings to the Village Council. Stormwater Technical Manual: E Sciences prepared a Stormwater Technical Manual for the Village in order for them to provide guidance to engineers and developers that are preparing stormwater management plans for site development within the Village.The manual outlined the Village requirements and provided forms to streamline the review process for simple projects. In 2014, E Sciences updated this manual to incorporate modern technologies and stormwater management practices to promote design and development using technologies that are more sustainable and applicable to the uniqueness of the Village. • Stormwater Plan Reviews: The Village provides E Sciences with stormwater management plans for new developments and redevelopments that are submitted to planning and zoning. E Sciences reviews the plans for consistency with the Village's 10 aordinances,land development regulations and Stormwater Technical Manual.Review 111111ili ■ 1� letters providing our opinions and requests for additional information,if appropriate,are 1i ■ 1111 provided at the conclusion of the reviews.Reviews are typically completed within three ill • IR,. . to five days. Pi ■ `1 Wastewater Master Plan Due Diligence and Regulatory Compliance Assessment: E Sciences projected probable demand for reuse water, evaluated a full service T _ package wastewater treatment facility scenario, and assessed comparative mass •.1v;. nutrient loading and regulatory compliance issues. A regulatory compliance m assessment was also performed which assessed(based on actual performance data of existing facilities currently operating in the Village) the reliability of producing compliant wastewater treatment effluent if a complete network of package wastewater treatment facilities was constructed. FDEP data records were reviewed regarding the compliance history of package wastewater treatment facilities currently operating within the Village. STANDARD FORM 330(REV.8/2016)PAGE 23 Request for Proposals Development and Wastewater Rate Study: - E Sciences prepared a RFP for the design,construction and implementation of - a wastewater treatment facility and collection system to serve North Plantation { ' r74212..." sr, `t Key. E Sciences assisted the Village with securing a design/build team for 4." .� Phase I North Plantation Key/North Plantation Key Colony Wastewater Treatment and Collection System. Staff members researched technical "' �, �; JP specifications and reviewed the Preliminary Design Report for North Plantation -04/1 -to ` t Key Colony/North Plantation Key Waste Water Collection System as well as the Monroe County Waste Water Master Plan to prepare the technical RFP for the Village. E Sciences attended several meetings including Village Council Meetings, meetings with Village staff and Water Quality Committee Meetings. ` rc • " , Staff worked closely with the water quality committee to address the +": communities'concerns in the RFP. E Sciences evaluated proposals submitted by bidders,ranked firms on technical merit and conducted interviews on behalf of the Village.We then shortlisted the bidders and conducted a second round of interviews to choose the Design/Builder.E Sciences assisted the Village in negotiations with the potential Design/Builder and helped to secure a Design/Build Agreement. Program Management 1 Plantation Key Wastewater Treatment Facility:E Sciences provided Engineering Support Services to the Village of Islamorada for the design and construction of the North Plantation Key(NPK)wastewater treatment facility and collection system.The NPK project entailed the construction of a 0.355 MGD-MMADF wastewater treatment facility using a membrane bioreactor activated sludge biological nutrient removal treatment process.The project also includes a vacuum collection system with eight miles of vacuum sewer piping and force main.Construction of a reclaimed water system with 3.5 miles of transmission main was also part of the project. Construction was accomplished through two design/build contracts. E Sciences' role extended throughout the project. Our initial responsibilities included the preparation of technical RFPs for the two phases of this project. During the most recent contractor selection process, E Sciences provided two engineers to participate in the selection committee.E Sciences negotiated with the contractor on behalf of the Village and also was a lead participant in ensuring that the Village was able to receive $6.5 million in grant funding by contributing technical ideas and research and project