Loading...
HomeMy WebLinkAboutBack-Up DocumentsDocuSign Envelope ID: 8F7B2294-8859-47EB-8F66-D647D51 EEE6C PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 ,f CITY OF MIAMI DEPARTMENT OF PROCUREMENT OFFICE OF CAPITAL IMPROVEMENTS PROFESSIONAL SERVICES AGREEMENT Service Category Civil Engineering Services for Shorecrest Road and Drainage Improvements, D5 Contract Type Project Specific Consultant A.D.A. Engineering, Inc. TABLE OF CONTENTS ARTICLE 1 DEFINITIONS.....................................................................................................................5 ARTICLE 2 GENERAL CONDITIONS...................................................................................................7 2.01 TERM..........................................................................................................................................................7 2.02 SCOPE OF SERVICES..............................................................................................................................7 2.03 SMALL BUSINESS ENTERPRISE ("SBE") PARTICIPATION REQUIREMENTS....................................7 2.04 COMPENSATION.......................................................................................................................................7 ARTICLE 3 PERFORMANCE................................................................................................................7 3.01 PERFORMANCE AND DELEGATION.......................................................................................................8 3.02 REMOVAL OF UNSATISFACTORY PERSONNEL...................................................................................8 3.03 CONSULTANT KEY STAFF......................................................................................................................8 3.04 TIME FOR PERFORMANCE......................................................................................................................8 3.05 STANDARD OF CARE...............................................................................................................................8 ARTICLE 4 SUBCONSULTANTS.........................................................................................................8 4.01 GENERAL..................................................................................................................................................8 4.02 SUBCONSULTANT RELATIONSHIPS......................................................................................................9 4.03 CHANGES TO SUBCONSULTANTS.........................................................................................................9 ARTICLE 5 DEFAULT........................................................................................................................... 9 5.01 GENERAL..................................................................................................................................................9 5.02 CONDITIONS OF DEFAULT......................................................................................................................9 5.03 TIME TO CURE DEFAULT; FORCE MAJEURE........................................................................................9 ARTICLE 6 TERMINATION OF AGREEMENT...................................................................................10 6.01 CITY'S RIGHT TO TERMINATE..............................................................................................................10 6.02 CONSULTANT'S RIGHT TO TERMINATE..............................................................................................10 6.03 TERMINATION DUE TO UNDISCLOSED LOBBYIST OR AGENT.........................................................10 ARTICLE 7 DOCUMENTS AND RECORDS.......................................................................................10 7.01 OWNERSHIP OF DOCUMENTS..............................................................................................................10 7.02 DELIVERY UPON REQUEST OR CANCELLATION...............................................................................10 7.03 RE -USE BY CITY....................................................................................................................................11 7.04 NONDISCLOSURE...................................................................................................................................11 7.05 MAINTENANCE OF RECORDS; PUBLIC RECORDS............................................................................11 7.06 E-VERIFY.................................................................................................................................................12 ARTICLE 8 INDEMNIFICATION..........................................................................................................12 ARTICLE 9 INSURANCE.....................................................................................................................12 9.01 COMPANIES PROVIDING COVERAGE..................................................................................................13 9.02 VERIFICATION OF INSURANCE COVERAGE.......................................................................................13 9.03 FORMS OF COVERAGE..........................................................................................................................13 9.04 MODIFICATIONS TO COVERAGE..........................................................................................................13 ARTICLE 10 MISCELLANEOUS..........................................................................................................14 10.01 AUDIT RIGHTS; INSPECTION................................................................................................................14 10.02 ENTIRE AGREEMENT.............................................................................................................................14 10.03 SUCCESSORS AND ASSIGNS...............................................................................................................14 10.04 TRUTH -IN -NEGOTIATION CERTIFICATE..............................................................................................14 10.05 APPLICABLE LAW AND VENUE OF LITIGATION.................................................................................14 10.06 NOTICES..................................................................................................................................................14 Civil Engineering Services for Shorecrest Road RFQ No. 19-20-021 and Drainage Improvements - D5 DocuSign Envelope ID: 8F7B2294-8859-47EB-8F66-D647D51EEE6C PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 10.07 INTERPRETATION...................................................................................................................................15 10.08 JOINT PREPARATION............................................................................................................................15 10.09 PRIORITY OF PROVISIONS....................................................................................................................16 10.10 MEDIATION - WAIVER OF JURY TRIAL................................................................................................16 10.11 TIME.........................................................................................................................................................16 10.12 COMPLIANCE WITH LAWS....................................................................................................................16 10.13 NO PARTNERSHIP..................................................................................................................................17 10.14 DISCRETION OF DIRECTOR..................................................................................................................17 10.15 RESOLUTION OF CONTRACT DISPUTES.............................................................................................17 10.16 INDEPENDENT CONTRACTOR..............................................................................................................17 10.17 CONTINGENCY CLAUSE........................................................................................................................17 10.18 THIRD PARTY BENEFICIARY.................................................................................................................17 10.19 ADDITIONAL TERMS AND CONDITIONS..............................................................................................17 10.20 SEVERABILITY..................................................................................................................18 10.21 COUNTERPARTS; ELECTRONIC SIGNATURES.....................................................................18 ATTACHMENT A - SCOPE OF WORK.....................................................................................................23 ARTICLE Al GENERAL.........................................................................................................................23 A1.01 SCOPE OF SERVICES............................................................................................................................23 A1.02 WORK ORDERS......................................................................................................................................23 A1.03 PAYMENTS..............................................................................................................................................23 ARTICLE A2 OVERVIEW OF PROJECT SERVICES...........................................................................24 A2.01 DEVELOPMENT OF OBJECTIVES.........................................................................................................24 A2.02 SCHEMATIC DESIGN..............................................................................................................................24 A2.03 DESIGN DEVELOPMENT........................................................................................................................24 A2.04 CONSTRUCTION DOCUMENTS.............................................................................................................24 A2.05 BIDDING AND AWARD OF CONTRACT................................................................................................24 A2.06 Administration of the Construction Contract.......................................................................................24 A2.07 TIME FRAMES FOR COMPLETION........................................................................................................24 ARTICLE A3 ADDITIONAL SERVICES.................................................................................................24 A3.01 GENERAL................................................................................................................................................24 A3.02 EXAMPLES..............................................................................................................................................25 A3.03 ADDITIONAL DESIGN.............................................................................................................................25 ARTICLE A4 REIMBURSABLE EXPENSES.........................................................................................25 A4.01 GENERAL................................................................................................................................................25 A4.02 SUBCONSULTANT REIMBURSEMENTS...............................................................................................26 ARTICLE A5 CITY'S RESPONSIBILITIES...............................................................................................26 A5.01 PROJECT AND SITE INFORMATION.....................................................................................................26 A5.02 CONSTRUCTION MANAGEMENT..........................................................................................................26 SCHEDULE Al - SUBCONSULTANTS.................................................................................................................27 SCHEDULE A2 - KEY STAFF................................................................................................................................27 ATTACHMENT B - COMPENSATION AND PAYMENTS.........................................................................28 ARTICLE B1 METHOD OF COMPENSATION.......................................................................................... 28 B1.01 COMPENSATION LIMITS........................................................................................................................28 B1.02 CONSULTANT NOT TO EXCEED...........................................................................................................28 ARTICLE B2 WAGE RATES..................................................................................................................28 B2.01 FEE BASIS...............................................................................................................................................28 B2.02 EMPLOYEES AND JOB CLASSIFICATIONS.........................................................................................28 B2.03 MULTIPLIER............................................................................................................................................28 B2.04 CALCULATION........................................................................................................................................28 B2.05 EMPLOYEE BENEFITS AND OVERHEAD.............................................................................................29 B2.06 ESCALATION...........................................................................................................................................29 ARTICLE B3 COMPUTATION OF FEES AND COMPENSATION.............................................................. 29 B3.01 LUMP SUM...............................................................................................................................................29 B3.02 HOURLY RATE FEES..............................................................................................................................29 B3.03 REIMBURSABLE EXPENSES.................................................................................................................29 B3.04 FEES FOR ADDITIVE or DEDUCTIVE ALTERNATES...........................................................................30 B3.05 FEES FOR ADDITIONAL SERVICES......................................................................................................30 B3.06 PAYMENT EXCLUSIONS........................................................................................................................30 B3.07 FEES RESULTING FROM PROJECT SUSPENSION.............................................................................30 ARTICLE B4 PAYMENTS TO THE CONSULTANT..............................................................................30 B4.01 PAYMENTS GENERALLY.......................................................................................................................30 Civil Engineering Services for Shorecrest Road RFQ No. 19-20-021 and Drainage Improvements - D5 DocuSign Envelope ID: 8F7B2294-8859-47EB-8F66-D647D51EEE6C PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 B4.02 FOR COMPREHENSIVE BASIC SERVICES...........................................................................................31 B4.03 BILLING — HOURLY RATE......................................................................................................................31 B4.04 PAYMENT FOR ADDITIONAL SERVICES AND REIMBURSABLE EXPENSES...................................31 B4.05 DEDUCTIONS..........................................................................................................................................31 ARTICLE B5 REIMBURSABLE EXPENSES.........................................................................................31 B5.01 GENERAL................................................................................................................................................31 B5.02 REIMBURSEMENTS TO THE SUBCONSULTANTS..............................................................................32 ARTICLE B6 COMPENSATION FOR REUSE OF PLANS AND SPECIFICATIONS ...........................32 B6.01 GENERAL................................................................................................................................................32 SCHEDULE B1 —WAGE RATES SUMMARY........................................................................................................33 SCHEDULE B2 — CONSULTANT INVOICE............................................................................................................36 Civil Engineering Services for Shorecrest Road RFQ No. 19-20-021 and Drainage Improvements - D5 DocuSign Envelope ID: 8F7B2294-8859-47EB-8F66-D647D51EEE6C PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 CITY OF MIAMI haz OFFICE OF CAPITAL IMPROVEMENTS PROFESSIONAL SERVICES AGREEMENT Service Category Civil Engineering Services for Shorecrest Road and Drainage Improvements, D5 Contract Type Project Specific (RFQ No. 19-20-021) Consultant A.D.A. Engineering, Inc. Consultant Office Location 8550 NW 33rd Street, Suite 202, Dora], Florida 33122 City Authorization Section 18-87, City of Miami Code Agreement Number 19-20-021 THIS PROFESSIONAL SERVICES AGREEMENT ("PSA" or "Agreement") made this day of in the year 2021 by and between THE CITY OF MIAMI, FLORIDA, hereinafter called the "City," and A.D.A. Engineering, Inc., hereinafter called the "Consultant." RECITAL A. The City issued a Request for Qualifications ("RFQ") No. 19-20-021 on January 24, 2020 for the provision of Civil Engineering Services for Shorecrest Road and Drainage Improvements, D5 ("Services") and the Consultant's proposal ("Proposal"), in response thereto, was selected as one of the most qualified for the provision of said Services. The RFQ and the Proposal are sometimes referred to herein, collectively, as the Solicitation Documents ("Solicitation Documents"), and are, by this reference, expressly incorporated into and made a part of this Agreement as if set forth in full. The Solicitation Documents are deemed as being attached hereto and incorporated by reference herein as supplemental terms, providing, however, that in the event of any conflicts(s) or inconsistencies with the terms of this Agreement, this Agreement shall control and supersede any such conflicts(s). B. WHEREAS, the City, through action of the City Manager and/or the City Commission, as applicable, has selected the Consultant in accordance with Section 287.055, Florida Statutes, (Consultants' Competitive Negotiation Act, hereinafter referred to as "CCNA"), and the applicable provisions of the City Procurement Ordinance, including, without limitation, City Code Section 18-87, to provide the professional services as described herein. WITNESSETH, that the City and the Consultant, for the considerations herein set forth, agree as follows: Civil Engineering Services for Shorecrest Road RFQ No. 19-20-021 4 and Drainage Improvements - D5 DocuSign Envelope ID: 8F7B2294-8859-47EB-8F66-D647D51EEE6C PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 ARTICLE 1 DEFINITIONS 1.01 Additional Services means any Work defined as such in a Work Order, secured in compliance with Florida Statutes and City Code. 1.02 Attachments means the Attachments to this Agreement, which are expressly incorporated by reference and made a part of this Agreement as if set forth in full. 1.03 Base Fee means the amount of compensation mutually agreed upon for the completion of Basic Services. 1.04 Basic Services means those services designated as such in a Work Order. 1.05 City Commission means the legislative body of the City of Miami. 1.06 City Manager means the duly appointed chief administrative officer of the City of Miami. 1.07 City or Owner means the City of Miami, Florida, a Florida municipal corporation, the public agency that is a party hereto and for which services under this Agreement are to be performed. In all respects hereunder, the City's performance is pursuant to the City's position as the Owner of the Project. In the event the City exercises its regulatory authority as a governmental body, the exercise of such regulatory authority and the enforcement of any rules, regulations, codes, laws and ordinances shall be deemed to have occurred pursuant to the City's authority as a governmental body and shall not be attributable in any manner to the City as a party to this Agreement. The City of Miami shall be referred to herein as "City." For the purposes of this Agreement, "City" without modification shall mean the City Manager who may delegate certain tasks the Director as defined in Section 1.12. 1.08 Commission means the legislative body of the City of Miami. This has the same meaning as City Commission and is an abbreviation. 1.09 Consultant means the individual, partnership, corporation, association, joint venture, limited liability company, other recognized business entity, or any combination thereof, of properly registered professional architects, or engineers, or surveyors and mappers, as applicable, which has entered into this Agreement to provide professional services to the City. 1.10 Contractor means an individual, partnership, corporation, association, joint venture, or any combination thereof, which has entered into a contract with the City for construction of City facilities and incidentals thereto. 1.11 Department means or refers to the City of Miami's Office of Capital Improvements ("OCI"). 1.12 Director means the Director of the City Department designated herein who has the authority and responsibility for managing the specific project or projects covered under this Agreement. Unless otherwise specified herein or in a Work Order, for this Agreement, the Director is the top administrator of the Office of Capital Improvement or their authorized designee(s). 1.13 Errors means items in the plans, specifications, or other documents prepared by the Consultant that are shown incorrectly, which results in a change to the Services and results in the need for the Contractor to perform corrective work, rework, or additional work or which causes a delay to the completion of construction. 1.14 Errors and Omissions means design deficiencies in the plans, specifications or other documents prepared by the Consultant, which must be corrected in order for the project to function or be built as intended. 1.15 FORCE MAJEURE A "Force Majeure Event" shall mean an act of God, act of governmental body or military authority, fire, explosion, power failure, flood, storm, hurricane, sink hole, other natural disasters, epidemic, riot or civil disturbance, war or terrorism, sabotage, insurrection, blockade, or embargo. 1.16 Inspector means an employee of the City or of a consulting firm hired by the City and assigned by the City to make observations of Work performed by a Contractor. 1.17 Notice to Proceed ("NTP) means the same as "Authorization to Proceed." A duly authorized written letter or directive issued by the Director or Project Manager acknowledging that all conditions precedent have been met and/or directing that the Consultant may begin work on the Project. Civil Engineering Services for Shorecrest Road RFQ No. 19-20-021 and Drainage Improvements - D5 DocuSign Envelope ID: 8F7B2294-8859-47EB-8F66-D647D51EEE6C PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 1.18 Omissions means items that are not shown or included in the plans, specifications, or other documents prepared by the Consultant which are necessary for the proper and/or safe operation of the Project or required to meet the Scope of Services. 1.19 Primary Services means those Services considered by City to be fundamental to the successful management of the Project as stated in the RFQ, and in Attachment A of this Agreement. 1.20 Project Manager means an employee or representative of the City assigned by the Director to manage and monitor Work to be performed under this Agreement or the construction of a project as a direct representative of the City. 1.21 Program means the City's multi -year Capital Plan, prepared on an annual basis that details the planned financial resources and implementation schedule and strategies for the City's capital projects over a five (5) year period. 1.22 Project means the design, construction, alteration and/or repair, and all services and incidentals thereto, of a City facility as contemplated and budgeted by the City. The Project or Projects shall be further defined in the Scope of Services and/or Work Order issued pursuant to this Agreement. 1.23 Professional Services means those services within the scope of the practice of architecture, professional engineering, or registered surveying and mapping, as applicable, as defined by the laws of the State of Florida, or those performed by any architect, professional engineer, or registered surveyor or mapper in connection with his or her professional employment or practice. These services may be abbreviated herein as "architectural/engineering services" or "professional services," as applicable, which are within this definition. 1.24 Professional Services Agreement ("Agreement" or "PSA") means this Agreement, all attachments, and any authorized amendments thereto. In the event of a conflict between the Request for Qualifications ("RFQ") and the Consultant's response thereto, the RFQ shall control. In the event of any conflict between the Consultant's response to the RFQ and this PSA, this PSA shall control. In the event of any conflict between this PSA and its attachments, this PSA shall control. 1.25 Resolution means the document constituting the official approval of the City Commission as required for the City Manager to execute this Agreement, or increase the Project Budget, among other matters. 1.26 Risk Management Administrator means the City's Risk Management Director, or their designee, or the individual named by the City Manager to administer matters relating to insurance and risk of loss for the City. 1.27 Scope of Services or Services means a comprehensive description of the activities, tasks, design features, objectives, deliverables, and milestones required for the completion of a Project or an assignment with sufficient detail to allow a reasonably accurate estimation of resources necessary for its completion. 1.28 Small Business Enterprise ("SBE") formerly referred to as Community Business Enterprise ("CBE"), means a firm that has been certified by Miami -Dade County, who will provide architectural, landscape architectural, engineering, or surveying and mapping professional services to the Consultant as required pursuant to City Code Section 18-87. 1.29 Subconsu/tant means a person or organization of properly registered professional architects, engineers, registered surveyor, or mapper, and/or other professional specialties, who has entered into a written agreement with the Consultant to furnish specified professional services for a Project or task. 1.30 Wage Rates means the effective direct expense to the Consultant and/or the Subconsultant, on an hourly rate basis, for employees in the specified professions and job categories assigned to provide services under this Agreement thatjustify and form the basis for professional fees regardless of actual manner of compensation. 1.31 Work means all services, materials and equipment provided by/or under this Agreement with the Consultant. 1.32 Work Order means a document internal to the City, which authorizes the performance of specific professional services for a defined Project or Projects. Civil Engineering Services for Shorecrest Road RFQ No. 19-20-021 and Drainage Improvements - D5 DocuSign Envelope ID: 8F7B2294-8859-47EB-8F66-D647D51EEE6C PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 1.33 Work Order Proposal means a document prepared by the Consultant, at the request of the City for Services to be provided by the Consultant on a specific phase of a Project. ARTICLE 2 GENERAL CONDITIONS 2.01 TERM The term of this Agreement shall take effect upon the date written above upon its execution by the authorized officers and shall be effective until final completion of construction of the Project and Final Payment is made to the Consultant. 2.02 SCOPE OF SERVICES The Consultant agrees to provide the Services as specifically described and under the special terms and conditions set forth in Attachment A, Scope of Work, hereto, which is incorporated into and made a part of this Agreement. 2.03 SMALL BUSINESS ENTERPRISE ("SBE") PARTICIPATION REQUIREMENTS Prospective Firms must (shall) adhere to the following requirements: 1) Assign a minimum of fifteen percent (15%) of the contract value to firms currently certified by Miami -Dade County as a Small Business Enterprise ("SBE"), formerly referred to as Community Business Enterprise ("CBE"), in good standing; 2) Place a specific emphasis on utilizing local small businesses from within the City's municipal boundaries. For information on the SBE requirements, visit the Miami -Dade County, Internal Services Department website at http://www.miamidade.gov/smallbusiness/certification-programs.asp. Failure to adhere to these requirements will cause the firm to be disqualified as nonresponsive or at a subsequent time cause the Agreement to be canceled. 2.04 COMPENSATION 2.04-1 Compensation Limits The amount of compensation payable by the City to the Consultant shall generally be a lump sum not to exceed fee, based on the rates and schedules established in Attachment B, Compensation and Payments, hereto, which is incorporated into this Agreement; provided, however, that in no event shall the amount of compensation payable to the Consultant by the City, exceed $1,196,273.56, as detailed in Exhibit A, Consultant Work Order Proposal, attached hereto, unless explicitly approved by action of the City Commission or City Manager, as applicable, and put into effect by written amendment to this Agreement. Said fee is comprised of a Lump Sum of $1,087,521.42 for Basic Services, $80,000.00 for Dedicated Allowances, and $108,752.14 for the Owner's Contingency Allowance. The City may, in its sole and absolute discretion, use other compensation methodologies. The City shall not have any liability, nor will the Consultant have any recourse against the City for any compensation, payment, reimbursable expenditures, costs, fees, or charges beyond the compensation limits of this Agreement, as it may be amended from time to time. The Work may never exceed the limitations provided in Section 287.055, Florida Statutes, Consultant's Competitive Negotiation Act, for continuing contracts and other limitations on compensation, as applicable. 2.04-2 Payments Unless otherwise specifically provided in Attachment B, Compensation and Payments, payment shall be made in accordance with Florida Statute Chapter 218, Part VII, Local Government Prompt Payment Act, after receipt of the Consultant's invoice, which shall be accompanied by sufficient supporting documentation and contain sufficient detail, to constitute a "Proper Invoice" as defined by Section 218.72 (8), Florida Statutes, and to allow a proper audit of expenditures, should the City require one to be performed. If the Consultant is entitled to reimbursement of travel expenses, then all bills authorized and approved for travel expenses shall be submitted in accordance with Section 112.061, Florida Statutes. The Consultant shall utilize Attachment B, Schedule B2 - Consultant Invoice, for the submission of invoices. ARTICLE 3 PERFORMANCE Civil Engineering Services for Shorecrest Road RFQ No. 19-20-021 and Drainage Improvements - D5 DocuSign Envelope ID: 8F7B2294-8859-47EB-8F66-D647D51EEE6C PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 3.01 PERFORMANCE AND DELEGATION The Services to be performed hereunder shall be performed by the Consultant's own staff, unless otherwise provided in this Agreement, or approved, in writing by the City. Said approval shall not be construed as constituting an agreement between the City and said another person or firm. 3.02 REMOVAL OF UNSATISFACTORY PERSONNEL Director or their designee may make written requests to the Consultant for the prompt removal and replacement of any personnel employed or retained by the Consultant, or any Subconsultants, or any personnel of any such Subconsultants engaged by the Consultant to provide and perform Services or Work pursuant to the requirements of this Agreement. The Consultant shall respond to the City within fourteen (14) calendar days of receipt of such request with either the removal and replacement of such personnel or written justification as to why that may not occur. All decisions involving personnel will be made by the Consultant. Such request shall solely relate to the work of said employees under this Agreement. 3.03 CONSULTANT KEY STAFF The parties acknowledge that the Consultant was selected by the City, in part, based on qualifications of particular staff identified in the Consultant's response to the City's solicitation, hereinafter referred to as "Key Staff." The Consultant shall ensure that Key Staff are available for Work upon request from the City, as long as said Key Staff is in the Consultant's employ. The Consultant will obtain prior written approval from the Director or their designee to change or add to Key Staff. The Consultant shall provide Director, or their designee with information required to determine the suitability of proposed new Key Staff. Director will act reasonably in evaluating Key Staff qualifications. Such approval shall not constitute any responsibility or liability for the individual's ability to perform. 3.04 TIME FOR PERFORMANCE The Consultant agrees to start all Work hereunder upon receipt of a Notice to Proceed ("NTP") issued by the Director or their designee and to complete each assignment, task or phase within the time stipulated in the NTP. Time is of the essence with respect to performance of Work under this Agreement. A reasonable extension of the time for completion of various assignments, tasks, or phases may be granted by the City should there be a delay on the part of the City in fulfilling its obligations under this Agreement as stated herein. Such extension of time shall not be cause for any claims by the Consultant for additional compensation or for any damages. 3.05 STANDARD OF CARE Consultant is solely responsible for the technical accuracy and quality of their Services. Consultant shall perform all Services in compliance with. Florida Administrative Code Chapter 61 G15-18 through 61 G15-37 and Chapter 471 (Engineering) of the Florida Statutes, as amended, and all regulations promulgated applicable to these professions. Consultant shall perform due diligence, in accordance with best industry practices, in gathering information and inspecting a Project site prior to the commencement of design. Consultant shall be responsible for the professional quality, technical accuracy, and coordination of all designs, drawings, specifications, and other Services furnished by the Consultant under this Agreement. Consultant shall correct or revise any errors, omissions, and/or deficiencies in its designs, drawings, specifications, or other Services without additional compensation. Consultant shall also be liable for claims for delay costs, and any increased costs in construction, including but not limited to additional work, demolition of existing work, rework, etc., resulting from any errors, omissions, and/or deficiencies in its surveys, maps, designs, drawings, specifications or other Services. ARTICLE 4 SUBCONSULTANTS 4.01 GENERAL 4.01-1 A Subconsultant, as defined in Article 1.28, Subconsultant is a firm that was identified as part of the consulting team during the competitive selection process by which the Consultant was chosen to perform the Services under this Agreement, and as such, is identified and listed in Attachment A, Schedule Al - Subconsultants attached hereto and incorporated herein by reference. 4.01-2 A Specialty Subconsultant is a person or organization that has, with the consent of the Director, entered into a written agreement with the Consultant to furnish unique and/or specialized professional services necessary for a project or task described under Additional Services. Such Specialty Subconsultant shall be in addition to those identified in Attachment A, Schedule Al. Civil Engineering Services for Shorecrest Road RFQ No. 19-20-021 and Drainage Improvements - D5 DocuSign Envelope ID: 8F7B2294-8859-47EB-8F66-D647D51EEE6C PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 4.02 SUBCONSULTANT RELATIONSHIPS 4.02-1 All services provided by the Subconsultants shall be 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. 4.02-2 Nothing contained in this Agreement shall create any contractual or business relationship between the City and the Subconsultants. The Consultant acknowledges that the Subconsultants are entirely under his direction, control, supervision, retention, and/or discharge. 4.03 CHANGES TO SUBCONSULTANTS The Consultant shall not add to, modify, or change the Subconsultants listed in Attachment A, Schedule Al without prior written approval by the Director or designee, in response to a written request from the Consultant stating the reasons for any proposed change. ARTICLE 5 DEFAULT 5.01 GENERAL If the Consultant fails to comply with any term or condition of this Agreement or any other Agreement it has with the City, or fails to perform any of its obligations hereunder, then the Consultant shall be in Default. Upon the occurrence of a default hereunder the City, in addition to all remedies available to it by law, may immediately, upon written notice to the Consultant, terminate this Agreement whereupon all payments, advances, or other compensation paid by the City to the Consultant while the Consultant was in default shall be immediately returned to the City. The Consultant understands and agrees that termination of this Agreement under this section shall not release the Consultant from any obligation accruing prior to the effective date of termination. In the event of termination due to default, in addition to the foregoing, the Consultant shall be liable to the City for all expenses incurred by the City in preparing and negotiating this Agreement, as well as all costs and expenses incurred by the City in the re -procurement of the Services, including consequential and incidental damages. In the event of Default, the City may also suspend or withhold reimbursements to the Consultant until such time as the actions giving rise to default have been cured. 5.02 CONDITIONS OF DEFAULT A finding of Default and subsequent termination for cause may include, without limitation, any one or more of the following: 5.02-1 The Consultant fails to obtain or maintain the professional engineering certification/ licensure, insurance or bonding herein required. 5.02-2 The Consultant fails to comply, in a substantial or material sense, with any of its duties under this Agreement, with any terms or conditions set forth in this Agreement or in any agreement it has with the City, beyond the specified period allowed to cure such Default. 5.02-3 The Consultant fails to commence the Services within the time provided or contemplated herein or fails to complete the Work in a timely manner as required by this Agreement. 5.03 TIME TO CURE DEFAULT; FORCE MAJEURE In the event that either party is delayed in the performance of any act or obligation pursuant to or required by the Agreement by reason of a Force Majeure Event, the time for required completion of such act or obligation shall be extended by the number of days equal to the total number of days, if any, that such party is actually delayed by such Force Majeure Event. The party seeking delay in performance shall give notice to the other party specifying the anticipated duration of the delay, and if such delay shall extend beyond the duration specified in such notice, additional notice shall be repeated no less than monthly so long as such delay due to a Force Majeure Event continues. Any party seeking delay in performance due to a Force Majeure Event shall use its best efforts to rectify any condition causing such delay and shall cooperate with the other party to overcome any delay that has resulted. Notwithstanding the above stated, Contractor delays in the performance of any act or obligation pursuant to or required by the Agreement by reason of a Force Majeure Event shall remain at all times subject to City acceptance and approval of the same and subordinate to all other terms and conditions of this Agreement. Civil Engineering Services for Shorecrest Road RFQ No. 19-20-021 and Drainage Improvements - D5 DocuSign Envelope ID: 8F7B2294-8859-47EB-8F66-D647D51EEE6C PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 Should any such failure on the part of the Consultant be due to a condition of Force Majeure as that term is interpreted under Florida law, then the City may allow an extension of time reasonably commensurate with the cause of such failure to perform or cure. ARTICLE 6 TERMINATION OF AGREEMENT 6.01 CITY'S RIGHT TO TERMINATE The City (including specifically the City Manager or the Director acting administratively), has the right to terminate this Agreement for any reason or no reason, upon ten (10) business day's written notice. Upon termination of this Agreement, all charts, sketches, studies, drawings, and other data and/or documents, including all electronic (digital) copies related to Work authorized under this Agreement, whether finished or not, must be turned over to the Director or the Director's designee. The Consultant shall be paid in accordance with provisions of Attachment B, provided that said documentation is turned over to the Director or the Director's designee within ten (10) business days of termination. Failure to timely deliver the documentation shall be cause to withhold any payments due without recourse by the Consultant until all documentation is delivered to the Director or designee. 6.01-1 The Consultant shall have no recourse or remedy from any termination made by the City except to receive and retain the fees, and allowable costs or reimbursable expenses, earned as compensation for the Services that were performed in complete compliance with the Agreement, as full and final settlement of any claim, action, demand, cost, charge or entitlement it may have, or will, have against the City, its officials or employees. The Consultant has voluntarily acknowledged the applicability of this Section by submitting a response to this solicitation. 6.02 CONSULTANT'S RIGHT TO TERMINATE The Consultant shall have the right to terminate this Agreement, in writing, for cause following breach by the City, if breach of contract has not been corrected within sixty (60) calendar days from the date of the City's receipt of a written statement from the Consultant specifying the City's breach of its duties under this Agreement. Consultant shall give the City prior written notice in the manner provided herein specifying the City's breach and afford the City sixty (60) calendar days to cure. 6.03 TERMINATION DUE TO UNDISCLOSED LOBBYIST OR AGENT The Consultant warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the Consultant to solicit or secure this Agreement and that he or she has not paid or agreed to pay any person, company, corporation, individual, or firm, other than a bona fide employee working solely for the 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 provision, the City shall have the right to terminate the Agreement without liability and, at its discretion, to recover from the Consultant the full amount of any and all fees, commissions, percentages, gifts, or other consideration paid to undisclosed lobbyists or agents. ARTICLE 7 DOCUMENTS AND RECORDS 7.01 OWNERSHIP OF DOCUMENTS All tracings, plans, drawings, specifications, maps, computer files, and/or reports prepared or obtained under this Agreement, as well as all data collected, together with summaries and charts derived therefrom, including all electronic digital copies, will be considered works made for hire and will, based on incremental transfer wherein the above shall become the property of the City upon payments made to the Consultant or termination of this Agreement without restriction or limitation on their use, and will be made available, on request, to the City at any time during the performance of such services and/or upon completion or termination of this Agreement. The Consultant shall not copyright any material and products or patent any invention developed under this Agreement. The City shall have the right to visit Project sites for inspection of the work and the products of the Consultant at any time. The Consultant shall be permitted to retain copies, including reproducible copies, solely for information and reference in connection with the City's use and occupancy of the Project. 7.02 DELIVERY UPON REQUEST OR CANCELLATION Failure by the Consultant to promptly deliver all such documents, both hard copy and digital, to the Director or designee within ten (10) business days of cancellation, or within ten (10) business days of request by Civil Engineering Services for Shorecrest Road RFQ No. 19-20-021 10 and Drainage Improvements - D5 DocuSign Envelope ID: 8F7B2294-8859-47EB-8F66-D647D51EEE6C PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 the City, shall be just cause for the City to withhold payment of any fees due the Consultant until the Consultant delivers all such documents. The Consultant shall have no recourse from these requirements. 7.03 RE -USE BY CITY It is understood that all Consultant Agreements and/or Work Orders for new work will include the provision for the re -use of surveys, maps, plans, specifications, and other Consultant work products, at the City's sole option, and, by virtue of signing this Agreement, the Consultant agrees to such re -use in accordance with this provision without the necessity of further approvals, compensation, fees or documents being required and without recourse for such re -use. The Consultant will not be liable for re -use by the City of plans, documents, studies, or other data for any purpose other than that intended by the terms and conditions of this Agreement. 7.04 NONDISCLOSURE To the extent allowed by law, the Consultant agrees not to divulge, furnish, or make available to any third person, firm or organization, without Director's or their designee's prior written consent, or unless incident to the proper performance of the Consultant's obligations hereunder, or in the course of judicial or legislative proceedings, or otherwise required by law, where such information has been properly subpoenaed, any non-public information concerning the Services to be rendered by the Consultant hereunder, and the Consultant shall require all of its employees, agents, and Subconsultants to comply with the provisions of this paragraph. 7.05 MAINTENANCE OF RECORDS; PUBLIC RECORDS The Consultant shall keep adequate records and supporting documentation, which concern or reflect its Services hereunder. Records subject to the provisions of the Public Records Law, Florida Statutes Chapter 119, as amended, shall be kept in accordance with the applicable statutes. Otherwise, the records and documentation shall be retained by the Consultant for a minimum of three (3) years from the date of termination of this Agreement or the date the Project is completed, whichever is later. The City, or any duly authorized agents or representatives of the City, shall have the right to audit, inspect, and copy all such records and documentation as often as they deem necessary during the period of this Agreement and during the three (3) year period noted above, provided, however, such activity shall be conducted only during normal business hours. Consultant shall additionally comply with Section 119.0701, Florida Statutes, including without limitation: (1) Keep and maintain public records required by the City to perform the service; (2) upon request from the City's custodian of public records, provide the City with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law; (3) ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the contract if the contractor does not transfer the records to the City; (4) upon completion of the contract, transfer, at no cost, to the City all public records in possession of the contractor or keep and maintain public records required by the City to perform the service. If the Contractor transfers all public records to the City upon completion of the contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the City, upon request from the City's custodian of public records, in a format that is compatible with the information technology systems of the City. IF THE CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONSULTANT'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE DIVISION OF PUBLIC RECORDS AT (305) 416-1800, VIA EMAIL AT PUBLICRECORDS@MIAMIGOV.COM, OR REGULAR MAIL AT CITY OF MIAMI OFFICE OF THE CITY ATTORNEY, 444 SW 2ND AVENUE, 9TH FL, MIAMI, FL 33130. THE Civil Engineering Services for Shorecrest Road RFQ No. 19-20-021 11 and Drainage Improvements - D5 DocuSign Envelope ID: 8F7B2294-8859-47EB-8F66-D647D51EEE6C PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 CONSULTANT MAY ALSO CONTACT THE RECORDS CUSTODIAN AT THE CITY OF MIAMI OFFICE OF CAPITAL IMPROVEMENT. 7.06 E-VERIFY Consultant shall utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the Consultant during the term of the Agreement and shall expressly require any Subconsultant performing work or providing services pursuant to the Agreement to likewise utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the Subconsultant during the Agreement term. ARTICLE 8 INDEMNIFICATION The Consultant shall indemnify, hold harmless, save and defend the City, its officers, agents, directors, instrumentalities, agencies, and/or employees from all liabilities, damages, losses, judgments, and costs, including, but not limited to reasonable attorney's fees, to the extent caused by the negligence, recklessness, negligent act or omission, or intentional wrongful misconduct of Consultant and persons employed or utilized by Consultant in the performance of services under this Contract. Consultant shall, further, hold the City, its officials and/or employees, harmless for, and defend the City, its officials and/or employees against, any civil actions, statutory, contractual, tort, strict liability, or other claims, actions, injuries or damages arising or resulting from the work, unless it is alleged that the City, its officials and/or employees were negligent. In the event that any action or proceeding is brought against the City by reason of any such claim or demand, the Consultant shall, upon written notice from the City, resist and defend such action or proceeding by counsel reasonably satisfactory to the City Attorney. The Consultant expressly understands and agrees that any insurance protection required by this Agreement or otherwise provided by the Consultant 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 indemnification provided above shall obligate the Consultant to defend, at its own cost and expense, to and through trial, administrative, appellate, supplemental or bankruptcy proceedings, or to provide for such defense, at the City's option, against any and all claims of liability and all claims, suits and actions of every name and description which may be brought against the City, in connection with services performed by the Consultant or persons employed or utilized by Consultant. This indemnity, hold harmless and duty to defend, shall survive the term of this Agreement, and shall also survive the cancellation or expiration of this Agreement. This indemnity shall be interpreted under the laws of the State of Florida, including without limitation and interpretation, which conforms to the limitations of Section 725.06 and/or Section 725.08, Florida Statutes, as applicable. If any portion of the Indemnity is invalidated by a court of competent jurisdiction to be invalid, unenforceable or illegal, the unenforceable provision shall not affect the otherwise valid terms and provisions of this Section. The applicable terms and provisions shall be deemed modified and will be given effect to the extent necessary to render such provision(s) enforceable, and the rights and obligations of the parties will be construed and enforced accordingly, preserving to the fullest extent possible the intent and agreements of the parties as are set forth in this Section. The Consultant shall require all Subconsultant agreements to include a provision that they shall indemnify the City. The Consultant agrees and recognizes that the City shall not be held liable or responsible for any claims which may result from any actions or omissions of the Consultant in which the City participated, either through review or concurrence of the Consultant's actions. In reviewing, approving or rejecting any submissions by the Consultant or other acts of the Consultant, the City in no way assumes or shares any responsibility or liability of the Consultant or Subconsultant under this Agreement. Ten dollars ($10) of the payments made by the City constitute separate, distinct, and independent consideration for the granting of this Indemnification, the receipt and sufficiency of which is voluntarily and knowingly acknowledged by the Consultant. ARTICLE 9 INSURANCE The Consultant shall not start Services under this Agreement until the Consultant has obtained and provided to the City all insurance required hereunder and the City's Risk Management Administrator also Civil Engineering Services for Shorecrest Road RFQ No. 19-20-021 12 and Drainage Improvements - D5 DocuSign Envelope ID: 8F7B2294-8859-47EB-8F66-D647D51EEE6C PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 known as the Director of the Risk Management Department, or their authorized designee, has approved such insurance. 9.01 COMPANIES PROVIDING COVERAGE All insurance policies shall be issued by companies authorized to do business under the laws of the State of Florida and satisfactory to the Risk Administrator. All companies shall have a Florida resident agent and be rated at least A(X), in accordance with A.M. Best Company's Key Rating Guide, latest edition. 9.02 VERIFICATION OF INSURANCE COVERAGE The Consultant shall furnish certificates of insurance to the Procurement Department and Risk Management Administrator for review and approval prior to the execution of this Agreement. The Certificates shall clearly indicate that the Consultant has obtained insurance of the type, amount, and classification required by these provisions, and in accordance to Exhibit C, "Insurance" contained herein. The Consultant shall ensure that all Subconsultants comply with these same insurance requirements. The Consultant shall furnish copies of insurance policies pertaining to this Agreement to the Procurement Department and Risk Administrator within ten (10) business days of written request. 9.03 FORMS OF COVERAGE 9.03-1 Commercial General Liability and Automobile Liability The Consultant shall maintain commercial general liability coverage written on a primary and non- contributory basis, with limits of at least $1,000,000.00 per occurrence, $2,000,000.00 aggregate for bodily injury and property damage. The coverage shall include Premises and Operations, Contingent and Contractual Liability, and Products and Completed Operations, with additional endorsements as applicable. Waiver of Subrogation applies in favor of the certificate holder. The coverage shall be written on a primary and non-contributory basis with the City listed as an additional insured as reflected by endorsement CG 2010 11/85 or its equivalence. Notice of cancellation should read thirty (30) calendar days and ten (10) business days for nonpayment. 9.03-2 Business Automobile The Consultant shall provide business automobile liability coverage including coverage for all owned, hired, and non -owned autos with a minimal combined single limit of $1,000,000.00 naming the City as an additional insured with respect to this coverage. Notice of cancellation should read thirty (30) calendar days and ten (10) business days for nonpayment. 9.03-3 Professional Liability Insurance The Consultant shall maintain Professional Liability Insurance including Errors and Omissions coverage in the minimum amount of $1,000,000.00 per claim, $1,000,000.00 aggregate providing for all sums which the Consultant shall be legally obligated to pay as damages for claims arising out of the services performed by the Consultant or any person employed by the Consultant in connection with this Agreement. This insurance shall be maintained for at least one (1) year after completion of the construction and acceptance of any project covered by this Agreement. Coverage must reference the retroactive date. 9.03-4 Worker's Compensation Insurance The Consultant shall maintain Worker's Compensation Insurance in compliance with Florida Statutes, Chapter 440, as amended, and Employee's Liability with a minimum limit of $500,000.00 each occurrence. 9.03-5 Subconsultant Compliance The Consultant shall ensure that all Subconsultants comply with these same insurance requirements. 9.04 MODIFICATIONS TO COVERAGE The Risk Administrator or their authorized designee reserves the right to require modifications, increases, or changes in the required insurance requirements, coverage, deductibles, or other insurance obligations by providing a thirty (30) calendar day written notice to the Consultant in accordance with Article 10.06, Notices, herein. The Consultant shall comply with such requests unless the insurance coverage is not then readily available in the national market and may request additional consideration from the City accompanied by justification. Civil Engineering Services for Shorecrest Road RFQ No. 19-20-021 13 and Drainage Improvements - D5 DocuSign Envelope ID: 8F7B2294-8859-47EB-8F66-D647D51EEE6C PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 ARTICLE 10 MISCELLANEOUS 10.01 AUDIT RIGHTS; INSPECTION The City reserves the right to audit the Consultant's accounts during the performance of this Agreement and for three (3) years after final payment under this Agreement. The Consultant agrees to furnish copies of any records necessary, in the opinion of the Director, to approve any requests for payment by the Consultant. The inspection and audit provisions provided for City contracts set forth in Section 18-101 and Section 18-102 of the City Code are applicable to this Agreement and are deemed as being incorporated by reference herein. 10.02 ENTIRE AGREEMENT This Agreement, as it may be amended from time to time, represents the entire and integrated agreement between the City and the Consultant and supersedes all prior negotiations, representations, or agreements, written or oral. This Agreement may not be amended, changed, modified, or otherwise altered in any respect, at any time after the execution hereof, except by a written document executed with the same formality and equal dignity herewith. Waiver by either party of a breach of any provision of this Agreement shall not be deemed to be a waiver of a breach of any other provision of this Agreement. 10.03 SUCCESSORS AND ASSIGNS The performance of this Agreement shall not be transferred pledged, sold, delegated, or assigned, in whole or in part, by the Consultant without the written consent of the City, acting by and through its City Commission. It is understood that a sale of the majority of the stock or partnership shares of the Consultant, a merger or bulk sale, an assignment for the benefit of creditors shall each be deemed transactions that would constitute an assignment or sale hereunder requiring prior City approval. The Consultant's services are unique in nature and any assignment, sale transference without City Commission approval shall be cause for the City to terminate this Agreement. The Consultant shall have no recourse from such termination. The City may require bonding, other security, certified financial statements and tax returns from any proposed assignee and the execution of an assignment/assumption Agreement in a form satisfactory to the City Attorney as a condition precedent to considering approval of an assignment. The Consultant and the City each binds one another, their partners, successors, legal representatives and authorized assigns to the other party of this Agreement and to the partners, successors, legal representatives, and assigns of such party in respect to all covenants of this Agreement. 10.04 TRUTH -IN -NEGOTIATION CERTIFICATE In compliance with the Consultant's Competitive Negotiation Act, for any Project to be compensated under the Lump Sum method, the Consultant shall certify that wage rates and other factual unit costs supporting the compensation are accurate, complete, and current at the time of NTP. The original Project price and any addition thereto will be adjusted to exclude any significant sums by which the City determines the project price was increased due to inaccurate, incomplete, or non -current wage rates and other factual unit costs. All such price adjustments will be made within one (1) year following the end of the Project. 10.05 APPLICABLE LAW AND VENUE OF LITIGATION This Agreement shall be interpreted and construed in accordance with and governed by the laws of the State of Florida. Any suit or action brought by any party, concerning this Agreement, or arising out of this Agreement, shall be brought in Miami -Dade County, Florida. Each party shall bear its own attorney's fees except in actions arising out of the Consultant's duties to indemnify the City under Article 8, Indemnification, herein where the Consultant shall pay the City's reasonable attorney's fees in the event the City must maintain an action to enforce the duty to indemnify the City. 10.06 NOTICES Whenever either party desires to give notice unto the other, such notice must be in writing, sent by electronic mail, and registered United States mail, return receipt requested, addressed to the party for whom it is intended at the place last specified; and the place for giving of notice shall remain such until it shall have been changed by written notice in compliance with the provisions of this paragraph. For the present, the parties designate the following as the respective places for giving of notice: Civil Engineering Services for Shorecrest Road RFQ No. 19-20-021 14 and Drainage Improvements - D5 DocuSign Envelope ID: 8F7B2294-8859-47EB-8F66-D647D51EEE6C PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 For City of Miami: Arthur Noriega V City Manager Office of the City Manager City of Miami 444 SW 2"d Avenue, 101h Floor Miami, Florida 33130-1910 Email: ANoriega(a)miamigov.com Phone: 305-416-1025 Annie Perez, CPPO Director Department of Procurement City of Miami 444 SW 2"d Avenue, 6th Floor Miami, Florida 33130-1910 Email: AnniePerez(o)miamigov.com Phone: 305-416-1910 Victoria Mendez, City Attorney Office of the City Attorney City of Miami 444 SW 2"d Avenue, 9th Floor Miami, Florida 33130-1910 Email: VictoriaMendez(a)miamigov.com Phone: 305-416-1832 Angel R. Carrasquillo, Director Office of Capital Improvement City of Miami 444 SW 2nd Avenue, 81h Floor Miami, Florida 33130-1910 Email: AnCarrasquillo(a)miamigov.com Phone: 305-416-1225 For A.D.A. Engineering, Inc.: Ivette O. Argudin, Executive Vice President A.D.A. Engineering, Inc. 8550 NW 33rd Street, Suite 202 Doral, FL 33122 Email: iargudin(a)adaeng.net Phone: 305-514-0823 10.07 INTERPRETATION The language of this Agreement has been agreed to by both parties to express their mutual intent and no rule of strict construction shall be applied against either party hereto. The headings contained in this Agreement are for reference purposes only and shall not affect in any way the meaning or interpretation of this Agreement. All personal pronouns used in this Agreement shall include the other gender, and the singular shall include the plural, and vice versa, unless the context otherwise requires. Terms such as "herein," "hereof," "hereunder," and "hereinafter" refer to this Agreement as a whole and not to any sentence, paragraph, or section where they appear, unless the context otherwise requires. Whenever reference is made to a Section or Article of this Agreement, such reference is to the Section or Article as a whole, including all the subsections of such Section, unless the reference is made to a subsection or subparagraph of such Section or Article. i11XII:ML671ki12a:7=11;7AMiTA9IQkiI Civil Engineering Services for Shorecrest Road RFQ No. 19-20-021 15 and Drainage Improvements - D5 DocuSign Envelope ID: 8F7B2294-8859-47EB-8F66-D647D51EEE6C PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 Preparation of this Agreement has been a joint effort of the City and the Consultant, and the resulting document shall not, solely as a matter of judicial construction, be construed more severely against one of the parties than any other. 10.09 PRIORITY OF PROVISIONS If there is a conflict or inconsistency between any term, statement, requirement, or provision of any exhibit attached hereto, any document or events referred to herein, or any document incorporated into this Agreement by reference and a term, statement, requirement, or provision of this Agreement, the term, statement, requirement, or provision contained in this Agreement shall prevail and be given effect. 10.10 MEDIATION -WAIVER OF JURY TRIAL In an effort to engage in a cooperative effort to resolve conflict which may arise during the course of the design and /or construction of the subject project(s), and/or following the completion of the projects(s), the parties to this Agreement agree all disputes between them shall be submitted to non -binding mediation prior to the initiation of litigation, unless otherwise agreed in writing by the parties. A certified Mediator, who the parties find mutually acceptable, will conduct any Mediation Proceedings in Miami -Dade County, State of Florida. The parties will split the costs of a certified mediator on a 50/50 basis. The Consultant agrees to include such similar contract provisions in the agreements with all Subconsultants and/or independent contractors retained for the project(s), thereby providing for non -binding mediation as the primary mechanism for dispute resolution. Each party shall bear their own attorney's fees. In an effort to expedite the conclusion of any litigation, the parties voluntarily waive their right to jury trial or to file permissive counterclaims in any action arising under this Agreement. 10.11 TIME Time is of the essence in this Agreement. Consultant shall promptly perform its duties under this Agreement and Work Orders pursuant hereto and will give the Work as much priority as is necessary to cause the Work to be completed on a timely basis in accordance with this Agreement. All Work shall be performed strictly (not substantially) within the time limitations necessary to maintain the critical path and all deadlines established in this Agreement and/or Work Orders pursuant hereto. 10.12 COMPLIANCE WITH LAWS The Consultant shall comply with all applicable laws, codes, ordinances, rules, regulations and resolutions including, without limitation, the Americans with Disabilities Act ("ADA"), as amended, and all applicable guidelines and standards in performing its duties, responsibilities, and obligations related to this Agreement. The Consultant represents and warrants that there shall be no unlawful discrimination as provided by law in connection with the performance of this Agreement. 10.12-1 Non -Discrimination The City warrants and represents that it does not and will not engage in discriminatory practices and that there shall be no discrimination in connection with the Consultant's performance under this Agreement on account of race, color, gender, religion, age, handicap, marital status, national origin, or sexual orientation. The Consultant further covenants that no otherwise qualified individual shall, solely by reason of their race, color, gender, religion, age, handicap, marital status, national origin or sexual orientation, be excluded from participation in, be denied services, or be subject to discrimination under any provision of this Agreement. 10.12-2 OSHA Compliance The Consultant warrants that it will comply with all safety precautions as required by federal, state, and local laws, rules, regulations, and ordinances. The City reserves the right to refuse the Consultant's access to City property, including project jobsites, if the Consultant's employees are not properly equipped with safety gear in accordance with OSHA regulations or if a continuing pattern of non- compliance with safety regulations is exhibited by the Consultant. 10.12-3 ADA Compliance The Consultant shall affirmatively comply with all applicable provisions of the Americans with Disabilities Act ("ADA") in the course of providing any work, labor or services funded by the City, including Titles I and II of the ADA (regarding nondiscrimination on the basis of disability) and all applicable regulations, guidelines and standards. Additionally, the Consultant shall take affirmative steps to -insure nondiscrimination in employment of disabled persons. Civil Engineering Services for Shorecrest Road RFQ No. 19-20-021 16 and Drainage Improvements - D5 DocuSign Envelope ID: 8F7B2294-8859-47EB-8F66-D647D51EEE6C PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 10.13 NO PARTNERSHIP The Consultant is an independent contractor. This Agreement does not create a joint venture, partnership or other business enterprise or affiliation between the parties. The Consultant has no authority to bind the City to any promise, debt, default, contract liability, or undertaking of the Consultant. 10.14 DISCRETION OF DIRECTOR Any matter not expressly provided for herein dealing with the City or decisions of the City shall be within the exercise of the reasonable professional discretion of the Director or the Director's authorized designee. 10.15 RESOLUTION OF CONTRACT DISPUTES The Consultant understands and agrees that all disputes between it and the City based upon an alleged violation of the terms of this Agreement by the City shall be submitted for resolution in the following manner. The initial step shall be for the Consultant to notify the Project Manager in writing of the dispute and submit a copy to the City of Miami personnel identified in Article 10.06, Notices. Should the Consultant and the Project Manager fail to resolve the dispute the Consultant shall submit their dispute in writing, with all supporting documentation, to the Director of OCI, as identified in Article 10.06, Notices. Upon receipt of said notification, the Director of OCI shall review the issues relative to the dispute and issue a written finding. Should the Consultant and the Director of OCI fail to resolve the dispute the Consultant shall submit their dispute in writing within five (5) calendar days to the Director of Procurement. Failure to submit such appeal of the written finding shall constitute acceptance of the finding by the Consultant. Upon receipt of said notification, the Director of Procurement, shall review the issues relative to the dispute and issue a written finding. The Consultant must submit any further appeal in writing within five (5) calendar days to the City Manager. Failure to submit such appeal of the written finding shall constitute acceptance of the finding by the Consultant. Appeal to the City Manager for their resolution, is required prior to the Consultant being entitled to seek judicial relief in connection therewith. Should the amount of compensation hereunder exceed $500,000.00, the City Manager's decision shall be approved or disapproved by City Commission. The Consultant shall not be entitled to seek judicial relief unless: (i) it has first received City Manager's written decision, approved by City Commission if applicable; or (ii) a period of sixty (60) calendar days has expired after submitting to the City Manager a detailed statement of the dispute, accompanied by all supporting documentation, or a period of (90) calendar days has expired where the City Manager's decision is subject to City Commission approval; or (iii) The City has waived compliance with the procedure set forth in this section by written instrument(s) signed by the City Manager. 10.16 INDEPENDENT CONTRACTOR The Consultant has been procured and is being engaged to provide services to the City as an independent contractor, and not as an agent or employee of the City. Accordingly, the Consultant shall not attain, nor be entitled to, any rights or benefits under the Civil Service or Pension Ordinances of the City, nor any rights generally afforded classified or unclassified employees. The Consultant further understands that Florida Workers' Compensation benefits available to employees of the City are not available to the Consultant and agrees to provide workers' compensation insurance for any employee or agent of the Consultant rendering services to the City under this Agreement. The City is not a guarantor of any debt or obligation of the Consultant and the Consultant has no ability to bind the City in this regard. 10.17 CONTINGENCY CLAUSE Funding for this Agreement is contingent on the availability of funds and continued authorization for project activities and this Agreement is subject to amendment or termination due to lack of funds, reduction of funds and/or change in regulations, upon thirty (30) calendar days' notice. 10.18 THIRD PARTY BENEFICIARY The Consultant and the City agree that it is not intended that any provision of this Agreement establishes a third -party beneficiary giving or allowing any claim or right of action whatsoever by any third party under this Agreement. 10.19 ADDITIONAL TERMS AND CONDITIONS If a PSA or other Agreement was provided by the City and included in this solicitation for the project(s), no additional terms or conditions, which materially or substantially vary, modify or alter the terms or conditions Civil Engineering Services for Shorecrest Road RFQ No. 19-20-021 17 and Drainage Improvements - D5 DocuSign Envelope ID: 8F7B2294-8859-47EB-8F66-D647D51EEE6C PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 of this Agreement, in the sole opinion and reasonable discretion of the City, will be considered. Any and all such additional terms and conditions shall have no force or effect and are inapplicable to this PSA or other Agreement. 10.20 SEVERABILITY If any term or provision of this Agreement, or combination of the same, is in violation of any applicable law or regulation, or is unenforceable or void for any reason, such term, provision or combination of same shall be modified or reformed by the court to the minimum extent necessary to accomplish the intention of the entire Agreement to the maximum extent allowable, under any legal form, without violating applicable law or regulation. Notwithstanding, the remainder of the Agreement shall remain binding upon the parties. This Subsection shall not apply if there is a material breach of this Agreement causing cancelation or cancellation for convenience. 10.21 COUNTERPARTS; ELECTRONIC SIGNATURES This Agreement may be executed in counterparts, each of which shall be an original as against either Party whose signature appears thereon, but all of which taken together shall constitute but one and the same instrument. An executed facsimile or electronic scanned copy of this Agreement shall have the same force and effect as an original. The parties shall be entitled to sign and transmit an electronic signature on this Agreement (whether by facsimile, PDF or other email transmission), which signature shall be binding on the party whose name is contained therein. Any party providing an electronic signature agrees to promptly execute and deliver to the other parties an original signed Agreement upon request. Civil Engineering Services for Shorecrest Road RFQ No. 19-20-021 18 and Drainage Improvements - D5 DocuSign Envelope ID: 8F7B2294-8859-47EB-8F66-D647D51EEE6C PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 IN WITNESS WHEREOF, the parties have executed this Agreement as of the day and year first above written. WITNESS/ATTEST: D.-Signet{ by �y fe. 0% ark _ Signature Ivette o. Argudin Print Name, Title ATTEST: EVD—Sig—d uy: Consultant Secretary (Affirm Consultant Seal, if available) ATTEST: Todd B. Hannon, City Clerk APPROVED AS TO INSURANCE REQUIREMENTS: Ann Marie Sharpe, Director Risk Management Department Civil Engineering Services for Shorecrest Road and Drainage Improvements - D5 A.D.A. Engineering, Inc., a Florida Corporation Drja;u Sig rc,d by (krrt V, 9r '�V- ','E£E-F 9EY1G�.., Signature Alberto D. Argudin, President Print Name, Title DocuSigned by: (Corporate Seal) CITY OF MIAMI, a municipal corporation of the State of Florida Arthur Noriega V, City Manager APPROVED AS TO LEGAL FORM AND CORRECTNESS: Victoria Mendez, City Attorney RFQ No. 19-20-021 19 DocuSign Envelope ID: 8F7B2294-8859-47EB-8F66-D647D51EEE6C PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 CERTIFICATE OF AUTHORITY (IF CORPORATION OR LLC) I HEREBY CERTIFY that at a meeting of the Board of Directors of A.D.A. Engineering, Inc., a corporation organized and existing under the laws of the State of Florida_, held on the day of., a resolution was duly passed and adopted authorizing (Name) as (Title) of the corporation to execute agreements on behalf of the corporation and providing that their execution thereof, attested by the secretary of the corporation, shall be the official act and deed of the corporation. I further certify that said resolution remains in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this 1st day of December, 2021 OxuSw d by: Secretary:[ drd� �e.sea�r,�:�, Print: zvette o. Argudin NOTARIZATION Florida STATE OF ) SS: Miami -Dade COUNTY OF ) 1st The foregoing instrument was acknowledged before me this day of December 21 Wendy Gomez 20 , by ,who is personally known to me or who has produced personally as identification and who (did / did not) take an oath. SIGNATURE OF NOTARY PUBLIC STATE OF FLORIDA Wendy Gomez PRINTED, STAMPED OR TYPED NAME OF NOTARY PUBLIC DocuSigned by: Civil Engineering Services for Shorecrest Road RFQ No. 19-20-021 20 and Drainage Improvements - D5 DocuSign Envelope ID: 8F7B2294-8859-47EB-8F66-D647D51EEE6C PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 CERTIFICATE OF AUTHORITY (IF PARTNERSHIP) I HEREBY CERTIFY that at a meeting of the Board of Directors of , a partnership organized and existing under the laws of the State of held on the _day of a resolution was duly passed and adopted authorizing (Name) as (Title) of the partnership to execute agreements on behalf of the partnership and provides that their execution thereof, attested by a partner, shall be the official act and deed of the partnership. I further certify that said partnership agreement remains in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this , day of , 20 Partner: Print: Names and addresses of partners: Name Street Address City State Zip Civil Engineering Services for Shorecrest Road RFQ No. 19-20-021 21 and Drainage Improvements - D5 DocuSign Envelope ID: 8F7B2294-8859-47EB-8F66-D647D51EEE6C PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 CERTIFICATE OF AUTHORITY (IF JOINT VENTURE) Joint ventures must submit a joint venture agreement indicating that the person signing this Agreement is authorized to sign documents on behalf of the joint venture. If there is no joint venture agreement, each member of the joint venture must sign this Agreement and submit the appropriate Certificate of Authority (corporate, partnership, or individual). CERTIFICATE OF AUTHORITY (IF INDIVIDUAL) I HEREBY CERTIFY that, I (Name) , individually and doing business as (d/b/a) (If Applicable) have executed and am bound by the terms of the Agreement to which this attestation is attached. IN WITNESS WHEREOF, I have hereunto set my hand this day of , 20� Signed: Print: Florida STATE OF NOTARIZATION ) SS: Miami -Dade COUNTY OF ) The foregoing instrument was acknowledged before me this 1st day of December 21 Ivette Argudin 20 , by ,who is personally known to me or who has produced personally know to me as identification and who (did / did not) take an oath. �, Ffty, SIGNATURE OF NOTARY PUBLIC STATE OF FLORIDA Wendy Gomez PRINTED, STAMPED OR TYPED NAME OF NOTARY PUBLIC DocuSigned by: Civil Engineering Services for Shorecrest Road RFQ No. 19-20-021 22 and Drainage Improvements - D5 DocuSign Envelope ID: 8F7B2294-8859-47EB-8F66-D647D51EEE6C PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 ATTACHMENT A - SCOPE OF WORK ARTICLE Al GENERAL The Consultant shall provide a complete design for the improvement of the roads and drainage systems in the Shorecrest sub -neighborhood of the Upper East Side of Miami (within Pilot Study Area) to include: NE 781h Street, NE North Little River Drive, NE 191h Court, Dunham Boulevard, NE Bayshore Drive, and NE Bayshore Court (NE 101h Avenue is excluded from this RFQ as it is currently in design to expedite road construction for Fire Station #13). The Consultant has experience in designing comprehensive road and drainage systems and improvements of the level required for the Shorecrest neighborhood. A1.01 SCOPE OF SERVICES A1.01-1 The Consultant shall provide comprehensive engineering services necessary to complete the design for Shorecrest Road and Drainage Improvements. The Consultant's scope of services shall include, but is not limited to, the following: The Consultant shall provide design engineering services for road and drainage improvements that may include, but not be limited to, clearing and grubbing, milling and resurfacing, road reconstruction, grading, drainage improvements, sidewalks, American with Disabilities Act (ADA) compliant ramps, driveway approaches, curb and/or gutter structures, pavement markings and striping, roadway signage, utility/electrical services and coordination, design development, structural design for work on seawalls at outfalls, drainage system modeling, compliance with resiliency requirements to address flooding, landscape, construction permitting, participate in public involvement meetings and workshops, bidding review and analysis, and construction administration. Required services may include reviewing design documents for constructability, evaluating bids for contract award recommendation, conducting scope review meetings, participating in pre -bid and pre -construction meetings, shop drawing reviews, progress and coordination meetings to resolve construction conflicts, reviewing, responding, and tracking submittals, requests for information, change orders, and project schedule, reviewing contractors' requisitions for payment, construction inspection services, reviewing as -built drawings, and verifying and accepting specified materials and associated quantities. Other professional services that relate to the prescribed scope of service under this solicitation may be required. The Consultant will be responsible for the preparation of construction documents for all work that includes roadways established by the report titled "Phase I Shorecrest Drainage Feasibility Study Report," dated March 2019 (with modifications), and the Citywide Stormwater Master Plan currently underdevelopment. In addition, the Consultant will be responsible to provide solutions and design for road and drainage systems Consultant shall provide comprehensive engineering services for the Project for which Consultant was selected in accordance with Section 287.055 Florida Statutes, as amended, Consultants' Competitive Negotiations Act (CCNA). A more detailed version of scope of work is included in Exhibit A., "Consultant Work Order Proposal". A1.02 WORK ORDERS When OCI has determined that the Project is to proceed, the Director or authorized designee will request in writing a Work Order Proposal from the Consultant based on the proposed Scope of Services provided to the Consultant in writing by the Director or designee. The Consultant and Director or designee, and others, if appropriate, may have preliminary meetings, if warranted, to further define the Scope of Services and to resolve any questions. The Consultant shall then prepare a Work Order Proposal following the format provided by the City, indicating the proposed Scope of Services, time of performance, staffing, proposed fees, Subconsultants, and deliverable items and/or documents. The Director or designee may accept the Work Order Proposal as submitted, reject the Work Order Proposal, or negotiate revisions to the Work Order Proposal. Upon acceptance of a Work Order Proposal, OCI will prepare a Work Order that will be reviewed by OCI staff and the Director or designee. Upon approval, OCI will issue a written Notice to Proceed (NTP) subsequent to approval of the Work Order by the Director or designee. A1.03 PAYMENTS The City will pay the Consultant in accordance with provisions and limitations of Attachment B, Compensation and Payments. No payment will be made for the Consultant's time or services in Civil Engineering Services for Shorecrest Road RFQ No. 19-20-021 23 and Drainage Improvements - D5 DocuSign Envelope ID: 8F7B2294-8859-47EB-8F66-D647D51EEE6C PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 connection with the preparation of any Work Order Proposal or for any Work done in the absence of an executed Work Order, NTP and/or Purchase Order. ARTICLE A2 OVERVIEW OF PROJECT SERVICES Consultant agrees to provide complete engineering services as set forth in the tasks enumerated hereinafter, in accordance with the Florida Building Code, latest edition, all federal, state, county and City of Miami, Florida, Laws, Codes and Ordinances. Consultant shall maintain an adequate staff of qualified personnel on the Work at all times to ensure its performance as specified in this Agreement. Consultant shall submit one (1) electronic set of all documents and seven (7) copies of documents required under Article A2, without additional charge, for review and approval by the City. Consultant shall not proceed with the next task of the Work until the documents have been approved, in writing, by City, and an Authorization to Proceed with the next task has been issued by City. Consultant is solely responsible for the technical accuracy and quality of their Work. Consultant shall perform all Work in compliance with Chapter 471 of the Florida Statutes and Rules 61G15-18 through 61G15-37 of the Florida Administrative Code. Consultant shall perform due diligence, in accordance with best industry practices, in gathering information and inspecting a Project site prior to the commencement of design. Consultant shall be responsible for the professional quality, technical accuracy and coordination of all design, drawings, specification, and other Services furnished by the Consultant under this Agreement. Consultant shall, without additional compensation, correct or revise any errors, omissions, and/or deficiencies in its designs, drawings, specifications or other Services. Consultant shall also be liable for claims for delay costs, and any increased costs in construction, including but not limited to additional work, demolition of existing work, rework, etc., resulting from any errors, omissions, and/or deficiencies in its designs, drawings, specifications or other Services. A2.01 DEVELOPMENT OF OBJECTIVES Please refer to Exhibit A, "Consultant Work Order Proposal'. A2.02 SCHEMATIC DESIGN Please refer to Exhibit A, "Consultant Work Order Proposal'. A2.03 DESIGN DEVELOPMENT Please refer to Exhibit A, "Consultant Work Order Proposal'. A2.04 CONSTRUCTION DOCUMENTS Please refer to Exhibit A, "Consultant Work Order Proposal'. A2.05 BIDDING AND AWARD OF CONTRACT Please refer to Exhibit A, "Consultant Work Order Proposal'. A2.06 ADMINISTRATION OF THE CONSTRUCTION CONTRACT Please refer to Exhibit A, "Consultant Work Order Proposal'. A2.07 TIME FRAMES FOR COMPLETION The following time frames are sequential from the date of the NTP. A concurrent project timeline is attached as Schedule A5. Survey & SUE 30 days Geotechnical Testing (Once permit obtained from City) 60 days 30% Construction Documents 150 days 90% Construction Documents 270 days 100% Construction Documents 330 days ARTICLE A3 ADDITIONAL SERVICES A3.01 GENERAL Services categorized below as "Additional Services" may be specified and authorized by City and are normally considered to be beyond the scope of the Basic Services. Additional Services shall either be Civil Engineering Services for Shorecrest Road RFQ No. 19-20-021 24 and Drainage Improvements - D5 DocuSign Envelope ID: 8F7B2294-8859-47EB-8F66-D647D51EEE6C PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 identified in a Work Order or shall be authorized by prior written approval of the Director or City Manager and will be compensated for as provided in Attachment B, Article B3.05, Fees for Additional Services. A3.02 EXAMPLES Except as may be specified in Schedule A herein, Additional Services may include, but are not limited to the following: A3.02-1 Appraisals: Investigation and creation of detailed appraisals and valuations of existing facilities, and surveys or inventories in connection with construction performed by City. A3.02-2 Specialty Desiqn: Any additional special professional services not included in the Scope of Work. A3.02-3 Pre -Design Surveys & Testinq: Environmental investigations, site evaluations, or comparative studies of prospective sites. Surveys of the existing structure required to complete as -built documentation are not additional services. A3.02-4 Extended Testinq & Training: Extended assistance beyond that provided under Basic Services for the initial start-up, testing, adjusting and balancing of any equipment or system; extended training of City's personnel in operation and maintenance of equipment and systems, and consultation during such training; and preparation of operating and maintenance manuals, other than those provided by the Contractor, sub -contractor, or equipment manufacturer. A3.02-5 Maior Revisions: Making major revisions to drawings and specifications resulting in or from a change in Scope of Work, when such revisions are inconsistent with written approvals or instructions previously given by City and are due to causes beyond the control of Consultant (Major revisions are defined as those changing the Scope of Work and arrangement of spaces and/or scheme and/or any significant portion thereof). A3.02-6 Expert Witness: Preparing to serve or serving as an expert witness in connection with any mediation, arbitration or legal proceeding, providing, however, that Consultant cannot testify against City in any proceeding during the course of this Agreement. A3.02-7 Miscellaneous: Any other services not otherwise included in this Agreement or not customarily furnished in accordance with generally accepted architectural/engineering practice related to construction. A3.03 ADDITIONAL DESIGN The City may, at its option, elect to proceed with additional services relating to the Project. ARTICLE A4 REIMBURSABLE EXPENSES A4.01 GENERAL Reimbursable Expenses cover those services and items authorized by the City in addition to the Basic and Additional Services and consist of actual, direct expenditures made by the Consultant and the Subconsultant for the purposes listed below. Transportation, travel and per diem expenses shall not be considered as reimbursable expenses under this Agreement. A4.01-1 Communications Expenses: Identifiable communication expenses approved by the Project Manager, long distance telephone, courier and express mail between the Consultant's various permanent offices and Subconsultants. The Consultant's field office at the Project site is not considered a permanent office. Cell phones will not be considered as reimbursable expenses under this agreement. A4.01-2 Reproduction, Photography: Cost of printing, reproduction or photography, beyond that which is required by or of the Consultant's part of the work, set forth in this Agreement. A4.01-3 Geotechnical Investigation: Identifiable Soil Borings and Reports and testing costs approved by the Project Manager. A4.01-4 Permit Fees: All Permit fees paid to regulatory agencies for approvals directly attributable to the Project. Civil Engineering Services for Shorecrest Road RFQ No. 19-20-021 25 and Drainage Improvements - D5 DocuSign Envelope ID: 8F7B2294-8859-47EB-8F66-D647D51EEE6C PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 A4.01-5 Surveys: Site surveys and special purpose surveys when pre -authorized by the Project Manager. A4.01-6 Other: Items not indicated in Article A4, Reimbursable Expenses, when authorized by the Project Manager. A4.02 SUBCONSULTANT REIMBURSEMENTS Reimbursable Subconsultant expenses are limited to the items described above when the Subconsultant's agreement provides for reimbursable expenses and when such agreement has been previously approved, in writing, by the Director and subject to all budgetary limitations of the City and requirements of this Agreement. ARTICLE A5 CITY'S RESPONSIBILITIES A5.01 PROJECT AND SITE INFORMATION City, at its expense and insofar as performance under this Agreement may require, may furnish Consultant with the information described below, or, if not readily available, may authorize Consultant to provide such information as an Additional Service, eligible as a Reimbursable Expense. A5.01-1 Surveys: Complete and accurate surveys of building sites, giving boundary dimensions, locations of existing structures, the grades and lines of street, pavement, and adjoining properties; the rights, restrictions, easements, boundaries, and topographic data of a building site, and existing utilities information regarding sewer, water, gas, telephone and/or electrical services. A5.01-2 Soil Borings, Geotechnical Testing: Soil borings or test pits; chemical, mechanical, structural, or other tests when deemed necessary; and, if required, an appropriate professional interpretation thereof and recommendations. Consultant shall recommend necessary tests to City. A5.01-3 General Project Information: Information regarding Project Budget, City and State procedures, guidelines, forms, formats, and assistance required establishing a program pursuant to Article A2.02, Schematic Design. A5.01-4 Existing Drawings: Drawings representing as -built conditions at the time of original construction, subject to as -built availability. However, such drawings, if provided, are not warranted to represent conditions as of the date of receipt. Consultant must still perform field investigations as necessary in accordance with Article A2.01, Development of Objectives, to obtain sufficient information to perform its services. Investigative services in excess of "Normal Requirements," as defined, must be authorized in advance. A5.01-5 Reliability: The services, information, surveys and reports described in Articles A5.01-1 through A5.01-4 above, shall be furnished at City's expense, and Consultant shall be entitled to rely upon the accuracy and completeness thereof, provided Consultant has reviewed all such information to determine if additional information and/or testing is required to properly design the Project. A5.02 CONSTRUCTION MANAGEMENT A5.02-1 During construction, Consultant and the Project Manager shall assume the responsibilities described in the general conditions and supplementary conditions of the construction contract relating to review and approval of the construction work by the Contractor. A5.02-2 If City observes or otherwise becomes aware of any fault or defective Work in the Project, or other nonconformance with the contract during construction, City shall give prompt notice thereof to Consultant. Civil Engineering Services for Shorecrest Road RFQ No. 19-20-021 26 and Drainage Improvements - D5 DocuSign Envelope ID: 8F7B2294-8859-47EB-8F66-D647D51EEE6C PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 ATTACHMENT A SCHEDULE Al - SUBCONSULTANTS FIRM NAME CONSULTING FIELD Archaeological & Historical Conservancy, Inc. Archaeological & Historical Conservancy, Inc. Archaeological & Historical Conservancy, Inc. Archaeological & Historical Conservancy, Inc. Hadonne, Corporation Surveying HR Engineering Services, Inc. Geotechnical Jacobs Engineering Group, Inc. Resiliency, Permitting MAGBE Consulting Services, Inc. Public Outreach RH Engineering Group, Inc. Structural Engineering SCHEDULE A2 - KEY STAFF NAME JOB CLASSIFICATION Alberto D. Ar udin Lead Senior Civil Engineer Cairo Can as Senior Project Manager Albert Ar udin Senior Construction Manager Ivette O. Ar udin Principal Waddie Ruiz Senior Civil Engineer Abraham Hadonne Senior Surveyor and Mapper Hernando Ramos Senior Geotechnical Engineer Ma ali Abad Community Relations PM Robert Carr Cultural Resource Project Coordinator Jason Bird Resilience Lead Civil Engineering Services for Shorecrest Road RFQ No. 19-20-021 27 and Drainage Improvements - D5 DocuSign Envelope ID: 8F7B2294-8859-47EB-8F66-D647D51EEE6C PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 ATTACHMENT B - COMPENSATION AND PAYMENTS ARTICLE B1 METHOD OF COMPENSATION The fees for Professional Services for each Work Order shall be determined by one of the following methods or a combination thereof, at the option of the Director or designee, with the consent of the Consultant. a) A Lump Sum as defined in Article B3.01, Lump Sum. b) An Hourly Rate as defined in Article B3.02, Hourly Rate Fees, and at the rates set forth pursuant to the same. B1.01 COMPENSATION LIMITS The aggregate sum of all payments for fees and costs, including reimbursable expenses, to the Consultant payable by the City under this Agreement shall be limited to the amount specified in Article 2.05-1 Compensation Limits, as the maximum compensation limit for cumulative expenditures under this Agreement. Under no circumstances will the City have any liability for work performed, or as otherwise may be alleged or claimed by the Consultant, beyond the cumulative amount provided herein, except where specifically approved in accordance with the City Code by the City Manager or City Commission as applicable as an increase to the Agreement and put into effect via an Amendment to this Agreement. B1.02 CONSULTANT NOT TO EXCEED Absent an amendment to the Agreement or to any specific Work Order, any maximum dollar or percentage amounts stated for compensation shall not be exceeded. In the event they are so exceeded, the City shall have no liability or responsibility for paying any amount of such excess, which will be at the Consultant's own cost and expense. ARTICLE B2 WAGE RATES B2.01 FEE BASIS All fees and compensation payable under this Agreement shall be formulated and based upon the averages of the certified Wage Rates that have been received and approved by the Director. The averages of said certified Wage Rates are summarized in Schedule B1 - Wage Rates Summary incorporated herein by reference. Said Wage Rates are the effective direct hourly rates, as approved by the City, of the Consultant and Subconsultant employees in the specified professions and job categories that are to be utilized to provide the services under this Agreement, regardless of manner of compensation. B2.02 EMPLOYEES AND JOB CLASSIFICATIONS Schedule B1 - Wages Rates Summary identifies the professions, job categories and/or employees expected to be used during the term of this Agreement. These include architects, engineers, landscape architects, professional interns, designers, CADD technicians, project managers, GIS and environmental specialists, specification writers, clerical/administrative support, and others engaged in the Work. In determining compensation for a given Scope of Work, the City reserves the right to recommend the use of the Consultant employees at particular Wage Rate levels. B2.03 MULTIPLIER For Work assigned under this Agreement, a maximum multiplier of 2.9 for home office and 2.4 for field office shall apply to Consultant's hourly Wage Rates in calculating compensation payable by the City. Said multiplier is intended to cover the Consultant employee benefits and the Consultant's profit and overhead, including, without limitation, office rent, local telephone and utility charges, office and drafting supplies, depreciation of equipment, professional dues, subscriptions, stenographic, administrative and clerical support, other employee time or travel and subsistence not directly related to a project. B2.04 CALCULATION Said Wage Rates are to be utilized by the Consultant in calculating compensation payable for specific assignments and Work Orders as requested by the City. The Consultant shall identify job classifications, available staff, and projected man-hours required for the proper completion of tasks and/or groups of tasks, milestones, and deliverables identified under the Scope of Work as exemplified in Schedule B1 - Wage Rates Summary. Civil Engineering Services for Shorecrest Road RFQ No. 19-20-021 28 and Drainage Improvements - D5 DocuSign Envelope ID: 8F7B2294-8859-47EB-8F66-D647D51EEE6C PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 B2.05 EMPLOYEE BENEFITS AND OVERHEAD Regardless of the method of compensation elected herein, compensation paid by the City shall, via the Multiplier, cover all the Consultant costs including, without limitation, employee fringe benefits (e.g. sick leave, vacation, holiday, unemployment taxes, retirement, medical, insurance, and unemployment benefits), and an overhead factor. Failure to comply with this section shall be cause for termination of this Agreement. B2.06 ESCALATION There shall be no escalation clause as part of this Agreement. ARTICLE B3 COMPUTATION OF FEES AND COMPENSATION The City agrees to pay the Consultant, and the Consultant agrees to accept for services rendered pursuant to this Agreement, fees computed by one or a combination of the methods outlined above, as applicable, in the following manner: B3.01 LUMP SUM Compensation for a Scope of Work can be a Lump Sum and must be mutually agreed upon in writing by the City and the Consultant and stated in a Work Order. Lump Sum compensation is the preferred method of compensation. B3.01-1 Lump Sum: Shall be the total amount of compensation where all aspects of Work are clearly defined, quantified and calculated. B3.01-2 Modifications to Lump Sum: If the City authorizes a substantial or material change in the Scope of Services, the Lump Sum compensation for that portion of the Services may be equitably and proportionately adjusted by mutual consent of the Director or designee and Consultant, subject to such additional approvals as may be required by legislation or ordinance. B3.01-3 Lump Sum compensation shall be calculated by Consultant, utilizing the Wage Rates established herein including multiplier, and reimbursable expenses. Prior to issuing a Work Order, the City may require Consultant, to verify or justify its requested Lump Sum compensation. Such verification shall present sufficient information as depicted in Attachment A, Schedule A2 - Key Staff. B3.02 HOURLY RATE FEES B3.02-1 Hourly Rate Fees shall be those rates for Consultant and Subconsultant employees identified in Schedule B1. All hourly rate fees will include a maximum not to exceed figure, inclusive of all costs expressed in the contract documents. The City shall have no liability for any fee, cost, or expense above this figure. B3.02-2 CONDITIONS FOR USE Hourly Rate Fees shall be used only in those instances where the parties agree that it is not possible to determine, define, quantify, and/or calculate the complete nature, and/or aspects, tasks, man- hours, or milestones for a Project or portion thereof at the time of Work Order issuance. Hourly Rate Fees may be utilized for Additional Work that is similarly indeterminate. In such cases, the City will establish an Allowance in the Work Order that shall serve as a Not to Exceed Fee for the Work to be performed on an Hourly Rate Basis. B3.03 REIMBURSABLE EXPENSES Any fees for authorized reimbursable expenses shall not include charges for the Consultant handling, office rent or overhead expenses of any kind, including local telephone and utility charges, office and drafting supplies, depreciation of equipment, professional dues, subscriptions, etc., reproduction of drawings and specifications (above the quantities set forth in this Agreement), mailing, stenographic, clerical, or other employees time or travel and subsistence not directly related to a project. All reimbursable services shall be billed to the City at direct cost expended by the Consultant. City authorized reproductions in excess of sets required at each phase of the Work will be a Reimbursable Expense. The City will reimburse the Consultant for authorized Reimbursable Expenses pursuant to the limitations of this Agreement as verified by supporting documentation deemed appropriate by Director or designee including, without limitation, detailed bills, itemized invoices, and/or copies of cancelled checks. Civil Engineering Services for Shorecrest Road RFQ No. 19-20-021 29 and Drainage Improvements - D5 DocuSign Envelope ID: 8F7B2294-8859-47EB-8F66-D647D51EEE6C PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 133.04 FEES FOR ADDITIVE or DEDUCTIVE ALTERNATES The design of additive and deductive alternates contemplated as part of the original Scope for a Project as authorized by the Director will be considered as part of Basic Services. The design of additive and deductive alternates that are beyond the original Scope of Work and construction budget may be billed to the City as Additional Services. The fees for alternates will be calculated by one of the three methods outlined above, as mutually agreed by the Director and the Consultant. 133.05 FEES FOR ADDITIONAL SERVICES The Consultant may be authorized to perform Additional Services for which additional compensation and/or Reimbursable Expenses, as defined in this Agreement under Article A4 and B3.03 respectively, may be applicable. The Consultant shall utilize the Work Order Proposal Form and worksheets, which can be found on the City's Webpage at http://www.miamigov.com/MiamiCapital/forms.html. The webpage also provides the procedures for completing these forms. Failure to use the forms or follow the procedures will result in the rejection of the Work Order Proposal. 133.05-1 Determination of Fee The compensation for such services will be one of the methods described herein: mutually agreed upon Lump Sum or Hourly Rate with a Not to Exceed Limit. 133.05-2 Procedure and Compliance An independent and detailed Notice to Proceed (NTP), and an Amendment to a specific Work Order, shall be required to be issued and signed by the Director for each additional service requested by the City. The NTP will specify the fee for such service and upper limit of the fee, which shall not be exceeded, and shall comply with the City of Miami regulations, including the Purchasing Ordinance, the Consultants' Competitive Negotiation Act, and other applicable laws. 133.05-3 Fee Limitations Any authorized compensation for Additional Services, either professional fees or reimbursable expenses, shall not include additional charges for office rent or overhead expenses of any kind, including local telephone and utility charges, office and drafting supplies, depreciation of equipment, professional dues, subscriptions, etc., reproduction of drawings and specifications, mailing, stenographic, clerical, or other employees time or travel and subsistence not directly related to a project. For all reimbursable services and Subconsultant costs, the Consultant will apply the multiplier of one (1.0) times the amount expended by the Consultant. 