management services to ensure that ambitious grant-related milestones were met. E Sciences also supported the Village in the selection of the treatment plant O&M contractor through the preparation of an RFP and participation in the selection committee. E Sciences acted as the Village's Design Consultant during the design phase of each NPK project. In this role we performed detailed reviews of plans and specifications for compliance with the contract documents, industry standards, constructability, ease of maintenance and other issues important to our client. During the construction phase of each project we performed construction engineering and inspection services. This included reviewing shop drawings, attending and participating in progress meetings, performing site inspections, reviewing the contractor's pay applications,evaluating change orders,oversight during the testing and acceptance phase,evaluating technical issues that arose during construction and offering solutions, and performing final inspections and developing punch lists. We also tracked the tasks required to transition from the construction phase to the operational phase and coordinated the construction and O&M contractors'activities to ensure a smooth transition. Construction Engineering Services: E Sciences provided Construction Engineering Inspection(CEI)and engineering support services for the NPK/NPK • Colony Wastewater Treatment Facility and Collection System in Islamorada � — Florida. E Sciences prepared the technical RFP for Phase I NPK Colony Waste Water Treatment Facility and Collection System and assisted the Village with - securing a Design/Builder for the project.Staff served as the design consultant for „;,4 I the Village of Islamorada for this project. Responsibilities included plans and 7s, " specifications review; shop drawing reviews; general CEI services, including on- °r,T " :W �,(„ site inspections; payment application processing; and interaction between the client and the Design/Builder. E Sciences conducted weekly site inspections and � - '�~ `'” attended monthly progress meetings. These tasks also included negotiating a change order to expand the waste water treatment facility from a 0.1 MGD-AADF facility to the current 0.25 MGD-AADF facility. E Sciences services included assistance with negotiations with regulatory agencies and permitting,CEI,RFP bid evaluation,biological survey, wetland delineation,and turbidity reports. STANDARD FORM 330(REV.8/2016)PAGE 24 Indian Key Fill Bike Path/Stormwater Demonstration:This project was a first year implementation project under the Village's Stormwater Master Plan.The project is located on a one mile long,narrow strip of land known as Indian Key Fill,which is bordered by Florida Bay on the west and the Atlantic Ocean on the east.In this area,these two water bodies are Outstanding Florida Waters and are part of the Florida Keys National Marine Sanctuary. Indian Key fill is dissected by the Florida Keys major road artery, US 1,on either side of which was a sparsely vegetated,linear bike path that was on grade with the slope from the highway. The combination of the slope and sparse vegetation allowed stormwater to runoff almost unimpeded into the adjacent bay and the ocean. The goal of the project was to pre-treat stormwater runoff along the one-mile stretch to improve water quality and minimize pollutants discharging into Florida Bay and the Atlantic Ocean.The first step in the project was to demolish the old bike path. The area was then re-graded,and a new, meandering bike path with swales was constructed on both sides of US 1.The final step was to install xeriscape landscaping using native plants.The result of the project was to provide water detention for the stormwater that allowed percolation and biofiltering prior to discharging into the adjacent water bodies. Additional benefits include enhanced areas for native wildlife and added recreational open space for residents and visitors. Stormwater Land Development Regulations: E Sciences assisted Islamorada in developing land development regulations in regard to stormwater impacts during development/redevelopment within the Village. Services included compiling data related to existing stormwater systems within the Village and developing the language for the regulations. Areas covered in the regulation text included the development/redevelopment process and its relation to the Village's review process and adherence to existing county, water management district and state regulations. Services also included development of a matrix of alternatives related to the type of , designated land use activities, as well as specific design criteria needed for each `• +4 j stormwater treatment facility. 