133.06 PAYMENT EXCLUSIONS The Consultant shall not be compensated by the City for revisions and/or modifications to drawings and specifications, for extended construction administration, or for other work when such work is due to errors or omissions of the Consultant as determined by the City. 133.07 FEES RESULTING FROM PROJECT SUSPENSION If a project is suspended for the convenience of the City for more than three months or terminated without any cause in whole or in part, during any Phase, the Consultant shall be paid for services duly authorized, performed prior to such suspension or termination, together with the cost of authorized reimbursable services and expenses then due, and all appropriate, applicable, and documented expenses resulting from such suspension or termination. If the Project is resumed after having been suspended for more than three months, the Consultant's further compensation shall be subject to renegotiations. ARTICLE B4 PAYMENTS TO THE CONSULTANT 134.01 PAYMENTS GENERALLY Payments for Basic Services may be requested monthly in proportion to services performed during each Phase of the Work. The Subconsultant fees and Reimbursable Expenses shall be billed to the City in the actual amount paid by the Consultant. The Consultant shall utilize the City's Invoice Form, which can be found on the OCI website at http://www.miamigov.com/MiamiCapital/forms.html. Failure to submit invoice(s) within sixty (60) calendar days following the provision of Services contained in such invoice may be cause for a finding of default. Failure to use the City Form will result in rejection of the invoice. Civil Engineering Services for Shorecrest Road RFQ No. 19-20-021 30 and Drainage Improvements - D5 DocuSign Envelope ID: 8F7B2294-8859-47EB-8F66-D647D51EEE6C PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 B4.02 FOR COMPREHENSIVE BASIC SERVICES For those Projects and Work Orders where comprehensive design services are stipulated, said payments shall, in the aggregate, not exceed the percentage of the estimated total Basic Compensation indicated below for each Phase. B4.03 BILLING — HOURLY RATE Invoices submitted by the Consultant shall be sufficiently detailed and accompanied by supporting documentation to allow for proper audit of expenditures. When services are authorized on an Hourly Rate basis, the Consultant shall submit for approval by the Director, a duly certified invoice, giving names, classification, salary rate per hour, hours worked and total charge for all personnel directly engaged on a project or task. To the sum thus obtained, any authorized Reimbursable Services Cost may be added. The Consultant shall attach to the invoice all supporting data for payments made to and incurred by the Subconsultants engaged on the Project. In addition to the invoice, the Consultant shall, for Hourly Rate authorizations, submit a progress report giving the percentage of completion of the Project development and the total estimated fee to completion. B4.04 PAYMENT FOR ADDITIONAL SERVICES AND REIMBURSABLE EXPENSES Payment for Additional Services may be requested monthly in proportion to the services performed. When such services are authorized on an Hourly Rate basis, the Consultant shall submit for approval by the Director, a duly certified invoice, giving names, classification, salary rate per hour, hours worked and total charge for all personnel directly engaged on a project or task. To the sum thus obtained, any authorized Reimbursable Services Cost may be added. The Consultant shall attach to the invoice all supporting data for payments made to or costs incurred by the Subconsultants engaged on the project or task. In addition to the invoice, the Consultant shall, for Hourly Rate authorizations, submit a progress report giving the percentage of completion of the Project development and the total estimated fee to completion. B4.05 DEDUCTIONS No deductions shall be made from the Consultant's compensation on account of liquidated damages assessed against contractors or other sums withheld from payments to contractors. ARTICLE B5 REIMBURSABLE EXPENSES B5.01 GENERAL Reimbursable Expenses are those items authorized by the City outside of or in addition to the Scope of Work as identified in the Work Order (as Basic Services and/or Additional Services) and consist of actual expenditures made by the Consultant and the Consultants' employees, the Subconsultants, and the Specialty Subconsultants in the interest of the Work for the purposes identified below: B5.01-1 Transportation: Transportation shall not be considered as reimbursable expenses under this Agreement. B5.01-2 Travel and Per Diem: Travel and per diem expenses shall not be considered as reimbursable expenses under this Agreement. B5.01-3 Communication Expenses: Identifiable communication expenses approved by the Project Manager, long distance telephone , courier and express mail between Consultant and Subconsultants. B5.01-4 Reproduction, Photography: Cost of printing, reproduction or photography, beyond that which is required by or of the Consultant to deliver services, set forth in this Agreement. All reimbursable expenses must be accompanied by satisfactory documentation. B5.01-5 Permit Fees: All Permit fees paid to regulatory agencies for approvals directly attributable to the Project. These permit fees do not include those permits required to be paid by the construction Contractor. B5.01-6 Surveys: Site surveys and special purpose surveys when pre -authorized by the Project Manager. Civil Engineering Services for Shorecrest Road RFQ No. 19-20-021 31 and Drainage Improvements - D5 DocuSign Envelope ID: 8F7B2294-8859-47EB-8F66-D647D51EEE6C PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 B5.02 REIMBURSEMENTS TO THE SUBCONSULTANTS Reimbursable Subconsultant's expenses are limited to the items described above when the Subconsultant agreement provides for reimbursable expenses and when such agreement has been previously approved in writing by the Director and subject to all budgetary limitations of the City and requirements of Article B5, Reimbursable Expenses, herein. ARTICLE B6 COMPENSATION FOR REUSE OF PLANS AND SPECIFICATIONS B6.01 GENERAL It is understood that all Consultant agreements and/or work Orders for new work will include the provision for the re -use of plans and specifications, including construction drawings, at the City's sole option, by virtue of signing this agreement they agree to a re -use in accordance with this provision without the necessity of further approvals, compensation, fees or documents being required and without recourse for such re -use. REMAINDER OF PAGE INTENTIONALLY LEFT BLANK Civil Engineering Services for Shorecrest Road RFQ No. 19-20-021 32 and Drainage Improvements - D5 DocuSign Envelope ID: 8F7B2294-8859-47EB-8F66-D647D51EEE6C ATTACHMENT B - COMPENSATION AND PAYMENTS SCHEDULE B1 - WAGE RATES SUMMARY ADJUSTED ADJUSTED AVERAGE AVERAGE HOURLY RATE HOURLY RATE JOB CLASSIFICATION NEGOTIATED (2.9 Home (2.4 Field HOURLY RATE Multiplier Multiplier Applied) Applied) Principal 210 Lead Senior Civil Engineer 72.41 210.00 173.79 Senior Project Manager 68.97 200.00 165.52 62.07 180.00 148.97 Senior Engineer 58.62 170.00 140.69 Project Engineer 48.28 140.00 115.86 Senior Designer 28.00 81.20 67.20 CADD Technician 72.00 208.80 172.80 Senior Construction Manager 52.00 150.80 124.80 Senior Inspector Inspector 41.00 118.90 98.40 Contract Administrator 55.00 159.50 132.00 Sr Surveyor Mapper 51.00 147.90 122.40 43.27 125.48 103.85 Project Surveyor 3 Man Survey Crew/Day 1,046* (*) Flat rate, no multipliers applied. Civil Engineering Services for Shorecrest Road RFQ No. 19-20-021 33 and Drainage Improvements - D5 DocuSign Envelope ID: 8F7B2294-8859-47EB-8F66-D647D51EEE6C ATTACHMENT B - COMPENSATION AND PAYMENTS SCHEDULE B1 - WAGE RATES SUMMARY - Page 2 ADJUSTED ADJUSTED AVERAGE AVERAGE HOURLY RATE HOURLY RATE JOB CLASSIFICATION NEGOTIATED (2.9 Home (2.4 Field HOURLY RATE Multiplier Multiplier Applied) Applied) 72.41 210.00 173.79 Sr Geotechnical Engineer 41.84 121.34 100.42 Geotechnical Engineer 27.53 79.84 66.07 Staff Geotechnical Engineer 39.82 115.48 95.57 Sr. Engineering Technician 39.55 114.70 94.92 Community Relations PM 29.55 85.70 70.92 Senior Associate 42.00 121.80 100.80 Structural Engineer 35.02 101.56 84.05 Landscape Architect 50.00 145.00 120.00 Architectural Historian 72.41 210.00 173.79 Cultural Resource Project Coord. 35.00 101.50 84.00 Phase I Archaeologist 30.00 87.00 72.00 Graphic Illustrator Blue Green Infrastructure Technologist/ 71.72 207.99 172.13 Ecologist Engineer Resiliency Lead/Green Infrastructure 68.97 200.00 165.52 Lead (*) Flat rate, no multipliers applied Civil Engineering Services for Shorecrest Road RFQ No. 19-20-021 34 and Drainage Improvements - D5 DocuSign Envelope ID: 8F7B2294-8859-47EB-8F66-D647D51EEE6C PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 ATTACHMENT B - COMPENSATION AND PAYMENTS SCHEDULE B1 — WAGE RATES SUMMARY — Page 3 JOB CLASSIFICATION NEGOTIATED HOURLY RATE ADJUSTED AVERAGE HOURLY RATE (2.9 Home Multiplier Applied) ADJUSTED AVERAGE HOURLY RATE (2.4 Field Multiplier Applied) GIS Senior Technician 42.76 124.00 102.62 Assistant Engineer 45.17 130.99 108.41 Staff Engineer 49.31 143.00 118.34 Engineer Technologist 55.86 161.99 134.06 (*) Flat rate, no multipliers applied. Civil Engineering Services for Shorecrest Road RFQ No. 19-20-021 35 and Drainage Improvements - D5 DocuSign Envelope ID: 8F7B2294-8859-47EB-8F66-D647D51EEE6C PROFESSIONAL SERVICES AGREEMENT - EXHIBIT 1 ATTACHMENT B - COMPENSATION AND PAYMENTS SCHEDULE 132 - CONSULTANT INVOICE CITY OF MIAMI OFFICE OF CAPITAL IMPROVEMENTS (OCI) 400016.... CONSULTANT STANDARD INVOICE Office of Capital Improvements (OCQ 444 SW 2nd Avenue - 8th Floor Miami, FL 33130 InvoiceNumber: ATTN: Invoice Date: Month 00, 0000 Page: From: From: To: Invoice Period: Month 00, 0000 Month 00, 0000 Contract No.: __. _.. _... Contract Title: Project No.: .......................................................................................................... Project Name: NOTE: invoices received past 3 00 PMw II be stamped with the Next Business Date Prepare invoices pmpedy to avoid payment delay. Each invoice must be signed by a Principal of the firm as designated. - Purchase Order NO.: Attach appropriate back-up documents to each invoice. Work Order NO: SERVICE CONTRACTMIOUNT %COMPLETE � TAL� RNE D PREVIOUSLYINVOICED CURRENT INVOICE PMOUNT 70 TE Schematic Design (SD) $ $ Design Development (DD) $ _ 0% _____$ _____J_$ $ $ $ 30% Construction Documents (30% CD) $ - _ 0% ____ _____ $ - -$ _______ --i�$ (Bidding or Negotiation Phase [ $ 0% [ $ l $ l $ Constm ction Administration (CA) $ - 0% $ - $ - $ - 0% 0% ............ ....... .... ........ ............. ............ ............. ........... ........... ........... ................... Prior to this Invoice Remaining Contract Balance $ Deductions: Total Due $ TO BE COMPLETED BY CONSULTANT FIRM CERTIFIED TRUE AND CORRECT BY: SUPPORTING DOCUMENTS CHECKLIST: Activation Letter of Phase being Invoiced Supporting Documents for Invoice: Construction Status Report: (Signature of Principal) Final Payment Documents: Additional Service Authorizations: OF MIAMI APPROVAL: I DATE Civil Engineering Services for Shorecrest Road and Drainage Improvements - D5 SIGNATURE RFQ No. 19-20-021 36 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Arthur Noriega V DATE: July 23, 2021 FILE: City Manager FROM: Annie Perez, CPPO, Director SUBJECT: Recommendation for Award of Contract Department of Procurement for Civil Engineering Services for Shorecrest Road and Drainage Improvements, D-5, Project B-17365 REFERENCES: Request for Qualifications ("RFQ") No. 19-20-021 ENCLOSURES: Report of Evaluation Committee Memorandum, Evaluation Committee Appointment Memorandum, Proposal Security List, Consultant July 7, 2021 Revised Proposal RECOMMENDATION Based on the findings below, the City of Miami ("City") Department of Procurement ("Procurement") hereby recommends the award of a professional services agreement ("PSA") to A.D.A. Engineering, Inc. ("Consultant") for Civil Engineering Services for Shorecrest Road and Drainage Improvements ("Project"). The City is in need of engaging the Consultant to provide comprehensive engineering design plans for Shorecrest Road and Drainage Improvements, under the oversight of the City's Office of Capital Improvements ("OCI"), for the Scope of Services contained in the RFQ, and in accordance with all applicable laws, building, and environmental regulations, including code requirements for the State of Florida, Miami -Dade County, and the City. The Consultant shall provide all the interdisciplinary services necessary to complete the detailed engineering plans for the City that shall encompass all necessary documents and specifications required for the future advertisement of an Invitation to Bid ("ITB"), which will be solicited separately from this RFQ. Shorecrest is a sub -neighborhood of the City's Upper East Side bounded by the Little River to the south (approximately NE 79th Street), Biscayne Boulevard to the west, Miami's northern city limits and the Village of Miami Shores to the north, and Biscayne Bay to the east. There are many areas with very low elevation levels that are susceptible to storm surges and flooding due to rain events. The Shorecrest neighborhood is extremely vulnerable to flooding conditions, especially south of NE 79th Street, FISCAL IMPACT The total fiscal impact of this Project will not exceed $1,196,273.56, inclusive of $1,087,521.42 for Basic Services, as presented in the Consultant's final fee proposal dated July 7, 2021 (copy attached), and $108,752.14 for a 10% Owner's Contingency Allowance. The original price proposal submitted by the Consultant totaled $1,208,560.02; therefore, negotiations resulted in $121,038.60 or 10.01% of savings for our taxpayers. BACKGROUND On January 24, 2020, the City's Procurement Department issued RFQ No. 19-20-021 for the provision of Civil Engineering Services for Shorecrest Road and Drainage Improvements, on behalf of OCI. Subsequently, on March 9, 2020, the State of Florida issued a Declaration of Emergency through Executive Order 20-52 (copy attached), as a result of the Novel Coronavirus Disease 2019 (COVID-19) pandemic. Further, on May 13, 2020, Procurement received seven (7) proposals in response to this solicitation. Consequently, the proposals were reviewed by Procurement staff, and upon conclusion of PR21186 Page 2 - Recommendation for Award of Contract for Civil Engineering Services for Shorecrest Road and Drainage Improvements, D - Arthur Noriega V, City Manager the due diligence effort, all seven (7) proposals received from BCC Engineering, LLC, EAC Consulting, Inc., Chen Moore and Associates, Inc., Kimley-Horn and Associates, Inc., A.D.A. Engineering, Inc., TY Lin International (TY Lin) and A&P Consulting Transportation Engineers, Corp. (APCTE), were deemed responsive in accordance with the minimum qualifications and experience requirements of the RFQ. On February 10, 2021, the Evaluation Committee appointed by the City Manager met and completed the Step 1 evaluation of the seven (7) responsive proposals pursuant to the six (6) evaluation criteria stated in the RFQ. Upon further review of the points assigned for Criterion 6, "Amount of Work Awarded by the City," Procurement staff was made aware of an error in the way points were assigned to two (2) of the teams, TY Lin and APCTE. As a result, the Evaluation Committee was reconvened on March 26, 2021, to report the error and to have all committee members correct their individual scoring sheets for Criterion 6, only. No changes to the rest of the original scores were allowed. As a result of said changes, the Consultant was ranked the highest of all responsive and responsible proposers, and the Committee unanimously recommended that negotiations of a PSA be initiated with the Consultant. Negotiations were authorized by the City Manager on April 6, 2021. Negotiations between the Consultant and a City's Negotiation Committee, comprised of experienced professionals with engineering backgrounds, were commenced on April 15, 2021. After reviewing and discussing the Project scope at the kickoff meeting, the Consultant provided the Committee with its initial fee proposal dated April 27, 2021. After reviewing and discussing the Consultant's initial fee proposal, the Committee determined that subsequent meetings were needed to discuss and clarify certain required project elements through further revisions to the proposal. Among other things, the Committee required that the Consultant specified responsibilities concerning geotechnical analyses, securing environmental and other permits, attendance at public outreach meetings, and post -design services. Moreover, the Committee noted that the staff rates proposed by the Consultant in its initial proposal exceeded the rates currently being paid by the City for similar professional services. Accordingly, the Consultant was asked to revise their fee structure to propose rates in line with those paid by the City in current contracts for similar professional services. Following subsequent meetings and successive revisions to the Consultant's initial proposal, the Committee determined that the Consultant's final proposal dated July 7, 2021 contains the clarity needed to allow the City to execute the PSA required to proceed with completing the Project. Consequently, we respectfully request that you approve this recommendation, so that a PSA can be prepared for signature by the Consultant and the City. Your signature below indicates your approval of Procurement's recommendation, subject to subsequent final approval by the City Commission. Approved: Z qfAJ_ DateUL : 2 7 2021 Norji , ga V, City Manager c: Nzeribe Ihekwaba, PhD, PE, Deputy City Manager Fernando Casamayor, Assistant City Manager, Chief Financial Officer Pablo R. Velez, Sr. Assistant City Attorney Angel R. Carrasquillo, PE, Director, Office of Capital Improvements (OCI) Hector Badia, Assistant Director, OCI Fernando V. Ponassi, MA Arch., MA PPA, LEED®AP, Assistant Director, Procurement -4A CITY OF MIAMI DOCUMENT ROUTING FORM ORIGINATING DEPARTMENT: Procurement DEPT. CONTACT PERSON: Fernando Ponassi/Luis Caseres EXT. NAME OF OTHER CONTRACTUAL PARTYIENTITY: IS THIS AGREEMENT AS A RESULT OF A COMPETITIVE PROCUREMENT PROCESS? 171 YES [1111111 NO TOTAL CONTRACT AMOUNT: FUNDING INVOLVED? 0 YES N NO TYPE OF AGREEMENT: El MANAGEMENT AGREEMENT ❑ PUBLIC WORKS AGREEMENT El PROFESSIONAL SERVICES AGREEMENT El MAINTENANCE AGREEMENT El GRANT AGREEMENT [I INTER -LOCAL AGREEMENT R EXPERT CONSULTANT AGREEMENT El LEASE AGREEMENT El LICENSE AGREEMENT D PURCHASE OR SALE AGREEMENT OTHER: (PLEASE SPECIFY) CItY Manager Memo PURPOSE OF ITEM (BRIEF SUMMARY) RFQ 19-20-021, EvalUation Committee Appointments for Civil Engineering Services for Shorecrest Road and Drainage Improvements, D-5, Project B-17365 — ---- ------ COMMISSION APPROVAL DATE: FILE ID: ENACTMENT NO.: IF THIS DOES NOT REQUIRE COMMISSION APPROVAL, PLEASE EXPLAIN: N/A tMATtON Date Signature/Print APPROVAL BY DEPARTMENTAL DIRECTOR 03/3V2021 01aftaltreia, ly sIgned Fernando by Ponassi ,,,oUteu20'2i.03.31 12!02:57 ............. Ann -Marie Sharpe SUBMITTED TO RISK MANAGEMENT N/A WA Victoria M6ndez SUBMITTED TO CITY ATTORNEY N/A N/A Leon Michel APPROVAL BY BUDGET OFFICE N/A N/A Fernando Casamayor APPROVAL BY ASSISTANT CITY MANAGER Nzeribe Ihekwaba APPROVAL BY ASSISTANT CITY MANAGER RECEIVED BY CITY MANAGER AA ArthureNle IV 11_� SUBMITTED SUBMITTED TO AND ATTESTED BY CITY Todd Hann6d '—- CLERK N/A N/A 1) ONE ORIGINAL TO CITY CLERK 2) ONE COPY TO CITY ATTORNEY'$ OFFICE 3) REMAINING ORIGINAL(S) TO ORIGINATING DEPARTMENT PLEASE ATTACH THIS ROUTING FORM TO ALL DOCUMENTS THAT REQUIRE EXECUTION BY THE CITY MANAGER 'R 21085 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Honorable City of Miami Commissioners and BATE: March 31, 2021 Honorable Mayor of the City of Miami FROM: Arthur Noriega V, SUBJECT: Report of Evaluation Committee City Manager for RFQ No. 19-20-021, Civil Engineering C Services for Shorecrest Road and Drainage \ Improvements, D-5, Project B-17365 ENCLOSURES: Report of Evaluation Committee In accordance with Section 18-87 (i) of the City of Miami Code, attached please find the Report of the Evaluation Committee for subject solicitation. AP: ar c: Fernando Casamayor, Assistant City Manager/Chief Financial Officer Nzeri Ihekwaba, PE, PhD, Assistant City Manager/Chief of Operations Pablo R. Velez, Sr. Assistant City Attorney Annie Perez, CPPO, Director, Procurement Hector Badia, Interim Director, Office of Capital Improvements .�; TO: Arthur .K DATE: March30, 2021 City Manager FROIVI� Annie Perez, CPPD,C8reotor SUBJECT: Report of Evaluation Committee for Department ofProcurement 4_ RFO No. 18~20~021. Civil Engineering Services for GhonacrestRoad and Drainage Improvements, [-5, Project B-17885 ENCLOSURES: Response Security List, Evaluation Committee Tabulation Shemt, Evaluation Committee Appointment Memo, and State of Florida Executive Orders 2U-52and 2O'8Q Background Request for On January 24, 2020L the City of Miami Department ofProcurement "Procurement") issuedQualifications("No. 19-20'021 for the provision of Civil Engineering Services for Ghonaorent Road and Drainage Improvements ("Pnoject"), on behalf of the Office of Capital |mprovemeotm("OC|"). Subsequently, on March 9' 2020' the State of Florida issued a Declaration of Emergency through Executive Order 28-52 (copy attached), because of the Novel Coronavirua D|aeoom 2019 /COV|D'i) pandemic. Further, on May 13` 2020. Procurement received seven (7) proposals in naep'naa to this solicitation. Consequently, the proposals were reviewed by Procurement staff, and upon conclusion of the duo diligence w0b¢ all seven (7) proposals received from BCC Engineering, LLC �` /BC[EAC Consulting, Inc, (EAC). (hen Moore and Associates, Inc. ([hen Moore), TYL|n International / Lin), Pm|oy-Honn and Aoaooia�o. Inc. r`,|"/-H"..A.O.A. Engineering, Inc.and Consulting Transportation Engineers, Corp. (A&P) were doomed responsive in accordance with the minimum qualifications and experience requirements ofthe RFO. At the time when the due diligence effort was comp|etmd, the selection process continued to remain on hold until October 15, 2020' when the CityAtbornoy'o Office approved the guidelines to conduct virtual meetings proposed by Procurement. In -person evaluation meetings were resumed upon sunset ofState of Florida's Executive Ordar2O-Og (copy attached) on November 1, 2020. On Oocgmber8. 2020, an Evaluation Committee ("Committee") was appointed by the City Manager to evaluate the proposals pursuant bzthe criteria established inthe RFQ. Summary of Evaluation VYh||e governed by Florida Statutes Section 287.055. any typical selection of pnohaes|Ona| services consultants may be comprised of two (2) steps: Step 1 "Evaluation of Qualifications and Experience," and Step 2"Evaluation ofTechnical Proposals/Oral pnauentoUons." On February 10, 2021, the Committee met to complete the Step 1 evaluation of the seven /7\responsive proposals, foUmwingthe guidelines aUpu|etadinthe ooUcitatiun.Sho�| before the moebng,'two (\ofthe voting members, s. E|inoem Ey�xxsz, PE. Engineer ||| with `Resilience and Public 'VVorks Department, and Mr.Mr.Armando L. ViU�ob�Regional Representative,. South Florida Water /Nana Management District, informed Procurement of dlo|r inability to attend the in -person meeting. �. 2o ` was PR210Q5 � Page 2 - Civil Engineering Services for Shorecrest Road and Drainage Improvements, Arthur Noriega, V., City Manager replaced by Mr. Giraldo Marquez, Chief Project Manager, OCI, but Mr. Villaboy could not be replaced due to the second alternate member, Ms. Ivelisse Rodriguez, Project Manager, OCI, declining to attend. This situation was reported to the attending members of the Committee, who voted unanimously to proceed with the Step 1 evaluation with the four (4) members present. Accordingly, the proposals were evaluated pursuant to the six (6) evaluation criteria listed below: Maximum Points Evaluation Criteria Step 1 (Per Committee Member 1. Proposer's Qualifications and Experience 30 2. Proposer's Lead Engineer's Qualifications and Experience 20 3. Proposer's Team Qualifications and Experience 20 4. Design Philosophy and Process 15 5. Technical Capabilities and Approach 10 6. Amount of Work Awarded by the City 5 Total Points Per Committee Member 10Q Proposers who agreed to meet the Small Business Enterprise ("SBE") participation requirement by assigning certified SBE firms with a "Local Office," as defined In City Procurement Code, Section 18-73, would have been granted five (5) Bonus Points, in accordance with the RFQ and City Procurement Code, Section 18-87, as amended, The following five (5) Proposers chose to meet the SBE participation requirement using the "Local Office" criteria: BCC, EAC, TY Lin, Kimley-Horn and ADA. Furthermore, Procurement staff assigned scores for Criterion 6, "Amount of Work Awarded by the City," based on the amount of work awarded by the City of Miami within the previous three (3) years from the Proposal Submission Due Date of May 13, 2020. Upon further review of the points assigned for Criterion 6, "Amount of Work Awarded by the City," Procurement staff was made aware of an error in the way points were assigned to two of the teams, A&P and TY Lin. As a result, the Evaluation Committee was reconvened on March 26, 2021, to report the error and to have all committee members to correct their individual scoring sheets for Criterion 6, only. No changes to the rest of the original scores were allowed. The final individual scores per team under Criterion 6 are indicated between parenthesis next to the total awarded points shown below, The final scores were as follows: Proposing (Firms Awarded Points (Maxlmum 4b0_points) 1. A.D.A. Engineering, Inc. 346 (12) 2. A & P Consulting Transportation Engineers Corp. 344 (12) 3. BCC Engineering, LLC 343 (16) 4. Chen Moore and Associates, Inc. 337 (16) 5. Kimley-Horn and Associates, Inc. 327 (12) 6. T.Y. Lin International 325 (8) 7. EAC Consulting, Inc. 220 (12) The Committee decided not to hold oral presentations, as the proposals did not require further clarification. The composite and individual Committee member score sheets are attached hereto as supporting documentation. Page 2 - Civil Engineering Services for Shorecrest Road and Drainage Improvements, Arthur Noriega, V., City Manager Consensus Statement ADA, the highest ranked team, received a total of 346 points out of a maximum total of 400 points. The Committee discussed ADA's extensive engineering experience and determined that ADA had assembled a team of engineering professionals whose resumes demonstrate exceptional strength in the areas of road and drainage engineering. The Committee noted that ADA was exceptionally qualified to provide the services needed to develop road and drainage improvements required for the Project. After deliberation, the Committee members unanimously agreed that ADA's proposal demonstrated that its qualifications are comprehensively suited to meet the critical needs of the City through this Project, and to provide continuing support to the City through the construction phase of the Project. Recommendation The Committee hereby requests authorization for Procurement, in collaboration with the nominated Negotiations Committee of Ms. Liza Herrera (Miami -Dade County) and Messrs. Jorge Corzo (Town of Medley) and Giraldo Marquez (City of Miami), to commence negotiations of a PSA with ADA, the highest ranked firm, to develop the plans for the implementation and construction of the required road and drainage improvements for the Shorecrest community. As a result, the Committee voted unanimously to recommend to the City Manager that negotiations of a professional services agreement (PSA) be initiated with ADA. Approved: Date: 2J, fie'JUI Arthur Nor 64, V., ChFNanager c. Fernando Casamayor, Assistant City Manager/Chief Financial Officer Nzeribe Ihekwaba, PE, PhD, Assistant City Manager/Chief of Operations Pablo R. Velez, Sr. Assistant City Attorney Hector Badia, Interim Director, Office of Capital Improvements Fernando V. Ponassi, MA Arch., MA PPA, LEEDOAP, Assistant Director, Procurement PR21085 3 CITY Or MIAMI OrrTC r Or TITS CTTY CLERK i BID SECURITY LIST I3TD ITEM: Civil Engineering Services foi' Shorecrest Road and Drainage Ixn roverne P nts BID NUM13ER: RrQ No. 19-20-021 DATE BID OPENED: May 13, 2020 TIME: 3:00 pan. Received (7) bid(s) PREPARED BY: 's Date Deputy City Clerk CITY OF 1i D . Aifis;�,� TO Arthur Noriega V., City Manager FROM: Annie Perez, CPPO, Director Department of Procurement 4— }ATE: December 3, 2020 SUBJECT, Evaluation Committee Appointments for Civil Engineering Services for Shorecrest Road and Drainage Improvements - Request for Qualifications ("RFQ") No. 19-20-021, for the Office of Capital Improvements REFERENCES., RFQ No. 19-20-021 In accordance with Section 18-86(c)(6) of the City of Miami Code, the Department of Procurement (Procurement), on behalf of the Office of Capital Improvements (OCI), requests your approval to appoint the below listed professionals to the Evaluation/Selection Committee (Committee), The Committee will be tasked with evaluating and scoring the proposals received on May 13, 2020, in response to RFQ No. 19- 20-021 for Civil Engineering Services for Shorecrest road and Drainage Improvements, The Committee shall be comprised of professionals that have the requisite knowledge and experience to evaluate the proposals pursuant to the criteria established in the RFQ. Chairperson (non -voting) Anthony Rolle, Sr. Procurement Contracting Officer, Procurement, City of Miami (COM) City of Miami Aaff (voting) 1. Cameron Frazier, Project Manager, OCI, COM 2. Elyrosa Estevez, Professional Engineer 111, Resilience and Public Works Department, COM External Committee Members (voting) 1. Armando L. Vilaboy, Regional Representative, South Florida Water Management District 2. Jorge E. Corzo, PE, Director, Capital Projects and Community Development, Town of Medley 3, Liza Herrera, PE, Engineer 111, Miami -Dade County Department of Transportation and Public Works Alternate Committee Members (voting) 1. Giraldo Marquez, Chief Project Manager, OCI, COM 2. Ivelisse Rodriguez, Project Manager, OCI, COM Your signature below affirms your appointment of this Committee for the evaluation of proposals for the Project, as solicited under RFQ No. 19-20-021, APPROVED, Arthur Noriega V,, City Manager Date c: Nzeribe Ihekwaba, PhD., P.E., Assistant City Manager/Chief of Operations Fernando Casamayor, Assistant City Manager/Chief Financial Officer Pablo R. Velez, Sr. Assistant City Attorney Hector Badia, Interim Director, OCI Jorge Mora, Assistant Director, OCI Fernando V. Ponassi, MA Arch,, MA PPA, LEEDOAP, Assistant Director, Procurement N`� eent of Procurement EVALUATION COMMITTEE MEETING SERVICES CIVIL ENGINEERING ro, OM SIGN -IN SHEET —1 Name " l�k— . E� a17Y W - n YT Pt, ! Name€ xr . company Address C' tylZi -mail Name Company Address City/zip hae44 -Trail EVALUATION February 10, 2021 -Reconvened on March 25, 2021 EVALUATION COMMITTEE MEMBERS 0 a Z C , y Department of Procurement y d o o ? w °` O Request for Qualifications (RFQ) No. 19-20-021 d �„ j E o ' •w co,) o .. IL fn Civil Engineering Services for Shorecrest Road and Drainage Improvements, Ds a o 6 .9 m - � - m cc -6 m ._ d rn Z Y Q. Q m z 0.. > - M Z Arthur Norie a V CityManager g g ~ _ �' �° a'a Q M f f Annie Perez, CPPO, Director of Procurement Hector Badia, Interim Director, OCI � � N fA O �Z W J Ia-' � NQ I -- £'o d �a d of ° E d 2 zm =U' J Q F- B ZO N Z O j =f� a� d L m c r L V < o�Z J F_- J O� LL /� TABULATION SHEET W m n I R L d Q g a d 9 m 10 t- = a Z Q o a Q EL H v o o cY -- RFQ No. 19-20-021 v E d� o �� O m Q E R o E m �, W O C U R 7 1-- � NAME OF FIRM(S) BCC Engineering, LLC 1A - Proposer's Qualifications and Experience (Max. 30 points) 27 27 20 27 2A - Proposers Lead Engineer's Qualifications and Experience (Max. 20 points) 17 18 14 16 ' 65, 3A - Proposers Team Qalifications and Experience (Max. 20 points) 17 18 16 18 69 1� 4A - Design Philosophy and Process (Max 15 points) 12 14 13 13 52 w 5A - Technical Capabilities and Approach (Max. 10 points) a 9 9 9+ $5 6A - Amount of Work Awarded by the City (Max. 5 points) 4 4 4 4 ° Qualitative Scores �', �'' v 338 3 + 343 3 Tie Breakers = Sub -Total Qualitative Points for 1A, 2A, 3A, 4A, 5A, and 6A in that order - gal 2 Chen Moore and Associates, Inc. 14- ProP osers Qualifications and Ex penence (Max 30 points) 27 26 23 26 102 � 2A -Proposers Lead Engineers Qualifications and Experience (Max 20 points) 17 16 17 18 ">"68 3A - Proposers Team Qalifications and Experience (Max. 20 points) 19 17 16 17 a :69 4A - Design Philosophy and Process (Max. 15 points) 13 11 14 14 5A - Technical Capabilities and Approach (Max. 10 points) 9 6 8 7 @ �30 6A - Amount of Work Awarded by the City (Max. 5 points) 4 4 4 4 .�' Qualitative Scores 337 4 Tie Breakers =Sub -Total Qualitative Points for 1A, 2A, 3 4A, 5 and 6A in that order. A A, ,! v �• v Page 1 of 4 EVALUATION February 10, 2021 -Reconvened on March 25, 2021 EVALUATION COMMITTEE MEMBERS 0 W a Z m s ® Department of Procurement �, v o 0 6 ai ? W Request for Qualifications (RFQ) No. 19-20-021 a E E _s w m m a p W KL N Civil Engineering Services for Shorecrest Road and Drainage Improvements, D5 o rL o '°'o cc s o a O -- -� a, '— z n w o v in W V in z Y W m � z a,o c o w caul LL, Z ~ Q ; Q < W— m� m Z z Arthur Noriega, V, City Manager o ~ w v W o ~ W to a = Annie Perez, CPPO, Director of Procurement Hector Badia, Interim Director, OCI J f ECY LLLL O Q Z 25 ; a 0aa —i ¢ m O0 = O W LL SKEET d W V o O vTABULATION > co RFQ No. 19-20-021 W d o _ _ m c, o x m R v 0 in W O Q J O 0 LL NAME OF FIRM(S) 3 T Y Lin Intemational - - — .... _.._. _ _.. _. _.....,_. _._ ..._.. PropExperience..._ ax. 30 points) Qead 25 26 26 26 2A - Proposer's Engineer's a s L g'and Experience (Max. 20 points) 16 15 14 16 tit 3A - Proposer's Team Qualifications and Experience (Max. 20 points) 16 17 18 16 67 4A - Design Philosophy and Process (Max. 15 points) 12 12 13 13�' 60 5A - Technical Capabilities and Approach (Max. 10 points) 8 7 9 7 �M asp 6A -Amount of Work Awarded by the City (Max. 5 points) 2 2 2 2 g 3 Qualitative Scores A^ 320 6 lJ Tie Breakers = Sub -Total Qualitative Points for 1A, 2A, 3A, 4A, 5A, and 6A in that order. ; r=325 4 Kimley-Horn and Associates, Inc. 1A - Proposer's Qualifications and Experience (Max. 30 points) 27 27 21 26 101 2A - Proposers Lead Engineer's Qualifications and Experience (Max. 20 points) 18 17 15 16 x,66 3A - Proposer's Team Qualifications and Experience (Max. 20 points) 17 17 17 17 68 4A - Design Philosophy and Process (Max. 15 points) 12 12 10 13 47 " 5A - Technical Capabilities and Approach (Max. 10 points) 8 7 6 7 6A - Amount of Work Awarded by the City (Max. 5 points) 3 3 3 3 12 Qualitative Scores 322 5,m Tie Breakers =Sub -Total Qualitative Points for 1A, 2A, 3A, 4A, 5A, and 6A in that order. Page 2 of 4 EVALUATION February 10, 2021 -Reconvened on March 25, 2021 EVALUATION COMMITTEE MEMBERS O m w z c Y O m Department of Procurement iv o 6 N '- y w a O Request for Qualifications (RFQ) No. 15-20-021 0 a 1E m p z a- y a. y Civil Engineering Services for Shorecrest Road and Drainage Improvements, D5 o ea a o a O -- - a, -- .y w O d w U< rn w ¢ to �_ z �? o ��-° °� o c o �w C d sst d� > c > z d ;`� °m z Arthur Noriega, V, City Manager ~ _uF a F w Annie Perez, CPPO, Director of Procurement Hector Badia, Interim Director, OCI E =75 CD d Q R J �i; d cQ, aE o_E jai= ¢ I�—. ¢ z_0 m 0 a ar -L v d t i ¢ o�� ..! F J O LL TABULATION SHEET' ii In ltJ r ii - q C ' C m m 1— > a Z ¢ o¢ J ¢ � d O U N o ,� RFQ No. 19-20-021 () E o _ _ O z m J W as d ca m E y V) w O 0 N d U a F C7 u' NAME OF FIRM(S) 5 A.D. A. Engmeenn Inc g... ... _-..._ r; ; .°. _. ..._... 1A - Proposer's Qualifications and Experience (Max. 30 points) 27 27 21 27 a "` 2A - Proposer's Lead Engineers Qualifications and Experience (Max. 20 points) 19 18 17 18 ,502 3A - Proposer's Team Qualifications and Experience (Max. 20 points) 18 18 16 17 4A - Design Philosophy and Process (Max. 15 points) 14 14 11 14 ? 653' 5A - Technical Capabilities and Approach (Max. 10 points) 9 9 7 8 33 6A - Amount of Work Awarded by the City (Max. 5 points) 3 3 3 .3 ' `92 Qualitative Scores 341 2� S46 Tie Breakers = Sub -Total Qualitative Points for 1A, 2A, 3A, 4A, 5A, and 6A in that order.` "f :b,' 6 A & P Consulting Transportation Engineers Corp. 1A - Proposer's Qualifications and Experience (Max. 30 points) 27 29 2B 26 110 2A - Proposer's Lead Engineers Qualifications and Experience (Max. 20 points) 17 18 19 17 3A - Proposers Team Qualifications and Experience (Max. 20 points) 17 19 19 17 °' 72 `Y 4A - Design Philosophy and Process (Max. 15 points) 13 13 10 13 SA -Technical Capabilities and Approach (Max. 10 points) a 8 7 7 30 ;- 6A - Amount of Work Awarded by the City (Max. 5 points) 3 3 3 3 ry E2 Qualitative Scores a 3" 1 i t g4 2 Tie Breakers = Sub -Total Qualitative Points for 1A, 2A, 3A, 4A, 5A, and 6A in that order. YF Page 3 of 4 EVALUATION COMMITTEE MEETING February 10, 2021 -Reconvened on March 25, 2021 EVALUATION COMMITTEE MEMBERS ° W Q z ay Department of Procurement d o o S2 ? W a o Request for Qualifications (RFQ) No. 19-20-021 d d "'E o a 'y c°i O Civil Engineering Services for Shorecrest Road and Drainage Improvements, D5 oM 0 o a• ins o a m O•- - -m iu •- m•- mO W W U to z Y of W ¢ O z c3 m o mC m Aa c _•• ��. = �Ev as Z I- Q > z a.m W� m z Arthur Noriega, V, City Manager �'- _ �' ® W U) Q = Annie Perez, CPPO, Director of Procurement Hector Badia, Interim Director, OCI W Z >O Wo c ddm' E9d V- C3 J Q � ty- a O _ > Q W1�- LQzL TABULATION SHEET W iuW=o LLF u Um a a a M- v > RFQ No. 19-20-021 E E y m m Q m> O LL 07 > ® z ° CI J -j LLI E N 'C E („) O V -0 c6 O ((� W O m a� U x m N caa m U is Ern > F- 0 Q NAME OF FIRM(S) 7 EAC Consulting, 1A - Proposer's Qualifications and Experience (Max. 30 points) 21 20 20 26 �, 87 ' 2A - Proposer's Lead Engineer's Qualifications and Experience (Max. 20 points) 10 13 0 0 r @ 23 3' 3A - Proposer's Team Qualifications and Experience (Max. 20 points) 10 17 0 0 4A - Design Philosophy and Process (Max. 1S points) 10 11 a 12 41 SA - Technical Capabilities and Approach (Max. 10 points) 7 6 6 6 25 6A - Amount of Work Awarded by the City (Max. 5 points) 3 1 3 3 3 12X, Qualitative Scores e 0215 4 SSQ Tie Breakers = Sub -Total Qualitative Points for 1A, 2A, 3A, 4A, SA, and 6A in that order. ; Chairperson: Anthony Rolle, Sr. Procurement Contracting Officer Page 4 of 4 WHEREAS —.Navel C Ofollklyl.Alk.Dl 9. as a evcre actt c r j5jvIto 011169s .0vt 6a. spread amoag burnah$ fhfopol, Wspft�ito tis 411d presents; Nvith .and ff.'ai o ou f COVID-49-obe edin China; it' threako WITEld, AS, the WMdffolth Orgaiii at"ba Previously z I declarM COV.fD-wl9 A 17ul5lie Health EIII.P.rpe pf lnl i icl. gy. . WITUIREAS, in rc-813ofise tO'tl'lc rece.lit. COVID.I.9put.break in Mimi: ftalj,: k4tyJapan and' South circa, flipC a entors prolAit a-xaw.ct tMIRI to or ftom dl.Pse:co.qpfries; and WITER,rail 1V1r.01. 2021 lsOued j0,4; . xexativo,QAI er 5,1 directing tju� orl Maro f : § �i 6: , 00:* 02Q, HAOY' 9 �Gloneval :and' t t, H, Ith Cif frcd.r I . I I ii. I, T.r9p YQ 04lix WHERRAS On MAMi I todl.t rvision., of Effierpney. 'Man- lba .0,-i 21' Ov gem acoyaoffle State' (vom �110� Cvve'rio respons6 to:i le.co"VID-19 vlllergohqand WIIE SN RE, A , f .4a Pi lit :cQP;ItfPo Moral ba Pr PORTIV V .cifor. CCMD- f§, and. .00MD-19 0.6scs:.A risk:tothe Offte state of Florida;.: and WHEREAUS, the'. CDC cufrodtly re:COMI-needs c6mmuraity preparodbess 'aad -,every- 4y be fake tl b till ilidivi(Wits and N-offi s:J flab.0 I ates nel Whig ..y'S voluntary home Notation, when" individ,aals are sick with rr splxator .4,,yi-A tom -Y P- PPOTIA9 COTIgh's. and s.iw-ozos wRh a tWuo and dispbsaf bf fhe, 'yt j to! . 11(a c.after, Washidby hands o' ften, With -poop and water for dtleast 0% lcolaol, it soapend Water arc -116t 'reajfly. ava'dabi . c . 4f0 routinely clean' ftequentf 1011ched. LiTg 'Y kind OxPeeloncing, an outbr.eakAh.dudifig stayingat bomeiwheft siek, k�cpinz 4,'Way, froM cxtliers who.are s.ick,fimitingf4co-t 4`40epotta. as'rtxau Impossible oous I.. I 41W 110 u ting* In , 4tthc.ate provider if individuals or inembers'-of a hpusebold.... r at higl risk1b e.- COVID Wc'anne, a.140magk if ad.visod'. to do so hpA'lfhOafO proAdor be Uy ap.6110 -146aith 6. staying laomo when , b.misehoId n-iember'isi6k i .1th isc�as syn)ptoms 1--f -w ' I piratoryd irlstructccf to 40o.by pulAice rovidox- mid -P I VqEREASOS Govr;rrrczr,.l raxaa r pqja�jbteq forI jijeef'jjgztjao cfpgor,9d : present to to, fhjs: state and -'It$ poqj�l cr.by' this L Opyorwr of F1.0 .0.0, V, 'Dr —A Va. tho I VII, ty "'Ve8fed In ba,'�-by? Aftid16:Iv' sdotloft. of the.pidii' q) dd Cozastitutiort, ;C>laapter. 252: Florida S atutO Mf 111 or,4pplicdb) -"atp ing';.81muftVa Circler to"-tako Bracy exists fri the.: ....... . . ...... - ....... Bactioll 2. dest"giulle tll.�Vr&ctdx ofthe Division of Eniorgency as thaStat.P Coordillatilig.Officerf 01.0.duration.of'OW eme r.cncy,qud dirathim, to oxoc xto tfic S Wte"9: coffiPkehellsive and plans ; ne.temrylo -OOPQ with tie Owerge-acy. AddiftionaRy leg ignato the StaW He41th'O.*ffiwr 4nd Surgeon. Oeneral as:.a Dqpufty State Coordinad r Offljoerlind S'taie Ind anadt, ug — Wilt Omm, Purr' to wx'don. 2.52,3-6( - 1)(a) , FloAdia SfaftfWs, I delegaw, to the 'State Co.ordi.p.ating Officer ffie authori,ty -Q ex rid a t se p i s dotineated in. sec n' t4tion's of isection. 25-2.33, Florida StAuto's. CIS.tflg 11 uts d egated by; this In ow 10 POW is: Order, the Sutt Coordinating,, C)f,-ACCIr w- ith the -:0overlior to the, fiXest extent pra0v,tMq, Tbe= Si ate ComAilatin A, Seek direct assistance, and enter h .1t.0jagreements wide ,ally ,azid all agencies Ofj) 'nollvas 144Y o: I - Uni.f.ed Sta Gomm b- Ot led, B" Desi nate additional, Deputy Co a ,e 4 ep ordinatin Officers, cs.ji.c(,w y,;. .9 0, 8'vip.0114, the dkot of 'ally stat'IW a, I d i q, : or order fi t a would in any. -way,.provelit, hftl(104 orz delay, any Init, ti Qgatlon Tes Qlj�c Ooj�l� -With this . . � "'. or 'recovery aotip to P MO-genq� 'Enterprders as mqty be pogd 0, the roquh-omonts f:scotl statutes do not. apply. to , 9 lofis� 252-4.6 AM. 1,20,$4(44), FWida S P. Igy... uck. wders,issuedbyllwMate Con op.r� i ating f'�ze no, 'vdl order S IxIaill ln'!a dct boybixd the okpftaiblioflhvqDfhr to ffibludo-aily c .kexasion, &,cOonl I or.dpr the Ad'u*itarkf.(`e%ev,' .5 it :.to dotdwith this cinergency, nd 1 $j. J1 i Section 4, 1 fi flint ffiO SPOOW Jifles and I;espon b. ides resting upo;l .soiu.o State,. re on I,. and local cjgtuqies. arl&otber, Ma Gov bodio in responding to t�he: Xequiw :thbfr7 to suspend the 4 0,01infibil of;tlla 6,t4tutes, rules, orohlaives, find: order they W.148 au loriza tons: A. PurAfant to section Govornorplay Ealspend, all atatuto 'and. ruifO ah'cotfria budgul providi. bud'get kithority lbr.slato.a gCn$ 'o 08 t0:CRPq with 1-1114 Pf et got y, Tbp of':*g.00tf0nl . 262,46 and 120.541(4) Vlorida Statutcs, 'dotrot tj 10 Any s-ucll guspeti'M. n, issued by the fttmfflva Office of the Governor, ljowe ex 'ril 11: of PI EXO�Uf �e Or' der,: to include my'di ension., 'B. Each Stda Agellr-y=ly swqpend'(tio. proyW V :[a sottin -r, i Rtor Ifie roceduros for oondtim Otstatra b.�gln q � p - �hgt I *U ',Ol P ess or,the orders ri.t.1 s f -'a.80PP, i I" Y SITI C0.111PljMACC ltb flle,proV SIQlAS t;f 4ny NtIch, .. ile, wood l; an or, or delaynecos§aiy action In baofilsy with the wnergency, J'J.jis -jn6 ludPIS, W ,s not.limit -ed t6 the. !, ,adthor.ity Lo, sus petad arty and ill; t:atutespiles, ord itlane or ordeis wil iaiirchastri trAtcl, 4hd ffie.e.ondition of 9Mplo mefitmid,theqrn p., I.satio11 of 0.111 pnz p8moft i� b s,- T'E, �xe0tt``v� Ord .essary;ao. IQII -m Coping vIt th-Qr -Cluer, 6. -g licy 'Iueazls. a.uy recovery a.tton, rl ed -0fd0ked, by, tiye Stk& VOor dinating Officer..., Tho ft.q-airoments: of,sections 252.46 quack1-20,54 r lo •na 4taply to. cli Y., 0 the expirationof this Excauflye.0rder tol 110fude. Ali,y oxijl ' 4 0, Inallordonce wi 1.1 �c On 46,02,75, Flo" ay dis ens,� . . . I Otl n4a:Stahitesl phahtmcis�ts m, -P up to a 30-day emergency pro cri- timi:reff I o n -ailit s p , � . , 1. . f n. fozi to .1,1.0 esicl :in area or 00wity -00vored IlMe'r ffif ol w(actitiVe Ord and to omergenq personnel W-110I.PaYe b2en activated by scats - and looO ;a en-oy b.v4t. O.do jJ1, <Icoord arlov with SPOO-n pohd wthizl the State of PIM'da m4y waive tile: procedures- and B64plalitios 04prWiso. mquired, Qj":tho pgift cal, .8dNR isi on b I I I . ling . t p: w Y law per a 1). Perform.anoc: of public, work. and tak, ing wb*ycr Pr4dont 4060D IS: 29. Enteringt iji o co t a. ts Nwovor,jciatitttilirkrelzvzasOro Call. Oomd or Cost Plus pmllentagp 0011tra.qt-s. 4) �) Utilizdii6h AUJW'Sidod'and di9tributtoll'; With or withol-it coin ojatioivof su p-livs and :8), -Apprqpdatfon, andoxppndt4zrq otp i ,, ftilld Afi:5j aw, such bdildinWs and f4ciffliks IIIJI'a so aortfolls of (11.0 $6te-'g ia' .110.0esaAry to ftwotAhis., moh 8-tate �4ge'n'cyv roporl.the ,closure. :of any State 5 Ini.11ding or 'ficifily to the ecretary oNhe:*Dcp8rt1rO,!It of Mandgmeat Services. Under. ffic in s.ection 2.62.36,.Tlor a, Statutos,l direct each;c' �oojjty to the closuro. of btf' di; ..Ot -4614y or nidint, i ed.b 11 In f op dh the County or y an pol it cal n d Asio (her i ain tofhe 8mrcfa of1h Dqpartlneot-ofnan ry fco,5..' 01,1011ftoie,. t &rcdt the Sc duWy Of e*tijeAt Services jqf, �) tvla ntair<:aix rrcucar ste gild tiap»to» late tzst of ate. such WoAirek iind, 2)'Providcthat fist daily to fh ..State OpqOina ingQ'upgr Section 5, -1 r a , .. o, 40411�114 44�6 tli�-�Oil dfc� J'badsl aj�&() riated To the agenci s of hid it! tIll Pl le -P the, 8 tate of F1 orkla andio local Y 0611able m4y,boirmacquate. to rpa. -,ffie oo&.6f with se -000 th. In accordance with - qgw I th is tincrLlency, 25137(2) ent un, s 'b e Iliad 48 b ;Florida Statute$, I direct, it at s ffj,�j T d Iliad '�o appropriated fb1';OthcrPurposqjmone sI. Mun- p .""I.t . ed Y, . P HMO rl.< d.pe't*'.$*#iW6�Putid. Sect pn All Shife ag e en ermg-emergeIio .. at orders or ()ther falal acii is. j y. fill Ot R. response to th-Ts.zillerge4oy ollteiilpor*1�6.osl as. L t; in clon W,'It I: good, and va:li.d �Ofiessicnaliiccnses iy sslied b OatqsT pater ill -11-ihe Sta q of)Florida may sol - sea bl. v! da: dog j, oil 0 M ifffiotcd', by ihis: dinct.tgondy with ttjc. condition that imb gerviem'be re, idaiY04 to. such -p A charge, :and with OicAmthor at siicl7. etv s .lie epwici,ped underthe. acis�loc�s Of fhe..A!uen-6amfed Cmss;p tjip MORN DOP411.1lient of He"401. Legfi—mnL All activities taken by tfi.Q.Diroctor oftho oll W D.f IVI I of Emergency Matiagement qnd the State Heaftli Officer, and, Burgeon, Cetcral wfthr e, ect to this. wnergqnpybefot.th i5suan,00'of this L-�ccudv.e Order arclatihio Thi Px6-tWvc0rder 8114 days Pom 'un r SN TA rE UY FLURIDA OFFICE OF THE GOVERNOR EXEC TIV.E ORDER NUMBER 20-69 (Ernergency Management — COVID-19 — Local Government Public Meetings) WHE RE AS, on March 1, 2020, 1 issued Executive Order 20-51 directing the Florida Department of I 14calth to issuoa.-Public Health EWergencyas a kesult,of COVID-19, and WHEREAS, on March 1., 2020, the Slate Surgeon General and State Health Officer declared a Public 11calth Emergency exists in the State of Florida as a result of COVED -I 9; and WHE RE AS, on March 9, 2020, 1 issued Executive Order 20-52 declaring a state of' einergeivyfor the entire State, of Florida as a result of COVID- 1.9, and WHEREAS, on March 16, 2020, President Donald J, Thimp and the Centers for Disease Control and Prevention ("CDC") issued the "IS Days. to Slow the Spread" guidance advising individuals to adopt ::ffir-reaching social distancing ancing Tneasures, such as working from home and avoiding gatherings ofmore than 10 poopfe; and. WHEREAS, on March I Z,. 2020, 1 wrote a totter to Attorney General Ashley Moody s:ecl(ing an advisory opinion regarding concerns raised by local government bodi.Q.s about their ability to hold meetings through tolcoonferencing and. other technological means in order to protect the puWic and follow the CDC guidance regarding social distancing; and WITEREAS, on March 19, 2020, Attorney General Ashby :Moody delivered an opinion tonie indicating that certain provi-sions of Florida law require a Physical quorum be -presentfor local govenavient bodies to conduct o1'flei.a.1 business, and that.local governmont bodies may only meetings by teleconf6rencing or other techn1000�al 1110al's if either a staWtc pernii.ts a con . 0 quortun to be present. icy means other than in person, or that the in person requirement f4l. constituting a quorum is lawfully suspended during,t1w state of emerganqy; and WHEREAS, it is accessary and appropriate to take action to ensure that COVID-19 rernaks controlled, and that residents and visitors in Florida. rumainsafe and sceuro; NOW, THEREFORE, 1, RON DESANTI�, as Governor of Florida, by virtue of the authority vested, :in me by Article IV, Section (1)(a) of the Florida Canstitution, Chapter 252., Florida Statutes, and all other applicable -laws, pramulgate the following Exeoutive Order to tak-C hurnediate offloct: e ctirlta 1.. I hereby suspend any Florida Statute that requires to quorurn. to be present in, person or requires a local goveriunent body to meet at a specifm. public place. Section 2, Locd government bodiesi,nay utilize conimLinications media technology, such as telqihanic find video conferencing, as provided in section 120.54(5)(b)2.,Florida Statutes, Section 3. This Executive Order does not waive any other requirement ujider the Florida Constitution and "Floridn's Government in the Sunshine Laws," including Chapter 286, Florida Statutes. Section 4. This Executive Order -,hall expire at the expiration of Executive Order 20- $2, intluding any extension. At Imbl; I 4ER ETARY OF STATE IN TESTIMONY WHEREOF, I have hereunto set my hand and caused the Great Seal of the State of Florida to be affixed, at Tatlahassec-, this 20th da of March, 2020 e5� R�05—N- -L7 -'SWT 7US, GOVERNOR. M! CONSULTANT WORK ORDER PROPOSAL July 7, 2021 Dear Mr. Rolle: Corporate Office 8550 NW 3311 Street, Suite 202 Dora[, Florida 33122 T 305.551.4608 F 305,551.8977 www.adaeng.net A.D.A. Engineering, Inc. (ADA) proposes to provide the professional services identified below for the project entitled "Shorecrest Phase II: Short Term Roadway and Drainage Improvements,. B-17365," pursuant to the Professional Services Agreement between the City of Miami (City) and ADA for RFQ Number 19-20-021. (.GENERAL The City of Miami Office of Capital Improvements (OCI) recently completed a pilot drainage feasibility study within the most critically impacted area of Shorecrest. Shorecrest is a sub - neighborhood of the Upper East Side bounded by the Little River on the south (approximately NE 79th Street), Biscayne Boulevard on the west, Miami's northern city limits and the Village of Miami Shores to the north, and Biscayne Bay to the east. The drainage feasibility study identified planning -level short-term, and mid -range solutions and these solutions were presented to the City for consideration and implementation. The short-term solutions considered in the pilot study where to raise the roads to a maximum height without having to provide harmonization within the private property, provide a new interconnected drainage collection system that would be watertight and utilize the existing gravity outfalls. Subsequent to the completion of the pilot study, OCI installed backflow preventers within the City's gravity outfalls. In addition, recent coordination with the City's Department of Resiliency and Public Works for the NE loth Avenue project resulted in RPW's intent to maintain the current outfalls and upsize them and include larger inline valves. The scope identified in this proposal includes the upsizing of the existing outfalls. The outfall designed at the Little River Pocket park will be designed so that a future stormwater pump station can be added. It's noted that the short-term drainage solutions in addition to the upsizing of the existing outfalls and raising of the existing roads will only help mitigate the current flood conditions. The addition of a storm -water pump station and raising of the sea walls within the pilot study area was identified as mid -range improvements and as such are not included under this scope and fee proposal. It's noted that in the event that heavy rain events are encountered with a high tide, the possibility of flooding is likely. Roadway improvements will include a geo-grid to provide additional stabilization. The presence of the geo-grid will reduce, but not eliminate the possibility of potential cracking and settling of the pavement. The Phase II limits for roadway and drainage improvements include NE loth CT, NE 78th Street - Road, Dunham Blvd, N Bayshore Dr, NE Bayshore Ct as well as the remaining portions of NE 78 Street and NE Little River Drive currently not included under the NE 1o1h Avenue project. ADA is providing this scope and fee proposal for the design and permitting of the roadway arid drainage improvements as well as landscaping and existing light poles adjustment that are City of Miami Capital Improvement Department Page 2 of 10 impacted due to raising of the roads. As requested by the City, the proposed construction documents will be derived following the Florida Department of Transportation (FDOT) methods. II. SCOPE OF WORK Proiect Activity 1: Project General Tasks Prime Consultant Project Manager Meetings This task includes Project Manager efforts for phase review, progress review, miscellaneous review meetings, meeting minutes, and other design activities meetings, including any travel time. A total of sixteen (16) meetings have been accounted for in this proposal. Post Design Services Includes pre -construction services such as attending the pre -bid meeting, assisting during bid process, preparing bid tabulation, attending pre -construction meeting, and shop drawing reviews. Shop drawing reviews constitute (2) reviews per shop drawing. Reviews exceeding the identified amount will be considered additional services. Construction phase services include reviewing and responding up to (10) Requests for Information (RFI), providing (1) site visit per month to document construction progress and certify the construction upon completion, CEI is to provide the Contractor's signed and sealed as-builts for inclusion with the project certification. Attendance at progress meetings during construction has been estimated at (1) per month. Project Activity 2: Public Involvement This includes attending two (2) Public Outreach meetings by members of ADA's team. This meeting will be advertised by the City and conducted by members of MAGBE. This level of effort also includes preparing limited materials to be presented at the meeting and revising the conceptual layout and or conceptual design based on input from the public. There are 3 different land use classifications in the project area; single family, multi -family and commercial. Two renderings will be developed for each classification. One rendering will be in plan view and the other will be in perspective. Project Activity 3: Roadway Analysis Horizontal/Vertical Master Design Files Includes efforts required for establishing the design files for the proposed drainage, milling & resurfacing and roadway reconstruction for project limits. Includes efforts required to place labels and dimensions. 