414 Water Quality Master Plan:The project included several tasks,the first of which was ` ' ' an Assessment Report that included an inventory of Village residential canals, s.tee= =" '° attributes and classification using the Monroe County Residential Canal and Inventory ' - - report. This was supplemented with Village water quality monitoring data and, using this data, a recommendation for suitable canals for the water quality project with the =. _ ;- funds available was provided. Once a decision was made regarding the canal and treatment technology, drawings were generated to prepare a bid package, permit applications. Contract Budget/Fees:$1,090,832 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE a. E Sciences, Incorporated Fort Lauderdale,Florida Prime Consultant STANDARD FORM 330(REV 8/2016)PAGE 25 20 EXAMPLE PROJECT KEY NUMBER F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S QUALIFICATIONS FOR THIS CONTRACT 7 (Present as many projects as requested by the agency,or 10 projects,if not specified. Complete one Section F for each project.) 21.TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Districtwide Environmental Services Contract PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Broward,Palm Beach,Martin,St.Lucie and Indian River Counties 2005—2010 N/A 23.PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER FDOT District Four Ms. Lynn Kelley (954)777-4334 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost.) E Sciences was awarded a contract with the Florida Department of Transportation (FDOT) to provide on-going miscellaneous environmental support.The scope of the contract was broad and provided us with a wide range of opportunities to support the FDOT.Tasks included researching seagrass, wetland and listed species surveys, mitigation site maintenance and monitoring, permitting and National Environmental Policy Act(NEPA) reviews, some in support of Local Agency Program projects for local municipalities. We are pleased to present brief descriptions of some of our individual projects to demonstrate the broad range of services we provided, and illustrate that meeting our client's needs is our top priority. Environmental Impact Reviews: E Sciences has performed dozens of environmental impact reviews for roadway projects. Typically, we meet with the project manager to obtain proposed project limits, even before there are any plans. We perform a site survey to identify potential environmental issues.These include typical issues such as possible contamination,endangered species and/or wetlands within or nearby the project limits. However, we also screened the sites for other NEPA concerns including: community services (ex: schools, medical facilities, community centers), noise (ex: nearby homes). historic buildings and coastal issues (ex: sea turtle lighting). Our deliverables included a NEPA checklist and Environmental Features ID memo. Understanding and screening for these NEPA items is critical to meeting regulations to receive federal funding. E Sciences'expertise was put to the test for an American Resource and Recovery Act project—FDOT had a shovel ready project, but the NEPA documentation had not been prepared. E Sciences was able to assemble a team to perform NEPA surveys and prepare NEPA reports(draft and final)on 94 bus shelters throughout Broward County in less than two weeks. Little Mud Creek: The hurricanes of 2004 left vulnerable three box culverts under SR A1A in St. Lucie County. FDOT found funding to replace the washed out culverts with permanent bridges, but the project was on an expedited ; schedule with a new hurricane season approaching. A critical component of projects in environmentally sensitive areas is assuring the regulatory agencies ` f ' that listed species will not be impacted. E Sciences provided a fast-track �y ' • Endangered Species Biological Assessment/Essential Fish Habitat Assessment , for the presence and potential habitat of threatened and endangered species for an FDOT bridge reconstruction project in St.Lucie County. '"' ` •• Services including field identification of protected and managed species and =, their habitat, including developing specifications and protocol for conducting a • fish assemblage survey. Species observed included manatees, seagrasses, and numerous fish and bird species. Work included performing detailed field E Sciences staff conducting a fish assemblage habitat mapping and wildlife observations. Findings were compiled in an survey at Little Mud Creek assessment report in accordance with Project Development and Environment study guidelines and Section 7 consultation guidance. Agency coordination included FDOT, the National Marine Fisheries Service, the Florida Fish and Wildlife Conservation Commission and the U.S. Fish and Wildlife Service. All field work, reports and agency concurrence were accomplished in less than six months,whereas 12—18 months is the typical time frame. West Lake Park: E Sciences worked closely with FDOT, Broward County and regulatory agencies to identify a suitable project to mitigate for mangrove impacts for the Dixie Flyover. Through intense coordination with Broward County Parks, two parcels used decades ago to berm wetlands, and which had subsequently been overrun with Australian pines were identified as available for remediation. Activities included: developing the scope and cost estimate; U.S. Army Corp of Engineers (USACE) and South Florida Water Management District (SFWMD)permit modifications; negotiations with agencies to accept in-field adjustments as letter modification(thereby reducing additional permit fees); preparation of documents(JPA, plans, mitigation plan)for approval by the Broward County Board of County Commissioners; STANDARD FORM 330(REV.8/2016)PAGE 26 excavation, tracking and proper disposal of over 15 tons of arsenic-impacted soil; restoration of approximately 2.5 acres of mangrove wetlands including removal of exotic vegetation and creating conveyance channels to improve the hydrologic connection; preparation of contract closeout documents;preparation of Source Removal Report for submittal to Broward County Environmental Protection and Growth Management Department Pollution Prevention, Remediation and Air Quality Division;and preparation of the Time Zero Report for submittal to the SFWMD and USACE. Before After iA.'-' '. t:.i it7/>'P''4 , if �> , %.'-.41:* J� , L",> ' • - x r .-at Sea Turtle Lighting: Due to a modification to Broward County's Florida Fish and Wildlife Conservation Commission sea turtle permit, FDOT (and all Broward County coastal communities) were faces with new lighting requirements along the beaches. E Sciences provided services in support of several projects related to this permit change: 1. Prepared a lighting guide called Alternative Lighting Design Standards for Coastal Roadwa s Adacent to Sea Turtle Nestin• Beaches and Other Environmentally Sensitive Areas that _ provided technical guidance for lighting engineers designing projects along sea turtle nesting beaches. --A.- ____ ,,y = � - 2. Performed night time light surveys for the entire Broward — " lair ..ii* - County coastline and prepare maps that identified lights along _J.?, .,�. -_ . �--- SR A1A that could be seen from the beach at night with plans v.'" :a ', • - . indicating how the lights could be retrofitted. , .� . 3. Performed survey of all lights damaged by Hurricane Wilma in ' Broward County to identify lights that needed to be replaced with sea turtle friendly lights. CP, ,f� 4. Volunteered at Sea Turtle Day at Gumbo Limbo Park, t .J including preparing a game that children could play to test their knowledge about sea turtles. f a In-House Support: E Sciences provided in-house support to environmental department, working as an extension of FDOT's staff. This allowed FDOT to meet its needs,without taking on the burden of hiring full-time staff.E Sciences personnel worked in house regularly 2-3 days per week,and filled in 5 days per week for long term FDOT staff absences,such as maternity leave. Contract Budget/Fees: $500,000 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE a' E Sciences, Incorporated Fort Lauderdale, FL Prime Consultant STANDARD FORM 330(REV.8/2016)PAGE 27 20 EXAMPLE PROJECT KEY NUMBER F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S QUALIFICATIONS FOR THIS CONTRACT (Present as many projects as requested by the agency,or 10 projects,if not specified. Complete one Section F for each project) 21.TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Historic Vizcaya Southern Lagoon&Northern Canal Tidal Swamp PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Landscape Environmental Restoration Plan, 2012–2014 South Canal–2014 Miami,Miami-Dade County,Florida 23.PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Miami-Dade County/Vizcaya Museum Ian Simpkins (305)860-8430 and Gardens Trust 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost) Vizcaya Gardens and Museum, built