3D Modeling is being utilized for the proposed roadway alignment within the 40 AC project area. The work entails the use of Bentley's OpenRoads software, which provides real-time update of plan/profile/cross sections throughout the design phase. The level of detail required when raising an existing roadway in an urban condition is better served with this design process. Traffic Control Analysis Includes analysis for traffic control plans (TCP) and creating any miscellaneous Traffic Control Sheets (general notes, minor details, typical sections and quantities). Cost Estimate Includes preparation of opinion of probable construction costs at completion of 60%, 90% and 100% documents. Also includes updates to the design schedule as needed. City of Miami Capital Improvement Department Page 3 of 10 Field Reviews Includes site visits required to obtain necessary data for all elements of the project. Quality Assurance/ Quality Control Includes implementation of QA/QC plan. Also includes Sub -consultant review, response to comments and any resolution meetings if required, assembly of plans for submittals for reviews, etc. Submit QA/QC plans at all submittals via a CD. Supervision Includes all effort required to supervise all technical design analysis. Coordination Includes all efforts to coordinate with all disciplines of the project team, including Sub - consultants, to produce a final set of construction documents. Project Activity 4: Roadway Plans Prepare Roadway, Drainage Plan and Profile Sheets, Drainage Structure Sheets, Plan Sheets, notes and details. Plans will be prepared in accordance with the Department of Resilience and Public Works Plans Preparation Requirements dated September 2018. Plans will be submitted for the following milestones: • Typical Section Package • Phase 1 (30%), Phase II (90%) and Final • An opinion of probable construction cost will be provided at the 90% milestone and subsequent submittals. The plans shall include the following sheets necessary to convey the intent and scope of the project for the purpose of construction: • Key Sheet • Typical Section Sheets • General Notes • Roadway Plan and Profile Sheets including Cross Sections every 25' • Drainage Plan and Profile Sheets • Drainage Structure Sheets • Miscellaneous Details Sheet • Traffic Control General Notes • Stormwater Pollution Prevention Plan It's noted that roads will be raised through a process of removing the existing asphalt and importing fill material to the desired elevation with black base (FDOT B-12.5) to protect against the high groundwater table and overlaying with two inches of FDOT Type SP 9.5 asphalt. In areas that require a rise of more than nine inches, a combination of imported fill, black base, potential geo-grid and asphalt will be used to reach the desired elevations. City of Miami Capital Improvement Department Page 4 of 10 Quality Assurance / Quality Control Includes implementation of QA/QC plan. Also includes response to comments and any resolution meetings if required, assembly of plans for submittals for reviews, etc. Submit QA/QC plans at all submittals via a CD. Supervision Includes all efforts required to supervise and coordinate plans production. Project Activity 5: Drainage Analysis / Plans This activity includes the engineering analysis and plans preparation services for the proposed drainage collection system and main trunk line leading to the existing gravity outfalls located at the Little River Pocket Park, West end of NE 78i" St and at the intersection of Dunham Blvd and NE Little River Dr. Plan and profile will be provided for the proposed drainage collection system. Up to two (2) meetings with Miami Dade County Department of Regulatory and Economic Resources (RER) and the City are also included under this task. Meeting will be either in person or virtual (TEAMS). Design of Storm Drains Design and plan production of stormwater manhole and catch basins including hydraulic analysis. Identify in drawings all existing drainage structures, pipes, and outfalls to be cleaned or replaced if necessary and quantify in bid line item. Drainage structure sheets will be derived for the proposed drainage design. Coordinate with the appropriate permitting agencies and the City of Miami's Resilience and Public Works (RPW) staff. All activities and submittals will be coordinated through the City's Project Manager. Analyze and document proposed Drainage Improvements in accordance with the applicable manuals, guidelines, standards, procedures and current design memorandums. Design of Outfalls There are (3) existing outfalls that are maintained by the City. ADA is proposing to upsize the existing outfalls and provide inline valves in each. The upsizing of the outfalls is contingent upon the confirmation of existing easements and the ability to perform the construction activities without any obstructions. No proposed improvements are included under this scope and fee proposal for the private outfalls located along NE Bayshore Ct or the FDOT maintained outfall located on the West end of NE 78 St. Structural repairs due to the upsizing of the outfalls is included. At this time, the extent of the structural repairs are unknown and therefore the fee associated with this level of effort will be compensated from the optional fee allowance. Raising of the sea walls to elevation 6.0 NAVD within the stormwater easements is not included. Drainage Design Documentation Report Compile drainage design documentation into a drainage report format. The drainage report will be provided to RER with the permit set of construction documents for review and approval. Field Reviews Perform site visits during dry weather and rainfall events to determine the effectiveness of the existing drainage system. Provide dated, photographic documentation. City of Miami Capital Improvement Department Page 5 of 10 Quality Assurance / Quality Control Includes implementation of QA/QC plan. Also includes response to comments and any resolution meetings if required, assembly of plans for submittals for reviews, etc. Supervision Includes all efforts required to supervise all technical drainage design activities. Coordination Coordinate with the relevant agencies and all disciplines during the design process. Includes coordination with survey & geotechnical sub -consultants necessary to complete the drainage analysis, calculations and design. Project Activity 6: Utilities Identify Existing Utility Agency Owners (UA0) Design tickets will be issued through Exactix to determine the UAO's within the project area. Upon identification of the UAO's, they will be contacted in order to obtain as -built information for assets within the project area. In addition, at the City's request, SUE services will be performed by HADONNE. A total of 18 VVH test holes have been budgeted for this scope and fee proposal. Make Utility Contacts Contact Utilities in the project area to obtain their latest information on their existing and planned facilities. Identify contact person, Collect and Review Plans and Data from UAO Review all utility data obtained from UAOs in the project area. Identify potential conflicts and coordinate with the UAO. Review Utility Markups and Work Schedules ADA will review marked up utility plans individually as they are received for content. Utility Work Schedules will be derived if the existing utilities are to be relocated prior to the construction of the improvements. However, this task does not include any utility design for relocation. Project Activity 7: Environmental Permits, Compliance and Clearances Complete and Submit for Required Permit Applications Includes the preparation and submittal of RER applications and coordination with Miami -Dade County Public Works Traffic Division, FDOT and the City of Miami's Department of Resiliency and Public Works. The following permits are anticipated from RER: Class I — Coastal Class II — Drainage Quality Assurance / Quality Control This task includes implementing the QA/QC plan. This task also includes response to comments and any resolution meetings if required, assembly of plans for submittals for reviews, etc. Supervision This task includes providing supervision of the environmental permit process. City of Miami Capital Improvement Department Page 6 of 10 It's noted that the review period for permits is at the discretion of the reviewing agency. ADA is not responsible for any delays associated with an extensive review period by each respective agency. It's anticipated that the permitting phase outside of the City reviews will take approximately 5-6 months. The permitting task will be completed by JACOBS with oversight from ADA. Project Activity 8: Signing and Pavement Marking Analysis / Plans Plan sheets Includes the efforts required to create the signing and markings sheets. Quality Assurance / Quality Control Includes implementation of QA/QC Plan. Project Activity 9: Lighting Analysis / Plans Plan sheets Includes the effort to provide the design of new roadway lighting poles and LED luminaires throughout the project area. A Lighting Design Analysis Report shall be prepared to include a point -by -point photometric analysis and luminaire selection. Task includes coordination with FPL for removal of existing FPL fixtures and new electrical service point(s). Voltage drop calculations shall also be provided. A set of lighting plans shall also be prepared to include plan sheets, service point details, tabulation of quantities, general notes, and pole data. Plans sheets shall depict pole locations, conduit, wiring, etc. Lighting levels shall be in accordance with the latest edition of the FDOT Manual of Uniform Minimum Standards for Design, Construction, and Maintenance for Streets and Highways (Florida Greenbook). Quality Assurance / Quality Control Includes implementation of QA/QC Plan. Project Activity 10: Geotechnical Perform geotechnical testing as follows • Obtain (26) SPT borings, each to a depth of 15 feet, spaced 200 feet apart. The borings are required to explore the subsurface conditions in the project area. The project area may have been backfilled in the past on top of bay sediments (muck, silt). • A soil sample will be obtained from the existing outfalls to determine D50 for scour analysis. • 3 asphalt cores per roadway will be obtained. The existing base and sub -base will be measured from the adjacent soil borings. 2 subgrade samples will be collected for LBR testing. • Provide 1 roadway report that includes all the findings of the borings/pavement cores and provide a recommendation for roadway reconstruction. Roadway improvements will most likely include a geo-grid to provide additional stabilization. The presence of the geo-grid will reduce, but not eliminate the possibility of potential cracking and settling of the pavement. City of Miami Capital Improvement Department Page 7 of 10 The project is located within the Little River Archaeological Conservation Area. As a result, the ground -disturbing activities to obtain the soil boring will require archaeological services. Archaeological and Historical Conservancy (AHC) will be providing the monitoring services during the soil borings. At this time, the extent of the ground disturbing monitoring is unknown and therefore the fee associated with this level of effort will be compensated from the optional fee allowance. AHC archaeologists will monitor all ground -disturbing activities associated with the project. Shovel testing is not possible because the project area is within the ROW. Any significant archaeological materials that are collected will be analyzed and described in the final report. All archaeological materials will repose in the museum at HistoryMiami. Project Activity 11: Landscape Architecture GSLA will perform a landscape inventory of all plant material within the ROW and extending fifteen (15) feet into the private properties. It is understood that in many cases it will be impossible to access the landscape areas within private properties. In these cases GSLA will "do its best" to make an accurate accounting of the landscape. GSLA will prepare the following Contract Documents: a. Existing Tree Disposition Plan showing existing trees and denoting if they are to remain, be removed or relocated. GSLA does not provide Arborist's services but will coordinate the Existing Tree Disposition Plans with the Arborist's report. GSLA will calculate the necessary mitigation and incorporate as much of that mitigation in the proposed planting plan. GSLA does not get permits but will provide the necessary plans and details to get the permits. b. Planting Plan for the required mitigation sufficient in detail for bidding and installation by qualified contractors. _Project Activity 12: Topographic Survey Hadonne had previously surveyed NE 78th Street and NE Little River Drive back in May 2020 as part of the NE 101h Avenue Roadway and Drainage Improvement project. In order to provide a current survey to the City, Hadonne will update the survey for NE 78th Street and NE Little River Drive and include it with the additional streets, which do not have a topographic survey. A comprehensive survey will be provided for the project area included under this scope and fee proposal. Hadonne will perform a new Topographic Survey of approximately 7,000 linear feet of roadway. The survey will include the following items: a) Depict Right of Way information based on the City of Miami Street ATLAS sheets, record plats and property appraisal database including all current dedicated areas. b) Survey limits to extend from Right of Way to Right of Way along the corridor and extend 15 feet into the private properties. c) Topo survey to extend 100 feet from the end of radius return into the intersecting streets. d) Locate all above ground features, including site lot lines, trees (Height, caliper, species), House number. e) Collect Rim elevations, invert elevations, bottom of structure and pipe size and material. f) Take elevation shots (Cross section elevations) at 25-foot intervals. City of Miami Capital Improvement Department Page 8 of 10 g) Elevations to be referenced to NAVD88. h) Coordinates to be referenced to the NAD 83 (2011) i) HC will be responsible for converting any data provided by the city or any other government agency in order to incorporate within the project limits. j) Locate all existing ADA ramps and existing driveway approaches. k) HC will deliver three signed and sealed copies of the resulting map of survey in addition. 1) Collect Finished Floor elevation of all Buildings/Residences within the corridor. ill) Limits of the Survey to extend 15 feet into the private properties along the corridor (when not accessible take elevation shots on the ground) n) Perform outfall survey in four locations and provide soundings. III. SUB -CONSULTANTS The below listed Sub -Consultants will assist in the performance of the Work. Sub -Consultant Name Specialty or Expertise JACOBS Resiliency, Engineering, Permitting HADONNE Survey, SUE HR Engineering Geotechnical MAGBE Public Outreach RH Engineering Structural Engineering GSLA Landscape Architecture Archaeological and Historical Conservancy Historical Architecture IV. SCHEDULE OF WORK — TIME OF PERFORMANCE ADA shall submit the Deliverables and perform the Work as depicted in the tables below SCHEDULE OF DELIVERABLES Task, Sub -task, Delivery or Activity ID # Major Task, Sub -Task, Activity, or Deliverable Duration (specify Date* (cumulative weeks or calendar days) weeks, or calendarda s A Survey & SUE NTP + 30 days B Geotechnical Testing Once permit obtained from City) NTP + 60 days C 30% Construction Documents NTP + 150 days D 90% Construction Documents NTP + 270 days E 100% Construction Documents NTP + 330 days * An updated schedule, indicating actual delivery dates, based on the above durations, will be provided to the City upon receipt of the NTP. It's anticipated that the review period by the City for each design milestone is 22 business days. V. COMPENSATION Consultant shall perform the work detailed in this proposal for a Total Lump Sum fee of One Million Eighty Seven Thousand Five Hundred Twenty One Dollars and Forty Two Cents ($1,087,521.42). The City shall not be liable for any fee, cost, expense or reimbursable expense or other compensation beyond this amount. A breakdown of the fee per task is found on the subsequent page. City of Miami Capital Improvement Department Page 9 of 10 SUMMARY OF COMPENSATION* Task, Sub - task, or Activit ID # Major Task Name and/or Activity Description Fee Amount Fee Basis 1. Project General & Project Common Tasks $153,170.00 Lump Sum 2. Public Involvement $36,586.40 Lump Sum 3. Roadway Analysis $124,758.40 Lump Sum 4. Roadway Plans $43,036.80 Lump Sum 5. Drainage Analysis $119,472.40 Lump Sum 5A. Drainage Plans $83,559.60 Lump Sum 6. Utilities $38,068.80 Lump Sum 7. Environmental Permits $6,540.00 Lump Sum 8. Signing and Pavement Marking Analysis $17,263.20 Lump Sum 8A. Signing and Pavement Marking Plans $10,265.20 Lump Sum 9. Lighting Analysis $33,661.60 Lump Sum 9A. Lighting Plans $12,659.20 Lump Sum Sub -Total $679,041.60 Lump Sum JACOBS $201.508.41 Lump Sum HR Engineering $30,174.72 Lump Sum Hadonne $46,931.55 Lump Sum MAGBE $27,365.14 Lump Sum GSLA $22,500.00 Lump Sum Allowance for Additional Seivices $65,000.00 Limiting Amount NTE Allowance for Reimbursable Expenses $15,000.00 Limiting Amount NTE TOTAL $1,087,521.42 VI. ADDITIONAL SERVICES An allowance for additional services has been provided in addition to an allowance for reimbursable expenses associated with the permitting of the drainage collection system. Prior written authorization will be required from the City prior to ADA incurring the expense. VII. DATA PROVIDED BY CITY If available, the following information will be provided by the City: • Provide copies of the Stormwater Master Plan recently completed by CDM. • Provide As-Builts for the existing outfall structures and adjacent sea wall for the outfalls maintained and operated by the City. • Provide a TV inspection report for the outfalls maintained and operated by the City for confirmation of the outfall conditions. • Provide As-Builts with City's utility information including the existing drainage system within the project area. • Provide agreements for the City's stormwater easements. • Provide City of Miami Atlas Maps. • Provide any field tests • Permit fees are to be paid by the City. City of Miami Capital Improvement Department Page 10 of 10 Vill. EXCLUSIONS • Design services accounting for criteria established in the recently completed Stormwater Master Plan as it has not been received from the City. • Design services for relocating any existing utilities such as water and sanitary sewer. • Design services related to any potential contamination or unsuitable material. • Benthic surveys for the outfalls. City to utilize it's Marine (Coastal) Engineering contracts to obtain the benthic surveys. • Structural design for the coffer dam/shoring where large diameter pipes will be constructed. • Raising of the sea walls to elevation 6.0 NAVD within the stormwater easements is not included. • Preparing contract specification packages. • Advertising to solicit bids from contractors. • Reproducing and distributing contract documents. • Preparing and distributing addendums during the bid process. • Review and approval of contractor's pay requests during construction. • Review and approval of contractor's schedule during construction. • Preparing and negotiating change orders during construction. We look forward to collaborating with OCI on this vital project for the City of Miami. Should you need any further information, please let me know, Cordially, A.D.A. Engineering, Inc._ Albert Argudin, CGC Vice -President ESTIMATE OF WORK EFFORT AND COST - PRIME CONSULTANT Project: Project No.: B-17365 Description: SHORECREST SHORT TERM Consultant Name: A.D.A. Engineering, Inc. Contract No.: C036-1021-01 Date: July 7, 2021 Estimator. A. Argudin STAFF CLASSIFICATION Job Classification; Position 1 Staff; Principal Applicable Rate! Rate: S72.41 Position 2 Lead CE Rate: $72.41 Position 3 I Position 4 Sr. Project Manager Sr. Engineer Rate: $68.97 Rate: $62.07 Position 5 Project Engineer Rate: $68.62 Position 6 Sr. Designer Rate: $48.28 Position 7 CADD Techician Rate: $28.OD Staff Hours ; Salary Cost1 Average Rate Work Activity IMan hours Cost/ Activity Man hours Cost/ Activity Man Man ;Cost/ Activity! ;Cost/ Activity hours 1 hours Man t Cast/ Activity hours Man hours Cost/ Activity Man Cost/ Activity hours I by Activity by Activity i per Task 1. Project General and Common Tasks 42 $3.041 42 $3,041 167 $11,517 251 $15,579 335 $19,638 72 $2,016 837 240 $52,817 $12,616 f $63.10 $52.57 2. Public Involvement 2 $145 12 $869 34 $2,345 60 j $3,724 6D $3,517 3. Roadway Analysis 43 $3,114 86 $5,931 129 $8,007 214 $12,545 129 $6,228 257 $7,196 858 $43,020 j $50.14 i 34. Roadway Plans 15 $1,086 30 $2,069 j 44 j $2,731 74 $4,338 44 $2,124 89 $2,492 296 $14.840 $50.14 5. Drainage Analysis 1 38 $2,752 76 $5,241 I 191 $11,855 229 I $13,424 76 $3,669 152 I $4,256 762 $41,197 $54.06 15A, Drainage Plans ---- 27 $1,955 54 $3 724 108 $6,703 162 $9,49? 81 $3,910 108 $3,024 540 $28,814 ! $53 36 I 6. Utilities 12 $869 24 $1,655 36 $2,234 72 ( $4,221 72 $3,476 24 $672 - 240 37 1-- $13,127 $2,255 $5470 i $60.95 7. Environmental Permits, Compliance and Clearances 4 f $276 13 $807 20 $1172 8. Signing&Pavement Marking Analysis ! 6 1 $434 i 12 j $828 18 $1,117 24 $114D7 24 74 $1,159 $676 36 21 r $1,003 $588 120 71 $5,953 $3 540 $49.61 $49.86 18A. Signing & Pavement Marking Plans 4 $290 7 $483 11 $683 74 $821 9. Lighting Analysis ( ! 21 S1,448 64 $3,972 85 $4,983 43 $1,204 213 $11,607 $54.50 9A. Lighting Plans i 8 $552 24 $1,490 32 $1,876 16 $448 80 $4,365 $54.57 Total Staff Hours 44 Fl"sI4,410.34 523 949 ! 1327 440 818 4,294 Total Staff Cost j $3,1 W.21 { j$36,068.97 1 $58,903.45, $77,437.93 $27241.38 $22,904.00 $234,15228 $54.53 ESTIMATE OF SURVEY CREW COSTS 3 - man Survey Crew: crew days at / day = $ 4 - man Survey Crew: crew days at / day = $ - Notes: 1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee. 2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden 3. The basis forwork activity descriptions shall be the FICE/FDOT Standard Scope and Staff Hour Estimation Handbook. City of Miami. C.I.P. F.- 117: Created 824109 - R.ised 11/20/12 1 - SUBTOTAL ESTIMATED FEE: (multiplier 2.90 I $679 04 160 Subconsultant: JACOBS '" I _ _$201 508;41_ Subconsultant: HR Engineering, Inc. $30 17472 i Subconsultant: HADONNE $46931 55_.i Subconsultant: MAGBE $27,365 14 Subconsultant: GSLA -._......._..._...._......_00 $22,500.00 _._. 2 -SUBTOTAL ESTIMATED FEE: $1,007 52i 42 I. _........ Geotechnical Field and Lab Testing: Survey Fee (or Survey Grew Fee): $ _ Other Misc. Fee: Enter Fee Description 3 - SUBTOTAL ESTIMATED FEE: $1,007 521 42 Additional Services (Allowance) . y $65,000.00 Reimbursables (Allowance) $15,000.00 GRAND TOTAL ESTIMATED FEE: . $1,087 521 42 j ATTACHMENT A SCHEDULE Al — SUBCONSULTANTS FIRM NAME CONSULTING FIELD Archaeological & Historical ConservancV, Inc, Archaeological & Historical Conservancy GSLA Design, Inc. Landscape Architecture Hadonne Corporation Surveying HR Engineering Services Inc. lGeotechnical Jacobs Engineering Group,Inc. Resiliencv, Permitting MAGBE Consulting Services Inc. Public Outreach RH Engineering Group, Inc. IStructural Engineering SCHEDULE A2 — KEY STAFF NAME JOB CLASSIFICATION Alberto D. Ar udin Lead Senior Civil Engineer Cairo Can as Senior Pro'ect Manager Albert Ar udin Senior Construction Manager Ivette O. Ar udin Princi al Waddie Ruiz Senior Civil Engineer Abraham Hadonne Senior Surveyor and Mapper Hernando Ramos Senior Geotechnical Engineer Ma all Abad Communitv Relations PM Robert Carr Cultural Resource Pro'ect Coordinator Jason Bird Resilience Lead ATTACHMENT B - COMPENSATION AND PAYMENTS SCHEDULE 131 -WAGE RATES SUMMARY ADJUSTED ADJUSTED AVERAGE AVERAGE HOURLY RATE HOURLY RATE JOB CLASSIFICATION NEGOTIATED (2.9 Home (2.4 Field HOURLY RATE Multiplier Multiplier Applied) Applied) Principal 210 Lead Senior Civil Engineer 72.41 210.00 173.79� Senior Project Manager 68.97 200.00 165.52 62.07 180.00 148.97 Senior Engineer Project Engineer 58.62 170.00 140.69 48.28 140.00 115.86 Senior Designer 28.00 81.20 67.20 CADD Technician 72.00 208.80 172.80 Senior Construction Manager 52.00 150.80 124.80 Senior Inspector Inspector 41.00 118.90 98.40 Contract Administrator 55.00 159.50 132.00 Sr Surveyor Mapper 51.00 147.90 122.40 43.27 125.48 103.85 Project Surveyor 3 Man Survey Crew/Day 1,300* (*) Flat rate, no multipliers applied. ATTACHMENT B - COMPENSATION AND PAYMENTS SCHEDULE 131 - WAGE RATES SUMMARY - Page 2 ADJUSTED ADJUSTED AVERAGE AVERAGE HOURLY RATE HOURLY RATE JOB CLASSIFICATION NEGOTIATED (2.9 Home (2.4 Field HOURLY RATE Multiplier Multiplier Applied) Applied) Sr Geotechnical Engineer 72.41 210.00 173.79 Geotechnical Engineer 41.84 121.34 100.42 27.53 79.84 66.07 Staff Geotechnical Engineer 39.82 115.48 95.57 Sr. Engineering Technician 39.55 114.70 94.92 Community Relations PM 29.55 85.70 70.92 Senior Associate 42.00 121.80 100.80 Structural Engineer 35.02 101.56 84.05 Landscape Architect Architectural Historian 50.00 145.00 120.00 72.41 210.00 173.79 Cultural Resource Project Coord. 35.00 101.50 84.00 Phase I Archaeologist 30.00 87.00 72.00 Graphic Illustrator Blue Green Infrastructure Technologist/ 71.72 207.99 172.13 Resiliency Lead/Green Infrastructure 68.97 200.00 165.52 Lead .(") Flat rate, no multipliers applied ATTACHMENT B — COMPENSATION AND PAYMENTS SCHEDULE B1 — WAGE RATES SUMMARY JOB CLASSIFICATION NEGOTIATED HOURLY RATE ADJUSTED AVERAGE HOURLY RATE (2.9 Home Multiplier Applied) ADJUSTED AVERAGE HOURLY RATE (2.4 Field Multiplier Applied) GIS Senior Technician 42.76 124.00 102.62 Assistant Engineer 45.17 130.99 108.41 Staff Engineer 49.31 143.00 118.34 Engineer Technologist 55.86 161.99 134.06 (*) Flat rate, no multipliers applied. CONSULTANT WORK ORDER PROPOSAL Date: July 6, 2021 Land Surveyors and Mappers Utility Coordinators Subsurface Utility Engineering Dear Mr, Albert Argudin, CGC Vice -President A,D.A. Engineering, Inc, 8550 NW 33rd ST, Suite 202 Doral, FL 33122 HADONNE proposes to provide the services identified below for the project entitled "B-17365 - Shorecrest Area Survey", See Exhibit A for detailed location, all within the City of Miami, FL, pursuant to its Professional Service Agreement with the City of Miami for Land Surveying and Mapping Services, dated March 3011, 2018, I. GENERAL It is our understanding that City is in need of a design survey for the subject property, below is a detail scope of service of all the items as required. II. SCOPE OF WORK Task 1. Perform Topographic Survey of approximately 7,000 linear feet of road, survey to include the following items: a) Depict Right of Way information based on the City of Miami Street ATLAS sheets, record plats and property appraisal database including all current dedicated areas, b) Survey limits to extend from Right of Way to Right of Way along the corridor 15 feet into the private properties. c) Topo survey to extend 100 feet from the end of radius return into the intersecting streets. d) Locate all above ground features, including site lot lines, trees (Height, caliper, species), House number, e) Collect Rim elevations, invert elevations, bottom of structure and pipe material, f) Take elevation shots (Cross section elevations) at 25-foot intervals. g) Elevations to be referenced to NAVD88. h) Coordinates to be referenced to the NAD 83 (2011) i) HC will be responsible for converting any data provided by the city of any other government agency in order to incorporate within the project limits, j) Locate all existing ADA ramps and existing driveway approaches. k) HC will deliver three signed and sealed copies of the resulting map of survey in addition. 1) Collect Finished Floor elevation of all Buildings within the corridor, m) Limits of the Survey to extend 15 feet into the private properties along the corridor (when not accessible take elevation shots on the ground) n) Two (2) CDs containing: 1) Electronic CAD files in AutoCAD format (drawings to follow FDOT CAD format line styles) 2) DTM 3) Signed and sealed PDF file 4) Point txt file using PNEZD format. 5) Three (3) Signed and sealed copies full size Task 2, Perform Outfall Survey in four locations, with soundings. a) Perform Survey in connection Task 3, Perform up to 18 VVH Test Holes, additional locates will be billed based on $ 896,31 Per Locate. Task 4, For NE 78th Street and NE Little River Drive had been previously surveyed, we are going to update the topo and add it to this project. III. SUB -CONSULTANTS N/A HADONNE 11985 NW 881h Court - Suite 101 - Doral, FL. 33172 - P: +1(305) 266-1188 - F: +1(305) 207-6845 • www.[)adonne.com - LB7097 IV. SCHEDULE OF WORK— TIME OF PERFORMANCE SCHEDULE OF DELIVERABLES Duration (specify Delivery Date* Task, Sub -task, or Activity ID # Major Task, Sub -Task, Activity, or Deliverable weeks or calendar (Cumulative weeks, days) or calendar days) Task 1 Topographic Survey 25 Calendar Days NTP + 25 * An updated schedule, indicating actual delivery dates, based on the above durations, will be provided to the City upon receipt of the NTP. V. COMPENSATION Consultant shall perform the Work detailed in this Proposal for a Total Lump Sum fee of forty-six thousand nine hundred thirty- one dollars and fifty-five cents. ($ 45,931.55). The City shall not be liable for any fee, cost, expense or reimbursable expense or other compensation beyond this amount. SUMMARY OF COMPENSATION* Task, Sub -task, or Activity ID # Major Task Name andlorActivity Description Fee Amount Fee Basis Task 1 To o ra hic Surve $ 43,931.55 Lump Sum Task 2 Outfall Surveys Task 3 18 Test Hole VVHs @ 896,31 Per Locate Subtotal — Professional Fees $ 43,931.55 Lump Sum Allowance for additional services and Reimbursable Expenses 3,000,00 Limiting Amount TOTAL: $ 46,931.55 Lump Sum *Note: Compensation should match the Task, Activities, and/or Deliverables identified. VI. DATA PROVIDED BY CITY The following information or documents are to be provided by the city: None at this time, as this specific item pertains to the Survey Scope of Work, as described above, VII. PROJECT MANAGER CONSULTANT'S Project Manager for this Work Order assignment will be Abraham Hadad, PSM Submitted by, A4kAra Flada , SM DONNE CORP Reviewed and approval in concept. Recommended by: CIP Form 116 HADONNE 11985 NW 88th Court - Suite 101 - Doral, FL. 33172 - P: +1(305) 266-1188 - F: +1(305) 207-6845 • www.hadonne.com • LB7097 EXHIBIT "A13 NE79TH S Tmmmlm LIMITS TP- \ tt-� B� JJJ LE�GEIND TOPOGRAPHIC SURVEY LIMITS m m m m* OUTFALL LOCATIONS S/- Tm CIP Form 116 HADONNE 1 1985 NW 88th Court - Suite 101 - Dora[, FL. 33172 - P: +1(305) 266-1188 - F: +1(305) 207-6845 - www.hadonne.com - LB7097 Consultant Name: HADONNE CORP Contract No.: RFQ No. 16-17-027 Project: Shorecrest Area Date: 6/17/2021 Project No.: B- 17365 Description: Topographic Survey Estimator: Abraham Hadad, PSM /President STAFF CLASSIFICATION Job Classification,; Project Manager Project Surveyor CADD Position 6 Position 7 ;Staff Hours Salary Average Staff:. Abraham Hadad Raul Izquierdo Ruben Mesa i Applicable Rated Rate: $51.00 Rate: $43.27 Rate: $28.35 Rate: Rate: By ',, Cost By Rate Per Work Activity Man hours Cosy Man hours i Cost/Activity Man hours Cosy Man hours Cosy Man hours Cosy Activity Activity Task i Activity Activity Activity Activity 1 Topographic Survey of the area outlined on Exhibit "A" 24 $1,224 40 $1,731 80 $2,268 144 $5,223 $36.27 2 Outfall Surveys 8 $408 24 $1,038 24 $680 56 $2,127 $37.98 3 Subsurface Utilities VVH Test Holes 4 $204 8 $346 24 $680 36 $1,231 $34.18 4 5 Total Staff Hours 36R 72 128- 236 Total Staff Cost $1836.00 S3,115.44 $3,628.80 $8,58024 ; _ $36 36 Total % of Work by Position 15.3 % 30.5 % 54 2 1 - SUBTOTAL ESTIMATED FEE: (multiplier 2.90 $24,882.70 Subconsultant: Sub 1 i Subconsultant: Sub 2 ESTIMATE OF SURVEY CREW COSTS Subconsultant: Sub 3 1 3 - man Survey Crew. 12.0 crew days at 992.22 / day = $ 11,906.64 Subconsultant: Sub 4 4 - man Survey Crew crew days at ! day = $ Subconsultant: Sub 5 2 - SUBTOTAL ESTIMATED FEE: $24,882.70 Notes: Geotechnical Field and Lab Testing: 1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee, Survey Fee (or Survey Crew Fee): $ 11,906.64 2. Manually enter fee from each subconsultant. Unused subconsultant rows may be hidden Other Misc. Fee: COVID 19 2% Voluntary Contribution S (957.79. 3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope 3 - SUBTOTAL ESTIMATED FEE: $35,831.55 and Staff Hour Estimation Handbook. Perform 18 WH Test Holes @ 450.00 Per Locate $8,100.00 Attorney's Fee for possible Title Search $3,000.00 ciyofbriarri,c.i.P.Fo 1I7: P—i-de115109 _ GRAND TOTAL ESTIMATED FEE: $46,931.55 CIP Form 116 HADONNE 11985 NW 88th Court - Suite 101 - Dora[, FL. 33172 - P: +1(305) 266-1188 - F: +1(305) 207-6845 - www.hadonne.com - LB7097 CITY OF MIAMI, FLORIDA HR ENGINEERING SERVICES, INC. (HRES) HRES PROJECT No.: HR19-1512R•2 APRIL 30, 2021 We propose the following field exploration for the project: 1, Twenty-six (26) SPT borings, each to a depth of 15 feet, spaced 200 feet apart. The borings are needed to explore the subsurface conditions in the subject area. This area may have been backfitled it) the mast on top of bay sediments (muck, silt), 2. Ten (10) pavement cares at the locations shown. The existing base and subbase will be measured from 2 foot deep SPT borings. We are planning to collect 2 subgrade samples for LBR testing. 3. We are assuming that a permit with the City of Miami is required. The drilling permit fees of $ 750 is included in this proposal. Lane closures are required. HRES will contact One Call Sunshine. There wilt be a need of an Archeologist be retained by ADA to observe the drilling and document the findings. The fees for the Archeologist are not included in this proposal. Renortina Provide one roadway report that includes all the finding by the borings/pavement cores and recommendations for roadway reconstruction. UNITS 4 OF UNIT TOTAL UNITS RATE $ 1, TRAFFIC CONTROL AND FIELD EXPLORATION: 26 SPT BORINGS TO 15 FEET, 10 PAVEMENT CORES WITH 10 SPT BORINGS TO 2 FEET 1.1) Cones, Arrow Boards, Barricades: FDOT Index 612,613 day 7 $250.00 $1,750.00 1.2) 26 SPT Borings for roadway: 26xl5'=390 feet feet 390 $14.00 $5,460.00 1.3) 10 SPT Borings for pavement thickness: 10x2'=20 feet feet 20 $14.00 $280.00 1.4) Temporary Casing: 390 feet feet 390 $6.60 $2,535.00 1.5) Pavement Cores with base/subbase measurement: 10 cores each 10 $100.00 $1,000.00 1.6) Borehole Closing after performance: 390'-1•20'=410 feet feet 410 $6.00 i$2,050,00 1.7) Rig Mobilization each 1 $380,00 $380.00 1.8) Organic Content Tests: 26 boreholes: 26 tests each 26 $45.00 $1,170.00 1.9) Fines Content Tests: 26 boreholes: 26 tests each 26 $45.00 $1,170.00 1,10) Sieve analyses: 6 tests each 6 $65.00 $390.00 1.11) LBR tests: 2 each 2 $400.00 $800.00 ,� 1�) f�Qrmt� Fees CWsti(natthe ac(Iial OfterW'Wa)nIng 1hlde Ara eofa lsfservlaes TOTAL FOR FIELD INVESTIGATION $17,735.00 CITY OF MIAMI, FLORIDA HR ENGINEERING SERVICES, INC. (HRES) HRES PROJECT No.: HR19-1512R-2 APRIL 30, 2021 Z TECHNICIAN SERVICES AND ENGINEERING FOR REPORTING: USING A 2.9 MULTIPLIER 2.1) Senior Engineering Technician to obtain working permits and utility hour 20 $115.48 $2,309.60 coordination. Estimating 20 hours. Raw Labor Rate=$39.82, $39.82x2.9=$115.48 2,2) Engineering Technician for boring layout, underground utilities and digging 2 hour 24 $53.88 $1,293.12 Ll3R samples: 24 hours. Raw Labor Rate=$18.58, $18.58x2.9=$53.88 2,3) Staff Geotechnical Engineer for project support, drafting. Raw Labor hour 20 $79.84 $1,596.80 Rate=$27.53. $27.53x2.9=$79.84 2A) Geotechnical Engineer for report preparation. Raw Labor Rate=$41.84. hour 30 $121.34 $3,640.20 $41,842.94121.34 2.5) Senior Geotechnical Engineer for report preparation, review, QA/QC: Raw each 20 $180.00 $3,600.00 Labor Rate: $95.60. Use $62.07. $62.07x2.9=$180 TOTAL TECHNICIAN SERVICES AND ENGINEERING TOTAL FOR FIELD INVESTIGATION HR ENGINEERING SERVICES, INC. 7815 NW 72 Ave. - Medley, FL 33166 e (a .andoR.amo , PE S for Geotechnic I Engineer/President $12,439.772 I � . ,�"pfii`�" r POAGBE consulting services, inc:. PUBLIC OUTREACH PROJECT TIMELINE & FEE PROPOSAL (5/19/2021) MAGBE Consulting Services, Inc. (MAGBE) will serve as the Public outreach coordinator supporting ADA Engineering, and will provide counsel to ensure that all interested business and property owners are informed of the project's process. Public participation will be solicited in accordance with the Contract guidelines and without regard to race, color, religion, sex, age, national origin, familial status or handicap. Solicitation for public participation will be made through direct mailings, email, social media, project information factsheet and/or door to door handouts. This project is identified as a Level 2 public involvement project because property and business owners will likely be affected with temporary street closures and construction noise. The following is a list of tasks in priority order that will be followed to assure a smooth and a successful project outcome. 4 Develop a Community Awareness Plan (CAP) 4 Assist in Developing Project Fact Sheet/Public meeting invitation First Public meeting to present and explain the Project Plan to area residents/businesses: Participate and attend team meetings as necessary + Acquire area property owners/current occupants address list 4 Acquire area businesses address list 4 Acquire area homeowners' association list 4 Coordinate first public meeting date and time Secure and confirm public meeting venue Visit venue to determine compliance with ADA and coordinate room layout for meeting Mail invitation to public meeting and/or letter to area property owners Canvas area businesses to deliver invitation to public meeting Assist with social media announcements Prepare necessary documentation for public meeting i.e. agenda, name tags, sign -in sheet, comment cards, recorder, etc, Attend public meeting and assist with set up and take down of the meeting 4 Take minutes of meeting 4 Prepare report with meeting minutes, comments, and photos of the public meeting 4 Email public meeting report to the project manager and provide a hard copy Second public meeting prior to Project Construction Phase: 4 Coordinate second public meeting date and time following completion of Project Design to introduce the construction company and the timeline for construction 4 Assist in confirming public meeting venue 4 Visit Venue to determine compliance with ADA and coordinate room layout for meeting 4 Mail invitation to public meeting and/or letter to area property owners x` Canvas area businesses to invite to public meeting b Assist with social media announcements Prepare necessary documentation for public meeting i.e. agenda, name tags, sign -in sheet, comment cards, recorder, etc. 4 Attend public meeting and assist with set up and take down of the meeting 4 Take minutes of meeting 4 Prepare report with meeting minutes, comments, and photos of the public meeting 4 Ernail public meeting report to the project manager and provide a hard copy Following the second public meeting and until project completion: Maintain an open line of communication with the Project Manager and be on call should Public Information services be required if any unanticipated incidents occur. Assigned Base Standard Final Estimate Job Staff Staff Title = hourly . multiplier , hourly --, ;rate d Responsibilities rats- hours -_ Magali R. Public Involvement 39.55 2.9 114.69 158 See Above Project Abad Officer P10 timeline Scope Assistant PIO/ 85.69 See Above Project Lea Meyers clerical/ Social 29.55 2.9 148 timeline Scope Med is TOTAL FEE APPROXIMATE SERVICE HOURS 306 Qk $26,365.00 1P.NT`. Venue rentals range between Best efforts will be made Venue rental $350.00 to $400.00 per meeting for to locate a venue that 2 hours not including AV equipment will waive rental fees. AV Equipment If needed a quote will be provided Fact Sheet including meeting invitation Mailing expenses handle by the Prime or by the City OCI Communications Department For Description of Work Hours Please Refer to the Work Order Worksheet If you wants us to handle Printing and Mailing an expenses bill will be submitted with invoice * If the City of Miami OCI Communication Department will be in charge of collecting property owners' address data, assuming costs of mailings and advertising meetings through social media * or if it is decided to conduct the meetings virtual instead of in person, the hours will be adjusted to reflect this accordingly. ESTIMATE OF WORK EFFORT AND COST -PRIME CONSULTANT Consultant Name: Magbe Consulting Inc. Project: Shorecrest Short Term Improvements contras Date- 512112021 Project No, B- B- 33846 Description: Public Outreach Efforts Estimator. Magali Abatl STAFF CLASSIFICATION i Job Classification j Staff€j Applicable Rate Position 1 Magali RAbed Rate: $39.55 Position 2 - - Position 3 Position 4 f Lea Meyers name name Rate. $29.55 Rate: Rate: Position 5 name Rate: Position 6 name Rate: Position 7 Staff Hours j name Rate: By Salary Cost By Average 1 Rate Per ? 1 Work Activity Projected 2 Public Meetings 9 Man hours Man C°st/Activrty hours Man p Man iCosV Activity ho_u_rs Cosy Activity hours Cosy Activity Man hours {Cosy Activity Man hours Cosy Acivity Man hours COet/Activityi Activity i 1 Activity s Task a 1 Research& Develop a Community Awareness Plan (CAP) 15 $593 5 S148 $ � T E 20 i 1 15 $741 S543 $37.05 S36 22 _ 2 Assist in Developing Project Factshect (rc requested) 10 $396 5 $148 I 3 Briefing Elected Oticials & Answering Metlia Ingul— (if requested) € 6 $237 € 6 3 $237 $30.55 4 Research Property Data Base of area Property Owners& Occupants 8 $316 15 $443 23 j ! 10 1 §760 $296 $33.03 $29.55 5 Create and Maintain the updated the Excel file data 10 $296 6 Research, Identify & Visit Area Homeowners Associations 8 1 $316 8 $236 I { 16 $553 $34.55 7 Participate in Staff Bminsto-ming Session E 4 $158 4 $118 8 Participate in Staff Progress'' JWeekly Meetings — 12 $475 12 $355 I P4 CHARRETTE/PUBLIC MEETING 1 € 9 Research & Identify Meeting Venue 4 $158 6 $177 10 $336 - $33.55 10 \fist Selected Vem:e. Meet wth Owner & Negotate Price 4 $158 4 $118 r 8 9 1 $276 $326 $34.55 $36.22 11 Prepare Necessary Meeting Documentation & Develop Room Arrangement 6 $237 3 $59 € r € 12 Prepare Mailing no Advertising Process 10 $396 10 i $29"0 a 20 1 $691 $34.55 13 Mail Invitation to Meeting to Property Owners & occupants 8 $316 i 8 $236 r E _.f 16 j 12 1 $553 $415 $34-55 $34.55 _ 14 Canvassing area Businesses& Invite to the Meeting 6 $237 6 $177 15 Attend & MC Meeting, Responsible for set Up & Take Down 6 t $237 1 6 $177 € 12 j i6 Prepare Meeting Report & Email to Project Manager - 6 $237 4 $118 i 10 1 CHARRETTE/PUBLIC MEETING 2 ' 17 Visit Selected Venue, Meet wan Owner & Negotiate Pricz € 3 $119 3 $89 6 $207 $34.55 18 Prepare Necessary Meeting Documentation & Develop Room Arrangement r 6 1 $237 3 $89 I _ - _ _-r f � ~ 9 ? 5326 §36.22 19 Prepare Mailing or Advertising Process 10 $396 10 $296 > t 20 3 $691 $34.55 20 Mail ',nvitation to Meeting :o Property owners & Occupants 8 $316 10 $296 1 E 18 $612 $33.99 21 Canvassing Area Businesses & Invite to Attend the Meeting 1 6 $237 6 $177 I 12 12 $415 5415 $34.55 I $34.55 22 Attend & MC Meeting, Responsible for Set Up & Take Down 6 $237 6 $177 23 Prepare Meeting Report & Email to Project Manager t 6 $237 4 $118 10 S356 $35.55 k ' i Total staff Hours 158 148 € 306 1 �� i $8,746.60 r t §28.58 Total Staff Cost $6,248.90 $4,373.40 ESTIMATE OF SURVEY CREW COSTS _ 3 - man Survey Crew: crew days at / day = $ 4 - man Survey Crew: crew days at / day = $ 1. This sheet is to be used by Prime Consultant to calculate the Grand Total Fee. 2- Manually enter fee from each subconsultant. Unused subconsuttant rows may be hidden 3. The basis for work activity descriptions shall be the FICE/FDOT Standard Scope and Staff Hour Estimation Handbook. City of M am, G.I.P. Form 11%: Created e2LC9 - Revised 1120112 1 -SUBTOTAL ESTIMATED FEE: (multiplier 2.9) (Lump Sum) j._ $25 365.74..j Subconsultant: Enter Name of Sub 1 ( 1 Subconsultant: Sub 2 Subconsultant: Sub 3 ` Subconsultan, Sub ....._.._...............,_„-.......( I Subconsultant: Sub 5 i 2-SUBTOTAL ESTIMATED FEE: � ; Geotechnical Field and Lab Testing: .$25,365.14 j Survey Fee (or Survey Crew Fee): h $ # Venue Renal, Printing, and Stamps (Time and Other Misc. Fee: $ 2,000.00 1 Materials) I 3-SUBTOTAL ESTIMATED FEE: ...................__.....-._, i §27,365,..11 i : Additional Services (Allowance) .....................................i Reimbursables (Allowance) GRAND TOTAL ESTIMATED FEE: .. �- $27 36514 I GAR ONER � SEMLER LANDSCAPE ARCHITECTURE WWW.GSLAOESION.COM 1 7h70 NW 7$Ih AVE,, SUITE 214 M I A M i, PL 33013 P 305.M.1016 P 305.392.1019 CORP. IO#0000266 April 30, 2021 Albert Argudin A.D.A. Engineering, Inc. 8550 NW 33 Street, Suite 202 Doral, Florida 33122 RE: Shore Crest Neighborhood — Phase II Dear Cairo, We appreciate being invited to participate in the design of your project located at the Shore Crest Neighborhood in Miami, FL as shown except for the areas noted in the red boxes on the attached sketch. SCOPE OF SERVICES GSLA Design shall provide the following landscape architectural services for your project: 1) GSLA will perform a landscape inventory of all plant material within the ROW and extending fifteen (15) feet into the private properties. It is understood that in many cases it will be impossible to access the landscape areas within private properties. In these cases GSLA will "do its best" to make an accurate accounting of the landscape. 2) GSLA will prepare the following Contract Documents: a. Existing Tree Disposition Plan showing existing trees and denoting if they are to remain, be removed or relocated. GSLA does not provide Arbcrist's services but will coordinate the Existing Tree Disposition Plans with the Arborist's report. GSLA will calculate the necessary mitigation and incorporate as much of that mitigation in the proposed planting plan. GSLA does not get permits but will provide the necessary plans and details to get the permits. b. Planting Plan for the required mitigation sufficient in detail for bidding and installation by qualified contractors. 3) GSLA will attend up to five (5) meetings during the design phase. Attendance at additional meetings will be billed hourly, recorded portal to portal. 4) GSLA will prepare a color rendered site planting plan. GSLA does not prepare perspective plans but will happily assist a renderer by providing technical information to them on the plant material proposed for their preparation of an accurate representation. 5) GSLA will prepare plans on a base Site Plan provided by A.D.A. Engineering. Any changes to GSLA plans required by changes to the Site Plan shall be billed hourly. Any changes to GSLA plans required as a result of comments concerning our design by Review Boards or government staff shall be made at no additional cost. 6) Contract Administration will include attendance at up to five (5) site visits during construction, preparing responses to RFI's, shop drawing approvals, review of pay requests and attendance at necessary periodic visits and/or coordination meetings with the Architect/Engineer, Contractor or Owner. GSLA shall not be required to make exhaustive or continuous on -site inspections to check the quality or quantity of the work and shall not be responsible for construction means, methods, techniques, sequences or procedures, or safety precautions and programs in connection with the work, and shall not be responsible for any Shore Crest Neighborhood - Phase 11 page 1 of 4 GARD HER t 5EMLER r c' LAN D$C:APB ARGNITE GTURE WWW.G6LADESIGN.COM D 1 7670 NW 781E AVE., SUITE 711 M IAMI FL 33015 P SOS.392.id18 P 305,392.1019 CORP. IDd0000245 Contractor's failure to carry out the work in accordance with the Contract Documents. Attendance at additional site visits shall be billed on an hourly basis, recorded portal to portal. II. CLIENT'S RESPONSIBILITIES The Client shall provide any required site surveys, as -built drawings, soil tests, as well as architectural and engineering services as required. GSLA will prepare any documents necessary to receive permits pertaining to GSLA's scope of work. GSLA will not be responsible to submit the plans through the governing agencies. III. FEES 1) The fee shall be $ 22,500 payable as follows: $ 6,300 - upon submission of a Schematic Design and Site Plan Approval Phase drawings $ 5,400 upon submission of Design Development drawings $ 3,600 upon submission of 50% Construction Document drawings $ 2,700 upon submission of 90% Construction Document drawings $ 900 upon submission of 100% Construction Document drawings $ 3,600 - for Contract Administration 2) Hourly rates are as follows (time recorded portal to portal): $200/hr for Principal Landscape Architect $150/hr for Project Manager $ 85/hr for Landscape Designer $ 50/hr for Staff 3) Reimbursable expenses shall be billed of actual cost for plan- reproduction, courier fees, postage and handling and any out-of-town traveling expenses connected with the project. Prints created in-house by GSLA for submittal will be charged at $ .10 each for 1 1x17 sheets, $2.00 each for D size sheets (24"x36") and $ 2.50 each for E size sheets (30"x42"). In-house coordination prints shall not be submitted for reimbursement. 4) ALL ACCOUNTS ARE DUE AND PAYABLE IN FULL UPON SUBMISSION OF INVOICE TO CLIENT. 5) A Late Payment Charge of 1.5% per month will be added to all invoices past due. 6) If it becomes necessary incur collection fees and/or employ the services of an attorney to collect debt, then such fees shall be paid by the client. Shore Crest Neighborhood - Phase 11 page 2 of 4 5.. t -y ytz ,. GARD NER + SEMLER LANDSCAPE ARCHITECTURE WWW.GSLADESIGN.COM E 11610 P1W 781h AVL., SUITt Z14 M I A M I, t L 3301 5 P 3dS.3'12.1076 K305.892.10t9 CORP. 10#0000266 IV, ADDITIONAL SERVICES 1) Any revisions to our drawings, specifications or other documents required as a result of changes to base plans or other information or instructions provided to GSLA from the Client or his Architect or Engineer, shall be billed on an hourly basis at our current hourly rates. Any additional services requested by the Client shall also be billed on an hourly basis. 2) When GSLA is contracted to prepare plans for the layout and design of roof top hordscape amenities, plantings and irrigation, the Client shall provide the services of a structural engineer. GSLA shall rely upon the advice of the engineer for information as to the roof structure's weight bearing capacity, roof drainage, waterproofing systems, etc. GSLA shall not be responsible for the preparation of structural, mechanical or electrical construction plans for the roof top areas. GSLA is not responsible for any construction operations during installation of elements designed by GSLA that damage the structure, waterproofing or clog drains. 3) When GSLA is contracted to prepare plans for projects that are attempting to achieve LEED credentialing, GSLA will make calculations, specify qualifying materials and make recommendations necessary to apply for any points relating to GSLA's disciplines, GSLA makes no guarantee that these points will be granted. V. TERMINATION This agreement may be terminated by either party upon seven (7) days written notice. In the event of termination, GSLA shall be paid its compensation for service performed to the termination date including reimbursable expenses then due. The client may not, at any time, use or allow the use of any work which is either incomplete in any respect, or is not fully paid for, even if complete. The persons executing this agreement warrant and represent that they are authorized to enter into this Agreement on behalf of the person or entity for whom they are signing. We look forward to being of service to you, This agreement is executed this day of GSLA DESIGN 2021, r By: KeKoardner For the Firm Client: (Individually and as a Corporate Representative): Signature Name & Title Printed Shore Crest Neighborhood - Phase 11 page 3 of 4 GAR ONER t SEMLER LANDSCAPE AR CAITECTORE WWW.G SLAOE$]^ON.CO�M1 11. NW 1. AVE_ SUITE 214 �- - MIAMI, rL 334)15 t P 305.392.1016 F 305.392.1019 CORP. IOddO0Q 266 ` - 60cp U1,61 iL+ Royal 83 a ie0 § Daily Otferta0 vaga Mia Car Reriwlt am!cEr Wash 1d5 S t rcxal H0u _ mea, Wme WON,$* by Bhu71 MtnutemaW Preis Tile &y 41nersal i c 90Miami. : _4tliy's tttp(/dt � It45aemte' 1wj Mia 11 N6791h 5Y TSB, aF.W.1 '` 4 _-.a Shore Crest Neighborhood - Phase 11 page 4 of 4 s n r CITY OF MIAMI �#it6kS?EP iS4EEi 14" DOCUMENT ROUTING FORM ORIGINATING DEPARTMENT: Procurement DEPT. CONTACT PERSON: Anthony Rolle/Luis Caseres EXT. NAME OF OTHER CONTRACTUAL PARTY/ENTITY: IS THIS AGREEMENT AS A RESULT OF A COMPETITIVE PROCUREMENT PROCESS? ❑ YES ❑■ NO TOTAL CONTRACT AMOUNT: FUNDING INVOLVED? ❑ YES 0 NO TYPE OF AGREEMENT: ❑ MANAGEMENT AGREEMENT ❑ PUBLIC WORKS AGREEMENT ❑ PROFESSIONAL SERVICES AGREEMENT ❑ MAINTENANCE AGREEMENT ❑ GRANT AGREEMENT ❑ INTER -LOCAL AGREEMENT ❑ EXPERT CONSULTANT AGREEMENT ❑ LEASE AGREEMENT ❑ LICENSE AGREEMENT ❑ PURCHASE OR SALE AGREEMENT OTHER: (PLEASE SPECIFY) City Manager Memo for Award PURPOSE OF ITEM (BRIEF SUMMARY) Recommendation for Award of Contract for Civil Engineering Services for Shorecrest Road and Drainage Improvements, D-5, Project B-17365 - RFQ 19-20-021 COMMISSION APPROVAL DATE: FILE ID: ENACTMENT NO.: IF THIS DOES NOT REQUIRE COMMISSION APPROVAL, PLEASE EXPLAIN: N/A R U „I INFO NIADate Signature/Print Annie Per Z Digitally signed by Perez, WnnieAnnie APPROVAL BY DEPARTMENTAL DIRECTOR Perez, ,oa,e, 2021,07z3 16:20:29-04'00' Ann -Marie Sharpe SUBMITTED TO RISK MANAGEMENT N/A N/A Victoria Mendez SUBMITTED TO CITY ATTORNEY NIA N/A Leon Michel APPROVAL BY BUDGET OFFICE N/A N/A Fernando Casamayor APPROVAL BY ASSISTANT CITY MANAGER APPROVAL BY DEPUTY CITY MANAGER Nzeribe Ihekwab� RECEIVED BY CITY MANAGER AIL 2 7 A ur Norie SUBMITTED TO AND ATTESTED BY CITY Todd Hannon CLERK NIA N/A 1) ONE ORIGINAL TO CITY CLERK 2) ONE COPY TO CITY ATTORNEY'S OFFICE 3) REMAINING ORIGINAL(S) TO ORIGINATING DEPARTMENT PLEASE ATTACH THIS ROUTING FORM TO ALL DOCUMENTS THAT REQUIRE EXECUTION BY THE CITY MANAGER PR 21186 CIi#U of damn ANNIE PEREZ, CPPO P—.