in 1915 by Industrialist James Deering, was acquired in 1952 by Miami-Dade County and is a U.S. Historic National Landmark site. Devastation from Hurricanes Wilma and Katrina in 2005 wreaked havoc on the gardens and grounds, –4' designed for Deering by the Columbian Landscape Architect Diego Suarez, resulting in debris and sedimentation blockages in the canal 1— and tidal pond system that connects to Biscayne Bay. Nuisance and exotic species infestations, and declining water quality from a loss of - _ tidal flushing has resulted in a loss of fish and wading bird usage of then :,,� �;,:,y gardens and waterways. Rare coastal hammock hardwood forest `. '�"� . .. habitat was also destroyed. a • . E Sciences formulated a multi-disciplinary landscape architecture and - N - environmental restoration plan for the waterways and tidal pool which balances ecological function with creative landscape aesthetics, -r` recreational functions and values, improvements to water quality, and planting designs based on historic flora inventories — including • mangroves,native hardwood hammock and coastal scrub species. Ale ,.r E Sciences developed design plans to dredge the south canal at Vizcaya. A collapsed retaining wall at the mouth of the south canal, in �r addition to encroachment of mangroves and other emergent wetland ;�''," . vegetation, through the deposition of organic material and the capturing +O. of sediments by their roots, has resulted in interruptions to the intended .� tidal fluctuations within the canal.E Sciences applied for a Class I Permit .` '` �� . from Miami-Dade County Regulatory and Economic Resources � , .'+ Department, a permit exemption from the Florida Department of Environmental Protection and a Letter of Permission from the U.S.Army Corp of Engineers to conduct maintenance dredging activities involving the removal of , % approximately 1,410 cubic yards of silt and sediments from the bottom of the canal. E Sciences provided construction inspections and final record drawings. The objective of this project was to enhance and restore lost hydrologic and biological functions to the canal. .,ate, •_ . • Is Project Budget/Fees:$123,412 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE a. E Sciences, Incorporated Fort Lauderdale&Miami,Florida Prime Consultant STANDARD FORM 330(REV.8/2016)PAGE 28 20 EXAMPLE PROJECT KEY NUMBER F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S QUALIFICATIONS FOR THIS CONTRACT 9 (Present as many projects as requested by the agency,or 10 projects,if not specified. Complete one Section F for each project.) 21.TITLE AND LOCATION(City and State) 22.YEAR COMPLETED City of Miami Miscellaneous Environmental Engineering Services PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Miami,Florida 8/2017—Ongoing N/A 23.PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER city of Miami Keith Ng (305)416-1298 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost.) Under our existing Miscellaneous Environmental Engineering Services contract, E Sciences is assisting the City of Miami with an environmental assessment and regulatory compliance for multiple City parks. Engineering Control Inspections: The City of Miami has installed engineering controls(EC)to address the presence of buried debris and contaminated soil in 11 parks.The ECs are intended to prevent exposure to contaminated media and prevent migration of the contaminated soil. E Sciences conducts monthly visits to document the condition and status of the EC in each park. The inspections are conducted in accordance with EC Plans approved by the Miami-Dade Department of Environmental Resources Management (DERM). E Sciences compiles inspections forms and photographic documentation for quarterly submittal to DERM, The observations documented are used to determine the necessary corrective actions to ensure the integrity of the EC. Grapeland Park: This City Park was historically utilized for growing strawberries and burial of 1,, , ?►7+';,', 7=P%1 municipal incinerator ash generated by the former city incinerator.Site assessment 1 ~°. -- g and source removal activities have been implemented at the Site.An EC has been ; 1 installed as an interim measure in nine distinct areas where there was evidence of e „_ 4 1 exposed debris and to prevent direct exposure to contaminated media. Based on , ,tea . 