--Dj— — August 4, 2021 All Responding Proposers (See Distribution List) Arthur N—iega V C"v M" „ ' SUBJECT: RFQ No.: 19-20-021 — Civil Engineering Services for Shorecrest Road and Drainage Improvements - D-5, Project B-17365 Dear Proposers: Evaluation of proposals tendered in response to the above cited solicitation has been completed. The City Manager or designee has recommended award as shown in the attached document. This notice is provided in accordance with Section 18-74 of the City of Miami Code. Our provision of this notice also serves to confirm the lifting of the Cone of Silence from this procurement action as dictated by Section 18-74 (d) (2) of the City of Miami Code. We appreciate the participation of all Proposers which responded to the subject action. If you have any questions, please contact me at 305-416-1903 or LPerezcodinaamiamigov.com. Sincerely, Luis A. Perez-Codina Senior Procurement Contracting Manager Distribution List: BCC Engineering, LLC EAC Consulting, Inc. Chen Moore and Associates, Inc. T.Y. Lin International Kimley Horn and Associates, Inc. A&P Consulting Transportation Engineers, Corp. A.D.A. Engineering, Inc. Attachment: City Manager Award Recommendation cc: City Clerk Pablo Velez, Sr. Assistant City Attorney, Office of the City Attorney Annie Perez, Director, Department of Procurement Fernando V. Ponassi, Assistant Director, Department of Procurement CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Honorable City of Miami Commissioners and Honorable Mayor of the City of Miami FROM: Arthur Noriega V, City Manager DATE: March 31, 2021 SUBJECT: Report of Evaluation Committee for RFQ No. 19-20-021, Civil Engineering Services for Shorecrest Road and Drainage Improvements, D-5, Project B-17365 ENCLOSURES: Report of Evaluation Committee In accordance with Section 18-87 (i) of the City of Miami Code, attached please find the Report of the Evaluation Committee for subject solicitation. AP: ar c: Fernando Casamayor, Assistant City Manager/Chief Financial Officer Nzeri Ihekwaba, PE, PhD, Assistant City Manager/Chief of Operations Pablo R. Velez, Sr. Assistant City Attorney Annie Perez, CPPO, Director, Procurement Hector Badia, Interim Director, Office of Capital Improvements PR21085 CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Arthur Noriega, V. DATE: March 30, 2021 City Manager FROM: Annie Perez, CPPO, Director SUBJECT: Report of Evaluation Committee for Department of Procurement RFQ No. 19-20-021, Civil Engineering Services for Shorecrest Road and Drainage Improvements, D-5, Project B-17365 ENCLOSURES: Response Security List, Evaluation Committee Tabulation Sheet, Evaluation Committee Appointment Memo, and State of Florida Executive Orders 20-52 and 20-69 Background On January 24, 2020, the City of Miami ("City") Department of Procurement ("Procurement") issued Request for Qualifications ("RFQ") No. 19-20-021 for the provision of Civil Engineering Services for Shorecrest Road and Drainage Improvements ("Project"), on behalf of the Office of Capital Improvements ("OCI"). Subsequently, on March 9, 2020, the State of Florida issued a Declaration of Emergency through Executive Order 20-52 (copy attached), because of the Novel Coronavirus Disease 2019 (COVID-19) pandemic. Further, on May 13, 2020, Procurement received seven (7) proposals in response to this solicitation. Consequently, the proposals were reviewed by Procurement staff, and upon conclusion of the due diligence effort, all seven (7) proposals received from BCC Engineering, LLC (BCC), EAC Consulting, Inc. (EAC), Chen Moore and Associates, Inc. (Chen Moore), TY Lin International (TY Lin), Kimley-Horn and Associates, Inc. (Kimley-Horn), A.D.A. Engineering, Inc. (ADA) and A&P Consulting Transportation Engineers, Corp. (A&P) were deemed responsive in accordance with the minimum qualifications and experience requirements of the RFQ. At the time when the due diligence effort was completed, the selection process continued to remain on hold until October 15, 2020, when the City Attorney's Office approved the guidelines to conduct virtual meetings proposed by Procurement. In -person evaluation meetings were resumed upon sunset of State of Florida's Executive Order 20-69 (copy attached) on November 1, 2020. On December 8, 2020, an Evaluation Committee ("Committee") was appointed by the City Manager to evaluate the proposals pursuant to the criteria established in the RFQ. Summary of Evaluation While governed by Florida Statutes Section 287.055, any typical selection of professional services consultants may be comprised of two (2) steps: Step 1 "Evaluation of Qualifications and Experience," and Step 2 "Evaluation of Technical Proposals/Oral Presentations." On February 10, 2021, the Committee met to complete the Step 1 evaluation of the seven (7) responsive proposals, following the guidelines stipulated in the solicitation. Shortly before the meeting, two (2) of the voting members, Ms. Elirosa Estevez, PE, Engineer III with the City's Resilience and Public Works Department, and Mr. Armando L. Villaboy, Regional Representative, South Florida Water Management District, informed Procurement of their inability to attend the in -person meeting. Ms. Estevez was PR21085 1 Page 2 - Civil Engineering Services for Shorecrest Road and Drainage Improvements, Arthur Noriega, V., City Manager replaced by Mr. Giraldo Marquez, Chief Project Manager, OCI, but Mr. Villaboy could not be replaced due to the second alternate member, Ms. Ivelisse Rodriguez, Project Manager, OCI, declining to attend. This situation was reported to the attending members of the Committee, who voted unanimously to proceed with the Step 1 evaluation with the four (4) members present. Accordingly, the proposals were evaluated pursuant to the six (6) evaluation criteria listed below: Maximum Points Evaluation Criteria Step 1 (Per Committee Member) 1. Proposer's Qualifications and Experience 30 2. Proposer's Lead Engineer's Qualifications and Experience 20 3. Proposer's Team Qualifications and Experience 20 4. Design Philosophy and Process 15 5. Technical Capabilities and Approach 10 6. Amount of Work Awarded by the City 5 Total Points Per Committee Member 100 Proposers who agreed to meet the Small Business Enterprise ("SBE") participation requirement by assigning certified SBE firms with a "Local Office," as defined in City Procurement Code, Section 18-73, would have been granted five (5) Bonus Points, in accordance with the RFQ and City Procurement Code, Section 18-87, as amended. The following five (5) Proposers chose to meet the SBE participation requirement using the "Local Office" criteria: BCC, EAC, TY Lin, Kimley-Horn and ADA. Furthermore, Procurement staff assigned scores for Criterion 6, "Amount of Work Awarded by the City," based on the amount of work awarded by the City of Miami within the previous three (3) years from the Proposal Submission Due Date of May 13, 2020. Upon further review of the points assigned for Criterion 6, "Amount of Work Awarded by the City," Procurement staff was made aware of an error in the way points were assigned to two of the teams, A&P and TY Lin. As a result, the Evaluation Committee was reconvened on March 26, 2021, to report the error and to have all committee members to correct their individual scoring sheets for Criterion 6, only. No changes to the rest of the original scores were allowed. The final individual scores per team under Criterion 6 are indicated between parenthesis next to the total awarded points shown below. The final scores were as follows: Proposing Firms Awarded Points (Maximum 400 poir 1. A.D.A. Engineering, Inc. 346 (12) 2. A & P Consulting Transportation Engineers Corp. 344 (12) 3. BCC Engineering, LLC 343 (16) 4. Chen Moore and Associates, Inc. 337 (16) 5. Kimley-Horn and Associates, Inc. 327 (12) 6. T.Y. Lin International 325 (8) 7. EAC Consulting, Inc. 220 (12) The Committee decided not to hold oral presentations, as the proposals did not require further clarification. The composite and individual Committee member score sheets are attached hereto as supporting documentation. PR21085 Page 2 - Civil Engineering Services for Shorecrest Road and Drainage Improvements, Arthur Noriega, V., City Manager Consensus Statement ADA, the highest ranked team, received a total of 346 points out of a maximum total of 400 points. The Committee discussed ADA's extensive engineering experience and determined that ADA had assembled a team of engineering professionals whose resumes demonstrate exceptional strength in the areas of road and drainage engineering. The Committee noted that ADA was exceptionally qualified to provide the services needed to develop road and drainage improvements required for the Project. After deliberation, the Committee members unanimously agreed that ADA's proposal demonstrated that its qualifications are comprehensively suited to meet the critical needs of the City through this Project, and to provide continuing support to the City through the construction phase of the Project. Recommendation The Committee hereby requests authorization for Procurement, in collaboration with the nominated Negotiations Committee of Ms. Liza Herrera (Miami -Dade County) and Messrs. Jorge Corzo (Town of Medley) and Giraldo Marquez (City of Miami), to commence negotiations of a PSA with ADA, the highest ranked firm, to develop the plans for the implementation and construction of the required road and drainage improvements for the Shorecrest community. As a result, the Committee voted unanimously to recommend to the City Manager that negotiations of a professional services agreement (PSA) be initiated with ADA. Approved: Date: Arthur Nor 44, V., Cr anager c. Fernando Casamayor, Assistant City Manager/Chief Financial Officer Nzeribe Ihekwaba, PE, PhD, Assistant City Manager/Chief of Operations Pablo R. Velez, Sr. Assistant City Attorney Hector Badia, Interim Director, Office of Capital Improvements Fernando V. Ponassi, MA Arch., MA PPA, LEEDOAP, Assistant Director, Procurement PR21085 CITY OF MIAMI OFFICE OF THE CITY CLERK BID SECURITY LIST BID ITEM: Civil Engineering Services for Shorecrest Road and Drainage Improvements BID NUMBER: RFQ No. 19-20-021 DATE BID OPENED: May 13, 2020 TIME: 3:00 p.m. x BxH(s) 's Date Received (7) bid(s) PREPARED BY: Deputy City Clerk CITY OF MIAMI, FLORIDA INTER -OFFICE MEMORANDUM TO: Arthur Noriega V., City Manager FROM: Annie Perez, CPPO, Director Department of Procurement 4— DATE: December 3, 2020 SUBJECT: Evaluation Committee Appointments for Civil Engineering Services for Shorecrest Road and Drainage Improvements - Request for Qualifications ("RFQ") No. 19-20-021, for the Office of Capital Improvements REFERENCES: RFQ No, 19-20-021 In accordance with Section 18-86(c)(6) of the City of Miami Code, the Department of Procurement (Procurement), on behalf of the Office of Capital Improvements (OCI), requests your approval to appoint the below listed professionals to the EvaluationlSelection Committee (Committee). The Committee will be tasked with evaluating and scoring the proposals received on May 13, 2020, in response to RFQ No. 19- 20-021 for Civil Engineering Services for Shorecrest Road and Drainage Improvements. The Committee shall be comprised of professionals that have the requisite knowledge and experience to evaluate the proposals pursuant to the criteria established in the RFQ. Chairperson (non -voting) Anthony Rolle, Sr. Procurement Contracting Officer, Procurement, City of Miami (COM) City of Miami Staff (voting) 1. Cameron Frazier, Project Manager, OCI, COM 2. Elyrosa Estevez, Professional Engineer ill, Resilience and Public Works Department, COM External Committee Members (voting) 1. Armando L. Vilaboy, Regional Representative, South Florida Water Management District 2. Jorge E. Corzo, PE, Director, Capital Projects and Community Development, Town of Medley 3. Liza Herrera, PE, Engineer III, Miami -Dade County Department of Transportation and Public Works Alternate Committee Members (voting) 1. Oiraldo Marquez, Chief Project Manager, OCI, COM 2. Ivelisse Rodriguez, Project Manager, OCi, COM Your signature below affirms your appointment of this Committee for the evaluation of proposals for the Project, as solicited under RFQ No. 19-20-021. APPROVED: �3'"' Arthur Noriega V., City Manager Date c: Nzeribe lhekwaba, PhD., P.E., Assistant City Manager/Chief of Operations Fernando Casamayor, Assistant City Manager/Chief Financial Officer Pablo R. Velez, Sr. Assistant City Attorney Hector Badia, Interim Director, OCI Jorge Mora, Assistant Director, OCi Fernando V, Ponassi, MA Arch., MA PPA, LEEDOAP, Assistant Director, Procurement P R20212 Department of Procurement EVALUATION COMMITTEE MEETING CIVIL ENGINEERING SERVICES FOR SHORECREST ROAD AND DRAINAGE IMPROVEMENTS RFQ NO. 19-20-021 March 25, 2021 at 2:00 p.m. SIGN -IN SHEET Name J-0&C& Z, C0 Company 272a2A) pF &�� Vc Address i City/Zip GG/F.A f/ Phone E-mail •��rr �`� �, �1Cd7l�4fir/�E'�(�/J Name �`3 i fa Uo "6E'ff Company Address City/Zip Phone s �� �, - 12� E-117ail 'ti?Gt+ v Name ` Company Address City/Zip Phone E-mail Name L-t7A, �I�S Company D - _) 7 2- t\,' Address III 9 W i �-4 1961 City/ZiP MIAMI oZA l 3�_1ae6 Phone � 31� , }',' E-mail I f r �i 1� I''1'`t'UFd0A Name Company r Address city/Zip Phone E-mail Name Address City/Zip Phone (/�T S�� 1 — M I Iq R — iWLf0rJ,W%WA1. �� r. EV711il MEETING February 10, 2021 - Reconvened on March 25, 2021 EVALUATION COMMITTEE MEMBERS z W Q Cn Z C C Y ° Department of Procurement y; o o 16 .2 ' p w o Request for Qualifications (RFQ) No. 19-20-021 ° ° E E y 'c = H 0 ° o a v� Civil Engineering Services for Shorecrest Road and Drainage Improvements, D5 oM a o o_ m o a m O •- -A `0 •- d•- y co w U Cn z Y W U a m z z a 3 E R y o° ° E u w ¢ LUco m z Arthur Noriega, V, City Manager o o c N m Z a w o cco Annie Perez, CPPO, Director of Procurement Hector Badia, Interim Director, OCI = ;, y o �Z J ~ a E o c a CD CDW E «' Q CY J Q F F- LL O to z r- c d 2 aEi L p 0 R.? J Cr J _Z O � LL TABULATION SHEET LLT w a L a L' E " a 3 E > c z 0 O J Q a s ° o o ~ Cn RFQ No. 19-20-021 0 3 Lu E � c E c 0 Cram° LL = w o z m J a ~ d E x A E V a U f0 0 E �n > O E)�j aao ` Q 0 J C7 LL NAME OF FIRM(S) 1 BCC Engineering, LLC 1A - Proposer's Qualifications and Experience (Max. 30 points) 27 27 20 27 101 2A - Proposers Lead Engineer's Qualifications and Experience (Max. 20 points) 17 18 14 16 65 3A - Proposer's Team Qalifications and Experience (Max. 20 points) 17 18 16 18 69 4A - Design Philosophy and Process (Max. 15 points) 12 14 13 13 52 5A - Technical Capabilities and Approach (Max. 10 points) 8 9 9 9 35 6A - Amount of Work Awarded by the City (Max. 5 points) 4 4 4 14 16 343 3 Qualitative Scores 338 3 Tie Breakers = Sub -Total Qualitative Points for 1A, 2A, 3A, 4A, 5A, and 6A in that order. Chen Moore and Associates, Inc. 2 1A - Proposer's Qualifications and Experience (Max. 30 points) 27 26 23 26 102 2A - Proposer's Lead Engineer's Qualifications and Experience (Max. 20 points) 17 16 17 18 68 3A - Proposer's Team Qalifications and Experience (Max. 20 points) 19 17 16 17 69 4A - Design Philosophy and Process (Max. 15 points) 13 11 14 14 52 5A - Technical Capabilities and Approach (Max. 10 points) 9 6 8 7 30 6A - Amount of Work Awarded by the City (Max. 5 points) 4 4 14 4 16 Qualitative Scores 337 4 80 1 82 337 4 Tie Breakers = Sub -Total Qualitative Points for 1A, 2A, 3A, 4A, 5A, and 6A in that order. Page 1 of 4 EV711il MEETING February 10, 2021 - Reconvened on March 25, 2021 EVALUATION COMMITTEE MEMBERS z W Q Cn Z Department of Procurement y; o o 16 .2 ' p w o Request for Qualifications (RFQ) No. 19-20-021 ° ° E E = H 0 o o v� Civil Engineering Services for Shorecrest Road and Drainage Improvements, D5 oM a o o_ m o a m O •- -A `0 •- d•- y E co w U Cn z Y W U a m z z a 3 E R y o° ° E u w ¢ LUco m z Arthur Noriega, V, City Manager o o c N m Z a w o cco Annie Perez, CPPO, Director of Procurement Hector Badia, Interim Director, OCI = ;, y o �Z J ~ a E o c a CD CDW E «' Q CY J Q F F- LL O to z r- c d 2 aEi L p 0 R.? J Cr J _Z O � LL TABULATION SHEET LLT w a L a L' E " a 3 E > c z 0 O J Q a s ° o o ~ Cn RFQ No. 19-20-021 0 3 Lu E � c E c 0 Cram° LL = w o z m J a ~ d E x A E V a U f0 0 E �n > O E)�j aao ` Q 0 J C7 LL NAME OF FIRM(S) 3 T.Y. Lin International 25 26 26 26 103 1A - Proposer's Qualifications and Experience (Max. 30 points) 2A - Proposer's Lead Engineer's Qualifications and Experience (Max. 20 points) 16 15 14 16 61 3A - Proposer's Team Qualifications and Experience (Max. 20 points) 16 17 18 16 67 4A - Design Philosophy and Process (Max. 15 points) 12 12 13 13 50 5A - Technical Capabilities and Approach (Max. 10 points) 8 7 9 7 31 6A - Amount of Work Awarded by the City (Max. 5 points) 2 2 2 2 8 Qualitative Scores 320 6 325 6 Tie Breakers = Sub -Total Qualitative Points for 1A, 2A, 3A, 4A, 5A, and 6A in that order. Kimley-Horn and Associates, Inc. 4 1A - Proposer's Qualifications and Experience (Max. 30 points) 27 27 21 26 101 2A - Proposer's Lead Engineer's Qualifications and Experience (Max. 20 points) 18 17 15 16 66 3A - Proposers Team Qualifications and Experience (Max. 20 points) 17 17 17 17 68 4A - Design Philosophy and Process (Max. 15 points) 12 12 10 13 47 5A - Technical Capabilities and Approach (Max. 10 points) 8 7 6 7 28 6A - Amount of Work Awarded by the City (Max. 5 points) 3 3 3 3 1 12 Qualitative Scores 322 5 327 5 Tie Breakers = Sub -Total Qualitative Points for 1A, 2A, 3A, 4A, 5A, and 6A in that order. 77 Page 2 of 4 EV711il MEETING February 10, 2021 - Reconvened on March 25, 2021 EVALUATION COMMITTEE MEMBERS z W Q Cn Z C C Y ° Department of Procurement y; o o 16 .2 ' p w o Request for Qualifications (RFQ) No. 19-20-021 ° ° E E y 'c = H 0 o o a v� Civil Engineering Services for Shorecrest Road and Drainage Improvements, D5 oM a o o_ m o a m O •- -A `0 •- d•- y E co w U Cn z Y W U a m z z a 3 E R y o° ° E u w ¢ LUco m z Arthur Noriega, V, City Manager o o c N m Z a w o cco Annie Perez, CPPO, Director of Procurement Hector Badia, Interim Director, OCI = ;, y o �Z J ~ a E o c a CD CDW E «' Q CY J Q F F- LL O to z r- c d 2 aEi L p 0 R.? J Cr J _Z O � LL TABULATION SHEET LLT w a L a L' E " a 3 E > c z 0 O J Q a s ° o o ~ Cn RFQ No. 19-20-021 0 3 Lu E � c E c 0 Cram° LL = w o z m J a ~ d E x A E V a U f0 0 E �n > O E)�j aao ` Q 0 J C7 LL NAME OF FIRM(S) 5 A.D.A. Engineering, Inc. 1A - Proposer's Qualifications and Experience (Max. 30 points) 27 27 21 27 102 2A - Proposer's Lead Engineer's Qualifications and Experience (Max. 20 points) 19 18 17 18 72 3A - Proposer's Team Qualifications and Experience (Max. 20 points) 18 18 16 17 69 4A - Design Philosophy and Process (Max. 15 points) 14 14 11 14 53 5A - Technical Capabilities and Approach (Max. 10 points) 9 9 7 8 33 6A - Amount of Work Awarded by the City (Max. 5 points) 3 3 3 13 12 Qualitative Scores 341 2 346 1 Tie Breakers = Sub -Total Qualitative Points for 1A, 2A, 3A, 4A, 5A, and 6A in that order. 6 A & P Consulting Transportation Engineers Corp. 1A - Proposers Qualifications and Experience (Max. 30 points) 27 29 28 26 110 2A - Proposer's Lead Engineer's Qualifications and Experience (Max. 20 points) 17 18 19 17 71 3A - Proposer's Team Qualifications and Experience (Max. 20 points) 17 19 19 17 72 4A - Design Philosophy and Process (Max. 15 points) 13 13 10 13 49 5A - Technical Capabilities and Approach (Max. 10 points) 8 8 7 7 30 6A - Amount of Work Awarded by the City (Max. 5 points) 3 3 3 3 12 Qualitative Scores 344 1 344 2 Tie Breakers = Sub -Total Qualitative Points for 1A, 2A, 3A, 4A, 5A, and 6A in that order. Page 3 of 4 EV711il MEETING February 10, 2021 - Reconvened on March 25, 2021 EVALUATION COMMITTEE MEMBERS z W Q Cn Z C C Y ° Department of Procurement y; o o 16 .2 ' p w o Request for Qualifications (RFQ) No. 19-20-021 ° ° E E y 'c = H 0 o o ^ a Civil Engineering Services for Shorecrest Road and Drainage Improvements, D5 o M a o o_ m o m O •- - A `y •- d •- y E to w U to z Y W U a m z z a 3 li m R y o° ° E u w ¢ LUco m z Arthur Noriega, V, City Manager o o c N m Z a w o ¢ tco Annie Perez, CPPO, Director of Procurement Hector Badia, Interim Director, OCI = ;, y o �Z J ~ a E o c a CD CDW E «' CY J Q F F- LL O fn z C C d O aEi L p ,~( O Z J Cr J _Z O � LL TABULATION SHEET LLT w a L a L' E " a 3 E >vZ 0 O J Q a s Cl) ° U o o ~o C'J Cn No. 19-20-021 0 �c E c 0 ts z mE J a ~RFQ d E E v U 0° En >Oj E) a a `c Q 0 J C7 LL NAME OF FIRM(S) 7 EAC Consulting, Inc. 1A - Proposer's Qualifications and Experience (Max. 30 points) 21 20 20 26 87 2A - Proposer's Lead Engineer's Qualifications and Experience (Max. 20 points) 10 13 0 0 23 3A - Proposer's Team Qualifications and Experience (Max. 20 points) 10 17 0 0 27 4A - Design Philosophy and Process (Max. 15 points) 10 11 8 12 41 5A - Technical Capabilities and Approach (Max. 10 points) 7 6 6 6 25 6A - Amount of Work Awarded by the City (Max. 5 points) 3 3 3 3 12 Qualitative Scores 215 4 Tie Breakers = Sub -Total Qualitative Points for 1A, 2A, 3A, 4A, 5A, and 6A in that order. Chairperson: Anthony Rolle, Sr. Procurement Contracting Officer Page 4 of 4 WHEREAS,, Novel Coro-n4viruS Disease 2019 (QOVID49) is a;seve re spate respira tor illness that can spread among hunians through .respiratory transmission and presents, with symptoms similar to those of influenza; and .and WHERE AS, in late 2019, a new and significant outbreak ofCOVID-19 emerged in China; WHEREAS, the World Health Organization previously declared COVID-19:a Public Health Emergency of International Concern; and. WHEREAS, in response tothe recent COVID- 19 outbreak in China,. Iran, Italy, Japan.and SoutbKorea, the Centers for Disease Control and Prevention ("CDC")has deemed it necessary to prohibit orxostrict non-euential travel to or from those countries; and WHEREAS, on March 11, 2020, lissued Executive. . . . r Order number 20-51 direct ingt1jo Florida Department ofHealth to issue a Public Ilealth tniergenc Y, . and 'WHEREAS, on Marchl, 2020, the- State Surgeon; General and State Real tb Officer declared a Public Health Emergency exists intheState of Florida As P res It of CQVID, 19and u WHEREAS, on M arch 7,:2G20. I directed the Director of the Division of Emergency Management to activate the :Statc Emergency Oporatibils Center to, Level 2.to provide coordwation :.,and response tothe COVID- 19 emergenq, and WHEREAS, as of March 9, 2020, eight cou ties inTforida :;save apositive Oaks for n COVID- 19, and COVfD- 1,9 poses. a risk to the entire state of Florida, and WHEREAS, the CDC currently recommends community preparedness and everyday prevention nicasures be taken by all individuals and familiQsirl the United States, including voluntary home isolation when individuals are sick with respiratory symptom Covering coul-"I's and Mcms with it tissue and disposal of the tissueimraediately thereafter, washing hands often with soap and water for at least 20 seconds, using of alcohol-ba,se.0 hand sanitizers, with 60%,_95' alcohol if soap and water are not readily available and routinely cleaning frequently touched surfaces andobjects to increase community resilience and r d r ea iiiess fo responding to tb p an ou reak;: and WHEREAS, the CDC currently recommends mitigation measures for communities experiencing an outbreak, including staying at home. when sick, kecping away from others who are sick,, litniting face -to -face -contact with others as njuell as possible, consulting with your he althcare �provider if individuals or members of a household are at high risk for CO'VID-1 9 coinplications, wearing a facetn8k if advised to do so by a healthcare provider or by a public health official,, staying borne when a household rneinber is sick with respiratory disease symptoms if instructed to do so by public, health officials or a, health cafe -provider; and WHEREAS, as Governor,:..[ any responsible for meeting the dangers presented to this state and its people 6y,this., emergency. NOW, THEREFORE I RON ESANTIS, as Go D vei4or of Florida,by virtue of the authority vested In me by Article IV, Section (1)(4) of the , Yloridd,Constitution, Chapter 2,52,: Florida Statutes, and all other applicable laws, promulgate the .following . L4x&u c, tiVe Order to lake immediate effect� Section 1. Because of the foregoing conditions I declare a state of eliletgenoy exists itithe : $ exis State of Florid&. 2 Section 2, 1 designate the Director of the Division of Emergency Management ("Director") as the State Coordinating Officer for the duration of this emergency and direct him to execute the State's Comprehensive Emergency Management Plan and other response, recovery, and mitigation Mans necessary to cope with the ernergertcy. Additionally, I designate the State: Health Officer and Surgeon General as. a Deputy State Coordinating Offi.cerand State Incident Commander. Pursuant to section. 252,36(l)(a), Florida :Statutes, I delegate: to the State Coordinating .Officer the authority to exercise those powers delineated in sections 252,36(5)-(W),, Florida, .Statutes, which be shall exercise as needed to.Meetthis ernergency, subject: to the limitations of section 252.33, Florida Statutes. Inexercising the 'Powers delegated by, this Order, the State Coordinating. Officer shall .confer with the Governor to the fullest extent practicable. The State Coordinating Officer shall also have the authority tot; A, Seek direct assistance and enter into agreements with any and all, agencies of. the United States Government as may be needed to, meet the emergency, 13. Designate additional. Deputy State Coordinating Officers, as necessary: C. Suspend the effect of any statute,rate, or order that would in any way prevent, hinder, or delay any mitIigaItionI respon c, or recover action riecessary to cope withthis emergency. D. . Enter orders as may be needed, to implement any of the forego iiig powers;, however, the requirements of sections.252.46 and 12b,5.4(4), Florida Statutes, do not apply to any such orders issued by, the State Coordinating Officer; 'however, no suchorder shall remain ien ffect heyodd the ckpiration4this Ec&utive,Order, to include any extension. Section 3, 1 order the Adjutant. Gencrat to activate the Florida fda Nation I I Guard As needed, to deal with tbis emergency.. Section 4. 1 find that the special duties and responsibilities resting upon some State, regional, andlocal agencies and other governmental bodies in responding to the: emergency , ma . y .require them to suspend the application of the statutes, rules,, ordinances, and orders they adinini'ster. Thcrefbre,. I issue the fbIlowlag authorizations:, A. Pursuant to section 25236(l)(a), Florida Statutes, the. Executive, Office of the Governor may suspend ail statutes and rules affecting budgeting to the extent necessary to provide budget authority for stateagencies to cope withthis, ernergency. The requirements of sections 252.46 and, 120.54(4), Florida Statutes, do ,,not apply to any such suspension issued by the Executive Office of the Governor; however, no such suspens' shall remain in of . fect beyond the ton expiration ofthis Executive Order, to include any extension. B. Each State agency may sus end the provisions of arly regulatory statute prescribing. the procedures for conduct of :state business or the orders or rules of that agency, if strict eompliance-with the provisions of any arch, statute, order, or rule would in any way prevent, hinder, or delay necessafyaction In coping with the emergency. This J includes, mcl but isnot limited to,, the authority to suspend. any and all statutes, rules, ordinances, or orders Which affieet leasi -ag, printing,. purchasing, travel, and the condition of emplo ent an t c compensation of, employees. For , the ynn d , h P purposes of this Executive Ordcr"necessary action in coping with the emergenc "means. any y emergency mitigation, response, or recovery action: (1) prescribed. in th e he State Comprehensive Emergency Management Phrin ort(2) ordered .by the State Coordinating Officer. The requirements of sections 252.46 and J24.54, Florida: Statutes, shall not, apply to any such suspension issued by a State agcneyjhowever, no such suspension shall remain in offoct bevond the expiration of this Executive Order, to include any exti ensions, 4 C, In accordance with section 465.0275, Florida Statutes, pharibacists may dispense up to a 30-day emergency prescription refill of maintenance medication to persons who reside in anarea or county covered, under this Executive Order and to emergency personnel who have been activated by their state and local,agency but who, donut reside in an area or county covered by this Executive Order, D., In accordance with section 252.38, Florida Statutes, each political subdivision within the State of Florida may waive the procedures and formalities otherwise required of the political subdivision by law pertaining to-. Performance of public work and taking Whatever prudent action is necessary to ensure the health,, safety, and I welfare of the community, 2) Entering into contracts; however, political . are: cautioned subdivisions X a I gainst, entering, into time and Materials contracts without ceiling as defined by 2 CFR 200,3180) or cost plus percentage contracts as defined by 2 CR,2 F0QJ23(d); . 3) Incurring. obligations; 4) Employment ot'pernianent and temporary workers; 5) Utilization of Volunteer Workers; 6) Rental of equipment; 7) Acquisition. and distribution, with or without compensation, of supplies, materials, .and ,.facilities; ,4nd, 8) Appropriation and expenditure of public. funds, E; All State agencies responsible, for thobse of State buildings and facilities may close such buildings, and facilities in those portions of the State affopted by this emergency,, to, the extent necessary to rn.eet'thisemergency, J direct each State agency to report the closure of any State 5 building or facility to the Secretary of the Department of Management Services, Under the authority contained in section 252,36, Florida Statutes, I direct each County to report the closure of any building or facility operated or maintained by tine County or any political subdivision therein to Secretary of the Department of Management Svrvice,5, Furthermore, I direct the Secretary of the Department of Management Services to: 1) Maintainan accurate and up-to-date. list of all such closures;, and, 2) Provide that list dally.to the State Coordinating Offiqer. Section 5. 1 find that the demands, placed, upon the flinds appropriated to the agencies of the State of Florida and to local agencies are unreasonably great and the funds currently available may be inadequate to pay the costs of coping Withthis emergency. In accordance with section 252,37(2), Florida Statutes, I direct that sufficientfunds be made available, as needed, by transferring and expending moneys appropriatedfor other. purposes, moneys from:uaa ppropr. atedi surplus funds, or from tics .:Budget' ,.Stabilization .,fund. .Sec6on 6. All State agencies entering -emergency final orders or other final actions in response tothis, emergency shall.advise the State Coordirtating Of contemporaneously or as soon as practicable. Section 7. Medical professionals and workers, social wofkers, and counselors with good. and validprofessional licenses issilled, by states other than. the State of Florida may render such services in Florida during this ernerpticy for Personsaffected by this: di.ne.rgency with the condition that such services be rendered to such persons free of charge, and with the further condition that such services be tendered -under the auspices of the American Red Cross o - the Florida Department of Health. Section 8. All activities taken by the Director of the Division of Emergency Managethent and the State Health Officer and Surgeon General with respect to this emergency before the issuance of this Executive order areratiNd. This Executive Order shall expire sixty days from this date unless extended. IN TESTIMONY WHEREOF,_I have hereunto set my ..hand and caused the Groqt Seal of'jhe- State of Florida to be.affixed, at Tallahassee, this 9th day of 4 7 WWII OFFICE OF THE GOVERNOR EXECUTIVE ORDER NUMBER 20-69 (Emergency Management — COVID-19 — Local (3 overnment. Public Meetings) WHERE AS, on March 1, 2020, 1 issued Executive Order 20-51 directing the Florida Department ofl-lealth to issue a Public Health Emergency as a result of COVID- 19; and WHERE, AS, on March 1, 2020, the State Surgeon General and State Ilealth Officer declared. a Public Health Emergency exists in the State of Florida as a result of COVID-1 9; and WHEREAS, on March 9, 2020, 1 issued Executive Order 20-52 declaring a state of emergency for the entire State of Florida as a result of COVID- 19; and WHEREAS, on March 16, 2020, President Donald J. Trunip and the Centers fior Disease Control and Prevention ("CDC") issued the 15 Days to Slow the Spread" guidance, advising individuals to adopt far-reaching social distancing measures, such as working from home and avoiding gatherings of more than 10 people; and WHEREAS, on March 17... 2020, 1 wrote a letter to Attorney General Ashley Moody seeking an advisory opinion regarding concerns raised 'by local government bodies about their ability to hold rn6etings through teleconferencing and other technologicalmeans in order to protect the public and follow the CDC guidance regarding social distancing; and WHEREAS, on March 19, 2020, Attorney General Ashley.Moody delivered an opinion, to me indicating that certain provisions of Florida law require a physical quorum be present for local goverament bodies to conduct official business, and that local government bodies may only conduct meetings by teleconferencing or other technological means if either a statute permits a quorum to be present by means other than in person, or that the in person requirement for constituting a quorum is lawfully suspended during the state of emergency; and WHEREAS, it is necessary and appropriate to take action to ensure that C.'OV'ID-19 remains controlled, and that residents and visitors in Florida remain safe and secure, NOW, THEREFORE, 1, RON I9ESANT I , as Governor of :Florida, by vixlue of the authority vested, in me by Article IV, Section (1)(a) of the Florida Constitution, Chapter 252, Florida Statutes, and all other applicable laws, promulgate the Iollowint Executive Order to take ir. unediate efltect: Section l . I hereby suspend any Florida Statute that requires a quorum to be present in. person or requires a local government body to meet at a specific public place. Section 2. Local government bodies may utilize communications media. technology, such as telephonic and video conferencing, as provided in section 120.54(5)(b)2., Florida Statutes. Section 3. This Executive Order does not waive any other requirement under the Florida Constitution kind "Florida's Government in the Sunshine Laws," including Chapter 286, Florida Statutes. Section 4. This Executive Order shall expire at the expiration of Executive Order 20- 52,including any extension. IN TESTIMONY WHEREOF, I have hereunto set cry hand acid caused the Cheat Seal of the State of Florida to he affixed, at Tallahassee, this 20th day of March, 2020 a o,"� RON UESANTIS, GOVERNOR ATTEs I SECRETARY OF STATE rag X c�a cc 10/24/21, 10:50 PM Detail by Entity Name DIVISION OF CORPORATIONS orgy ��� rre� u/�irlul �i'tut_� u/'Ilur1,lst �vyE+�tty Department of State / Division of Corporations / Search Records / Search by Entity Name / search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=ADAENGINEERING F2... 1/2 10/24/21, 10:50 PM Detail by Entity Name Title DP ARGUDIN, ALBERTO D 13841 SW 36TH ST MIAMI, FL 33175 Annual Reports Report Year Filed Date 2019 03/07/2019 2020 05/01 /2020 2021 02/23/2021 Document Imagpa 02/23/2021 —ANNUAL REPORT View image in PDF format 05/01/2020 —ANNUAL REPORT View image in PDF format 03/07/2019 —ANNUAL REPORT View image in PDF format 03/14/2018 — ANNUAL REPORT View image in PDF format 03/07/2017 —ANNUAL REPORT View image in PDF format 03/24/2016 — ANNUAL REPORT View image in PDF format 04/09/2015 —ANNUAL REPORT View image in PDF format 03/05/2014 —ANNUAL REPORT View image in PDF format 03/22/2013 —ANNUAL REPORT View image in PDF format 04/20/2012 —ANNUAL REPORT View image in PDF format 03/08/2011 —ANNUAL REPORT View image in PDF format 04/09/2010 — ANNUAL REPORT View image in PDF format 03/10/2009 —ANNUAL REPORT View image in PDF forrmat 03/18/2008 —ANNUAL REPORT View image in PDF format 02/08/2007 —ANNUAL REPORT View image in PDF format 01/31/2006 —ANNUAL REPORT View image in PDF format 02/24/2005 —ANNUAL REPORT View image in PDF format 01/05/2004 —ANNUAL REPORT View image in PDF format 01/21/2003 —ANNUAL REPORT View image in PDF format 01/27/2002 —ANNUAL REPORT View image in PDF format 01/31/2001 —ANNUAL REPORT View image in PDF format 02/07/2000 —ANNUAL REPORT View image in PDF formmat 01/23/1999 —ANNUAL REPORT View image in PDF format 02/24/1998 —ANNUAL REPORT View image in PDF format 01/28/1997 —ANNUAL REPORT View image in PDF format 02/14/1996 —ANNUAL REPORT View image in PDF format 02/28/1995 —ANNUAL REPORT View image in PDF format Florida Department of5tate, Division of Corporations search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=ADAENGINEERING F2... 2/2 Request for Qualifications (RFQ) Civil Engineering Services for Shorecrest Road and Dra i rna ge Improvemer%tsr D'S RFQ # 19-20-021 1 May 13,r,, 2020 ORIGINAL JI\ 1. Tab�e o. Co��en« 2. RFQ-PCL P—F.—I C---r L-«e- 3. RFQ-PN Pr -Po.-, N-rr-U-- 4. RFQ-QPC Qualifications of Proposer 5. RFQ-EPC Experience of Proposer 6. RFQ-QKP Qualifications of the Lead Civil Engineer 7. RFQ-ELAE Experience of the Lead Civil Engineer, 8. RFQ-QKP Qualifications of the Project Manager 9. RFQ-EPM Experience of the Project Manager, 10. RFQ-QSC Qualifications and Experience of Landscape Architect, plus Resume 11. RFQ-QSC Qualifications and Experience of Surveyor and Mapper, plus Resume 12. RFQ-QSC Qualifications and Experience of Geotechnical Specialist, plus Resume 13. RFQ-QSC Qualifications and Experience of Resilience Climate Change Specialist, plus Resume 14. RFQ-QSC Qualifications and Environmental Construction Administration Specialist, plus Resume 15. RFQ-QSC Qualifications and Experience of Sub-Consultant(s), 16. Team Organizational Chart RFQNo: 19-20-021 - City of Miami C;,,,i E�gi­.,inn S.—i... fo, Snore —t Road and Drainage I.. p,, .m. ice, D-5 Table of Contonts 3 RFQ-PCL Proposal Ccvor Letter 4 RFQ-PN Proposal Narrative Form 5-6 RFQ-QPC Qualifications of Proposer 7-9 RFQ-EPC Experience of Proposer 10 - 17 RFQ-QKP Qualifications of Lead Civil Engineer 18 RFQ-ELAE Experience of the Lead Civil Engineer, plus Resume 19 - 27 RFQ-QKP Qualifications of the Project Manager 28 RFQ-EPM Experience of the Project Manager, plus Resume 29 - 35 RFQ-QSC Qualifications and Experience of Sub-Consultants/Sub-Contractors 36 RFQ-QSC Qualifications and Experience of Landscape Architect, plus Resume 37 - 38 RFQ-QSC Qualifications and Experience of Surveyor and Mapper, plus Resume 39 - 41 RFQ-QSC Qualifications and Experience of Geotechnical Specialist, plus Resume 42 - 43 RFQ-QCS Qualifications and Experience of Resilience/Climate Change Specialist, 44 - 49 plus Resume RFQ-QSC Qualifications and Contract Administration Specialist, plus Resume 50 RFQ-QSC Qualifications and Experience of Sub-Consultant(s), plus Resume 51 - 63 Team Organizational Chart, plus Resumes of Key Personnel 64 - 77 • RFQ-DPP Design Philosophy and Process 79 - 86 RFQ-TCA Technical Capabilities and Approach 87 - 93 RFQProposal Forms 95 - 98 Joint Venture Eligibility 99 RFQ-LOA Letter of Agreement 100 - 101 Certificate of Compliance with Section 18-87 of the City Code 102 Business Tax Receipt(s) / Occupational License(s) 103 -107 Copies of Miami -Dade County SBE Certification for Proposer or Proposer's Sub-Consultant(s) 108 - 114 FDOT Notice of Qualifications 115 AL 3 A•D•A RFQNo: 19-20-021 - Croy of Miami Civii Engineering Services for Shorecre.t Road and Drainage Improvements, D-5 _IVY Of y^ R Proposal Cover Letter Form RFQ-PCL RFQ No.: 19-20-021 RFQTitia: Civil Engineering Services for Shorecrest Road and Drainage Improvements, D-5 Proposer: A.D.A. Engineering, Inc. Name: Ivette O. Argudin -Executive Vice President Address: 8550 NW 33rd Street, Suite 202, Dora,, Florida 33122 Fioriaa Corporation No.. FEIN #: 59-2064498 F23071 Proposer s Contact Parson. Ivette O. Argudin Title: Executive Vice -President Taiapi,ona: 305.514.0823 E-Mail: iargudinl=adaeng.net Cartirioation of C—ii—n witi, Mininn— Queim—tion Raouiramant(s The undersigned hereby certifies that neither the contractual party nor any of its principal owners or personnel have been convicted of any of the violations, or debarred or suspended as set in Section 18-107 or Ordinance No. 12271. We (I) certify that any and all information contained in this submission is true; and we (1) further certify that this submission is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a submission for the same materials,supplies, equipment, or service, and is in all respects fair and without collusion or fraud. We (1)agree to abide by all terms and conditions of this solicitation and certify that I am authorized to sign this submission for the submitter. Please print the following and sign your name. Proposer s Autt—ri—cl Raprasantati— Name: Ivette O. Argudin Title: Executive Vice President Signature: Data: 5/13/2020 AL A•D•A RFQ-PCL Revised 1/31/19 4 RFQNo: 19-20-021 - City of Miami Civii Engineering Services for Sn--... t Road and Drainage I —prove — -e , D-5 S F. o a `° Proposal Narrative Form Form RFQ-PN RFQ No.: 19-20-021 RFQTitie: Civil Engineering Services for Shore crest Road and Drainage Improvements, D-5 proposer: A.D.A. Engineering, Inc. In the space provided below r spo 1 to the requirements for the Proposai Narrative, spa ifie 1 in Section 4 of the RFQ. A.D.A. Engineering, inc. (ADA) is a local, woman -owned small business (SUE) that has T been serving the Florida community and its infrastructure needs for over 39 years. The firm has the ability to provide professional engineering services that include all aspects of civil engineering, water resources, transportation engineering, electrical and mechanical engineering as well as construction and construction management services. The ADA team is a reflection of our diverse community and each firm was strategically added to provide the most innovative and resourceful option to the City of Miami Office of Capital Improvements (OCI). The team is comprised of locally headquartered Women Owned and Small firms and a Large International firm with a strong presence in the Resilience/Climate Change market. ADA has enhanced its capabilities by collaborating with reputable and proven firms such as Jacobs,Hadonne, RH Engineering Group, HR Engineering Services, GSLA Design, Magbe and Archaeological and Historical pConservancy. The majority ofthe team is certified as a Small Business Enterprise (SUE) with Miami -Dade County and presents the City with the opportunity for SUE firms to participate on a project that will contribute to the City of Miami's vitality. ADAhas been previously selected by OCI on five consecutive terms (17 years) for the Civil Engineering Services for Miscellaneous Projects Contract and therefore has significant experience with this type of project. We're familiar with the staff and the Department of Resilience and Public Works requirements and understand the keys to success are cost effectiveness and responsiveness. We recognize that it is critical to manage time efficiently to ensure the City s expectations are exceeded. We've assembled a project team capable of producing innovative designs and providing construction management services that incorporate a fast track approach while at the same time emphasizing quality. Our project team will be able to begin critical project components, such as problem assessment and data collection in parallel to the preparation of the work order. Our close proximity to the City of Miami allows us to respond effectively and quickly to assignments. AL A•D•A RFQ-PN R--d 1/31/19 5 RFQNo: 19-20-021 - City of Mi—i Ci,ii Engineering Services for Sh.—... t Road and Drainage 1—p---- , D-5 Proposal Narrative Form Form RFQ-PN Please-tiliza [he sPa below, as na¢assary. Over the last 17 years that we've been collaborating with the OCI, ADA has completed over 90 projects and has 4 projects that are currently under design or in construction. These projects have included roadway reconstruction and/or resurfacing, drainage improvements, stormwater management studies including sea -level rise, Swale restoration, replacement of existing or new type-f, typed and mountable curbs as well as sidewalks and driveway approaches, lighting improvements, pavement markings and signage and design, permitting and electrical and mechanical improvements at both the Lawrence and Riverview Storrmwater Pump Stations. ADA also completed the City s Comprehensive Stormwater Master Plan that was adopted back in 2011. OCI s trust in ADA s technical capabilities is reflected in the fact that ADA recently completed the South Bayshore Lane/Fairview Street (East and West) project. The project scope included raising the existing roads, constructing a new watertight drainage collection system as well as providing new concrete sidewalk. This project was the first project to address Sea Level Rise and Flood Protection under the City s Miami Forever Bond. The intent ofthe Miami Forever Bond is to build a stronger, more resilientfuture for Miami, alleviating existing and future risks to residents, economy, tourism and the city s legacy. ADA is currently designing Phase II ofthe South Bayshore Lane/Fairview Street project, which includes a new stormwater pump station, drainage injection wells, discharge pipe and oulttfall. ADA is also working with OCI on two other projects that will address Sea Level Rise and Flood Protection by raising existing roads and constructing new stormwater improvements. Based on our tenure with OCI, we believe the following items are Critical Success FactorsthatADA has identified and implemented at the City for all project assignments. Team Responsiveness, Cost-effective Designs, Obtain permits in a timely manner, Design Constructability, Meet Schedule and Budget, and Inform Stakeholders of project intent and progress. In order to accomplish our objectives, ADA will adhere to our in-house Ouality Assurance Plan, establish budgets and schedules, which are monitored by the ADA Project Manager regularly, maintain open lines of communication between the City, ADA, utility companies and permitting agencies, identify projectissues by scheduling field reviews and begin data collection early, and serve as an extension of staff in an effortto minimize the City s efforts throughoutthe project. Our knowledge ofthe City s infrastructure and processes, close proximity, and our diverse services makes the ADA team an excellent selection for this contract. In addition to our prior experience, the ADA team is comprised of leaders in Resilience and Climate Change. RFQ-PN Re ­1/31/19 AL A•D•A RFQNo: 19-20-021 - City of Miami Civil Engineering Serums. for Sn--... t Road and Drainage Improvements, D-5 Qualifications Of PrOposer F.rr,, RFQ-QPC In.truotions This form is to be completed and submitted in accordance with the requirements of the RFQ to which your firm is responding. Do not leave any blanks or fail to provide any information or details that are required. Failure to submit this form or the use of any other form will result in the rejection of a proposal as non- responsive. The failure to provide the information or details required by the form may result in the rejection of a Response a nonresponsive. Dr for Shor—r—t Ro S RFQ No.: 19-20-021 RFQ Titles. Civil Engineering ervices ad and ainage D5 Improvement , Nam. of Proposer: A.D.A. Engineering, Inc. Primary Typal of Sar i es (Residential, Residential High -Rise, Mixed -Use, Offices, Park Facilities, Government Offices, etc.)c Co ulting Engineering, Planning and Co n Ma agamant Se Type of Firm: Corporation 0 LLC ❑ Partnership ❑ Sole Proprietor ❑ Jomt Ventre ❑ Other ❑ my Certifies Small or Minority Own.d B.,.In.... Yes ❑� No ❑ I...ed by Miami -Dade Co (name): u Type of Ownership Certification(.): SBE -A&E / Woman Owned Proposer'. Offic. 8550 NW 33rd Street, S,.— 202 - Doral, Florida 33122 Is this the Proposer'. main office? Yes ❑■ No ❑ If No, please provide your main office location: Will the Proposer rely on any other branch or subsidiary office to perform the work? Yes X No ❑ If Ye Indicate location of offices. West Palm Beach, FL and St. Petersburg, FL Number of years in business under current Hemp.. 39 If the Proposer has undergone a n . .hang. In the past five (5) years, provide prior name & number of years in business under this na m.a(not a result of a sale of the firm): Type and number of projects completed in the past 5 y.ar.: Deign/Bid/B­ld: 202 Design/Build. 3 CM-at-R,.k: N/A ❑ 5 200 Private Sector: Federal Government: State/County/Municipal: City of Miami. 27 Name of Projects: Shore re t Dra age F. sibility Study, La e/Riv w Sto Pnm, Stat,on , Silver Bluff Rdwy. Improvements, South Grove Roadway & Drainage, Entry Neighborhood JPA 1 1 Residenual/Re.idenual High-Ri.e. Office. 1 Mixed -Use. Retail: LEED/Green Globe Certified: 2 Other (specify): Pere Art M, m, Science Frost M ­m RFQ-QPC Revised 3/22/19 7 RFQNo: 19-20-021 -City of Miami Civil Engineering Sari... for Shareorast Road and Drainage Impro smart., D-5 Qualifications of Proposer Form RFQ-QPC Nui nber o,f Employees: 36 Licensed Architects: . Licensed Engineers 11 LEED-AP Professionals 1 Licensed General Contractors 3 . Licensed Surveyors CTQP Licensed Inspectors 4 . Other (list) Mia i-Dada Co my Ce cified Gs al Engines ng Co 1 List, explain and provide the status of all olainns, lawsuits, arbitrations, and judgments pending settled within the last seven (7) years (Please add additional pages if necessary): This will serve to certify thatthara era no pending or past claims, lawsuit., arbitrations and/arjudgm-, an tared against A.D.A. Engineering, In , its principals, or any of its employees, because of an error or omission in the past ..v.. (l7) years. Brief History of the Firm (Please provide a brief history of theme Proposer's Firm): A.D.A. Engineering, Inc. (ADA) has provided consulting services in Civil, Traffic, Environmantai Engineering and Construction Management for federal, state, municipal and private projects since 1981. The firm is comprised of experienced personnel eagarto serve and to perpetuate the high standard of performance and quality that has come to be associated with our name. ADA'. success in delivering high -quality service to our clients is a direct result of a highly qualified staff of engineers, planners, technicians, construction managers, and administrators. Applying the latest design technology and information, our engineers combine proven principles and innovation in the execution of our projects. Our staff understands the critical importance of adopting an approach thatfit, each prject individually, based on thorough knowledge of local standards, conditions, and permitt ing requirements and constraints. ADA i man -owned, full -service engineering firm oartifiad by Miami -Dade Bounty a. a Small Busma . Enterprise (SBE) and the Florida Department of Transportation (FDOT) a. a Disadvantaged Bu.ma.. Entarprisa (DBE). ADA i. predominantly recognized a. a leader in drainaga/water resources services. H-var, w. prides ourselves on boring a multi-di.ciphnad anginaaring, construction and construction ma nor gamant firm driven to provide cost-effective solutions to today . infrastructure challenges. Below is the list of services currently provided: Roadway Analysis and Dasign Right -of -Way Analysis and Dasign Civil Enginaaring Stormwatar Managamant and Dra,naga Systems Modeling, Planning, Studios and Designs Hydrologic, Hydraulic and Hydro -geologic Modaung - Transportation Enginaaring Studias and Dasign Maintananca of Traffic (MOT) Dasign, Pa mittmg and Monitoring Construction Enginaaring Inspections (CEI) ContractAdmini.tration and Pr jactManagamant Machanical Enginaaring and HVAC - Elactrioal Enginaaring and Lighting Studias Pollution Pravention Plan (PPP) Praparation,Implamantation and Monitoring Utility Location and Coordination Plans Cost Estimating and Scheduling (Prim a,MS Pr jact) Local, Regional and Fadaral Permitting (USACE,SFWMD, FDOT, BCDERD) Watar and Wa.tawatar Systems Dasign Watar Quality Modeling GISBased As.at Invantoria. and Condition A..a..mant. NPDESRagulatory Compiianca Plan./Envlronmantal Studias The firm provida. a personalized service to our olio nts and we have oantinu ally damon.tratad our ability to successfully deal with very large projects and severe time constraints. This ability results from the outstanding depth of skill, experience and dedication ofthe staffworking in conjunction with the most current computer -aided technology available. RFQ-QPC Revised 3/22/19 AL A-DA RFQNo: 19-20-021 - City of Miami Civil Engineering Ser i,e, for Shore rest Road and Drainage Impro ements, D-5 Qualifications of Proposer Form RFQ-QPC List below the names of owner , officers, principals, and the principal'in'charge'of the Proposers firm together with the title and percentage of ownership (add additional pages as naca ry): Nalme Title % Ownership I ett. O. Arg din E..—tie, Vise President 51 % Alberto D. Arg.,din, PE, CGC, LEED AP President 49% By 5lg.mg below Proposer certifies that the nformation contained In Form RFQ-QPC Is ...,.rate and correct. Proposer further ce jFes that it is aware that if the City determines that any of the information is incorrect or false the City may at its sole disoretion r ject the Response as non-respon siv e. Signature of Authoriz Officer Iette O. Arg,.din Printed Name AL A•D•A 5/13/2020 Date E..—ti a, Vise President Tit, RFQ-QPC Re iced 3/22/19 RFQ No: 19-20-021 - City of Miami Ci"il Engineering S—i— for Sho—re.t Road and Drainage Imp—em—s, D-5 City of Miami, Department of Procurement Experience of the Proposer/Prime Consultant Reference Form - RFQ-EPC REFERENCE(S) APPLICABILITY TO EXPERIENCE REQUIREMENTS (�. .. by til'. Proposer) This project reference complies with the Experience Requirement(s) under Se«ion 3.5 and 4.1 of the RFQ. ❑■ Yes ❑ No ❑Not Applicable Reference Project Name/Address: SR 94 / SW 88th St. / N. Kendall Drive RRR/ Safety Prject Name(s) and Role(s) of Proposer working on this Reference Project: Aiberto D. Argudin, PE (Lead Eng.);Cairo Congas, PE (PM) Reference Project Description: Resurfacing, Restorat,o , R-biiitation and Safety Improvements Scope of Services Provided: Deign of SR 94/SW 88— Street Road ay and Drainage Improvements Compensation for Services: $ 840,194.00 Project Start Date: 2 / 16 Project Completion Data: 10 / 18 Project Construction Cost: $ 3,100,000.00 Const. Start Date: 6 / 19 Const. Completion Date: 4 /20 Proposer's Company Name: A.D.A. Engineering, Inc. Proposer'. Title/Position: E.— vie President Company's Contact Facsimile Number: 305.551.8977 Company's Contact Name: 1—tte O. Argudin Company's Contact Phone Number: 305.551.4608 Company's Contact E-mail: iargudin�ada eng.net Project Completed on Time and within Budget:❑ Yes ❑ No Project Duration: Design: 2 years/ Construction: 10 mos. If "No, was the Proposer at fault or did it contribute to the delay(.) or increased cost? ❑ Yes ❑ No Quality of Services Provided: Q Abo e Expectations* [:]Average ❑ Below Expectation. (*) Above Expectations meansthere were fewer errors and omis--than anticipated. Did the Proposer provide Project Management Services? ❑■ Yes ❑ No ❑ N/A Did the Proposer provide Construction Management Services? ❑ Yes Q No ❑ N/A Was the Proposer responsive to the Pr ject Owner? ❑■ Yes ❑ No ❑ N/A Was the Proposer timely in its reviews and submittal.? ❑■ Yes ❑ No ❑ N/A Reference Company Name: FDOT, Di-ri— 6 Reference Name/Title & Position: J.— Chang, PE Reference Phone Number: 305.470.5331 Reference Contact E-mail: iason.—a ng�dnt. state.n.�s 'O'OINFORMATION By signing below, I certify all in Formation is true and correct to the best of my Knowledge. Proposers Signature'-?v ✓K�O . AL A•D•A RFQ-EPC Revised 1214/19 19 RFQNo: 19-20-021 - City of Miami C , Engineering Services for Shore.re.t Road and Drainage Impro ements, D-5 ADAwas retained by the Florida Department of Transportation, District 6 to provide engineering s es for this dual Resurfacing, Restoration, and Rehabilitation (RRR) Prject and Safety Improvement Prject. SR 94/SW 88th St./North Kendall Dr. ,s a divided, six -la ne ea st-wast corridor located in southwestern unincorporated Miami -Dad. Bounty. The r ad i� classified as an Urban Principal Arterial. The limits of the safety improvements pr jact are from SW 77th Ave. to SR 5/ US-1/ S. Dixie Hwy and the limits of RRR prject are from SW 79th Ave. to SR 5/US 1/ S. Dixie Hwy. The scope of work included improvements listed below encompassing FDOT certifications 3.1, 4.1.1, 7.1, 7.2, 7.3 and 15.0: •Design new pedestrian crossmgs at 3 existing signalized intersections 'Pa ant milling and r urfa sing -Design sub -surface installations (drainage, mast arms, pedestrian poles, etc.) around utility conflicts. Coordinating the necessary utility relocations. •Drainage Improvements to acc aunt for additional impervious areas and to avoid signalization conflict and eliminate all Right of Way takings for proposed features •Upgrade median guardrails •Access management •Inside widening for positive left-tu rn offset •Reconstruction of curb ramps and Detectable Warning Surfaces -Additional improvements to comply with Amer, ca ns with Disabilities Act criteria *Upgrading signing, pavement markings, and ch a n n elization design -LED Lighting Retrofit for signalized intersection. 'Upgrading 7 signalized Intersections Including: 7 mast .,m r.pl. ce ments Upgrade all intersections to video detection. Fully actuated LED, ou ncdown pedestrian signals at all intersections Pedestrian pushbutton detectors far the nearing impaired (coordinated with a resident) ADAhas also provided support services including: •Prject Management -Contract Maintenance •Public Involvement Assistance •Construction Contract Plans •Specifications Package -Design Packages •Site re s •Right of Way Coordination This project is nearing the end of construction. RFQ-EPC Re iced 12/4/19 AL A-DA 11 RFQNo: 19-20-021 - City of Miami Ci it Engineering Seri— for Sho—re.t Road and Drainage Impro ements, D-5 City of Miami, Department of Procurement Experience of the Proposer/Prime Consultant Reference Form - RFQ-EPC This project reference complies with the Experience Requirement(s) under Section 3.5 and 4.1 .,the RFQ. ■❑ Yes ❑ No ❑ Not Applicable Reference Project Name/Address: SR 976 / SW 40th St. from SW 117th Ave. to SW 102nd Ave. Names) and Roles) of Proposer working on this Reference Project: Aiberto D. Argudin, PE (Lead Eng.);Cairo Cangas, PE (PM) Reference Project Description. Resurfacing, Restoration and Rehabilitation and Safety Improvements Scope of Services Provided: Design of SR 976 / SW 40th St. from SW 117— Ave. to SW 102nd Ave. Compensation for Services: $ 482,176.00 Project Start Date: 1 / 17 Project Completion Date: 1 / 20 Project Construction Cost: $ 3,300,000.00 Const. Start Date: 6 120 Const. Completion Date: 4 /21 Proposes Company Name: A.D.A. Engineering, Inc. opo Pr ser s Title/Position: Executive, vice President Company's Contact Facsimile Number: 305.551.8977 Company's Contact Nam . 1—tte O. Argudin Company's Contact Phone Number: 305.551.4608 Company's Contact E-mail: iargudin�ada eng.n et Project Completed on Time and within Budget: ❑■ Yes ❑ No Project Duration: Design: 3 years / Construction: 10 mos. If "No, was the Proposer at fault or did it contribute to the delay(s) or increased cost? ❑ Yes ❑ No Quality of Services Provided: H Abo„e Expectations* ❑ Average ❑ Below Expectations (*) Above Expectations means there were fewer errors and om,ss,ons than anticipated. Did the Proposer provide Project Management Services? ❑■ Yes ❑ No ❑ N/A Did the Proposer provide Construction Management Services? ❑ Yes Q No ❑ N/A Was the Proposer responsive to the Project Owner? ■❑ Yes ❑ No ❑ N/A Was the Proposer timely in its reviews and submittals? ■❑ Yes ❑ No ❑ N/A Reference Company Name: FDOT, District 6 Reference Name/Title & Position: Humberto Gome,, PE Reference Phone Number: 305.640.7390 Reference Contact E-mail: humberto.gom ezli dot. star e.fl.us By signing below, I certify all in Formation is true and correct to the best of my Knowledge. Proposers Signature: O. &�d� 41 AL A•D•A RFQ-EPC R.vised 12/4/19 12 RFQ No: 19-20-021 - City of Miami Ci iI E,m..,ing Seri— for Sho—,e.t Road and Drainage Imp—em—s, D-5 ADAwas retained by the Florida Department of Tra spo,tation, District 6 to provide ngineering services for this dual Resurfacing, Restoration, and Rehabilitation (RRR) P,oject and Safety Imp,ovement Pr jea. This prject included RRR improvements (milling and resurfacing, ADA upgrades, signing nd pavement markings upgrades, PTMS site installation, analysis of substandard features requiring Design Variations). In addition to the Typical Section Package and Pa em nt Design Package, A.D.A. Engin .,mg, Inc. (ADA) submitted nd s s s efully e i d approval for, four equirad Design Variations (Unobstructed Cl.., Width of Sidewalk, Lateral Off —,. Inter section Sight Triangles and Bross Slope). Additionally the safety project improvements included. access management restriction by installing r.i—d medians, new U-turn lane to accommodate access management modification sr additional left turn lane (dual left), widening to accommodate dual lefts, replacement of six mast arms with six new standard mast arm , .placement of existing controller cabinets, upgrading sig—li—tia. .,vice disconnects, and signing and pavement markings including pedestrian warning crossing signs at crosswalks. The pr ject included, maintenance maps, and only one right of way parcel acquisition (for s.fety-required mast arm replacement). RFQ-EPC R. iced 12/4/19 AL A-DA 13 RFQNo: 19-20-021 - City of Miami Ci it Engineering Ser i— for Sho—re.t Road and Drainage Improvements, D-5 City of Miami, Department of Procurement Experience of the Proposer/Prime Consultant Reference Form - RFQ-EPC This project reference complies with the Experience Requirement(s) under Section 3.5 and 4.1 of the RFQ. ■❑ Yes ❑ No ❑ Not Applicable Reference Project Name/Address; NW 87rh A-- from NW 154th Street t. NW 186th Srreer Name(s) and Role(s) of Proposer working on this Reference Project. Alberto D. Argudin, PE (Lead Eng.); Waddle R,., , PE (PM) Reference Project Description; Widening and Recenstructien — NW 87rh A-- from NW 154th Street to NW 186th Street Scope of Services Provided; Design, Master Punning and Public Involvement Compensation for Services: $ 419,302.87 Project Construction Cost; $ 3,350,000.00 Proposer's Company Name; A.D.A. Engineering, Inc. Proposer's Title/Position; Executi e, vice President Company's Contact Facsimile Number: 305.551.8977 Pr j01est Start Date. /06 Pr j10 est Completion Date. /08 Const. Start Date; 02/ 13 Const. Completion Date; 03 /15 Company's Contact Name I„ette O. Argudin Company's Contact Phone Number; 305.551.4608 Company's Contact E-mail; 1argudin9--g.net Project Completed on Time and within Budget; ■❑Yes ❑No Project Duration: Design: 2years / Construction: 2 years If No, was the Proposer at fault or did it contribute to the delay(s) or increased cost? ❑ Yes ❑ No Quality of Services Provided; K Above Expectations* ❑ Average ❑ Below Expectations (*) Above Expectations means there were Fewer errors and om iss,ons than anticipated. Did the Proposer provide Project Management Services? ❑■ Yes ❑ No ❑ N/A Did the Proposer provide Construction Management Services? ❑■ Yes ❑ No ❑ N/A Was the Proposer responsive to the Project Owner? ❑■ Yes ❑ No ❑ N/A Was the Proposer timely in its reviews and submittals? ❑■ Yes ❑ No ❑ N/A Reference Company Name; MDCPW Reference Name/Title & Position; octa Merin, PE - Prject Manager Reference Phone Number; 305.375.1305 Reference Contact E-mail; ecm 9—midade.g— By signing ba!! w, I certify all information is true and correct to ti— best of my Knowledge. Proposers Signature: AL A•D•A RFQ-EPC Remised 12/4/19 14 RFQNo: 19-20-021 - City of Miami Ci it Engineering Seri— for Shoreere.t Road and Drainage Imp—em—s, D-5 A.D.A. Engineering, Inc. was tasked to provide Prof ess Tonal Engineering Services to Miami -Dade Bounty Public Works for engineering services for the development of NW 87th Avenue roadway improvements. This project mvolved master planning, public involvement and design services for widening —dd traffic operational improvements to the roadway corridor. The project scope required widening and reconstructing NW 87th Avenue into a four -lane divided median road with sidewalks and bicycle lanes throughout the ntire corridor. The pr jact location consisted of two segments. NW 87th A--, from NW 154th Street to NW 162nd Street was to be an entire new construction within a new acquired Right of Way: and the section of NW 87th Avenu , from NW 170[h Street to NW 186th Street, consisted of widening of the road to the west to be used as southb. u nd lanes and milling and resurfacing of the northbound road to the east. Each segment of the project mcluded brand new installation of sidewalks, curb and gutter, storm drainage, bicycle acces, decorative lighting, signalization —d signing and pavement markmgs. This project matched the existing design of NW 87th A--, South of Miami Lakes Boulevard and North of Miami Garden Drive as a four -lane divided median. Astorm water sewer system and —filtration trenches were provided to meet drainage and water quality standards. Excess runoff was overflowed into the NW 170th liana) after water treatment and water quality standards were met. ADA designed for this project the retention of a 10-year storm through a French drain system. The French drain system included the invert of a perforated pipe at ground water level. ADA also coordinated the permitting requirements with The South Florida Water Management District (SFWMD) and Miami -Dade Department of Environmental Resources Management (DERM). Decorative lighting was also provided throughout the pr jact as well as relocating and/or providing new mast arms at the signalized intersections. RFQ-EPC Re iced 12/4/19 AL A-DA 15 RFQNo: 19-20-021 - City of Miami Civil Engineering Servi— for Sho—re.t Road and Drainage Improvements, D-5 City of Miami, Department of Procurement Experience of the Proposer/Prime Consultant Reference Form - RFQ-EPC This project reference complies with the Experience Requirements) under Section 3.5 and 4.1 of the RFQ. ■❑ Yes ❑ No ❑ Not Applicable Reference Project Name/Address Distnct-Wide Mi— Professional Engineering Design Contract Name(s) and Roles) of Proposer working on this Reference Project. Albert. D. Arg.din, PE (Lead Eng.);Ca ro Cangas, PE (PM) Reference Project Description, Roadway and Drainage Improvements Scope of Services Provided. Civil Engineering Design Compensation for Services: $ 1,400,000.00 Project Construction Cost: $ 6,900,000.00 Propos—'s Company Name: A.D.A. Engineering, 1- Pr-poser's Title/Position: Ex—tive, vice President Company's Contact Facsimile Number: 305.551.8977 Pr j12est Start Date. /11 Pr j1 est Completion Date. / 18 Const. Start Date: 10/14 Const. Completion Date: 3 /18 Company's Contact Nam : Ivette O. Arg„din Company's Contact Phone Number: 305.551.4608 Company's Contact E-mail: 'argumn9ad g.net Project Completed on Time and within Budget: ■❑Yes ❑No Project Duration: Design: 7years / Construction: 4 years If No, was the Proposer at fault or did it contribute to the delay(s) or increased cost? ❑ Yes ❑ No Quality of Services Provided: X Above Expectations* ❑ Average ❑ Below Expectations (*) Above Expectations means there were fewer errors and omissions than anticipated. Did the Proposer provide Project Management Services? ❑■ Yes ❑ No ❑ N/A Did the Proposer provide Construction Management Services? ❑ Yes ■❑ No ❑ N/A Was the Proposer responsive to the Project Owner? ■❑ Yes ❑ No ❑ N/A Was the Proposartimely in its reviews and submittals? ■❑ Yes ❑ No ❑ N/A Reference Company Name: FDOT, District 6 Reference Name/Title & Position: Ana Arvelo, PE Reference Phone Number: 305.410.5210 Reference Contact E-mail: ana.arvelo�dot. sta te.fl. s By signing below, I certify all information is true and correct to best of my Knowledge. Proposers Signature: AL A•D•A RFQ-EPC Revised 12/4/19 I RFQNo: 19-20-021 - City of Miami Ci it Engineering Ser i- for Shorearest Road and Drainage Impro ements, D-5 District -Wide Miscellaneous PE Design Contract FDOT District 6 included the following projects: SR953/LeJeune Road/SW 42nd Avenue from Almeria Avenue to Mjnrca Avenue Safety Improvements - The main proposed improvements moluded access management restriction by installing raised landscaped medians, median widening to provide offset distance to left -turn lanes at one signalized intersection, replacement of four mast arms with four new standard mast arms and replacement of existing controller cabinet, drainage improvements taking into account the proposed widening, and signing and pavement markings including pedestrian warning c ossing signs at crosswalks. The project moluded license agreement, maintenance map, MMOA, DFA, and Off -System Maintenance Agreement coordination/acquisition. SR90/SW 8th Street at SW 67th Avenue Safety Pr ject - The main proposed improvements included milling and resurfacing and removal of concrete decorative crosswalk to improve pavement friction, minor cross slope correction, curb ramp reconstruction to meet ADA criteria, pedestrian signalization improvements, and signing and pavement markings including pedestrian warning crossing signs ahead of and at crosswalks. SR817/NW 27th Avenue from NW 165th Street to NW 171 st Safety Improvements - The main proposed improvements encompassed milling and resurfacing the northbound and southbound approaches to the interchange to convert the innermost through lane into a left -turn lane to provide dual left -turn., installing three new standard mast arms to accommodate the required signal head alignments, access management restriction by extending traffic separators/landscaped medians, median widening to provide standard left -turn tapers and increase storage, modify overhead signing, and signing and pavement marking improvements. The pr ject included permanent easement purchasing and maintenance map acquisition. SR 985/SW 107th Avenue from SW 24th Streets to SW 110 Black RRR Pr ject - The responsibilities for this prject comprised of taking plans from plans complete to final sign and sealed and producing the specifications package. This pr ject included permanent easement purchasing, license agreement, and maintenance map acquisition. The sponsibilities during the post -design phase included contract management, shop drawing processing/revie , espouse to RFI., and plan revision processing. RFQ-EPC Re iced 12/4/19 AL A•D•A 17 RFQNo: 19-20-021 -City of Miami Civil Engineering S.rvic.s for Shorecrest Road and Drainage Improvements, D-5 Qualifications of Key Personnel Form RFQ-QKP In�truotions This form is to be completed and submitted in accordance uvith the requirements ofthe RFQ to uuhich your firm is responding. Do not leave any blanks or fail to provide any information or details that are required. Failure to submit this form or the use of any other form will result in the rejection of a proposal as non- responsive. The failure to provide the information or details required by the form may result in the rejection of a Proposal as nonresponsive. Civil Engineering S.—i— for RFQNo.: 19-20-021 RFQ Title: Shorecrest and Drainage Improvements, D-5 Nai„e of Key Personnel: Aieerto D. Argudin, PE, CGC, LEED AP Years of Related License No.: PE23547 E-perienoe: 44Years Primary Types of S.—ices (Residential, Residential High-Ris , Mixed -Us , Offices, Park Fatuities, Government Office , etc.) CoConstruction Mansulting Engineering, Planning and nagement Key Personnel Employer: A.D.A. Engineering, 1— KKey ey Personnel Office Aaar... : 8550 NW 33- Street, Suite 202, D.—, FL 33122 Type and number of projects completed in the past 5 years: Design/Bid/Build: 140 Design/Build: 1 CM -at -Risk: N/A ❑ Private Sector: 5 Federal Government: State/County/Municipal: 136 City of Miami. 38 Name of Projects: Shoretrest Drainage Feasibility Study, Lav rents/Riverview Stormwa er Pump Sta ,on , Silver Bluff Rdv„y. Imp,.— South Grove Rd„vy. & Drainage, En rada Neighborhood Rd„vy. & Drainage Improv. Resid.ntia,/Residential High -Rise. 1 Office: 1 Mixed -Use. 1 Retail: 1 LEED/Green Globe Certified: 2 Other (sp.cify): List pr.vio-,ly completed civil engineering designed roadway project: Soo h Bayahora D­. Road ay and Dra,.,age L pro e e t , C.ty or Miami C.Pitai Imam em—ts Prog,.m (CIP), Miaoe oua Sto mwa er & Roa Imp o --- a P­eaamnai S.—i. , City or Miami Ca - Im o.,emen a Prog a ; Mii-Da a County Me — Ran Roa ay Deaign and D a,n Deign Pera tt.,g .or SW 87th A.,e - Miami -De e County, FL.;tDi.,ot-Wide Mi— P ojeota .or FDOT Dim ,ot 4, St. —id.; U.S. High. ay 27, FDOT Diaviot 4; SR 985/SW 107th A.,enoe rron, South or SW 24th Sveetto the 100 Bi k, FDOT Diavi-6; Miaoeiianeoua Design Ser.,i—, Miami -Dade E.Press—ay A,ahority (MDX) - Miami, FL; Mauer P.— and Design ror NW 87th A.,enue rr m NW 154th Sveetto NW 186th St,-, Mi.—Dad. County P, i. Wow a Depe­ent- Mia , FL.; M..t Pi— & Ro ay R... —ti—/Widen ng row 97th A-- rr _ SW 72nd Street to SW 40th St,-, Miami -Dade County Public Works - Mia , FL; Road ay and Drainage Imp o menta ror the e.,,,n FewiA­ City or Mi. .,,,. By sign ng b.l.uu, Prime Co ... Ita nt certifies th—the information contained in Form RFQ-QKP is accurate and correct Prime Consultant further certifies that it is aware that if the City determines that any of the informati false the City may at its sole discretion reject the Response as non-res port sive By U . L.LL— C > 5/13/2020 Signature of Authorizekr Officer D.t. Ivette O. Argudin E—ut,v , Vi.e President Printed Nam. AL A•D•A Tit,. RFQ-QKP Revised 7/31/19 E RFQNo: 19-20-021 -City of Miami Civil Engineering Se—i.e. for Shorecrest Road and Drainage Improvement, D-5 City of Miami, Department of Procurement Experience of the Lead Architect/Engineer Reference Form - RFQ-ELAE This project reference complies with the Experience Requirement(s) under Section 3.5 and 4.1 of the RFQ. ■❑ Yes ❑ No ❑ Not Applicable Reference Project Name/Address; SR 94 /SW 88- Street / North Kendall Dri e RRR / Safety Pro,ecc Name(s) and Role(s) of Lead A&E working on this Reference Project; Aibarto D. Argudin, PE, CGC, LEER AP (Lead Engineer) Reference Project Description. Resurfacing, Rescorac,o , Rehabilitation and Safecy Improvements Scope of Services Provided: Design of SR 94 SW 88- Street Roadway and Drainage Impro emencs Compensation for Services: $ 840,194.00 Project Start Date; 2 /16 Project Completion Date; 10/ 18 Project Construction Cost; $ 3,100,000.000 Const. Start Date; 6 / 19 Const. Completion Date; 4 / 20 Lead A&E's Company Name A.D.A. Engineering, Inc. Lead A&E's Title/Position; President / Lead Engineer Company's Contact Facsimile Number; 305.551.8977 Company's Contact Name Ivette O. Argudin Company's Contact Phone Number; 305.514.0823 Company's Contact E-mail; ,a rgudin �ada eng.nec Project Completed on Time and within Budget: Q Yes ❑ No Project Duration; Design: 2 years / Construct,on: 1 year If "No, was the Lead A&E at fault or did it contribute to the delay(s) or increased cost? ❑ Yes ❑ No Quality of Services Provided; H Above Expectations* ❑ Average ❑ Below Expectations (*) Above Expectations means there were Fewer errors and omissions than ant,cipated. Did the Lead A&E provide Project Management Services? ■❑ Yes ❑ No ❑ N/A Did the Lead A&E provide Construction Management Services? ❑ Yes ■❑ No ❑ N/A Was the Lead A&E responsive to the Project Owner? ❑■ Yes ❑ No ❑ N/A Was the Lead A&E timely in its reviews and submittals? Q Yes ❑ No ❑ N/A Reference Company Name; FDOT, District 6 Reference Name/Title & Position; Jason Chang, PE Reference Phone Number; 305.470.5331 AL A•D•A Reference Contact E-mail: "son. c hang�do[. s[a [e.fl.us By signing below, I certify all information is tir�-, -liLxan correct to the best of my Knowledge. Proposers Signature:4✓`, . RFQ-ELAE Re ised 12/4/19 z RFQ No: 19-20-021 - City of Miami Ci it Engineering S.r ioes for Shoreor..t Road and Drainage Imp --men, D-5 ADAwas retained by the Florida Department of Tra sportation, District 6 to provide engineering se es for this dual Resurfacing, Restoration, and Rehabilitation (RRR) Prj.ct and Safety Improvem.nt Prj.ct. SR 94/SW 88th St./North Kendall D, is a divia.d, III -lane a,It-west corridor located in southwestern un,ncorporat.d Miami -Dad. County. The r ad i classifiedas an Urban Principal Arterial. The limits of the safety improvements pr ject are from SW 77th Ave. to SR 5/ US-1/ S. Dixie Hwy and the limits of RRR prj.ct are from SW 79th A„e. to SR 5/US 1/ S. Dixie Hwy. The scope of work included improvements listed below encompassing FDOT certifications 3.1, 4.1.1, 7.1, 7.2, 7.3 and 15.0: • Design new pedestrian crossings at 3 existing signalized intersections • Pavement milling and resurfacing • Design sub-surfac. installations (drainage, mast arm , pedestrian poles, etc.) around utility conflicts. Coordinating the necessary utility relocations. • Drainage improvements to account for additional impervious areas and to avoid sig—li—tia. conflict and eliminate all Right of Way takings for proposed features • Upgrade median guardrails • Access management • Inside widening for positive l.ft-turn offset • Reconstruction of curb ramps and Detectable W.—mg Surfaces • Additional improvements to comply with Americans with Disabilities Act criteria • Upgrading signing, pavement markings, and ch.... li—i— design • LED Lighting Retrofit for signalizes intersection. • Upgrading 7 signauzea intersections including: 7 mast arm replacements Upgrade all intersections to video detection. Fully actuated LED, ountaown pedestrian signals at all intersections Pedestrian pushbutton detectors forth. hearing impaired (coordinated with a resident) ADAhas also provided support services including: • Prject Management Contract Maint...... Public Involv.m.ntAssistance • Construction Contract Plans • Specifications Package Design Packages • Sit. r.v,.ws • Right of Way Coordination This pr ject is nearing the end of construction. 10 • P- r 1 Mf— .. � � ' • �e--:!• �•'!r► gat •aarrri • IIJ21(7TilYlaiLL' J R[�4r1'11CL1'pAtl RFQ-ELAE R—ised 12/4/19 AL A-DA 17 RFQNo: 19-20-021 -City of Miami Civil Engineering Servioe. for Shoracrest Road and Drainage Improvement, D-5 City of Miami, Department of Procurement Experience of the Lead Architect/Engineer Reference Form - RFQ-ELAE This project reference complies with the Experience Requirement(s) under Section 3.5 and 4.1 of the RFQ. ■❑Yes ❑ No ❑Not Applicable Reference Project Name/Address; SR 976 / SW 40- St. from SW 117th Ave. t. SW 102nd Ave. Names) and Roles) of Lead A&E working on this Reference Project: Alberto D. Argudin, PE, CGC, LEED AP (Lead Engineer) Reference Project Description. Resurfacing, Rest —to, Rehabilitation and Safety Improvements Scope of Services Provided. Design of SW 40th Street from SW 117th Avenue t. SW 102nd Avenue Compensation for Services; $ 482,176.00 Project Start Date; 1 / 17 Project Completion Date; 1 120 Project Construction Cost; $ 3,300,000.00 Const. Start Date; 6 / 20 Const. Completion Date; 4 / 21 Lead A&E's Company Name A.D.A. Engineering, Inc. Lead A&E's Title/Position; President / Lead Engineer Company's Contact Facsimile Number; 305.551.8977 Company's Contact Name Ivette O. Argudin Company's Contact Phone Number; 305.514.0823 Company's Contact E-mail; Ia1gudin9ad g.net Project Completed on Time and within Budget; ❑■ Yes ❑ No Project Duration; Design: 3 years / Constructor: 10 mos. If "No, was the Lead A&E at fault or did it contribute to the delay(s) or Increased cost? ❑ Yes ❑ No Quality of Services Provided; K Above Expectations* ❑ Average ❑ Below Expectations (*) Above Expectations means there were fewer errors and omissions than anticipated. Did the Lead A&E provide Project Management Services? ❑■ Yes ❑ No ❑ N/A Did the Lead A&E provide Construction Management Services? ❑ Yes ■❑ No ❑ N/A Was the Lead A&E responsive to the Project Owner? ❑■ Yes ❑ No ❑ N/A Was the Lead A&E timely in its reviews and submittals? Q Yes ❑ No ❑ N/A Reference Company Name; FDOT, District 6 Reference Name/Title & Position; Humberto Gomez, PE Reference Phone Number; 305.640.7390 AL A•D•A Reference Contact E-mall; humber[o.gomez�do[. s[a [e.fl.us By signing below, I certify all information is t— and correct t%o]the best of my Knowledge. ` Proposers Signature; ��"'k-C.it � G • 1,s�41 RFQ-ELAE Revised 12/4/19 21 RFQNo: 19-20-021 - City of Miami Civil Engineering Seri— for Shoreere.t Road and Drainage Improvements, D-5 This pr jact chided RRR improvements (milling and resurfacing, ADA upgrades, signing and pavement markings upgrades, PTMS site installation, analysis of substandard features requiring Design Variations). In addition to the Typical Section Package and Pavement Design Package, A.D.A. E.g�in—mg, Inc. (ADA) submitted and succes. fully rece, ed approval for three required Design Variations (Unobstructed Blear Width of Sidewalk, Lateral Offset, and Bross Slope). Additionally the safety project improvements included. access management restriction by installing raised medians, new U-turn lane to accommodate access management modifications, additional left turn lane (dual left), widening to accommodate dual lefts, replacement of six mast arms with six new standard mast arm , replacement of existing controller cabinets, upgrading sig—li—ion .—i.. disconnects, and signing and pavement markings mcludmg pedestrian warning --mg signs at crosswalks. The pr jact included, mamtena nce maps, and only one right of way parcel acquisition (for s afaty-raquirad mast arm replacement). Responsibilities includes coordination with the Departments PM and staff and provide assistance with coordination efforts with all applicable stakeholders. RFQ-ELAE Re iced 12/4119 AL A•D•A 22 RFQNo: 19-20-021 - City of Miami Civn Engineering Ser i— for Shoreore.t Road and Drainage Improvements, D-5 City of Miami, Department of Procurement Experience of the Lead Architect/Engineer Reference Form - RFQ-ELAE This project reference complies with the Experience Requirements) under Section 3.5 and 4.1 of the RFQ. ❑■ Yes ❑ No ❑ Not Applicable Reference Project Name/Address: NW 87th Aven from NW 154th Street t. NW 186th Street Name(s) and Role(s) of Lead A&E working on this Reference Project: Aiberto D. Arg,.din, PE, CSC, LEER AP (Lead Engineer) Reference Project Description. Widening & Reco—r—tion of NW 87th A-- from NW 154th Srreer t. NW 186- Srreer Scope of Services Provided: Design, Master Planning and P-1— Invoivamant Compensation for Services: $ 419,302.87 Project Start Date: 1 /06 Project Completion Date: 10/08 Project Construction Cost: $ 3,350,000.00 Const. Start Date: 2 / 13 Const. Completion Date: 3 / 15 Lead A&E's Company Nam A.D.A. Engineering, Inc. Lead A&E's Title/Position: President / Lead Engineer Company's Contact Facsimile Number: 305.551.8977 Company's Contact Name Ivette O. Arg„din Company's Contact Phone Number: 305.514.0823 Company's Contact E-mail: iargudin9ad g.net Project Completed on Time and within Budget: ❑■ Yes ❑ No Project Duration: Deign: 2 years / Con r,c : 2 years If "No, was the Lead A&E at fault or did it contribute to the delay(s) or increased cost? ❑ Yes ❑ No Quality of Services Provided: X Above Expectations* ❑ Average ❑ Below Expectations (*) "Above Expect—-" mean there were fewer than --paced. Did the Lead A&E provide Project Management Services? ■❑ Yes ❑ No ❑ N/A Did the Lead A&E provide Construction Management Services? ■❑ Yes ❑ No ❑ N/A Was the Lead A&E responsive to the Project Owner? ❑■ Yes ❑ No ❑ N/A Was the Lead A&E timely in its reviews and submittals? ■❑ Yes ❑ No ❑ N/A Reference Company Name: MDCPW Reference Name/Title & Position: Octavio Marin, PE Reference Phone Number: 305.375.1305 AL A•D•A Reference Contact E-mail: ocm9miam di .gov By signing ba!! w, I certify all information is [rue and correct to ti— best of my Knowledge, Proposers Signature: O, V.lit,�, RFQ-ELAE Revised 12/4/19 23 RFQ No: 19-20-021 - City of Miami Ci iI Engineering Seri— for Sho—re.t Road and Drainage Imp—em—s, D-5 Mr. Argudin serves as the Principal in Charge for this RRR & Safety Project. A.D.A. Engineering, Inc. was tasked to provide Professional Engineering Services to Miami -Dade County Public Works for engineering services for the development of NW 87th Avenue roadway improvements. This project involved master planning, public involvement and design services for widening and traffic operational improvements to the roadway --id— The pr ject scope required widening and reconstructing NW 87th Avenue into a four -lane divided median. road with sidewalks and bicycle lanes throughout the entire corridor. The project location consisted of two segments. NW 87th Avenu , from NW 154th stre et to NW 162nd Street was to be an entire new construction within a new acquired Right of Way; and the section of NW 87th Avenu , from NW 170th Street to NW 186th Street, consisted of widening of the road to the west to be used as so uthbound lanes and milling and resurfacing of the northbound road to the east. Each segment of the project included sidewalks, curb and gutter, storm drainage, bicycle acce s, decorative lighting, signali—ion andd signing and pavement marking— This pr ject matched the existing design of NW 87th Avenu , South of Miami Lakes Boulevard and North of Miami Garden Drive as a four -lane divided median. Astorm water sewer system and —filtration trenches were provided to meet drainage and water quality standards. Excess runoff was overflowed into the NW 170th Canal after water treatment and water quality standards were met. ADA designed for this project the retention of a 10- year storm through a French drain system. The French Dram system .,uses the invert of a perforated pipe at ground water level. ADA also coordinated the permitting requirements with The South Florida Water Management District (SFWMD) and Miami -Dade Department of Environmental Resource Management (DERM). Lighting was also provided throughout the pr jact as well as relocating and/or providing new mast arms at the signalized intersections. lk RFQ-ELAE R—ised 1214/19 AL A•D•A 24 RFQNo: 19-20-021 - City of Miami Civil Engineering Ser i— for Shoreore.t Road and Drainage Improvements, D-5 City of Miami, Department of Procurement Experience of the Lead Architect/E, i n ea r Reference Form - RFQ-ELAE This project reference complies with the Experience Requirement(s) under Section 3.5 and 4.1 of the RFQ. ❑■ Yes ❑ No ❑ Not Applicable Reference Project Name/Address: FDOT District 6 District -Wide Ki PE Design Censwtant Name(s) and Role(s) of Lead A&E working on this Reference Project: Aibarto D. Argud PE, CGC, LEER AP (Lead Engineer) Reference Project Description. Roadway and Drainage Improvements Scope of Services Provided. Civil Engineering Design Compensation for Services: $ 1,400,000.00 Project Construction Cost: $ 6,900,000.00 Lead A&E's Company Nam A.D.A. Engineering, Inc. Lead A&E's Title/Position: President/ Lead Engineer Company's Contact Facsimile Number; 305.551.8977 Protect Start Date: 12 / 11 Project Completion Date: 1 /18 Const. Start Date: 10 / 14 Const. Completion Date: 3 / 18 Company's Contact Nam • I„ette O. Argudin Company's Contact Phone Number: 305.514.0823 Company's Contact E-mail: 'a rgu 9adaeng.net Project Completed on Time and within Budget: K Yes ❑ No Project Duration: Design: 7 years / Construct,on: 4 years If "No, was the Lead A&E at fault or did it contribute to the delay(s) or increased cost? ❑ Yes ❑ No Quality of Services Provided: H Above Expectations* ❑ Average ❑ Below Expectations (-) Above Expectations means there were fewer errors and omissions than anticipated. Did the Lead A&E provide Project Management Services? ■❑ Yes ❑ No ❑ N/A Did the Lead A&E provide Construction Management Services? ❑ Yes ■❑ No ❑ N/A Was the Lead A&E responsive to the Project Owner? ❑■ Yes ❑ No ❑ N/A Was the Lead A&E timely in its reviews and submittals? ■❑ Yes ❑ No ❑ N/A Reference Company Name: FDOT, D6 Reference Name/Title & Position: Ana Arvele, PE Reference Phone Number: 305.470.5210 AL A•D•A Reference Contact E-mail: ana.arvelo�dot sta te.fl.us By signing below, I certify all information is true and correct to the be t of my, Knowledge. Proposers Signature:�vtl.%7� a. 151N RFQ-ELAE Revised 12/4/19 25 RFQNo: 19-20-021 - City of Miami Civil Engineering Seri— for Shoreorest Road and Drainage Impro ements, D-5 As Prinoipal-in-Charge and Lead Engineer, Mr. Argudin was responsible for overseeing the roadway design, drainage design, pavement markings/signage, traffic control plans, lighting plans, sign ali—tion plans, administrative istance, construction i spections, and plan —ammer services during pre -construction, construction, and closeout phase..a Underthis contract, ADA completed over 15 roadway related design assignments. District -Wide Miscellaneous PE Design Contract FDOT District 6 consisted ofthe following projects: SR953/LeJeune Road/SW 42nd Avenue from Almeria Avenue to Mjorca Avenue Safety Improvements - The roam proposed improvements included access management restriction by installing raised landscaped medians, median widening to provide offset distance to left -turn lanes at one signalized intersection, replacement of four mast arms with four new standard mast arms and replacement of existing controller cabinet, drainage improvements taking into account the proposed widening, and signing and pavement markings including pedestrian warss ng c oiog signs at crosSwalks. The prject mcluded license agreement, mamtananca map, MMOA, DFA, andOff-System Mamtenance Agreement coordination/aogwsitro n. SR90/SW 8th Street at SW 67th Avenue Safety Pr ject - The main proposed improvements included milling and resurfacing and removal of c ete decorative crosswalk to improve pavement friction, minor cross slope correction, curb ramp reconstruction to meet ADA criteria, pedestrian sig—li—j— improvements, and signing and pavement markings mcluding pedestrian warning crossing signs ahead of and at crosswalks. SR817/NW 27th Avenue from NW 165th Street to NW 171st Safety Improvements - The main proposed improvements encompassed milling and resurfacing the northbound and sauthbaund approaches to the mterchange to convert the innermost through lane mto a left -turn lane to provide dual left -turns, mstallmg three new standard mast arms to accommodate the required signal head alignments, access management restriction by extending traffic separators/landscaped medians, median widening to provide standard left -turn tapers and increase storage, modify overhead signing, and signing and pavement marking improvements. The project included permanent easement purchasing and maintenance map acquisition. SR 985/SW 107th Avenue from SW 24th Streets to SW 110 Block RRR Prjeot - The responsibilities for this project comprised of taking plans from plans complete to final sign and sealed and producing the specifications package. This project included permanent easement purchasing, license agreement, and maintenance map acquisition. The sp ons ibilities during the post -design phase included contract management, shop drawing processing/revie , esponse to RFIs, nd plan revision processing. AL A•D•A 17 RFQ No: 19-20-021 - City of Miami C;,,,i E�gi­,i.,9 Sep ,.e=.o, Sho­t Road and D­image Imps eme ­, D-5 ALBERTO D. ARGUDIN, PE, CGC, LEED AP Lead G ii Lng-c— Mr. Alberto D. Argudin has over 44 years of professional engineering consulting experience and has been involved in a variety of project types inclusive of all aspects of site engineering such as: stormwater management, water distribution, sewage collection & transmission, transportation, solid waste management, environmental studies, permitting, as well as construction management. Mr. Argudin's experience also comprises of multiple major construction management projects that have included airports, roadways, pump stations, storage tanks, solid waste facilities, and buildings. RELEVANT PROJECT EXPERIENCE: Shorecrest Short Term Improvements: NE 10th Avenue Roadway and Drainage Improvements, City of Miami Capital Improvements Program (CIP), Miami, FL - The City of Miami previously tasked ADA with performing a Drainage Improvement Pilot Study for a 40 AC section of Shorecrest south of NE 79 ST. NE 10th Avenue is located within the Pilot Study Area and is also the location of the City's Fire Station 13. The Phase I limits for roadway and drainage improvements are along NE 10th Avenue South of NE 79th Street, a portion of NE 78th Street from West of NE 10th Avenue and a portion of NE Little River Drive. ADA's scope includes the design and permitting of the roadway and drainage improvements as well as landscaping and the adjustment of existing light poles that are impacted due to raising of the roads. A drainage analysis is being performed to determine the most critical drainage improvements that can be constructed within the budget constraints. Mr. Argudin is the Principal and Technical Advisor for the roadway and drainage improvements. He has assisted in the planning of the project to identify alternatives and make recommendations of the preferred course of action. He is responsible for the QA/QC process and to ensure that all the necessary resources are made available to successfully complete the work while meeting the schedule. South Bayshore Lane Stormwater Pump Station, City of Miami Capital Improvements Program (CIP), Miami, FL - CIP proposes to provide a new stormwater pump station as Phase II for the Roadway and Drainage Improvements to South Bayshore Lane, between East Fairview Street and West Fairview Street. ADA is providing engineering analyses and construction documents for the proposed stormwater pump station, injection wells, discharge pipe and outfall. Analysis of the existing 15" reinforced concrete pipe (RCP) outfall on South Bayshore Lane will be done to determine its functionality and effectiveness in conveying the flows from the new stormwater pump station. Mr. Argudin is the Project Manager on this project and is responsible for coordinating ADA's effort between multiple disciplines, ensuring project milestones are completed on time and within budget and close coordination with the CIP Project Manager. Mr. Argudin is the Principal and Technical Advisor for the design of the stormwater pump station and associated force main and injection wells. The work also includes the replacement of the exist- ing outfall to Biscayne Bay. He is responsible for the QA/QC process and to ensure that all the nec- essary resources are made available to successfully complete the work while meeting the schedule. Master Plan and Design for NW 87th Avenue from NW 154th Street to NW 186th Street, Miami -Dade County Public Works Department - Miami, FL. — ADA was tasked with providing professional engineering services to the M iami-Dade County Public Works Department(MDCPWD)forfurther developing NW 87th Avenue roadway improvements. It involved master planning, public involvement, and design services for widening and traffic operational improvements to the roadway corridor. The project scope required widening and reconstructing NW 87th Avenue into a four -lane divided median road with sidewalks and bicycle lanes throughout the entire corridor. Mr. Argudin was the Lead Engineerforthe Master Plan that was updated under this project and the Principal -in -Charge for post -design portions of this project. SR 94/SW 88th St./N. Kendall Dr. from SW 79th Ave. to SR 5/US-1/S. Dixie Highway RRR Project, FDOT District 6, Miami -Dade County, FL - Mr. Argudin served as the principal in charge for this RRR & Safety Project. ADA was retained by the Florida Department of Transportation, Dis- trict 6 to provide engineering services for this dual Resurfacing, Restoration, and Rehabilitation (RRR) Project and Safety Improvement Project. SR 94/SW 88th St./North Kendall Dr. is a divided, six -lane east -west corridor located in southwestern unincorporated Miami -Dade County. The road is classified as an Urban Principal Arterial. The limits of the safety improvements project are from SW 77th Ave, to SR 5/ US-1/ S. Dixie Hwy and the limits of RRR project are from SW 79th Ave. to SR 5/US 1/ S. Dixie Hwy. 27 RFQ No: 19-20-021 - City of Miami Civil Engineering Service, for Sharec t Road and Drainage Improvement, D-5 Qualifications of Key Personnel Form RFQ-QKP Instruictiorts This form is to be completed and submitted in accordance with the requirements oftFhe RFQ to which your firm is responding. Do not leave any blanks or fail to provide any information or details that are required. Failure to submit this form or the use of any other form will result in the rejection of a proposal as non- responsive. The failure to provide the information or details required by the form may result in the rejection of a Proposal as non -responsive. Civil Engineering Services for RFQNo.: 19-20-021 RFQ Title: Shorecrest Roatl and Drainage Improvements, D-5 Name of Key Personnel: Cairo Congas, PE Years of Related License No.: PE77001 E.p.ri.n-e: 14Years Primary Types of Sarvices Residential, Residential High-Ris , Mi:ed-Us , Offices, Park Facinties, Government Office , etc.) Construction Ma na Consulting Engineering, Planning antl gement Key Personnel Employer: A.D.A. Engineering, In Key Personnel Office Address: 8550 NW 33rtl Street, Suite 202, Dorai, FL 33122 Type and number of projects completed in he past 5 years: Design/Bid/Bund Private Sector: City of Mia m,. 0 15 Design/Bund: CM -at -Risk: N/A ❑ Federal Go ernment: State/County/Municipal: 15 Name of Pr sects: Residential/Residential High -Rise. Office: Mixed -Use. Retail: LEED/Green Globe Certified: Other specify): Lit pr.-iously completed civil engineering designed roadway projects SR 934/ E. 251h A­/E. 791h St. from E. 41h A.,a./NW 47th A..a. to E. 121h A..a./NW 371h A— Safety I­o.,em ', FDOT Diw — 6, City of Hialeah, FL; SR 953/L.J..n Road/SW 42n A— f o Aime A— to Maio . A..e. Safety I,,,p­e.,,er,ts, FDOT Disv 6, City of Coral Gabies, FL.; SR 90/SW 8th St. at SW 67th A. . Safety Proje.t, Fi ida Dept. orT,a po do FDOT Diwi 6, Miami -Dade Co ty, FL; SR 817/NW 27th A— room NW 165th St. to NW 171 at Safety Imp o eMe ta, FDOT Dia —6; SR 985/SW 107th A..e. from SW 24th St. to SW 110 Bi k RRR Proje.t, FDOT Diwi 6, FL.; Sp—iah Ri.,er Bi..d. Inter.hange, FDOT Diavi,t 4, FL; SR 94/ SW 88th St./North K—daii Dom. o-om SW 77th A— to SR 5/US-1/ S. Di.ie Highway, FDOT Diat,i.t 6, Miami -Dade Coanty, FL.; SR 9A/1-95 Rigid Pa em Rehabiiitatio., PIoje.t fIo Bis ay— Ri. Cana. to Goide., Gadea Lte ha ge - ,.,ei d fig Fie.ibie Pa eme t Rehabiiitatio., of4 Lm,ted A«eaa Ra p . By signmg bolo—, Prima Consultant cartifias thatthe information contained in Form RFQ-QKP is accurate and correct. Prima Consultant further ce rtifias that it is aware that if the City determines that any of the information is incorrect or false the City may at its solodis n/ cr^anon rajact tha Rasponsa as non-rasponsiva �i' By: iAC � o. J5/13/2020 Signature of Authorized fficer Date Ivette O. Argutlin E.ecut,v , Vise President Printed Name AL A•D•A Titia RFQ-QKP Revisetl 7/31/19 11 RFQNo: 19-20-021 -City of Miami C,,,il Engineering Seri... for Shorecrest Road and Drainage Impro ements, D-5 City of Miami, Department of Procurement Experience of the Project Manager Reference Form - RFQ-EPM This project reference complies with the E,perience Requirements) under Section 3.5 and 4.1 of the RFQ. ■❑ Yes ❑ No ❑Not Applicable Reference Project Name/Address FDOT District 6 District -Wide Miser. PE Design Cons item Nama(s) and Roles) of PM working on this Reference Project: Cairo Cangas, PE - Pr ;e.t Manager Reference (` Project Description. Roadway and Drainage Improvements S Scope of ervices Provided: Civil Engineering Design Compensation for Ser ices: $ 1,400,000.00 Project Start Data:12 / 11 Project Completion Date: 1 / 18 Project Construction Cost: $ 6,900,000.00 Const. Start Date: 10 / 14 Const. Completion Date: 3 /18 PM's Company Name: A.D.A. Engineering, Inc. Company's Contact Name: Ivette O. Arg.,din PM's Title/Position: Design Engineer / Project Manager Company's Contact Phone Numbe 305.514.0823 Project Completed on Time and within Budget: K Yes ❑ No Project Duration: Design: 7 years / Construction: 4 years If"No," was the PM at fault or did it contribute to the delay(s) or increased cost? ❑ Yes ❑ No Quality of $er ices Provided: Q Above E.pectations* ❑ A erase ❑ Below Expectations (*) Above Expectations means there were fewer errors and omissions than anticipated. Did the PM provide Project Management Ser ices? ■❑ Yes ❑ No ❑ N/A Did the PM provide Construction Management S—ic..? ❑ Yes ■❑ No ❑ N/A Was the PM responsive to the Project Owner? ■❑ Yes ❑ No ❑ N/A Was the PM timely in its re iews and submittals? ■❑ Yes ❑ No ❑ N/A Reference Company Name: FDOT, District 6 Reference Name/Title & Position: Ana Ar—lo, PE Reference Phone Number: 305.410.5210 Reference Contact E-mail: ana.arvelo@dot.state.fi. By signing below, I certify all information is true and correct to tine best of my, Knowledge. Proposer sSignature:`=��^ r`�lN'l.�.J O' �/���`��✓�L(M"' AL A•D•A RFQ-EPM R—ised 12/4/19 I RFQNo: 19-20-021 - City of Miami C;,,il Engineering S—i... for Sha—l-.st Road and Drainage Impro em— , D-5 Mr. Cangas se—ed —the Contract Manager for the FDOT, District 6 Dist,ictwide Miscellaneous PE design contraot C-9442. The responsibilities included the preparation Intl negotiation of indivitlull talk work sco o,tle, pe Intl fee proposals with the client, coo,tlin anon antl sego, with sub -con sultants (four In total)p., task work .,de,, task work ortle, project management, antl serving as FOR/Technical lead d-signer for each task work o,tle,. One of the task work —de— ..de, this Contract Included the first inttro,section lighting refit constructed/in District 6. It was tlesigned by ADA Engineering antl M,. Cangas assisted the Dist,IctLightin9 Design Engine., during the Central Office I.dit of the final cOnst,uctlon by taking nig ht time light measurement,- dings antl providing ,eq ue sted information and evaluation of fin al site conditions. District -Wide Miscellaneous PE Design Contact FDOT District 6 included the following p, jects: SR953/L.J.,.n. Road/SW 42nd A enue from Almeria Av... e to Mljo,ca A,.nu. Safety Improvements - The mail proposed Improvements mclu ded access management restriction by installing ,a lsed la dsca petl m-tlians, median witlening to provitle offset dist.... to left -turn lanes at one sign alit-d inters-ctlo , -placement of four mast arms with four new stantlartl mast arms antl replacement of existing ontrolle, cabinet, tlrain age Improvements taking Int. ..... t the ro pposed widening, antl signing and pavement markings inclutling pedestrian war mg c ossing signs at cros walk s.The pr ject mcluded license ag,eeme.t, mlmte... Ce map, MMOA, DFA, and Off -System Mamtenlnce SAgreement coordination/acqulstlon. SR 90/SW 8th Street at SW 67th A—... Safety Pr ject - The mail prop ... d Improvements Included milling and resurfacing and removal of concre a decorative crosswalk to Improve pavement friction, minor cross slope correctlo , urb ramp r-constru ctlon to meet ADA crrce rl , p-d-st,ian sig nalization Imp,ov-men , antl signing antl pavement markings Including petlestrian warning crossing signs ahead of antl at crosswalks. SR 817/NW 27th Av.no. from NW 165th Street to NW 171— Safety Imp—ements - The main proposed improvements encompass-tl milling antl resurfacing the northbountl antl southbountl approaches to the Interchange to convert the Innermost through lane Into a lef-tu rn lane to provitle tlual lef[-tu,n s, Installing th,ee new stantlartl mast arms to accommodate the req.i,.d signal head alignmen , access management restriction by extending traffic separators/landscaped medians, median widening to provitle stantlartl left-tu rn tapers antl Increase storage, modify overhead signing, antl signing antl pavement marking Improvements. The project Inclu detl permanent easement purchasing antl maintenance map acq ul srtlon. SR 985/SW 107th A-- from SW 24th Streets to SW 110 Block RRR Pr ject - The responsibilities fo, this project comprised of taking plans from plans complete to final sign and —led antl protlucing the specifications package. This pr ject Included permanent easement purchasing, license Igr eme , antl malnte na... map acqulsltlon. The responsibilities during the post-tlesign phase incl—I contract management, shop tlr awing processing/, -vie , espouse to RFIs, antl plan ,e nslon processing. AL A-DA 30 RFQNo: 19-20-021 -City of Miami Civil Engineering Sarvi.es for Shore rest Road and Drainage Impro ements, D-5 "o 0,'- , s City of Miami, Department of Procurement Experience of the Project Manager Reference Form - RFQ-EPM This project reference complies with the Experience Requirements) under Section 3.5 and 4.1 of the RFQ. ❑■ Yes ❑ No ❑Not Applicable Reference Project Name/Address: SR 94/SW 88th St./N. Kendall Dr. from SW 79th Av.. to SR5/US-1/S. Dixie High,,,,ay Names) and Roles) of PM working on this Reference Project: Cairo Cangas, PE - Pr ject Manager Reference Project Description: Resurfacing, Rest ratio , Rehabilitation and Safety Improvements Scope of Services Provided: Design of SR94 SW 88th St. Road,,,,ay and Drainage Impro ements Compensation for Services: $ 840,194.00 Project Start Date: 2 / 16 Project Completion Date: 10 /18 Project Construction Cost: $ 3,100,000.00 Const. Start Date: 6 / 19 Const. Completion Date: 4 /20 PM's Company Name: A.D.A. Engineering, Inc. Company's Contact Name: I ette O. Argudin PM's Title/Position: Design Engineer/ Prject Manager Company's Contact Phone Number: 305.514.0823 Project Completed on Time and vvithin Budget: X Yes ❑ No Project Duration: Design: 2 years / Construction: 1 year If No, was the PM at fault or did it contribute to the delay(s) or increased cost? ❑ Yes ❑ No Quality of Services Provided: K Above Expectations* ❑ Average ❑ Below Expectations (*) Above Expectations means there were fewer errors and omissions than anticipated. Did the PM provide Project Management Services? ❑■ Yes ❑ No ❑ N/A Did the PM provide Construction Management Services? ❑ Yes ■❑ No ❑ N/A Was the PM responsive to the Project 0vner? ❑■ Yes ❑ No ❑ N/A Was the PM timely in its re iev,,s and submittals? ❑■ Yes ❑ No ❑ N/A Reference Company Name: FDOT, District 6 Reference Name/Title & Position: Jason Chang, PE Reference Phone Number: 305.470.5331 Reference Contact E-mail: iason.chang@dot.state.n. s By signing below, I certify all information is true and correct to tine best of my Knowledge. Proposer s Signature. AL A•D•A RFQ-EPM R.vised 12/4/19 31 RFQNo: 19-20-021 - City of Miami Ch,n Engineering Seri— for Shorecre.t Road and Drainage Improvements, D-5 Mr. Cangas — the Prject Manager and FOR for this priest. SR 94/SW 88th St./North Kendall D, is a divided, six -lane east —It —lid— located in southeastern umc—pprated Mia i-Dade County. The road is cla ssifietl as an Urban Pri cipal A Y r,al.r The contras includes a safety and RRR pr jest. The limits ofthe safety improvements pr jest are from SW 77th (MP 9.982) Ave. to SR 5/US-1/S. Dixie Hwy (MP 10.700) the limits of RRR project are from SW 73rd Place (MP 10.249) to SR 5/ US 1/S. Dixie Hwy (MP 10.700). The scope of work includes RRR improvements, as .,,,ell as mtersectons safety improvements requiring access management, —id, wid—ing for positive left -turn offset, mast arm replacements, right of way coortlination, signing and pavement marking upg—d s, lighting improvements, and d"inage improvements. Responsibilities included contract management, 1111dilltill with the Depar men s PM and staff, and provide as s,sta race to the coOrtlination efforts with the public and other stakeholders. As the EOR, Mr. Cangas was responsible for the design antl d e tie l o pm drat of the specification package, tlesign packages, and rod away plans. This pr jest is currently in construction. The scope of work included improvements listed below encompassing FDOT certifications 3.1, 4.1.1, 7.1, 7.2, 7.3 antl 15.0: • Design new pedestrian cro ss,n gs at 3 existing signalized intersections • Pavement milling and resurfacing • Design s.b-surf. ce installations (d—inage, mast arm , pedestrian poles, etc.) --d utility conflicts. Coordinating the n ce s sa I utility relocations. • Dea,nage improvements to account for ,dditi onal impervious areas antl to avoid signalization conflict antl eliminate all Right of Way takings for proposed features • Upgrade median guardrails • Access management • Inside wid—ing for positive left-tu rn offset • Reconstruction of curb ramps and Detec able Warning Surfaces Additional improvements to comply with Americans with Disabilities Act criteria • Upgrading signing, pavement markings, and channelization tlesign LED Lighting Retrofit for signalized inters ecv on. • Upgrading 7 sig—i—d irate rse ctions ,n cluaing: 7 mast arm replacements Upgrade all in ers ecv ons to vid- tletection. Fully actu ate tlt LED, ountdown pedestrian signals at all i rsecti ons Pedestrian pushbutton det,cto— forth, hearing impaired(—,dinated with a —id—) ADAhas also provid,d support services ,n cluain g: Prject Management • Contract Maint,nanc Public In.,—em,nt Ass,stanoe • Construction Contract Plans • Specifications Package • Design Packages • Site reviews • Right of Way Coordination This project is ne ar,ng the end of constru cvo n. RFQ-EPM Re — 12/4/19 AL A•D•A 32 RFQNo: 19-20-021 -City of Miami C;,,il Engineering Seri... for Shorecrest Road and Drainage Impro ements, D-5 City of Miami, Department of Procurement Experience of the Project Manager Reference Form - RFQ-EPM This project reference complies ,Kith the Experience Requirements) under Section 3.5 and 4.1 of the RFQ. ■❑ Yes ❑ No ❑Not App lica b le Reference Project Name/Address: SR 976/SW 40th St. from SW 117th A e. to SW 102nd A e. Names) and Roles) of PM working on this Reference Project: Cairo Congas, PE - Pr ject Manager Reference Project Description: Resurfacing, Recto ra Lo , Rehabilitation and Safety Improvements Scope of Se -ices Provided: Design of SW 40=h St. from SW 117th A e. to SW 102nd A e. Compensation for Ser ices: $ 482,176.00 Project Start Date: 1 / 17 Project Completion Date: 1 /20 Project Construction Cost: $ 3,300,000.00 Const. Start Date: 6 / 20 Const. Completion Date: 4 /21 PM's Company Name: A.D.A. Engineering, Inc. Company's Contact Name: I e==e O. Argudin PM's Title/Position: Design Engineer / Prjec= Manager Company's Contact Phone Number: 305.514.0823 Project Completed on Time and —ithin Budget: ■❑ Yes ❑ No Project Duration: Design: 3 years/ Construction: 10 mos. If No, was the PM at fault or did it contribute to the delay(.) or increased cost? ❑ Yes ❑ No Quality of Se -ices Provided: Q Abo a Expectations* ❑ A erase ❑ Be,.