71` ; review of assessment data DERM requested that additional soil assessment be r a � 11 conducted to evaluate the presence of buried debris and arsenic impacts along the ,,, r• ,..,,,,;e _ ,..73.7‘..R, southern property boundary and site-wide groundwater sampling and analysis be ' ! Construction activities associated with the corrective actions implemented at the site, led to the abandonment of monitoring wells across the site. DERM requested that a monitoring well replacement plan be submitted for review and approval upon completion of construction activities. Additionally, DERM noted that due to the presence of iron levels exceeding Miami-Dade County background levels; offsite delineation of the groundwater contaminant plume may be required. E Sciences was engaged by the City to install replacement wells and conduct groundwater sampling activities to evaluate the current groundwater contamination plume and develop the proposed course of action based on results. E Sciences completed well installation and groundwater sampling activities documented in a Groundwater Monitoring Well Installation and Sampling Report dated November 17,2017 and a subsequent Groundwater Monitoring Report dated March 5, 2018. In correspondence dated December 11, 2017, DERM • + requested that additional delineation of the iron impacts. —3 . • E Sciences is awaiting approval from the City to proceed with , ! ! ___ - additional well installation and sampling activities. (Q I .� The City is currently planning the construction of park amenities for 3' �' the residents. The amenities will consist of a Community Center, a __' ••" ^•- rubberized playground and an exercise equipment area and will be fsubject to the corrective action plan requirements. The City �-— engaged E Sciences to prepare environmental documents that will j i moKen cowure, jtiP P • NN. be required to be provided to the Miami Dade County for review `t,,,` y during the permitting process or as a permit condition. • _ E Sciences has drafted environmental specifications for the I !=-1...— •-.. ,_. contractor to manage solid waste or contaminated materials that ,r4M4; r,.;'. �''- `• ��— may be generated during construction activities based on review of . I . <,ti regulatory data documented at the site and approved regulatory ' , �� 4E documents. These specifications provide guidelines to the s contractor for handling the buried solid waste or contaminated i%'/ ��--'""" media, and how to track and properly dispose of the material and •`_ —_,_._—_ .:.�,-- ,--------•------- includes provisions for the contractor to implement to ensure that -- — - the engineering control areas that are breached will be properly '"16"""' repaired/replaced. E Sciences has also developed a health and safety plan HASP and air monitoring plan (AMP)to be implemented by the contractor during construction.The AMP outlines air monitoring to be conducted during construction to monitor the ambient air and threshold values that may trigger personal protective equipment and/or corrective actions to reduce emissions. The AMP was developed for the specific park conditions and proposed construction based on general guidelines previously approved by DERM for construction activities in multiple parks across the city. The City has requested that E Sciences provides air monitoring, field documentation and regulatory reporting associated with the implementation of EC repairs at the Site and installation of the playground and exercise equipment area. As part of this scope, E Sciences will oversee and certify the installation of the EC across affected areas. Contract Budget/Fees:$105,761 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE a. E Sciences, Incorporated Fort Lauderdale,Florida Prime Consultant STANDARD FORM 330(REV.8/2016)PAGE 30 20 EXAMPLE PROJECT KEY NUMBER F.EXAMPLE PROJECTS WHICH BEST ILLUSTRATE PROPOSED TEAM'S QUALIFICATIONS FOR THIS CONTRACT O (Present as many projects as requested by the agency,or 10 projects,if not specified. Complete one Section F for each project.) 21.TITLE AND LOCATION(City and State) 22.YEAR COMPLETED Pompano Beach CRA Continuing Contract for Environmental PROFESSIONAL SERVICES CONSTRUCTION(If applicable) Engineering Services,City of Pompano Beach,Broward County,Florida 2010—Ongoing N/A 23.PROJECT OWNER'S INFORMATION a.PROJECT OWNER b.POINT OF CONTACT NAME c.POINT OF CONTACT TELEPHONE NUMBER Pompano Beach CRA Mr.Horacio Danovich, PE (954)786-7834 24.BRIEF DESCRIPTION OF PROJECT AND RELEVANCE TO THIS CONTRACT(Include scope,size,and cost.) E Sciences was awarded a contract with the Pompano Beach CRA to conduct environmental engineering services in 2010. To date, E Sciences has provided tasks for several projects including the following: Community Gardens Parcels: E Sciences