— Expectations (*) Above Expectations means there were fewer errors and om,ss,ons than anticipated. Did the PM provide Project Management Ser ices? ■❑ Yes ❑ No ❑ N/A Did the PM provide Construction Management Ser ice.? ❑ Yes ■❑ No ❑ N/A Was the PM responsive to the Project Owner? ■❑ Yes ❑ No ❑ N/A Was the PM timely in its re ie,,,,s and submittals? ■❑ Yes ❑ No ❑ N/A Reference Company Name: FDOT, District 6 Reference Name/Title & Position: Humbeno G.me PE Reference Phone Number: 305.640.7390 Reference Contact E-mail: h.mbeno. gom.z9dors=a=e.fl.us By signing below, I certify all information is true and correct to the best of my, Knowledge. Pro posers Sig nature:4w;c,' G. AL A•D•A RFQ-EPM Re iced 12/4/19 33 RFQNo: 19-20-021 -City of Miami Civil Engineering Ser i.e. for Shore rest Road and Drainage Improvement, D-5 improvements (milling Intl resurfacing, ADA upgrades, signing and pavement markings upgrades, PTMS site costa ultion, alysis of su bstantlartl /�fe atu res requiring Design Variations). In atltlition to the Typical Section Package Intl \P Ia melt DI Iesign Pa ckag,�t Mr. ra nga �` submittetl and uccessfully/� ce, wSed approval for three required Design Variations (I no bstru ctetl Blear Width of Sitlewalk, Lateral Offset, and Bross lope). Additionally the safety pr ject improvements in clutle tl. access management re sYri coon by ,nsailing I sed medians, new -turn lane to accommodate access management modifications, 'dditional leftturn lane(dull left), wide mq to Iccommotllte tlual lefts, replacement of six mast arms with six new sta ntla rtl mast arm , replacement of existing contr Oiler cabinets, upg"ding signllization service disconnects, Intl signing and pavement markings including pedestrian warning crossmg signs at crosswalks. The pr ject i chided, maintenance maps, and only one right of way pa el acquisition (for safety -required mast arm replacement). Responsibilities in clutl es coortlination with the Department s PM Intl staff and provitle assistance with coortlination efforts with III applicable stakeholders. As the EOR, Mr. Cangas is responsible for the design and development of the roadway plans, design packages, Technical Special Provision for cabinet motlificltion, Intl specification package. AL A•D•A 34 RFQNo: 19-20-021 - City o. Miami C;,,,i E,gi­ri.,9 Sep ,,e=.or Shor­t Road and Drainage ImPro rr ­, D-5 CAIRO CANGAS, PE P- j—t Manage / S­.r Road may Eng­.r Mr. Cairo Cangas is a professional engineerwith 14 years of expertise in transportation project management, coordination, design and plans production. He has the skills required for preparation and design of roadway plans, pavement design, maintenance of traffic, signing/pavement markings, signalization design, roadway geometrics, drainage design/documentation, as well as landscape and utility coordination. Mr. Cangas' design experience ranges from Limited Access Facility reconstruction to RRR and single intersection safety improvement projects. In addition, he has in-depth understanding regarding the design and coordination processes required for RRR & Safety Projects. RELEVANT PROJECT EXPERIENCE: Shorecrest Short Term Improvements: NE 10th Avenue Roadway and Drainage Improvements, City of Miami Capital Improvements Program (CIP), Miami, FL - Mr. Cangas serves as the Senior Engineer and Deputy Project Manager for this project. The City of Miami previously tasked ADA with performing a Drainage Improvement Pilot Study for a 40 AC section of Shorecrest south of NE 79 ST. NE 10th Avenue is located within the Pilot Study Area and is also the location of the City's Fire Station 13. The Phase I limits for roadway and drainage improvements are along NE 10th Avenue South of NE 79th Street, a portion of NE 78th Street from West of NE 10th Avenue and a portion of NE Little River Drive. ADA's scope includes the design and permitting of the roadway and drainage improvements as well as landscaping and the adjustment of existing light poles that are impacted due to raising of the roads. A drainage analysis is being performed to determine the most critical drainage improvements that can be constructed within the budget constraints. SR 94/SW 88th St./N. Kendall Dr. from SW 79th Ave. to SR 5/US-1/South Dixie Highway RRR and Safety Project, FDOT District 6, Miami -Dade County, FL - Mr. Cangas serves as the Project Manager and FOR for this RRR & Safety Project. This project included RRR improvements: milling and resurfacing, ADA upgrades, signing and pavement markings upgrades, PTMS site installation, analysis of substandard features requiring Design Variations. In addition to the Typical Section Package and Pavement Design Package, Mr. Cangas submitted and successfully received approval for 11 required Design Variations The scope of work includes RRR improvements, as well as intersections safety improvements requiring access management, inside widening for positive left -turn offset, mast arm replacements, right of way coordination, signing and pavement marking upgrades, lighting improvements, and drainage improvements. SR 976/SW 40nd Street/Bird Road from SW 117th Avenue to SW 102nd Avenue RRR & Safety Improvements, Florida Dept. of Transportation (FDOT), FDOT District 6, Miami -Dade County, FL Mr. Cangas serves as the Project Manager and FOR for this RRR & Safety Project. This project included RRR improvements (milling and resurfacing, ADA upgrades, signing and pavement markings upgrades, PTMS site installation coordination, analysis of substandard features requiring Design Variations). In addition to the Typical Section Package and Pavement Design Package, Mr. Cangas submitted and successfully received approval for three required Design Variations Additionally the safety project improvements included: access management restriction by installing raised medians, new U-turn lane to accommodate access management modifications, additional left turn lane (dual left), widening to accommodate dual lefts, replacement of six mast arms with six new standard mast arms, replacement of existing controller cabinets, upgrading signalization service disconnects, and signing and pavement markings including pedestrian warning crossing signs at crosswalks. District -wide Miscellaneous PE Design, Florida Dept. of Transportation (FDOT), FDOT District 6, Miami -Dade County, FL - Mr. Cangas served as the Contract Manager for the FDOT, District 6 Districtwide Miscellaneous PE design contract C-9442. The responsibilities included the preparation and negotiation of individual task work order scope and fee proposals with the client, coordination and negotiation with sub -consultants (four in total) per task work order, task work order project management, and serving as FOR/Technical lead designer for each task work order. One of the task work orders under this Contract included the first intersection lighting retrofit constructed in District 6. It was designed by ADA Engineering and Mr. Cangas assisted the District Lighting Design Engineer during the Central Office audit of the final construction by taking night time light measurement readings and providing requested information and evaluation of final site conditions. A A•D•A 35 RFQ No: 19-20-021 - City of Miami Civil Engineering Services for Shorecrest Road and Drainage Improvements, D-5 IL + 9 City of Miami, Department of Procurement Qualifications of Sue-Consultants/Sue-Contractors - RFQ-QSC This form is to be completed and submitted in accordance with the requirements ofthe RFQ to which your firm is responding. Do not leave any blanks Or fail to provide any information or details that are required. Failure to submit this form or the use of any other form will result in the rejection of a proposal as nonresponsive. The failure to provide the information or details required by the form may result in the rejection of a proposal as non -responsive. RFQNo.: 19-20-021 RFQ Tiela: Civil Engineering Services for Shorecrest Road and Drainage Improvements, D-5 N_ o. Proposer: A.D.A. Engineering, Inc. Name of Sub -Consultants / Office Location (City, Scope of Work License No. Certification(.) % of Work Subcontractors State) GSLA Design, Inc. Hialeah, FL Landscape Arch. LC0000266 SBE - A&E TBD Had onne, Corp. Doral, FL Surveyor/Mapper LB7097 SBE - A&E TBD HR Engineering Services, Inc. Medley, FL Geotechnical PE42045 SBE - A&E TBD RH Engineering Group, Inc. Miami, FL Structural Eng. CA30022 SBE - A&E 10% Jacobs Engineering Group, Inc. Miami, FL Resiliency 2822 N/A TBD MAGBE Consulting Services, Inc. Miami, FL Public Involvemnt. N/A SBE - G&S 5% Archaeological and Historical Conservarcv Davie, FL Archeaology N/A N/A TBD RFQ-QSC Revised 7/31/19 AL A•D •A RFQNo: 19-20-021 - City of Miami C;,,,i Engineering Sergi,,, for Shoraor— Road and Drainage Impra—ro.—, D-5 pF Ron DeSantis, Governor Halsey Beshears, Secretary k�#� STATE OF FLORIDA dpr DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF LANDSCAPE ARCHITECTURE THE LANDSCAPE ARCHITECT BUSINESS HEREIN HAS REGISTERED UNDER THE PROVISIONS OF CHAPTER 481, FLORIDA STATUTES GSLA DESIGN, INC. 17670 N.W. 78 AVENUE , SUITE 214 �► MIAMI FL 3301 LICENSE NUMBER: LC0000266 EXPIRATION DATE: NOVEMBER 30, 2021 Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. Ron DeSantis, Governor Halsey Beshears, Secretary �. STATE OF FLORIDA dblar Moon we DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF LANDSCAPE ARCHITECTURE THE LANDSCAPE ARCHITECT HEREIN HAS REGISTERED UN DER THE PROVISIONS OF CHAPTER 481, FLORIDA STATUTES a — GARDNER, KENNETH ERIC 426 STONEMONT DR WESTON FL 33326 a LICENSE NUMBER: L 569 EXPIRATION DATE: NOVEMBER 30, 2021 Always verify licenses online at MyFloridaLicense.com Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. AL A -" A. DESIGN 37 RFQNo: 19-20-021 - City of Miami Civil Engineering Servi,e, for Sha—rest Road and Drainage Improvement, D-5 -i uD I Ken Gardner, ASLA, LEED AP President, GSLA Design G A R 11 N E 8 a S E M L E R LAN OSCA PE ARCMITEC 1.11E WWW, G SEA D E S I GN. C OM 17670 NW lath AVE, SUITE 214 M I A M I, F L 3 3 0 1 5 P 305302.1016 F 305.392.1019 CORP. 10 a 0 0 0 0 2 6 6 With over 26 years of experience at GSLA Design (GSLA), Ken has extensive knowledge of landscape design and has prepared landscape plans for many streetscapes, parks, garages, schools, condominiums, and commercial centers throughout Miami -Dade, Broward and Palm Beach Counties. He has prepared master land use plans and site plans for parks, residential communities, and retail centers. He generated site construction plansand details, as well as planting, irrigation, and lighting plans for projects up to $600 million. As a native of South Florida, Ken �sknowledge of subtropical plant material & its application l is extremely strong. I le became LEED certified in 2009 and completed many projects that received recognition from the U.S. Green Building Council. Education: State of Landscape Architecture, University of Georgia S Licenses. tate of Florida Certified Landscape Architect #1569 LEED AP - Certified 2009 Crime Prevention Through Environmental Design - Certified 1999 Memberships American Society of Landscape Architects Transportation Aesthetic Review Committee Neat Streets Miami (formerly CIAB) United States Green Building Council RELEVANT EXPERIENCE N.W. South River Drive - Medley GSLAworked with the Town of Medley and the project Civil Engineers to redesign N.W. South River Drive, from NW 72— Avenue to 74`" Street, to create a bike lane and landscape opportunities. Street furniture was also selected and located. This was a challenging design project because the roadway had undefined `limits and significant encroachments. GSLA also prepared planting and irrigation plans for a median on NW South River Drive. The landscape had to be easily maintainable yet attractive because it was a main thoroughfare through the town. Client: Town of Medley, 7777 NW 72— Ave, Medley, FL; Jorge Coro, Town Engineer, 305-887-9541; Dates: 2017-2019, Cost: aprox. $1.2 million AL A•D•A 38 RFQ No: 19-20-021 - City of Miami C;,,,i E�gi—,i.,9 Sep ,.e=.o, Shop .—t Road aid D—i—ge IP a— m —, D-5 AL A•D•A ". uv� Florida Department of Agriculture and Consumer Services Division of Consumer Services •p Board of Professional Surveyors and Mappers 2005 Apalachee Pkway Tallahassee, Florida 32399-6500 ���\�♦♦♦ 800HELPFLA(435-7352) or (850) 488-2221 February 21, 2019 HADONNE CORP 1985 NW 88TH CT STE 201 DORAL, FL 33172-2638 SUBJECT: Professional Surveyor and Mapper Business Certificate # LB7097 Your application I renewal as a professional surveyor and mapper business as required by Chapter 472, Florida Statutes, has been received and processed. The license appears below and is valid through February 28, 2021. You are required to keep your information with the Board current. Please visit our website at www.800helpfla.com/psm to create your online account. If you have already created your online account, you can use the website to maintain your license. You can also find other valuable information on the website. If you have any questinn.s, please do not hesitate to call the Division of Consumer Services, Board of Professional Surveyors and Mappers at 800-435-7352 or 850-488-2221. Detach Here - - --- Florida Department of Agriculture and Consumer Services Division of Consumer Services License No.: L$ % 097 Board of Professional Surveyors and Mappers Expiration Date February 28, 2021 2005 Apalachee Pkway Tallahassee, Florida 32399-6500 Professional Surveyor and Mapper Business License Under the provisions of Chapter 472, Florida Statutes HADONNE CORP 1985 NW 88TH CT STE 201 DORAL, FL 33172-2638 NICOLE "NIKKI" FRIED COMMISSIONER OF AGRICULTURE OO �HADONNE 39 RFQNo: 19-20-021 -City of Miami Civil Engineering Services for Shorecrest Road and Drainage Impro ements, D-5 H A DO N N E Land s.rve and Mapper Utility Coordinators Land Development Consultants Ab,raham Haaaar PSM 1 Chief S.rvey.r, President Surnrinary Mr. Hadadls 25 years of experience has encompassed all phases of infrastructure planning and development in Sur eying and Mapping, Planning, Design, Agency Permitting and Construction Management. As a Senor Pr ject Manager, he has provided complete pr l— serv,c , from program management to planning and design through permitting and construction for a diverse array of Public and Private Infrastructure projects. As a Professional Surveyor and Mapper, he has been responsible for route/right-of-way, boundary, construction, topographic, and geodetic control surveys for cellular towers, transportation projects and commercial and residential developments. Mr. Hadad s expertise in resolution of complex boundary and title problems has established him as an expert witness. Mr. Hadadls overall experience and expertise gives him the ability to trouble shoot every facet of a pr jeer from the field to the office, making him an ideal Pr ject Manager. Raia.,artt Prj—t Expariam— L.gio., Park I—pro..ar.,a.,rs, Miami, FL: Land surveying and mapping ­rvica, for the Legion Park Improvements located at 6447 Years with Had....: 18 Years of Experience: 25 NE7th Avenue, Miami, FL 33138. Services provided included Land S—aying and Proms. ional Regi—atio., Mapping Services. Boundary and Topographic Surveys included: Located the prgject site Professional Surveyor and Mapper: in relation to the property boundaries, Identified all interior improvements and Flori.. LS6006 (2000) improvements in the adjoining half rights of -way, Located all trees within the property Prof assio.ral Anivatio.rs boundaries; provided a tree table with tree na , trunk diameter, height, and canopy, Florida Surveying and Mapping Society Located all buildings within the survey ar Teprovide ed building rne , perimeter (F.S.M.S.) dimensions, setbacks distances, top of parapet elevations, and finished floor elevations, Elevati.n shots at 25-50-foot intervals at open park areas and 5-10 foot intervals at critical Miami -Dade County Chapter of F.S.M.S. are ,such as around buildings, and existing structures, additionally, collected all visible terrain deviation such as low and high points, Located all courts with court lines, fences, playgrounds, etc., Collected invert elevation, pipe s, , and pipe type of all accessible existing inlets and manholes, Located all overhead utility lines and poles within the survey ar a, Showed existing easements Dates of Se—i.e: 04/2016 to 07/2016 B-17365 - Sh-r—rest Ara- Smr.ray wittti.t tha, City of Miami Perform Topographic Survey of approximately 45,000 linear feet of road, survey to include the following items: Depict Right of Way information based on the City of Miami Street ATLAS sheets, record plats and property appraisal database including all current dedicated ar....S.—y limits to extend from Right of Way to Right of Way along the corridor 15 feet into the private properties. Top. sunray to extend 100 feet from the and of radius return into the intersecting streets. Locate all above ground features, including site lot lines, trees (Height, caliper, species), House number. Collect Rim elevations, invert elevations, bottom of structure and pipe material.Take elevation shots (Cross section elevations) at 25-foot intervals, Elevations to be referenced to NGVD29, Locate all existing ADA ramps and existing driveway approaches, HC will deliver three signed and sealed copies of the resulting map of survey in addition, Collect Finished Floor elevation of all Buildings within the corridor, Limits of the S.rvey to extend 15 feet into the private properties along the corridor (when not accessible take elevation shots on the ground. Dates of S—i..: 06/2018 to 10/2018 Broa6way & SW 1st A..a.t..a / Naw Park Project No. B-40355A City of Miami Capital Improvement Program request for Miscellaneous Surveying and Mapping Servi.es, .nder CIP Work Order No. B-40355A for Topographic, Underground Utility Designation and Tree S.rvey. Dates of S—i..: 0412017 - 0512017 Eau—tion Attended Miami-Datle Community C.Ilege Attentletl University of Oriente Santiago d. Cuba, Cuba B.smess Fn al Classes CAKE Training Estimating Training M.O.T. Training OSHA Training Prject Management Classes Ar®as or Expertise 3DLaser Scanning 3D Mapping Bathymetric Surveys Boundary Surveys Computer Applications Construction Surreys Control Surveys Electr.nic Data C.11ecti.n FDOTS., Services GISProgrammer GPSS.rveys Right .f Way Mapping Roadway Design Surveys R.— S.rveyng S.bdwision Platting Topographic Surveys Work Flow System Designer O I HADON N E 1985 NW 88�h C..n, S.ite 101, Dora,, FL 33172 I P: +1(305)266-1188 I F: +1(305)207-68451 www.hadonne.com AL A•D•A 40 RFQNo: 19-20-021 -City of Miami Civil Engineering Services for Shorecrest Road and Drainage Improvements, D-5 �HADONNE Land surveyors and Mapper y utility coordinators Land Development Consultants Rau. de Jesus Izquierdo, PSM Vice President /Sr. Project Surveyor Summary Mr. Izquierdo has practiced land surveying for over 28 years and has participated in many aspects of land surveying. He has both field and office survey experience and has acted in the role of Project Surveyor for the past 19 years. His experience includes boundary, topographic, FDOT Survey Services, route surveying, roadway design surveys and construction surveys. Mr. Izquierdo s experience has encompassed all facets of surveying and mapping. His office and field e xpertise allow him to troubleshoot and perform as a problem solver making him an excellent Pr ject Surveyor. Relevant Project Experience City of Miami Comprehensi. Storm —ter Master Plan Location: Several Locations Prime Contractor: CDM Smith Contact Person: Jonathan Goldman 800 Brick.11 Avenue Suite 500 Miami, FL. 33131 GoldmanRO,dimsmith.com City of Miami Prject B-30632A Development of . new and Comprehensi— SWMP to establish a policy framework to ensure that the integrity of the City s Future is protected and enhance over time. Mr. Izquierdo was the p—ject surveyor with direct supervision of the following scope of service: Horizontal and Vertical Control Survey: Stablish Main Honzontal and Vertical Network within the City Limits, The Control Monuments were set or recovered and documented in a Survey Control Map that will be utilized during the length of the prject. GPSlocate 500 features: Located above ground features utilizing Survey GPS Equipment .,y 910 Locations per Day Locations per day. Survey 500 features: Locate above ground features utilizing Survey GPS Equipment (.,y,.) 910 Locations per day. Perform 500 building finished -floor elevations: Elevation snots were taken to stablish the Finished Floor Elevation. Seawall Survey: Performed additional survey to determine the seawall elevation in locations that were not be covered by the aerial survey Aerial photogrammetry survey of unobstructed seawalls and fill in survey of 1,500 points, this effort was be performed with various methods of survey. Aerial Target Ground Control: Placed Aerial Targets for Photogrammetric Survey at 5 Targets per day for an estimated total of 100 Targets. Canal Cross Sections: Performed 150 Canal Cross Sections at 2 cross sections per day. On Going Project 0.a LINKConstruction Group 5350 NW 77th Court D.r.l, Florida 33166" jtaylor9link... structiongrou p. net Mr. 1,quierdo Served as Prject Surveyor Verify locations of survey control points prior to starting work / Verify setbacks and easements. Establish permanent bench marks on site, referenced to established control points. Layout building pad, establish elevations, lines and levels. El.v.ti.n Certificate for beams/Joist. Location of dumpstar ..closure L.cati.n of Sit. Lighting P.les (3) Final Survey required. From 10/18 - 08/2019 Profession.. Fee $13,000. Years with Had....: 8 Years of Experience: 28 Professional Affiliations: Florida Surveying and Mapping Society (F.S.M.S.) Miami -Dade County Chapter of F.S. M.S. Education: Attended Miami -Dade Community College CAiCE Training Estimating Training M.O.T. Training OSHA Training Project Management Gasses Areas of Expertise: Construction Surveys Control Surveys Route Surveying Roadway Design Surveys Boundary Surveys Topographic Surveys FDOT Survey Services Computer Applications Electronic Data Collection Work Flow System Designer HADONNE 1985 NW 88•^ Court, Suite 101, Dora., FL 33172 1 P: +1(305)266-11881 F: +1(305)207-6845 I www.hadonne.com AL A•D•A 41 RFQNo: 19-20-021 - City o. Miami C;,,,i E,gi—ring Sep ,,e=.or Shop--t Road and Drainage Impro eme —, D-5 T_ RICK SCOTT, GOVERNOR JONATHAN ZACHEM, SECRETARY a dbpr N r'DD WE STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN IS LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES RAMOS, HERNANDO R 7815 N.W. 72ND AVENUE MEDLEY z' FL 33166 ie LICENSE NUMBER: PE42045 EXPIRATION DATE: FEBRUARY 28, 2021 Always verify licenses online at MyFloridaLicense.com ❑� ❑� Do not alter this document in any form. �� This is your license. It is unlawful for anyone other than the licensee to use this document. AL A•D•A 42 RFQNo: 19-20-021 - Croy of Miami Civii Engineering Services for Shorecre.t Road and Drainage Improvements, D-5 HERNANDO R. RAMOS, P.E. • Senior Engineer EDUCATION ■ MS, Civil Engineering, 1988 —Georgia Institute of Technology, Atlanta, GA ■ MS, Civil Engineering, 1986 — Florida International University, Miami, FL ■ BS, Civil Engineering, 1978 — University of Cartagena, Colombia EXPERIENCE SUMMARY M.Cli ,,, Florida PROFESSIONAL REGISTRATIONS ■ Professional Engineer, Florida 42045 PROFESSIONAL AFFILIATIONS ■ American Society of Civil Engineers Geotechnical engineer with more than 35 years of experience with transportation, industrial, ports, civil and projects. His experience includes design, planning, execution of new geotechnical projects and the remedial procedures to correct foundation problems of existing structures, extensive involvement with axial and lateral pile analyses, slope stability evaluation on retaining walls and embankment projects using geosynthetic reinforcement. Other specialties include design of numerous retaining walls types such as mechanically stabilized earth, reinforced concrete, sheet pile cantilever and anchored walls. SUMMARY OF KEY PROJECTS Mr. Ramos has been technically involved with numerous FDOT, MDX and Miami -Dade County projects. The following is a selected project: SR 82611-75 E.,ress ia,t,es, from So,uti, o,f SR 836 to NW 170" Street, D6 Design Buiidi — FPID No. 432687-1-52-01 - Mi—i-Dade C—ty, Florida. Design (Completed 2018): Provided all the final field exploration and geotechnical design of the project. The construction of the express lanes included the widening of all existing bridges, from north of NW 25" Street to NW 138°^ Street, construction ofone new bridge connecting the express lanes from SR 826 to 1-75 and two new 2 span bridges over SR 924 Ramps. Most of the bridges widening are supported on 18-inch square prestressed concrete driven piles. The new bridges are supported on 24-inch square prestressed concrete driven piles. The project also included the design and construction of a anchored bulkhead along Peter's Pike Canal, from north of NW103r° Street to 1-75 SouthRampto SR 826 to help accommodate the widening of SR 826 and miscellaneous sign and gantry toll structures. Construction (Completed) - Performed 100% dynamic pile load testing (PDA) estimating pile order lengths prior testing to speed up the construction. In addition, performed CSL testing on miscellaneous shafts. ■ Year Started: 2015; Year Ending: (2019) ■ Total Value: $750 M ■ Firm: HR Engineering Services, Inc. ■ Role: Project Geotechnical Engineer and FOR ■ Client: FDOT D6, PM: Teresa Alvarez, P.E. - Tel: (305) 470-5142■ Wo,ric Hist—y January 1978 - December 1982, Cammos Vecinales (Colombia) January 1983 to May 1988, Graduate Studies in FIU and Georgia Tech. June 1988 - December 1998, Law Engineering Services, Inc. January 1999 to Present, HR Engineering Services, Inc. HREngineering Services, Inc. AL A•D•A 43 RFQNo: 19-20-021 - City o. Miami C;,,,, E,gi—ring Sep ,,e=.or Sha—r— Road and Drainage Impro eme —, D-5 dF� Ron DeSantis, Governor Halsey Beshears, Secretary Vlorida dopr STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS THE ENGINEERING BUSINESS HEREIN IS AUTHORIZED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES JACOBS ENGINEERING GROUP INC. 155 N. LAKE AVE. PASADENA CA 91101 L LICENSE NUMBER: CA2822 EXPIRATION DATE: FEBRUARY 28, 2021 Always verify licenses online at MyFloridaLice nse.com ❑�� ❑� Do not alter this document in any form. This is your license. It is unlawful for anyone other than the licensee to use this document. 0�.� .jacobs AL44 A•D•A RFQNo: 19-20-021 - City of Miami Civil Engineering Services for Shorecrest Road and Drainage Improvement, D-5 Jason M. Bird, CFM JACOBS Principal Technologist / Florida Resin..— & Wet— Re•om—as Practice Leader Jason Bird is a seasoned civil engineering professional with experience in commercial, residential, _ public open space, utility, stormwater and transportation projects from feasibility studies to conceptual planning, through design, permitting, and construction administration. His focus on water resources, water conservation, infrastructure assessment, green infrastructure and sustainability, including LEED, ENVISION evaluations for municipal, master planned communities, and US federal facilities. He has applied his knowledge of infrastructure design and climate science to risk and vulnerability evaluations to develop and prioritize mitigation measures and adaptive strategies to protect and enhance capital investment and the overall resilience of built and natural assets. Eci—tion • Associates of Arts Degree from Central Florida Community College 2001 • Course work in Civil Engineering with Construction Management focus, University of Central Florida 2001-2004 Affiliation• • SAME Member (Society of American Military Engineers) (2010-current) • Tampa Bay Watch - Member and Habitat Restoration Volunteer (2013-current) • Sarasota Bay Estuary Program - Water Quality Volunteer (2014-current) • Seminole County Watershed Ati— - Water Quality Monitoring Volunteer • Florida Water EnvironmentAssociation (FWEA) Integrated Water Resources Committee — member (2014-current) • American Society of Adaptation Professionals (2015-current) • Association of State FioodPlain Managers (ASFPM) (2018-current) Integrated Sea Levu Rise Mitigation and Storrt..,vater Mar.ager„ent Plan, City of Mim—i Bee.., FL. This multi- disciplinary flood mitigation project focused on reducing flood risk in the City through a comprehensive and integrated approach to managing water resources. The early phases of this project focused on updating the City s street raising policy in conjunction with the flood mitigation program to reduce risk from flooding and maintain safe ingress/egress for residents, commercial properties and for critical facilities like the hospital, fire responder facilities, EOC and emergency evacuation routes. The use of hardened road sections such as the use of black road base and stronger asphalt surface materials is being incorporated to provide the desired function over the life of the roadway, in the face of an uncertain climate future. The task also included development of a neighborhood pi- ject prioritization methodology that factored in numerous City infrastructure needs including improvements to critical services such as potable water distribution, sanitary sewer collection, stormwater management, transportation access, and environmental and social system improvements such as sidewalks, street trees and BGI for stormwater quality treatment. Flood Mitigation, & Resiliency Study, City of Mienni Beach, FL. In response to sea level rise and increasing flooding, City wide strategies were evaluated to mitigate flooding of public and private property, including policy changes for new construction and major renovation, minimum design criteria and building FF elevations. As task lead, reviewed unintended consequences of raising public roads, performed in-depth review of codes, policies, NFIP CRS and other manuals to enhance integration of resilience for buildings and critical infrastructure. Perform asset evaluation, risk and vulnerability assessment with intent to develop tool box of adaptive mitigation strategies and implementation guide to inform capital improvement projects and policy for future conditions. The Nature Conservancy, Mian,i Dade County, Florida. Evaluated four select sites along Biscayne Bay coastline for level of protection against storm surge, provided by nature based systems. Project included modelling multiple climate scenarios including sea level rise and surge events for 2040 and 2075 to understand system performance and perform alternatives cost benefit analysis for built and nature based coastal protection. AL A•D•A 45 RFQNo: 19-20-021 - City of Mlaml Civil Engineering Sarvloe. for Shorecrest Road and Drainage Improvement, D-5 Susanne M. Torriente JACOBS Re�i�ien�e Strategist Susanne is an accomplished organizational strategist with 29 years of local government experience in South Florida. Her strength is breaking down complex issues into manageable solutions, fostering collaboration and directing organizational strategic planning. She recently joinedJ cobs leading its global c 'munity of practice as Director of City Resilience. In this role she is bringing her expertise and experience to leverage Jacobsbroad base resilience skills to deliver integrated solutions to city, industrial, corporate and institutional clients. She joined the City of Miami Beach in September 2015 as Assistant City Manager (ACM) and as the City's first Chief Resilience Officer (CRO). Her portfolio of departments including Planning, Building, Sustainability and Environmental Management, Transportation and Mobility, Economic Development, Housing & Community Development and strategic planning. Ea—tion ■ Bachelor ofArts in English • Master of Public Administration University of Miami Affiliations ■ SAME Member (Society of American Military Engineers) (2010-current) • Tampa Bay Watch - Member and Habitat Restoration Volunteer (2013-current) • Sarasota Bay Estuary Program - Water Quality Volunteer (2014-current) • Seminole County Watershed Atlas - Water Quality Monitoring Volunteer • Florida Water Environment Association (FWEA) Integrated Water Resources Committee— member (2014-current) • American Society of Adaptation Professionals (2015-current) • Association of State FloodPlain Managers (ASFPM) (2018-current) Greeter Miami & the Beaahe=100 Resilient Cities Stratgy, Resirent 305, Miami Dade C--nty Florida. Greater Miami & the Beaches (GM&B) is a collaboration of Miami -Dade County, the City of Miami, and the City of Miami Beach, created to respond to the region's major challenges. In 2016, after a very competitive process, GM&B was selected from among 400 applicants to join the 100 Resilient Cities network as the only inter -governmental partnership working to develop a shared resilience strategy. As one of three GM&B CRO's, she led the development of this plan through all stages from preliminary risk assessment; stakeholder and expert interviews; work group convenings; prioritization; strategy development (structure and content); and ultimate approval by the three governing bodies. Over 50 actions have been identified, developed and organized for the Resilient305 Strategy into three overarching goal areas: Places, People, and Pathways. City of Miami Beach Strategic Resiren.e Pier, Update, (Miami Beath, FL. The City of Miami Beach reinvented its Strategic Plan goals and objectives through the leadership of the City Commission, the experience of management team and the voice of the community. The resilience lens helps the City understand its shocks and stresses to reduce risk and to create co - benefits in all city services, operations and capital projects. As ACM/CRO created the vision; connected the dots and led the team in crafting this unique strategic plan and resilience strategy in five vision areas areas with. City Commission goals, management objectives, and priority funded actions. 100 Resilient Cities & Columbia University s Resili­ A—lerator for the West Avenue aighbnrhnnd improvement project. Miami Beach, FL. Through a partnership between 100 Resilient Cities and the Center for Resilient Cities & Landscapes at Columbia University, the Resilience Accelerator w s developed. While this was a competitive grant program, Greater Miami & the Beaches was chosen to directly participate. Miami Beach's West Avenue Neighborhood Improvement Pr ject was selected as one of four pr jects in South Florida. Columbia University brought together multi -disciplinary expertise to assist the city's team in advancing the strategy and project design to keep the project moving forward while integrating a more holistic resiliency approach. They focused on strategy and design, stakeholder engagement, and benefits and costs. Over the course of a three day workshop, the team identified appropriate enhancements based on the pr ject's life cycle, existing and future site challenges, and feedback from the local community. The City brought together the Design Build Team headed by Ric -Man Construction Florida; internal staff from CIP, Environment & Sustainability, Fire, Parking, Planning, Public Works, and Transportation Departments; and, local experts in engineering, architecture and urban design. As CRO, identified the project that was temporarily on hold; crafted the scope; recruited the participants, participated in the workshop; strategized the approach and presentation to residents and City Commission; and ultimately gained City Commission support and additional funding for a much improved resilient design. AL A•D•A 46 RFQNo: 19-20-021 - City of Miami Civil Engineering Servi,e, for Shor—est Road and Drainage Improvements, D-5 S..,,,,,, Pati, PhD, PE, CFM JACOBS Senior Water Resources Engineer S—my Pati brings to the team strong analytical and technical skills in hydrologic and hydraulic (H&H) analysis/modeling, flood risk management stormwater design, groundwater modeling, surface water modeling, GIS applications, and statistics. His experience includes developing watershed master planning, flood risk assessments, stormwater master plans, stormwater systems evaluation, site and drainage design. He brings experience in incorporating resiliency and extreme events planning in all the planning/design projects. Modeling experience include developing conceptual models, calibrating and validating models, pre- and post -processing data using various GIS and database software. Specific modeling software expertise includes ICPRv3, ICPR4, SWMM, InfoWorks, Flood Modeler Pro, MODFLOW, MikeSHE/11, GMS, ArcGIS, and ArcHydro. Education Ph.D, Biological and Agricultural Engineering, North Carolina State University M.S., Irrigation Engineering, Utah State University B.Tech, Agricultural Engineering, Acharya NG Range Agricultural University, India Prof—ii—nial Registrations Professional Engineer: FL (09952), NC Certified Floodplain Manager GIS Certification, North Carolina State University Senior Engineer, Ocean Outfall Legislation Program, Miami -Dade Water and Sewer Department, FL —As part of the Ocean Outfall Legislation Program, CH2M HILL/Jacobs is providing program management and consulting services. Specific tasks that I was involved was to provide flood inundation modeling (using Flood Modeller Pro 2D modeling) for the Department's Jurisdictional area within the Miami -Dade County to identify assets/facilities at risk due to sea level rise and climate change. Flood inundation modeling was conducted to analyze the risk associated with the current conditions and future conditions with increased rainfall intensity and sea level rise for both 2040 and 2075. The flood elevation results were used to identify critical facilities including WWTPs and Pum p Stations. The flood elevations were also used for facilities hardening plans for each critical facility identified. A design guide per sea level rise inundation is being developed based on the surge and flood modeling conducted by CH2M HILL for the critical facilities. Prje.t Manager/Technical Lead, City of St. Petersburg Stor.,,,,,,ater M—agement Master Plan, St. Petersburg, FL. The project included developing City wide stormwater master plan. The City wide storm —ter master plan includes 26 different basin with a total basin area of 72 sq.miles. Specific tasks include: evaluating City wide stormwater inventory, developing geographical watershed information system (GWIS) in a GIS geodatabase for the stormwater assets and H&H model features, developing H&H models for capacity analysis and flood risk assessment, Level of Service analysis, and development of projects to help with flood reduction and water quality improvements. Flood risk was assessed for both climate change and sea level rise, and developing phased approach to implement addressing flooding issues in the basin. Senior Engineer, System Resiliency Plan, Jacksonville Electric Authority, FL. As part of the 1EA System Resiliency Plan, CH2MHILL/Jacobs is providing program management and consulting services. Specific tasks that I was involved was to provide flood inundation modeling (using Mike 21 FM) for the Agency's service area within and around Jacksonville area to identify JEA's assets/facilities at risk due to sea level rise and climate change. Flood risk associated with the current conditions and future conditions with increased rainfall intensity and sea level rise for both 2040 and 2075 was analyzed. The flood elevation results are being used to identify critical facilities including WTPs, WWTPs and Pump Stations. The flood elevations are also to be used to develop adaptive strategies to minimize flood risk for various current and future conditions. Economic analysis for both direct and indirect impacts were conducted to understand the cost benefit of the adaptive strategies for resiliency planning. AL A•D•A 47 RFQNo: 19-20-021 - City of Miami C;,,,i E,gi-ring S,r,i,,, for Sha-r-t Road and Dr.inage Impro eme tom, D-5 Andrew Potts, PE JACOBS Water Resources Engineer Andrew Potts Brings 20 years of experience focused on green infrastructure (GI), stormwater management, water resources engineering and planning, and sustainable site design applications. With a specialization in water resources, Mr. Potts has successfully managed and participated in various environmental projects from start to finish. He is also the Chapter co-author for WEF's Green Infrastructure Implementation Manual and ASCE's Permeable Pavements book and one of the lead technical co-authors for the Michigan LID Manual and the Pennsylvania Stormwater BMP Manual. Education B.S. Physics and Minor Mathematics, Ursinus College M.S. Civil Engineering (Water Resources), University of Virginia Professional Registrations Professional Engineer (PA, VA, MD, NY, DC, CA) LEED Accredited Professional Certified Professional in Erosion and Sediment Control (CPESC) Blue -Green Stormwater Infrastructure Concept Plan, Miami Beach, Florida Project Cost: $750 k; Project Start: 2018; Client: Miami Beach; Reference: Roy Coley; Address: 1700 Convention Center Drive; Phone: (305) 673-7000; Email: RoyColey@miamibeachfl.gov — Mr. Potts served as the task lead and principal technologist for development of the City of Miami's draft of the Blue -Green Stormwater Infrastructure (BGSI) concept plan including BGSI strategies and practices suitable for Miami Beach, concept renderings, review of existing projects for incorporation of BGSI, and public outreach materials. Green Stormwater Infrastructure and Source Control Program Management, Pittsburgh, Pennsylvania Project Cost: $2.9M; Project Start: 2018; Client: Allegheny County Sanitary Authority; Reference: Carlos Frey, P.E; Address: P.O. Box 2842, St. Petersburg, FL 33731; Phone: 727-892-5380; Email: Carlos.Frey@stpete.org - Mr. Potts served as the Program Manager and Senior Reviewer for Allegheny County Sanitary Authority's (ALCOSAN) 2019 GSI guidance manual, with sections on Siting, Cost Estimating, Construction Inspection, and Operations and Maintenance. He led the development of ALCOSAN's regional stormwater plan that is evaluating GSI potential throughout the Pittsburgh region, including the development of 60 conceptual plans. East Liberty Green Infrastructure Study and Pilot Project Design, Pittsburgh, Pennsylvania - Mr. Potts acted as Senior Engineer and Project Manager, conducting a detailed evaluation of applicable stormwater management techniques and their effects on CSOs in East Liberty. He developed conceptual designs for potential GI demonstration projects that lead to detailed design and construction support for the East Liberty Presbyterian Church GI project. A A•D•A 48 RFQNo: 19-20-021 - City of Miami Civil Engineering Servi,e, for Shor—est Road and Drainage Improvement, D-5 Richard C. Gorsira JACOBS Env,ronnnental Scientist Mr. Gorsira manages complex, local and international water quality and sediment sampling programs for marine, estuarine, and freshwater systems. Mr. Gorsira is a proficient project manager leading environmental projects from inception to completion. His project management skills include formulating concepts and solutions, procurement and management of subcontractors, providing leadership and guidance for project teams, budgeting and cost control, resolving technical conflicts and providing innovative solutions for a wide range of clients. His projects involve ecological assessments, stormwater, surface water and sediment samplingdesign, fish and benthics monitoring, wetland delineation and wildlife assessments in the southeastern United States, Latin Americ , and Caribbean. He has successfully designed upland and wetland mitigation areas, living shorelines and coastal defenses, and has been involved in wetland -groundwater recharge projects. He also has extensive experience in aerial photo -interpretation, ground surveys for avian, herpetofaunal, and mammalian species, desert tortoises, gopher tortoise populations assessments and relocation, and sampling of benthic invertebrate and demersal fish communities. Eciu—ti— B.S., Zoology, University of Florida Professional Registrations Wetland Delineator (provisional), U.S. Army Corps of Engineers, Jacksonville District, Florida Envision° Sustainability Professional (ENV-SP) USCGsmall boat handling and navigation Advanced Open Water SCUBA diver, Scuba International Living Shorelines/Coastal defenses Mr. Gorsira is currently managing a coastal resiliency project with The Nature Conservancy to evaluate nature -based solutions in Biscayne Bay, Miami, Florida. The study involves surge and sea level rise (SLR) modeling at four sites for baseline, 1.5 feet, and 3.5 feet scenarios for a 25-year and 100-year storm event, and conducting a cost benefit analysis using the FEMA Hazus model. Nature -based and hybrid living shoreline concepts were developed for Florida International University, Morningside Park, and Virginia Key in Miami and Maurice Gibb Park in Miami Beach. The results showed that nature -based solutions are a cost effective solution for Mormngside Park while additional analysis is required at the other sites to evaluate the benefits of coastal defenses. Mr. Gar`sira served as lead scientist in developing nature -based shoreline concepts in the City of Punta Gorda. The Four Sh eraton heraton Hotel, in a collaborative partnership with The Nature Conservancy (TNC) and the Charlotte Harbor National Estuary Program (CHNEP), requested improvements of the natural aesthetics and habitat value of the hotel's seawall. This resulted in the development of a conceptual living shoreline project which is intended as a model for the region, exemplifying a public -private partnership approach to project development. In addition, regulatory permitting requirements were evaluated for the proposed living shoreline, including potential state and federal grants as funding Estuarine/Marine Water 0—iity Assessr„ents and Mixing Zone E—immu—s Mr. Gorsira is currently managing a conceptual alternatives analysis of nature -based defenses in the Miami Intercoastal Waterway area. In cooperation with The Nature Conservancy, this project is intended to evaluate the benefits of nature -based defenses in reducing/mitigating the impacts of wave energy and storm surge on coastal infrastructure. Four pre -selected sites will be evaluated for the influence of storm surge and sea level rise on two design alternatives (natural and natural/hardened combination) to reduce erosion and enhance protection of coastal - built assets. As project manager, Mr. Gorsira assisted Florida Power and Light Corporation with data collection for a stormwater NPDESprogram at four power plant sites in Florida. Outfalls and drainage basins were identified during field inspections of each power plant. A stormwater sampling handbook was provided to the client to provide guidance on sampling methodology and collection of other data for completing permit forms. AL A•D•A 49 RFQNo: 19-20-021 - City of Miami Civil Engineering Service. for Shorecrest Road and Drainage Improvement, D-5 1vette O. Argudin Contract Administration Specialist Ivette 0. Argudin has over 44 years of professional consulting experience. She has been involved in a variety of project types inclusive of all aspects of contract negotiations, project coordination and management, and client coordination as well as v rall firm management and preparation of affirmative action plans. As the firm; s M jority Own ro Mrs. Argudin is responsible for overseeing all general business operations such as supervision of staff, accounts payable and receivable, payroll, and purchasing. Mrs. Argudin has been the Principal -in -Charge for several major projects in which she was responsible for ensuring that all necessary resources were available to successfully complete the project. In addition, she assists in the permitting process for local, state, and federal agencies. Constr..ction Management Se —ices for S.-Ch Miami Heigi is Water Treatment Plant (SMHWTP), Miami -Dade Weer and Sewer Dept. (WASD), Miami -Dade C... ty, FL. - Mrs. Argudin was the Principal -in -Charge for the Miami County Dade Water and Sewer Dept. ConstructionManagement Services for the SMHWTP contract. This contract was one of the many initiatives to achieve the Miami -Dade County s 23-year plan to improve water quality and serve the continued population growth in the southern portion of Miami -Dade County. ADA provided construction management services for a 5 MGD water reservoir, high service pump station, post treatment chemicals, electrical rooms, generators and building structures with a total anticipated construction cost of over $30 million. The project also consisted of backfilling a finger canal, construction of an injection well, and various test wells. Mien,; -Dane Water and Se—er Depertmeni s (WASD) Constr..ction Management Program Pr ject, Miami -Dane C... ty, FL. - For the Miami -Dade Water and Sewer Department's Construction Management Program Project, Mrs. Argudin coordinated the effort to obtain possible sites for the installation of off -site deep injection wells and monitoring wells for the South District Wastewater Treatment Plant. In addition, she was responsible for identifying manpower requirements for the different tasks that the firm performed under this contract. Project tasks included document control, consultant management, coordination with s ub-consultants, and design and permitting. Miami-Daae Water and Se..,er Dept. (WASD) General Engineering Contracts, Miami- Daae County, FL. - Mrs. Argudin was responsible for coordinating with utilities to obtain As -Built data along the proposed route of infrastructure improvements throughout Miami -Dade County. These have included major Miami -Dade Water and Sewer Dept. projects such as the 60-inch Flagler Replacement Force Main and the Kendall 48-inch Fore Main. In addition, Mrs. Argudin prepared the permit packages for the submittal to Miami, Miami -Dade County Public Works, Florida Dept. of Transportation (FDOT), Dept. of Environmental Protection, U.S. Army Corps. of Engineers, Dredge & Fill Permits for canal crossings, D.E.P. General Permits, and approvals from railroad companies. Misceua ..s Ci..ii Engineering Contin..ing S.—mes, City of Miami Capital Improvement Program, Miami, FL. - Mrs. Argudin was the Princpal-in-Charge for the Miami Miscellaneous Civil Engineering Services Contract. ADA's tasks included planning and design services, programming, surveying, geotechnical, feasibility studies, options evaluations, public meetings, detailed facility assessments, recommendations, cost estimates, opinions of probable construction cost, preparation of bid/construction documents, review of work prepared by s ub-consultants, field investigations/observations, construction contract administration, as -built documentation, and other related services as needed to complete the projects. She has been instrumental in managing ADA s 15-year tenure with the city. Civil Engineering Services for Miami International Airport (MIA), Miami -Dane Aviation Dept. (MDAD), Miami, FL. - As the Principal -in -Charge for the MDAD's Miscellaneous Civil Engineering contract, Mrs. Argudin participated in project reviews and quality control committees. She also ensured that all the necessary r ces were provided for the projects su cessful and timely completion that was within budgetSuThe project book for the New Northside Runway was a major project performed under this contract. AL A•D•A 50 RFQNo: 19-20-021 - City of Mia.ni C;,,,i Engineering Ser"i,e, for Shor--t Road and Drainage Impro em.