evaluated the suitability of three vacant, CRA-owned parcels for use as community gardens for a local school. The community gardens will be used to teach children about agriculture and healthy food choices. Vegetables grown on these lots will be used to provide fresh vegetables for families and children in the community. Incremental sampling techniques were used at this site resulting in several thousands of dollars in savings for the CRA. Broward Community & Family Health Center: E Sciences prepared Environmental Information and Documentation to satisfy Health Resources and Services Administration grant application requirements. The project was conducted to support the potential redevelopment of CRA parcels with a much needed community health care facility. The documentation was required for the grant applicant to comply with the National Environmental Policy Act. Corner of Atlantic Avenue/West Dixie Highway:This is an assemblage of numerous parcels owned by the CRA and adjacent properties owned by others.E Sciences conducted a Phase I and Phase II ESAs on the property.The Phase I ESA revealed RECs related to historical land uses such as the following: dry cleaner,gasoline station,historic drainage canal, blueprint and photostat business,auto sales and service center with historic underground storage tanks and a lumber yard.The site was determined to be contaminated from the historic dry cleaner. E Sciences prepared a site development evaluation for this property providing guidance to the CRA on how the presence of contamination could impact site redevelopment and set forth strategies for minimizing the impact of contamination on the construction,designing the site to minimize the impact of the construction and site development,and to reduce potential risks. Blanche Ely and Adjacent Parcels: E Sciences assessed this property which consists of 27 parcels in the CRA. Historic land uses such as dry cleaners,an automotive repair facility and an UST were identified to be RECs.Phase II testing indicated the presence of chlorinated solvents at this property.We worked with the CRA on the best way to utilize the information in the context of the CRA's plans for future re-development. Mallek Property: E Sciences performed a Phase I and II ESA of approximately two acres of urban land being purchased by the Pompano Beach CRA to evaluate potential environmental concerns. The Phase I ESA revealed the possible presence of a historic UST and contamination associated with the historical land use.Phase II services included a geophysical survey,and soil and groundwater testing. Flagler Avenue Property: E Sciences conducted a Phase I ESA of 0.5-acre parcel of land owned by the CRA to prepare for redevelopment. Our approach to performing this assessment included a review of the public records, interviews with appropriate local agencies, a site reconnaissance and preparation of a written report containing findings,opinions and conclusions. 8 Hammondville Road Parcels: E Sciences conducted a Phase I and II ESA for eight parcels within Pompano CRA set for future redevelopment. The Phase I ESA revealed the possible presence of underground storage tanks and buried debris. Buried debris was identified during the Phase II ESA. Guidance was provided to the CRA on how they could still redevelop the properties. 731 Hammondville Road Parcel: E Sciences conducted a Phase I and II ESA for this parcel within Pompano CRA. The Phase I ESA revealed historic land uses that warranted further evaluation (gasoline station and dry cleaners). No contamination of concern was identified. Contract Budget/Fees:$166,161 25.FIRMS FROM SECTION C INVOLVED WITH THIS PROJECT (1)FIRM NAME (2)FIRM LOCATION(City and State) (3)ROLE a. E Sciences,Incorporated Fort Lauderdale,Florida Prime Consultant STANDARD FORM 330 IREV 8/2016)PAGE 31 G.KEY PERSONNEL PARTICIPATION IN EXAMPLE PROJECTS 26. NAMES OF KEY 27. ROLE IN THIS 28. EXAMPLE PROJECTS LISTED IN SECTION F PERSONNEL CONTRACT (Fill in"Example Projects Key"section below before (From Section E,Block 12) (From Section E,Block 13) completing table. Place"X"under project key number for participation in same or similar role.) 1 2 3 4 5 6 7 8 9 10 Patrick Shearer,PE Project Manager X X Nadia G.Locke,PE,LEED AP Senior Engineer X X X X X X X X X Maria Paituvi,PE Senior Engineer X X X X X X X X X Justin Freedman Senior Scientist X X X X X 29. EXAMPLE PROJECTS KEY NO. TITLE OF EXAMPLE PROJECT(FROM SECTION F) NO. TITLE OF EXAMPLE PROJECT(FROM SECTION F) City of Miami Beach Environmental Engineering Continuing Engineering Services, 1 Continuing Services, Miami Beach, Miami-Dade 6 Islamorada, Village of Islands, Monroe County, County, Florida Florida City of Fort Lauderdale Continuing Contract for Districtwide Environmental Services Contract 2 General Environmental Services, Fort Lauderdale, 7 Broward, Palm Beach, Martin, St. Lucie and Indian Broward County, Florida River Counties City of North Miami Beach General Environmental Historic Vizcaya Southern Lagoon& Northern Canal 3 Engineering Services, City of North Miami Beach, 8 Tidal Swamp Landscape Environmental Restoration Miami-Dade County, Florida Plan, Miami, Miami-Dade County, Florida City of Miami Beach Fleet Management Benthic Environmental Engineering Continuing Services— 4 Survey and Environmental Permitting, Miami Beach, 9 Rucks Park, City of North Miami, Miami-Dade Miami-Dade County, Florida County, Florida Stormwater Quality Master Plan Pompano Beach CRA Continuing Contract for 5 City of Melbourne, Florida 10 Environmental Engineering Services, City of Pompano Beach, Broward County, Florida STANDARD FORM 330(REV.8/2016)PAGE 32 H.ADDITIONAL INFORMATION 30.PROVIDE ANY ADDITIONAL INFORMATION REQUESTED BY THE AGENCY.ATTACH ADDITIONAL SHEETS AS NEEDED. (.AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. 31.SIGNATURE 32.DATE _. ` C'..k �, .,i► May 3,2018 33.NAME AND TITLE Peter K. Partlow,P.E., President STANDARD FORM 330(REV.8/2016)PAGE 33 ARCHITECT ENGINEER QUALIFICATIONS 1.SOLICINUMBER(If any) RFQ 2018-14018-14 1-ND PART II-GENERAL QUALIFICATIONS (If a firm has branch offices, complete for each specific branch office seeking work.) 2a.FIRM(OR BRANCH OFFICE)NAME 3.YEAR ESTABLISHED 4.DUNS NUMBER E Sciences,Incorporated-Miami,FloridaENGINEEafN(. 2000 , 001998678 2b.STREET ENVMONMEN'0 5.OWNERSHIP 1021 Ives Dairy Road, Building#3,Ste.216 . Sciences ECO4OG,Ca a.TYPE Corporation 2c.CITY 2d.STATE 2e.ZIP CODE b.SMALL BUSINESS STATUS Miami Florida 33179 Small Business 6a.POINT OF CONTACT NAME AND TITLE 7.NAME OF FIRM(If block 2a is a branch office) Patrick Shearer, PE/E Sciences Project Manager E Sciences,Incorporated 6b.TELEPHONE NUMBER 6c.E-MAIL ADDRESS 34 East Pine Street (786)517-2632 pshearer@esciencesinc.com Orlando, FL 32801 8a.FORMER FIRM NAME(S)(If any) 8b.YR ESTABLISHED 8c.DUNS NUMBER N/A N/A N/A 9.EMPLOYEES BY DISCIPLINE 10.PROFILE OF FIRM'S EXPERIENCE AND ANNUAL AVERAGE REVENUE FOR LAST 5 YEARS a.Function c.No.of Employees a.Profile c.Revenue b.Discipline b.Experience Index Number Code (11 FIRM (2)BRANCH Code (see below) 02 Administrative 9 2 C18 Cost Estimating 2 12 Civil Engineer 4 1 E01 Ecological/Archeological Investigations 3 19 Ecologist 4 0 E09 Environmental Impact Studies/Assessments or 4 Statements 23 Environmental Engineer 10 5 El0 Environmental and Natural Resource Mapping 1 24 Environmental Scientist 16 8 E11 Environmental Planning 2 29 GIS Specialist 2 1 E12 Environmental Remediation 2 30 Geologist 2 1 E13 Environmental Testing and Analysis 1 58 Technicians/Interns 2 0 G04 Geographic Info Systems Development/Analysis 1 H07 Highways, Streets,Airfield Paving, Parking Lots 3 H11 Housing(Residential,Multi-Family) 1 103 Industrial Waste Treatment 1 M06 Mining and Mineralogy 1 UO2 Urban Renewal;Community Development 1 S05 Soils&Geologic Studies, Foundations 1 S13 Storm Water Handling&Facilities 1 W02 Water Resources,Hydrology,Groundwater 1 Total 49 18 11.ANNUAL AVERAGE PROFESSIONAL PROFESSIONAL SERVICES REVENUE INDEX NUMBER SERVICES REVENUES OF FIRM FOR LAST 3 YEARS 1. Less than$100,000 6. $2 million to less than$5 million (Insert revenue index number shown at right) 2. $100,000 to less than$250,000 7. $5 million to less than$10 million a.Federal Work 1 3. $250,000 to less than$500,000 8. $10 million to less than$25 million b.Non-Federal Work 6 4. $500,000 to less than$1 million 9. $25 million to less than$50 million 5. $1 million to less than$2 million 10. $50 million or greater c.Total Work 6 12.AUTHORIZED REPRESENTATIVE The foregoing is a statement of facts. a.SIGNATURE sb.DATE January 16,2018 461(.) c.NAME AND TITLE Peter K. Partlow, P.E., President STANDARD FORM 330(REV.812016)PAGE 34 . Sciences ENGINEERING ENVIRONMENTAL ECOLOGICAL LANDSCAPE ARCHITECTURE Orlando 34 E.Pine Street,Orlando,FL 32801 (407)481-9006 Tel I (407)481-9627 Fax Fort Lauderdale 224 SE 9th Street, Fort Lauderdale, FL 33316 (954)484-8500 Tel I (954)484-5146 Fax Miami 111 NE 1st Street,Suite 906,Miami, FL 33132 (786)517-2632 Tel I (305)397-1556 Fax DeLand 13 ' Q 116 Indiana Avenue,DeLand,FL 32724 . ,.r - (386)734-1950 Tel I (386)734-1952 Fax ••••• o www.esciencesinc.com