—, D-5 RICK SCOTT, GOVERNOR JONATHAN ZACHEM, SECRETARY dopr STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS THE ENGINEERING BUSINESS HEREIN IS AUTHORIZED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES RH ENGINEERING GROUP, INC. '47 WEST FLAGLER STREET jjf�y MIAMI FL 33130 r�d L LICENSE NUMBER: CA30022 EXPIRATION DATE: FEBRUARY 28, 2021 Always Verify licenses online at MyFloridaLicense.com Do not alter this document in any form. F This is your license. It is unlawful for anyone other than the licensee to use this document. RICK SCOTT,GOVERNOR JONATHANZACHEM,SECRETARV dFlo�dpr STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF PROFESSIONAL ENGINEERS THE PROFESSIONAL ENGINEER HEREIN 15 LICENSED UNDER THE PROVISIONS OF CHAPTER 471, FLORIDA STATUTES HERNANDEZ, ROBERTO LORENZO �• 531 N.E. 76 STREET MIAMI FL 33138 LICENSE NUMBER: PE53855 EXPIRATION DATE: FEBRUARY 28, 2021 Always verify licenses online at MyFloridaLicense.com ❑�❑� Do not alter this document in any form. WNThis is your license. It is unlawful for anyone other than the licensee to use this document. AL A•D•A 51 RFQNo: 19-20-021 - City of Miami Civil Engineering Servi,e, for Shar—rest Road and Drainage I.nprave.nents, D-5 Roberto L. Hernandez, P.E., President RHEngineering Group, Inc. was founded in 2012 with a specialty in structural engineering and architectural engineering. Over the last 25 years the President and Founder, Roberto L. Hernandez, P.E. has served as structural Engineer of Record and Threshold Inspector on an array of building design types and scale of projects. PROFESSIONAL AFFILIATIONS Structural Engineers Certification Board No. 1219-0705 Registered Professional Engineer in Florida, License No. 53855 Registered Special Inspector in Florida, License No. 2003 Registered Structural Masonry Inspector in Florida, Cert. No. SMI-1327 Certified LEED AP Building Design + Construction No. 10224188 Florida Structural Engineers Association — President 2009 American Concrete Institute National Parking Association U.S Green Building Council South Florida Chapter. EDUCATION Bachelor of Science in Civil Engineering August 1988 University of Miami Bachelor of Science in Architectural Engineering August 1988 University of Miami Associates of Arts in Architectural Engineering Highest Honors May 1984 Miami -Dade Community College, WORK AREAS Parking Structures, Mixed Use Projects, HealthCare Institutions Commercial, Retail, Office Buildings Hotels, Warehouses, Airport Hangers Mid Rise and High Rise Residential, Restoration, Historic Preservation and Religious Institutions AL A•D•A PROJECT, LOCATION & OWNER Belle Vista Avenue Seawall Repair 405 Biltmore Way, Coral Gables, FL 33134 City of Coral Gables POINT OF CONTACT A.D.A Engineering, Inc, Albert Argudin, Jr. 305-551-4608 x 312, aargudinjrPadaeng. net PROJECT YEARS Project Commenced 2013 / Completed 2015 DESCRIPTION The project consisted of repairs to an existing seawall along Belle Vista Avenue located in Coral Gables. This project also included construction of a new portion of seawall along the Avenue that was required. New piling was installed to support the new concrete seawall and cap. Approximate Project Cost $800,000.00 PROJECT, LOCATION & OWNER South Bayshore Lane Pump Station Coconut Grove, City of Miami City of Miami POINT OF CONTACT A.D.A Engineering, Inc., Albert Argudin, Jr. 305-551-4608 x 312, aargudinjrPadaeng.net PROJECT YEARS Project Commenced 2019 / Completed 2020 DESCRIPTION The project consisted of the installation of new flood control piping and drainage as part of a resiliency Civil Engineering Project to control flood water in the South Bayshore Neighborhood of Coconut Grove. Part ofthe project has a pump station installation with a raised generator on a platform to operate the pumps during all types of environmental events where loss of power could be experienced. Approximate Project Cost $3.6 Million 647 WEST FLAGLER STREET I MIAMI, FLORIDA 33130 1 RHENGINEERINGGROUP.COM 52 RFQNo: 19-20-021 - City of Miami C;,,,i Ef,9if,eeri.,9 Servi,e, for Snor--t Road —d Drainage Impro eme tom, D-5 JIB A•Q-A 2020 FLORIDA PROFIT CORPORATION ANNUAL REPORT DOCUMENT# P96000048321 E.,t,t„ Na.r,e: MAGBE CONSULTING SERVICES, INC. C. -- P,,i—ipai Piaoa of Business. 2430 SW 18TH STREET MIAMI, FL 33145 C.Jrr — Maiii.,g Aaaress: 2430 SW 18TH STREET MIAMI, FL 33145 FEI N.J—.—: 65-0679927 Na.r,e —a Aaaress of C.Jrr — R,i--a Agent: ABAD, MAGALI R 2430 SW 18TH STREET MIAMI, FL 33145 US FILED Jar, 20, 2020 Secretary of State 4649274542CC Certifi.— of St.— Desire..: No Te ae — „.— e„ Y ,.em," —i. — t—i-,— ," o o .e — 9 9 ,.. — St— of F—i... SIGNATURE: E--r— S.g—.— — R.9-1..ed Age.,. D.— Officer/Dir--r Detaii : Tale DP N.— MAGALI, ABAD R Add-- 2430 SW 18TH STREET CG.y-S...e-Z.p: MIAMI FL 33145 Tale DVP N.— BAGUE, IRELA Add-- 15 MADEIRA AVE # 6 CG.y-S.a.e-Z.p: CORAL GABLES FL 33134 9C,. t-607,, F—... St.t.t..; ... t— > ... aoo=a.= SIGNATURE: MAGALI R ABAD PRESIDENT 01/20/2020 E--r— S ..,... of Signing Of i—/D.— — D—ri D. W wA4AGBE consulting services, inc. 53 RFQNo: 19-20-021 - City of Miami Ci i, Engineering Se, i­ f.r Shoe ...t Road and Drainage Impro emen­, D-5 1 — 1 1 t � 1 4� 1 1 City of Miami — Storm Water Master Plan j City of Sunrise — Sustainability Action Plan Irela Bague, MAGBE's Director of Government j Irela Bague, MAGBE's Director of Government Affairs is the lead on the project tasked to work Affairs is the lead on the project tasked to work with City staff to plan, coordinate and conduct with City staff to plan, coordinate, conduct a public outreach activities to engage and educate 1 number of public workshop meetings, conduct the public on the SWMP update. i resident & business surveys, develop Client Reference j communications/social media campaigns to Ignacio Lizama I lizamail@cdm.com j engage the public and promote the plan. 1 Client Reference 1 1 Erin Deady PA 1 ---- (954) 593-5102 I erin deadvYnm -------------------------------— ------ 1 1 1 1 1 1 1 1 Miami -Dade Water & Sewer: 42" Water City of Miami Beach- Central Bayshore South, Transmission Main between Biscayne Rising Above Community Outreach Boulevard NE 5th Street to Port of Miami 1 Irela Bague, MAGBE's Director of Government Parson Brinkerhoff/WSP contracted MAGBE to i Affairs provided support for the coordination and provide public involvement services i planning of the open house hosted for the Client Reference residents of Central Bayshore South. Werner Reinefeld (305) 514-3100 Client Reference werner.reinefeld@wsp.com i Susanna Torriente 1 (305) 673-7000, ext. 6486 1 SusanneTorriente@miamibeachfl.gov 1 1 AL A•D•A ►� AG BE consulting services, inc. 54 RFQ No: 19-20-021 - City of Miami Ci i, Engineering Sep i­ f.r Sh.—r— Road and Drainage Imp —n-, D-5 AL A•D•A I I mom 0�' I 1 I 1 I Village of Key Biscayne ; Miami -Dade County Public Works: Sea Level Rise Adaptation & Risk Assessment ; Design Services for Roadway Improvements to Irela Bague, MAGBE's Director of Government Affairs NW 58th Street in Dora[, Florida. was the lead on the project tasked to plan, ; SRS Engineering contracted MAGBE to provide coordinate, conduct and moderate (2) public town I public involvement services. hall style meetings present the results of a resident ; Client Reference survey, review the final flood projections and ; Ignacio Serralta adaptation plan, and engaged in planning for next ; (305) 662-8887 ignacio@srs-corp.com steps with residents and the Village Client RPfPrPnrP I Key Biscayne Community Foundation I Rumya Sundaram ; rumya@keybiscaynefoundation.org --------------------- ------ -I--------- 1 1 1 1 1 - - 1 •6 ' 1 / I I l �. I I 1 South Florida Water Management District - ; Miami -Dade County Public Works Outreach Program for Miami -Dade County ; Design Services for Roadway Improvements to Served as the community outreach consultant to ; West Dixie Hwy, North Miami, Florida, SRS the South Florida Water Management District in I Engineering contracted MAGBE to provide public Miami -Dade County for community outreach on I involvement services. flood control and canal refurbishment projects. 11 Client Reference MAGBE supports SFWMD's Miami -Dade staff in all ; Ignacio Serralta communications and public relations efforts ; (305) 662-8887 1 ignacio@srs-corp.com associated with the projects. I Client RPfPrPnca I Armando Vilaboy avilaboy@sfwmd.gov 1 305-513-3420 Ext. 7249 ; 6iA4AGBE consulting services, inc. 55 RFQ No: 19-20-021 - City of Miami Ci i, Engineering Sep i— f.r Sh.—... t Road and Drainage Impro em.—, D-5 Miami -Dade Science Museum Miami -Dade MPO: 2040 Long Range Construction Project I Transportation Plan Study Suffolk Construction contracted MAGBE to i Jacobs Engineering Group contracted MAGBE to provide research and coordination for the I provide assistance with the 2040 Transportation planning of a Certified CSBE matchmaking event i Plan Study the scope consisted of providing the to inform local contractors of construction i MPO with innovative marketing campaign options opportunities available to small firms. to encourage the general public to use Miami -Dade C.IiPnt RPfPYPnm I Transit. Suffolk I Donald Hergenreder 305-374-1107 ' I I I I I I I I I l ' / /1 0 I /* // I I I I City of Miami Marlins Stadium Site Parking MAGBE partnered with Suffolk Construction as to serve as project PIO and Community Liaison for the Marlins Stadium Site Parking project. MAGBE provided research, communication vehicles and coordinated outreach events for local DBE's and SBE's certified firms in Miami -Dade County. Suffolk I Tim Sterling 1305-374-1107 AL A•D•A ('liPnt RPferPnrP Jacobs Engineering Group Linda Mifsud 1 954-246-1412 roAG BE consulting; services, inc. 56 RFQNo: 19-20-021 - City of Mi i Civn Engineering Servie for Shar-r- Road end Drainage Improvements, D-5 Magali Abad President 35 years serving the South Florida community Experienced project managerwith expert community relations & grass roots expertise. Well regarded in both the Hispanic/Latino and African American/Caribbean communities of Miami -Dade County. Career Highlights: • President, MAGBE Consulting Services, Inc. AGBE consulting services, inc. • Resident Initiative Specialist, National Housing Group • Executive Director& Grant Administrator, Miami OTAC/TAO 0 Successfully administered over25 Federal Grants for USHUDtotaling $2.1M • Program Director, Jewish Community Services of Greater Miami • Center Director, Miami Dade Community Action Agency, Head Start Program Education: Bachelor of Arts in Psychology, Biscayne College Successfully conducted public involvement programs for: • South Florida Water Management District • Miami -Dade County Water & Sewer Department • Miami -Dade Capital Improvements Department • Miami -Dade County Public Works • Miami -Dade MPO • City of Miami, Florida • City of Sunrise, Florida • Florida Department of Transportation (FDOT) • The Department of Housing and Urban Development (HUD) • Native American Community, Snoqualmie Tribe, Seattle, WA Magali is an active member of several local, state and national civic organizations and is extremely committed to her community. She has been recognized for her dedication and public service as past Chair of the Miami -Dade Hispanic Affairs Advisory Board and past Chair of the Miami -Dade County Commission for Women. She was recently appointed to the Miami -Dade County Elder Affairs Advisory Board. AL A•D•A 57 RFQ No: 19-20-021 - City of Miami Ci iI Engineering Ser i­ f.r Sh.—r— Road and Drainage Imp —n-, D-5 F`1 Career Highlights: Irela Bague Director of Communications & Public Affairs 200 years serving the South Florida community Accomplished public affairs and strategic communications specialist • Chair, Miami -Dade County Biscayne Bay Task Force • Chair, City of Coral Gables Sustainability Advisory Board • Governing Board Vice -Chair, South Florida Water Management District • Chair, Miami River Commission FOAGBE consulting services, inc. • Commission Aide, Miami -Dade County Board of County Commissioners • Public Affairs Director, Florida Audubon Education: Associates of Arts, Miami -Dade Community College Leadership Florida, Class XXV Presidential Leadership Scholar — Inaugural Class Successfully conducted public involvement programs for: • City of Miami Beach, Rising Above neighborhood outreach • City of Miami, Storm Water Master Plan Update public outreach • Village of Key Biscayne, Sea Level Rise Vulnerability & Risk Assessment • Miami -Dade County Water & Sewer, Capital Improvement Plan • South Florida Water Management District • Miami -Dade Expressway Authority • Miami -Dade Public Works • Miami -Dade Metropolitan Planning Organization • Florida Department of Transportation (DIST6) Ms. Bague is a well -respected community leader currently serving as Chair of the Miami -Dade County Biscayne Bay Task Force and is the Vice -Chair of the Resiliency Committee of the Greater Miami Chamber of Commerce, is an inaugural member of Resiliency Florida and serves on the Board of Directors of Florida Water Advocates. Irela is host of the Resiliency Forward podcast educating the public on solutions to environmental challenges. AL A•D•A 58 RFQ No: 19-20-021 - City o. Mi—t Ci i, Engineering Sep i- f.r Shop--t Road and Drainage Imp -n-, D-5 Ana Notte Director of Operations & Social Media A professional in operations, plan management and digital communications. Specializes in designing and implementing social media campaigns and conducts market research --rii for public and private organizations. Career Highlights AGBE • Social Media Coordinator, Terra Pass consulting services, inc. • Operations Manager, Gap, Inc. Successfully conducted projects for: • Resilient Forward Podcast production and social media support • City of Miami, Storm Water Master Plan, event collateral and social media support • National Parks Conservation Association (Coral Gables, FL) event collateral and social media • Sunrise Sustainability Action Plan (Sunrise, FL) designed social media campaign & graphic design • Resiliency Florida (Tallahassee, FL) graphic design support • Gap, Inc. (Miami, FL) implemented office recycling and sustainability program • Terrapass-carbon offsets (San Francisco, CA) develop brand awareness & social media campaign AL A•D•A 59 RFQNo: 19-20-021 - City of Miami Civil Engineering Ser i,e= for Sharecre— Road and Drainage Impra eme—, D-5 South Ba,, 11—re / Fair ie D—i—ge Mia -, Florida YEAR COMPLETED: 2020 PROFESSIONAL SERVICES 2019-2020 CONSTRUCTION (:£Applicable) N/A From2019 to 2020 the AHC has been conducting archaeological monitoring of the South Bayshore / Fairview Drainage Project within the City of Miami. The project fell within a City of Miami archaeological conservation area and required coordination of Certificate to Dig (CTD) and ongoing archaeological monitoring. The project involved roadway reconstruction and/or milling & resurfacing, drainage improvements, damaged sidewalk replacement, repair of driveway approaches, swage restoration, striping, signage, ADA ramps, and installation of an 8-inch water main. Scope of Services: The AHC continues to provide intermittent archaeological monitoring for ground -disturbing activities associated with the drainage improvement project. Monitoring began in April, 2019 and is anticipated to end in 2020, with an archaeological monitoring report submitted to the City of Miami at the pr Sects conclusion. Size: Approximately 0.5 miles C_.�: $5,000 __-Is JIB A•Q-A RFQNo: 19-20-021 - City of Mi—i Civil Engineering Sar"i,e, for Sha—rest Road and Drainage Impro—.ne , D-5 Tar„i—i Trail Mi—i-Dade Co.. ty, Fioriea YEAR COMPLETED: 2019 PROFESSIONAL SERVICES 2017 - 2019 CONSTRUCTION (if Applicable) N/A From 2017 to 2019 the AHC conducted archaeological monitoring of the Tam lami Trail Bridge Project in Miami -Dade County. The project— a joint National Park Service (NPS) and FDOT project. The archaeological monitoring was conducted to fulfill an interagency Section 106 Programmatic Agreement between FDOT, the State Historic Preservation Officer (SHPO) and the Advisory Council on Historic Preservation (ACHP). Scope of S.rvii—: Archaeological monitoring was selectively conducted for ground -disturbing activities associated with the construction of the project. Specifically, monitoring vvas conducted within bayheads that could be remnant tree islands. A final report was than completed and submitted. Si..: Approximately 3 mile -long -corridor Coati: $10,000 AL A•D•A 61 RFQ No: 19-20-021 - City of Mi i Ci�ii Engineering Seri- for Shore rest Road and Drainage Impro -menu, D-5 Aq rchaeological and Historical onservancyf Inc. 4800 S.W 64th A. , Suite 107 D—ie, FL 33314 Phone: 954-792-9776 Fax: 954-792-9954 Email: ar chlgcl9bells .th. t Web: www.flarch... logy... - Robert S. Darr Ea—ti— August 1976 Florida State Ur,i ersity. Tanahassee, Florida. •M.S. Degree in Anthropology August 1972 Florida State Uni ersity. Tallahassee, Florida. •B.A. Degree in Anthropology 1970 — 1971 Uni ersity of Miami. Coral Gables, Florida. Course Work June 1968 Miami -Dade Junior College. Miami, Florida. •A.A. Degree P�ofessiona� ExPe�ien�e 1999 — Present Archaeological and Historical Conser ancy, Inc. •Executi e Director 1996 - 1999 Dade County Historic Preser ation Di ision *Director 1994 - 1995 Dade County Di ision of Histori. Preser ation *Acting Director 1978 - 1999 Dade County Di ision of Historic Preser ation •County Archaeologist 1980 - 1981 Florida Archaeological Council •President 1980 - 1983 The Florida Anthropologist •Editor March 1977 U.S. Park Se -ice, SE Archaeological Center, Tallahassee, Florida. •Archaeologist 1973 - 1976 Di ision of Archi es History and Records Mg—t, Tal lahassee, Florida. •Contract Archaeologist R.pr.s tati-. Pr ;e.ts (Prin.ip.1 Investigator) 2018 (Search and reco ery exca ation at site of Missing Aircraft 13714, Zwickau District, Republic of Germany 2017 Closing field recovery excavation at site of Missing Aircraft 7070, S Tyrol District, Republic of Italy 2016 Monroe County updates assessment of cultural resources in the unincorporated Florida keys Page 1 of 2 AL A•D•A 62 RFQNo: 19-20-021 - City of Miami C , Enginaaring Sarvi,a, for Shor--t Road and Dr.in.ga Impra—m.—, D-5 2015 Arah... i.gic.l Assass — of the Cutler Fossil Site, Miami -Dade County 1999 - 2003 Arch ... logic.l asasmant and data .n.lysis of Miami Ciircla (8DA12) 2000 - 2001 Archaaological investigation of Okeechobee Battlefield. Boundary 1992 and 2006 Pra.chars C.va, Elauthar., Bahama 1992 Archaaological Survay and M... gamant Plan far the Town of Palm Beach 1991 - 2002 Orton. Canal .nd E—h—ks, G,.da County 2000 - 2001 Long Lakes (Brov".rd County) archaeological investigations 1985 -1991 Arch.aological Survay of Brov".rd County 1979 - 1981 Arch.aological Survay of Mimi -Dada County &i—t—i Reports and P-1.1i.ati-ins 2016 Carr, Robart S. at .1. Monroa County Cultural Rasourca Assasmant Update, CLG Gr.nt #F1503, Monroa County, Florid.. AHC Taahnic.l Rapart #1114. 2003 Carr, Robart S., Almon Elg.rt-Barry, Victor Longo, Jeff Ransom Archaaological Survay of Palm Beach County, Florid.. AHC Taahnic.l Raport #419. 1998 Carr, Robart S., David Anarton and Ivan Rodriguaz An Assassmant of tha Arch.aologia.l and Historic Rasouraa of tha Florida Kays, Monroa County. AHC Taahnia.l Raport #4. 1995 Carr, Robart S., J.— Papa, W.S. Staala .nd Linda Jastar Arah.aologic.l Survay of Martin County, Florid.. AHC Taahnic.l Raport #124 1991 An Arah.aologic.l Survay of Bra v.rd County, Florida: Ph— I. AHC Tachnic.l Raport #34 1990 Carr, Robart S. and P.irici. Fay An Arah.aologic.l Survay of tha Lo,,,,ar Kays, Monroa County, Florid.. AHC Tachnic.l Raport #19. 1981 D.da County Historic Survay Fin.l Raport: Tha Arah.aologic.l Survay. Historic Prasarv.tion Division. Matra -Dada Offices of Community and Economic Davalopmant. 1978 An Arah.aologic.l Survay oftha Big Cyprass N.tion.l Pra ry , Pralimin.ry Raport. N.tion.l Park Sary South ... tar, Arahaaalagiaal Cantar, T.n.hasaa Florid.. (Co-author). 1975 An Arah.aologioal and Historical Survay of the City of Ap.l.ahiool.. Rapart on files with Division of Archives, History and Records M... gamanq Tall.hassaa, Florid.. Books and Artiol- 2012 Digging Miami Univarsity Prass of Florid. (September 30), G.inas m.. 2012 "Ritual C.— Usa in tha B.h.ma." In S—ad D.rknass. Univarsity of Colorado Prass. (Saniar .uthar) 2012 Th. Evargl.das (1—ga of Amaria.). Co.uthor: Timothy A Harrington. Arc.di, Publishing, Mount Plaa.nt, Sauth C.rolin.. 2003 "Th. Arch —logy of Everglades Traa Isl.nds" In Traa Isl.nds of tha Everglades. Edited by Fred H. Skl.r and A. Van Dar Valk. 1984 Prahistoria M.n in Sautharn Flarida. In Environma— of South Flarida — Pra—t and P.st. Edited by Patrick Gaaon. Mamoir 2 (ravisad). Miami Gaologic.l Sociaty. (Co-.uthor/Saniar authar) 1981 Th. Brickarl Stara and Saminola Indian Tr.da. Th. Florid. Anthropologist. 34:180-199. Page 2 of 2 AL A•D•A 63 • r A.D.A. ENGINEERING, INC. rJACOBS ENGINEERING GROUP, INC. • r GSLA DESIGN, INC. r HADONNE,CORP. • r RH ENGINEERING GROUP, INC. rHR ENGINEERING SERVICES, INC. rMAGBE CONSULTING SERVICES, INC. ARCHAEOLOGICAL AND HISTORICAL CONSERVANCY, INC. CIVIL ENGINEERING WADDIE RUIZ, PE, CGC r• S,. C,— E ­ ee, • CARLOS ORTEGA, PE C, E ­ ee, MICHAEL CASANOVA, PE rC ,E g ., • EDGAR ESPINOZA, EI rCm, E g, ae, • OLGA CASADEVALL, EI Cm, E g ea, LANDSCAPE ARCHITECTURE KEN GARDNER, ASLA, LEED AP L._ ... A--.- ENGINEERING • CAIRO CANGAS, PE P,' , Ma B Sr. R.--yEOR VAMSEE TIRUNAGARI R...—.y E„ ,—, • JOSE DACAL, EI Roadway E ­ aa, _ SURVEYOR& MAPPER GEOTECHNICAL SPECIALIST • ABRAHAM HADAD, PSM HERNANDO R.RAMOS, PE s,. E�g .ee, • RAUL DE JESUS IZQUIERDO, P Sr.SM o ALBERTO D. ARGUDIN, PE, CGC, LEED AP Lead C;— Er,9i-- • CAIRO CANGAS, PE P_. - M. age, / S.. Road ay FOR ELECTRICAL / MECHANICAL ENGINEERING • JORGE M. PLASENCIA, PE S,. Ee«, — E g .., • EDMUNDO RODRIGUEZ, EI rEa«,—E g ear • RAMIRO HERDOCIA, PE • CESAR LUGO, PE IVETTE 0. ARGUDINan Spars" WATER RESOURCES • JEFFREY VOLLAT, PE S,. Wage, R.—.". E g . , , • DESIREE HEINL, EI Moda���g REVIEWS • ALBERT ARGU DIN, CGC rSr. Co —, ' Ma a JULIO CUENCA rSr. Co ��— — Me e RESILIENCE/CLIMATE STRUCTURAL PUBLIC OUTREACH ARCHEOLOGICAL AND _ SPECIALIST ENGINEERING HISTORIAL SPECIALIST • JASON M. BIRD, CFM • ROBERTO L. HERNANDEZ, PE, SI. SECB, LEED BD+C Str,.ot,.re� • MAGALI ABAD CoR.'." .,z PM ROBERT S. CARR A.�nevio g,� SUSANNE M. TORRIENTE • IRELA BAGUE Oae.- a. r P,,.—.Cemm...,��, SWAMY PAPE, CFM • a.,� mPHD, C��m �a Spa o Da„a,ec ANDREW POTTS. PE B— G,ee., L.— • ANA FIOTTE D- „,. Ma„ a RICK GORSIRA Ewe 64 RFQNo: 19-20-021 -City of Miami C;,,,i E�gi­ri.,9 Ser ,.e=.or Shore t Road aid Drainage Imp,av men , D-5 WADDIE RUIZ, PE, CGC Senior Civil Engineer Mr. Waddie Ruiz has 22 years of professional engineering consulting and construction management expertise. Mr. Ruiz is a registered professional engineer in both Florida and Puerto Rico, as well as a certified general contractor in Florida, and is motivated to accept design challenges and exceed client expectations. His expertise includes projects managing both the design and the construction of water and sewer systems, roadways, drainage systems, and land development. Mr. Ruiz also has extensive experience with permitting through MDWASD, FDOT, City of Miami Public Works, DRER, Florida Dept. of Health and City of Miami Fire Dept., etc. RELEVANT PROJECT EXPERIENCE: Shorecrest Short Term Improvements: NE 10th Avenue Roadway and Drainage Improvements, City of Miami Capital Improvements Program (CIP), Miami, FL - The City of Miami previously tasked ADA with performing a Drainage Improvement Pilot Study for a 40 AC section of Shorecrest south of NE 79 ST. NE 10th Avenue is located within the Pilot Study Area and is also the location of the City's Fire Station 13. The Phase I limits for roadway and drainage improvements are along NE 10th Avenue South of NE 79th Street, a portion of NE 78th Street from West of NE 10th Avenue and a portion of NE Little River Drive. ADA's scope includes the design and permitting of the roadway and drainage improvements as well as landscaping and the adjustment of existing light poles that are impacted due to raising of the roads. A drainage analysis is being performed to determine the most critical drainage improvements that can be constructed within the budget constraints. As the Engineer of Record for this project, Mr. Ruiz assessed the drainage conditions to provide drainage design improvements and mitigate the existing flooding. He also will assist with the development of construction contract documents and the preparation of permit applications. South Bayshore Lane Stormwater Pump Station, City of Miami Capital Improvements Program (CIP), Miami, FL - CIP proposes to provide a new stormwater pump station as Phase II for the Roadway and Drainage Improvements to South Bayshore Lane, between East Fairview Street and West Fairview Street. ADA is providing engineering analyses and construction documents for the proposed stormwater pump station, injection wells, discharge pipe and outfall. Analysis of the existing 15" reinforced concrete pipe (RCP) outfall on South Bayshore Lane will be done to determine its functionality and effectiveness in conveying the flows from the new stormwater pump station. Mr. Ruiz is the Engineer of Record and is responsible for the development of construction contract documents, preparation of permit applications and construction phase services. Entrada Neighborhood Drainage and Roadway Improvement and JPA for 8-inch Water Main, City of Miami Capital Improvements Program (CIP), Miami, FL - The Entrada Neighborhood is a coastal community located within the southern limits of Miami. ADA was hired by the city's Capital Improvements Program to design flood mitigation and roadway improvements as well as provide Construction Engineering Inspections (CEI) during the construction phase. During the utility coordination phase, ADA identified the presence of undersized watermains within the neighborhood. Subsequent to this finding, the city and the Miami -Dade Water & Sewer Department (WASD) entered into a Joint Participation Agreement (JPA) for the design and construction of a new 8-inch watermain for the area. ADA also provided CEI services for the construction of the watermain. As the Engineer of Record for this project, Mr. Ruiz assessed the drainage conditions at Entrada Neighborhood. In addition, Mr. Ruiz assisted the City of Miami in preparing construction plans and documents to mitigate drainage flooding and implement new drainage piping and inlets. Also, the design included milling & resurfacing, and new 8" DI watermain and water services within the neighborhood. South Bayshore Lane/Fairview Street (East/West) Roadway and Drainage Improvements, City of Miami Capital Improvements Program, Miami, FL - ADA was contracted to provide civil engineering design services for miscellaneous projects for improvements of the City's Right of Way in designated residential and industrial areas. This project entailed assessing the drainage conditions and providing drainage design improvements to mitigate the existing flooding. As the Engineer of Record (EOR), Mr. Ruiz designed the new storm sewer system and the reconstruction of the roadway. He also assisted with the development of construction contract documents and the preparation of permit applications. 65 RFQNo: 19-20-021 - City o. Miami C;,,,i E,gi-ring Sep ,,e=.or Sha-r-t Road and Drainage Impro eme -, D-5 CARLOS ORTEGA, PE Ch,., Engin- Mr. Carlos Ortega is a professional engineer with 14 years of expertise in drainage engineering and site development including drainage reports, detailed designs and preparation of plans. Mr. Ortega has vast experience with permitting through South Florida Water Management District (SFWMD), Florida Dept. of Environmental Protection, and Miami -Dade, Broward & Palm Beach Counties. In addition, he is certifi ed as a Stormwater Erosion & Sediment Control Inspector by the Florida Stormwater Asso. and possesses certifi cations from the Florida Dept. of Transportation (FDOT) including MOT Intermediate, CTQP Quality Control Mgr., and Asphalt Paving Level 1. RELEVANT PROJECT EXPERIENCE: NW 47th Ave. Drainage Design, Florida Dept. of Transportation (FDOT), FDOT District 6, FL - This project consisted of the drainage design of NW 47th Ave. and was part of ADA's FDOT District 6 Districtwide Drainage Design and Plans Review Consultant Contract. The project included drainage improvements along NW 47th Ave. as part of the roadway design improvements being implemented by FDOT design staff. ADA used the conceptual ICPR model developed as part of the PD&E study and the latest existing information available for the project to determine the hydraulic capacity of the existing drainage systems and verifying pre -development runoff rates. The analysis of the hydraulic capacity of the existing drainage systems was performed with ICPR, using the criteria outlined in the ICPR Applications Manual (ICPR-AM). Mr. Ortega was a Project Engineer and involved in the design development of the drainage improvements. C100-1DNE Drainage Improvements, Village of Pinecrest Public Works Dept., FL - Mr. Ortega was the Project Engineer for the drainage design of a section of the C100-1 DNE basin within the Village of Pinecrest. The areas analyzed forthe drainage improvements were SW 104th St, and SW 71st Ave. The design included 1,260 linear feet of exfi Itration trench, manholes and inlets, and two (2) control structures connecting to existing outfalls. The proposed drainage system was designed in accordance with the Village of Pinecrest Stormwater Master Plan. Milling and resurfacing along SW 71st Ave. was also included as part of the project scope. Permitting with RER was required for the Class II permit modifi cation. In addition, an erosion control plan was developed to demonstrate best management practices (BMPs) used for the protection of existing and proposed stormwater facilities. Silt fence and inlet protection systems were installed as part of the BMPs. Palm Beach International Airport (PBIA) Galaxy Aviation Parcel S-5 Development, Palm Beach County Dept. of Airports, Palm Beach, FL - Mr. Ortega was a Project Engineer responsible for the design of the drainage system and water distribution and sanitary sewer system for the Galaxy Aviation Parcel S-5 development within the Palm Beach International Airport. In addition, the 4-acre apron area pavement design was a component of the site development. The proposed drainage system collected stormwater from the hangar and office building roofs via roofl eaders and connected to the existing drainage system in the site. NW 84th Ave. Drainage Improvements — City of Doral Public Works Department, Doral, FL - Mr. Ortega was the Project Engineer involved in the design of the drainage improvements along NW 84th Avenue from NW 12th Street to NW 25th Street. The project included the following: Drainage analysis of the existing conditions along NW 84th Avenue. French drain calculations were prepared and submitted to the Miami -Dade Department of Regulatory and Economic Resources (RER) for plans review. 2,860 linear feet of 24-inch exfiltration trench system along the northbound and southbound NW 84th Avenue that connected to the existing drainage structures. Re -worked the existing curb and gutter to provide proper sheet -flow to existing drainage structures. Removal and replacement of existing valley gutter. Utility coordination with existing water, sewer, electrical, telecommunications, etc. Stormwater Pollution Prevention Plan. Traffic Control Plan. Permitting with Miami -Dade Department of Regulatory and Economic Resources (RER) was required for Plan Review. A A•D•A IFIF%L M. RFQ No: 19-20-021 -City of Miami C;,,,i E�gi­,i.,9 Sep ,.e=.o, Sho­t Road aid D­ii ge Imp,a eme. , D-5 MICHAEL CASANOVA, PE C—i L.,g,n,,r Mr. Michael Casanova has 6 years of engineering consulting and construction management experience encompassing the planning and designing of roadways, resurfacing, restoration and rehabilitation, stormwater infrastructure analysis and utility design, as well as the management of a variety of civil engineering construction projects. RELEVANT PROJECT EXPERIENCE Shorecrest Short Term Improvements: NE 10th Avenue Roadway and Drainage Improvements, City of Miami Capital Improvements Program (CIP), Miami, FL - The City of Miami previously tasked ADA with performing a Drainage Improvement Pilot Study for a 40 AC section of Shorecrest south of NE 79 ST. NE 10th Avenue is located within the Pilot Study Area and is also the location of the City's Fire Station 13. The Phase I limits for roadway and drainage improvements are along NE 10th Avenue South of NE 79th Street, a portion of NE 78th Street from West of NE 10th Avenue and a portion of NE Little River Drive. ADNs scope includes the design and permitting of the roadway and drainage improvements as well as landscaping and the adjustment of existing light poles that are impacted due to raising of the roads. A drainage analysis is being performed to determine the most critical drainage improvements that can be constructed within the budget constraints. As a project engineer, Mr. Casanova is tasked with performing detailed drainage and roadway analyses to address flooding concerns in the neighborhood and protect/maintain access to the City's Fire Station. Furthermore, Mr. Casanova is responsible for coordinating with both utility and permitting agencies, as well as developing comprehensive construction documents and technical reports. South Bayshore Lane Stormwater Pump Station, City of Miami Capital Improvements Program (CIP), Miami, FL - CIP proposes to provide a new stormwater pump station as Phase II for the Roadway and Drainage Improvements to South Bayshore Lane, between East Fairview Street and West Fairview Street. ADA is providing engineering analyses and construction documents for the proposed stormwater pump station, injection wells, discharge pipe and outfall. Analysis of the existing 15" reinforced concrete pipe (RCP) outfall on South Bayshore Lane will be done to determine its functionality and effectiveness in conveying the flows from the new stormwater pump station. As a project engineer, Mr. Casanova is responsible for developing complete and thorough construction documents, technical reports, and project presentations. Mr. Casanova's goal is to devise an effective and efficient long-lasting flooding solution through engineering analyses and creative problem solving. Entrada Neighborhood Drainage Improvements, City of Miami Capital Improvements Program (CIP), City of Miami, FL. —This project's scope included roadway and drainage improvements forthe gated Entrada neighborhood in the City of Miami. Mr. Casanova analyzed the existing drainage systems and incorporated them into the new proposed system. The project location's close proximity to the coastline and the high groundwater table were taken into account, and 3 existing outfalls were utilized to discharge storm water. The existing outfalls were fitted with inline check valves to prohibit seawater backflow into the neighborhood during high tide, and the existing drainage system was upgraded to alleviate with stormwater flooding. Mr. Casanova provided details, cross sections, and a comprehensive summary of pay items and opinion of construction estimate. Mr. Casanova also served as the construction manager and on -site representative for the Engineer of Record. He was the point of contact for any minor RFI's, field changes, and design modifications due to unforeseen circumstances. District 3 Roadway and Drainage Improvements, City of Miami Capital Improvements Program (CIP), Miami, FL. - This project's scope included roadway and drainage improvements for three locations within the Historic Roads area of the City of Miami. Mr. Casanova participated on multiple tasks associated with this project. The roadway surface grading was improved to provide stormwater ponding relief by utilizing both existing and new storm drain structures, as well as an additional french drain. Mr. Casanova assisted on the utility coordination, designs of drainage systems, roadway typical sections, pavement markings and the opinion of probable construction cost. In addition, he was instrumental in ensuring project milestones were met. A A•D•A 67 RFQNo: 19-20-021 - City o. Miami C;,,,i E,gi-ring Sep ,,e=.or Sha-r-t Road and Drainage Impro eme -, D-5 EDGAR ESPINOZA, El C i E„q ­ Mr. Edgar Espinoza is a certified engineering intern with over 32 years of project management experience in water and wastewater master planning, design, permitting, project costing & scheduling, bid processes and construction management of roadway, land development, drainage and utilities projects. Mr. Espinoza's experience also encompasses permitting and management of the National Pollutant Discharge Elimination Systems (NPDES) program with the Florida Department of Transportation (FDOT) District 6, as well as the Turnpike District. In addition, Mr. Espinoza has been responsible for preparing investment work orders, annual capital and maintenance budgets, five-year strategic plans, and monitoring of capital and maintenance expenditures for yearly budgets RELEVANT PROJECT EXPERIENCE District -wide Drainage & NPDES/GIS Services: Phase I & II NPDES Stormwater MS4 Program, Florida Dept. of Transportation (FDOT), FDOT District 6, Miami -Dade & Monroe Counties, FL - Mr. Espinoza is currently assisting FDOT District 6 in the implementation of the Phase I and II NPDES programs for the NPDES permits in Miami -Dade County and Monroe County. Mr. Espinoza assisted in negotiating the permit conditions with the Florida Dept, of Environmental Protection (FDEP) and prepared the NOI documents on behalf of the District. Permit elements include drainage mapping, field maintenance inspections, and develop GIS maps, maintenance reports, Public Education activities, Outfall Screenings, Illicit Discharge Inspections, Training Program and the preparation of annual reports. District -wide Drainage & NPDES/GIS Services, Florida Dept. of Transportation (FDOT), FDOT District 6, Miami -Dade & Monroe Counties, FL - Mr. Espinoza has been assisting the FDOT D6 Drainage Office in the implementation of a District -wide Drainage Push -Button program as an In -House consultant for the last 8 years. Services has included: management of a District -wide Outfalls Assessment program to locate, identify, and assess condition of over 1600 outfalls throughout the District. Investigation of more than 250+ drainage complaints from local municipalities, State officials, and local citizens in Miami -Dade and Monroe Counties. Coordination of drainage maintenance activities with the District Maintenance yards, preparation of new design Task Work Orders from a team of consultants to address numerous drainage complaints district -wide, make presentations to the District's Scoping Committee to justify and/orfund new drainage projects, preparation & management of Construction drainage push-button contracts, assisting the Construction Office to resolve unforeseen issues during construction, administer funding of drainage push-button projects with the Work Program office, act as a Liaison forthe District Drainage Engineer for numerous projects and activities with other District Departments and local municipalities. Water Quality Hydraulic Evaluation - General Engineering Services, Florida Dept. of Transportation (FDOT), City of Key West, FL - As Project Manager, Mr. Espinoza was responsible for performing a hydraulic evaluation to compare two (2) different water pollution control structure for the FDOT District 6, South Roosevelt Blvd. Reconstruction project in Key West, Florida. This evaluation consisted of comparing a CDS- system (design system) versus a Hydro -Downstream Defender system (alternate system). Both systems were compared on the basis of hydraulic and water quality performance, maintenance requirements, and Capital and O&M costs. General Engineering Consultant, Capital Improvements Program, City of Miami, FL - Mr. Espinoza was a Program Manager for the execution of a 5-year Capital Improvements program for the City of Miami, Capital Improvements Program (CIP). Under this capacity, Mr. Espinoza was responsible for managing outside consultants performing design services for capital improvements projects. QA/QC, Budget & Scheduling control, and making monthly status presentation before the City Commission were part of the assigned duties. A A•D•A RFQ No: 19-20-021 -City of Miami C;,,,i E�gi­,i.,9 Sep ,.e=.o, Sho­t Road aid D­ii ge Imp,a eme. , D-5 OLGA CASADEVALL, El C—i L.,g,n,,r Ms. Olga Casadevall has over 32 years of engineering consulting experience encompassing planning and design of roadways, resurfacing, roadway restoration and rehabilitation, stormwater infrastructure analysis, bridge and culvert structures design, and traffic control projects. Ms. Casadevall has been involved in the analysis of existing and proposed drainage systems, spread and exfi Itration trench calculations, as well as drainage improvement projects. In addition, she has also participated on pump stations improvement projects, rehabilitation/replacement of existing force mains, gravity sewer mains, and water mains. RELEVANT PROJECT EXPERIENCE Shorecrest Short Term Improvements: NE 10th Avenue Roadway and Drainage Improvements, City of Miami Capital Improvements Program (CIP), Miami, FL - The City of Miami previously tasked ADA with performing a Drainage Improvement Pilot Study for a 40 AC section of Shorecrest south of NE 79 ST. NE 10th Avenue is located within the Pilot Study Area and is also the location of the City's Fire Station 13. The Phase I limits for roadway and drainage improvements are along NE 10th Avenue South of NE 79th Street, a portion of NE 78th Street from West of NE 10th Avenue and a portion of NE Little River Drive. ADNs scope includes the design and permitting of the roadway and drainage improvements as well as landscaping and the adjustment of existing light poles that are impacted due to raising of the roads. A drainage analysis is being performed to determine the most critical drainage improvements that can be constructed within the budget constraints. Ms. Casadevall is working on the drainage and roadway design. This task includes preparation of typical sections package, roadway and drainage plans. In addition, she is works on the analysis of existing and proposed drainage systems using ICPR computer model. South Bayshore Lane Stormwater Pump Station, City of Miami Capital Improvements Program (CIP), Miami, FL - CIP proposes to provide a new stormwater pump station as Phase II for the Roadway and Drainage Improvements to South Bayshore Lane, between East Fairview Street and West Fairview Street. ADA is providing engineering analyses and construction documents for the proposed stormwater pump station, injection wells, discharge pipe and outfall. Analysis of the existing 15" reinforced concrete pipe (RCP) outfall on South Bayshore Lane will be done to determine its functionality and effectiveness in conveying the flows from the new stormwater pump station. Ms. Casadevall is involved in the roadway design and drainage analysis under existing and proposed conditions. She is working on the proposed drainage design through ICPR modeling including analysis of results and preparation of drainage plans. Stormwater Management Master Plan Update & Stormwater Infrastructure Mapping, City of Miami Capital Improvements Program, Miami, FL. - Ms. Casadevall was responsible for developing an updated GIS shapefiles for portions of the City of Miami's stormwater drainage infrastructure. For this project, ADA collected project plans and electronic fi les of the most recent City of Miami stormwater improvement projects and developed multipurpose shapefi les and underlying databases for use by the City in their maintenance programs, utility verification requirements, and NPDES permit reporting responsibilities. NW 14th Streetscape Improvements, City of Miami Capital Improvements Program, Miami, FL. For this project, Ms. Casadevall assisted with the performance process of data collections and preparation of plans and cross sections. The project consisted of milling and resurfacing of the existing road and/or reconstruction of the road. Ms. Casadevall also managed the process of requesting information from the utility companies involved in the project area. NW 33rd St. from NW 82nd Ave. to NW 79th Ave., Doral, FL. - This ADA Engineering project consisted of roadway and drainage improvements. The project entailed the installation of three new mast arms, a control cabinet, ped poles, conduits, Type F curb, pedestrian crosswalks, milling and resurfacing, and pavement markings. Ms. Casadevall worked on the analysis of existing and proposed drainage systems. She also participated on the design of the proposed storm drainage system, french drain calculations, proposed driveways and roadway reconstruction. A A•D•A RFQNo: 19-20-021 -City of Miami C;,,,i E�gi­,i.,9 Sep ,.e=.o, Sho­t Road aid Drainage Imp,a emen , D-5 VAMSEE TIRUNAGARI Roadway Lngin— Mr. Vamsee Tirunagari has over 12 years of engineering expertise and has been involved in reconstruction, widening, and rehabilitation design for interstate expressways, interchange ramps, and major state routes in both urban and rural locations. His project experience encompasses vertical and horizontal roadway alignment, asphalt and concrete pavement design, ADA compliance, safety improvements, signing and pavement marking, drainage, maintenance of traffi c (MOT) plans, utility coordination/ layout, and coordination with municipal and state agencies. Mr. Tirunagari also has experience working as an in-house design consultant as an extension of the FDOT District 6 team. RELEVANT PROJECT EXPERIENCE SR-94/SW 88th St./North Kendall Dr. RRR & Safety Improvements, Florida Dept. of Transportation (FDOT), FDOT District 6, Miami, FL. - Mr. Tirunagari was the lead designer for this project. SR 94/SW 88thStreet/ North Kendall Drive is a divided, six -lane east -west corridor located in southeastern unincorporated Miami -Dade County. The road is classified as an Urban Principal Arterial. The contract included a safety and RRR project. The scope of work included RRR improvements, as well as intersections safety improvements requiring: access management, inside widening for positive left turn offset, mast arm replacements, right of way coordination, signing and pavement marking upgrades, lighting improvements, and drainage improvements. Mr. Tirunagari's responsibilities included production of roadway plans, and preparation of Design Packages such as Typical Section Package, Pavement Design Package and Design Variations. SR 976 / SW 40nd Street/ Bird Road from SW 117th Avenue to SW 102nd Avenue RRR & Safety Improvements, Florida Dept. of Transportation (FDOT), FDOT District 6, Miami -Dade County, FL. This project included RRR improvements (milling and resurfacing, ADA upgrades, signing and pavement markings upgrades, PTMS site installation, analysis of substandard features requiring Design Variations). Mr. Tirunagari's responsibilities included production of roadway plans, and preparation of Design Packages such as Typical Section Package, Pavement Design Package and Design Variations. Districtwide Projects: Mr. Tirunagari's responsibilities included production of Roadway, Signing/Pavement Marking plans, Traffic Control Plans, managing personnel and preparation of Design Packages such as Typical Section Package, Pavement Design Package and Design Variations. Master Plan and Design for NW 87th Avenue from NW 154th Street to NW 186th Street, Miami -Dade County Public Works Department - Miami, FL - ADA was tasked with providing professional engineering services to the Miami -Dade County Public Works Department (MDCPWD) for further developing NW 87th Avenue roadway improvements. It involved master planning, public involvement, and design services for widening and traffic operational improvements to the roadway corridor. The project scope required widening and reconstructing NW 87th Avenue into a four -lane divided median road with sidewalks and bicycle lanes throughout the entire corridor. Mr. Tirunagari was responsible in preparing quantities and construction revision plans for the Signing/Pavement Marking Component. District -Wide Miscellaneous PE Design Contract FDOT District 6, Miami, FL - Within this miscellaneous type contract, the project cnsists of plans preparation for traffic safety improvements, milling and resurfacing and other miscellaneous work as required by the District for the following locations: - SR 953/LeJeune Road/SW 42nd Avenue from Almeria Avenue to Majorca Avenue Safety Improvements - SR 90/SW 8th Street at SW 67th Avenue Safety Project - SR 817/NW 27th Avenue from NW 165th Street to NW 171st Safety Improvements - SR 985/SW 107th Avenue from SW 24th Streets to SW 110 Block RRR Project A A•D•A 70 RFQNo: 19-20-021 - City o. Miami C;,,,i E,gi­ri.,9 Sep ,,e=.or Shor­Road and Drainage ImPro rr ­, D-5 JOSE DACAL, El Road, a„ E,,gi ee, Mr. Jose Dacal is a Florida International University graduate with a Bachelor's of Science degree in Civil Engineering and has received his El certification. Before joining ADA, Mr. Dacal acted as the FDOT District 6 In -House Permit Coordinator at Louis Berger Group in Miami, Florida. In this position, he managed all communications with the engineers, developers, and utility company representatives specifically regarding FDOT's standards, regulations, and guidelines. Mr. Dacal also performed technical reviews of engineering documents and permits. RELEVANT PROJECT EXPERIENCE SR976 / SW 40th Street / Bird Road from SW 117th Avenue to SW 102nd Avenue, RRR & Safety Improvements, FDOT, District 6, Miami -Dade County, FL - Mr. Dacal served as part of the design team of the project working on utilities verification and plans production. This project included RRR improvements (milling and resurfacing, ADA upgrades, signing and pavement markings upgrades, PTMS site installation, analysis of substandard features requiring Design Variations). Additionally, the safety project improvements included access management restriction by installing raised medians, new U-turn lane to accommodate access management modifications, additional left turn lane (dual left), widening to accommodate dual lefts, replacement of six mast arms with six new standard mast arms, replacement of existing controller cabinets, upgrading signalization service disconnects, and signing and pavement markings including pedestrian warn- ing crossing signs at crosswalks. The project included, maintenance maps, and only one right of way parcel acquisition (for safety -required mast arm replacement). SR 94/ SW 88th St./ North Kendall Dr. from SW 77th Ave. to SR 5/US-1/ S. Dixie Highway, RRR PROJECT, FDOT District 6, Miami -Dade County, FL - Mr. Dacal has been involved in the post design phase aiding in solving conflicts during the construction phase. This project is a divided, six -lane east -west corridor located in southeastern unincorporated Miami -Dade County. The road is classified as an Urban Prin- cipal Arterial. The contract includes a safety and RRR project. The limits of the safety improvements project are from SW 77th (MP 9.982) Ave. to SR 5/US-1 /S. Dixie Hwy (MP 10.700) and the limits of RRR project are from SW 73rd Place (MP 10.249) to SR 5/ US 1/S. Dixie Hwy (MP 10.700). The scope of work includes RRR improvements, as well as intersections safety improvements requiring access management, inside widening for positive left -turn offset, mast arm replacements, right of way coordination, signing and pavement marking upgrades, lighting improvements, and drainage improvements. SR A1A / Collins Ave. from North of Haulover Inlet to South of Bayview Drive. RRR Project, FDOT, District 6, Miami -Dade County, FL - Mr. Dacal serves as part of the design team of the project working on the creation of the roadway design plans and finding design alternatives to maintain the project on budget and to reduce the amount of right of way to be acquired. As part this effort, Mr. Dacal has implemented CADD 3D modeling on the design for an early detection of points of conflict in the design and for getting a more accurate design in the estimation of quantities along the corridor. SR Al A / Collins Ave. from North of Haulover Inlet to South of Bayview Dr., is a 1.415 mile long RRR (Resurfacing, Restoration, and Rehabilitation) project. The scope of the project's improvements includes milling and resurfacing; ADA upgrades; signing and pavement markings upgrades; and analysis of substandard features requiring Design Variations. The project also con- sists of widening the median to standard 22', reducing the four thru lanes to 11' each, widening the shoulders to accommodate 7' buffered bike lanes, new pedestrian crosswalks at two existing signalized intersections, and replacing the existing lighting with new turtle -friendly roadway lighting. The RRR project also includes signalization improvements at two signalized intersections, including complete signal reconstruction at one intersection (replacement of three mast arms, replacement of existing controller cabinets, upgrading signal- ization service disconnects). The project includes a new 8' asphalt path to the east of the corridor that runs within the Haulover Park as well as 6' paths along the west side to provide ADA/Pedestrian connectivity to transit facilities. The project incorporated improvements within the DOT right of way to connect to proposed PROS Haulover Park Masterplan improvements. These include: a new signalized intersection, removal of an existing entrance, modification of 2 existing entrances and median modifications. A A•D•A 71 RFQNo: 19-20-021 - City of Miami C;,,,i Engineering Ser i,,, far Sharec t Road and Drainage Impra em.-, D-5 JORGE M. PLASENCIA, PE Senior Li—trical Engineer Mr. Jorge Plasencia is a registered professional engineer with over 21 years of experience in the engineering industry. His design experience consists of projects within both the public and private sectors including power distribution, emergency/standby power systems. stormwater/sewer pump stations, and fire alarm systems. Facility sizes range from small buildings to 9-1-1 call centers. Mr. Plasencia has a proven ability to manage multiple multi -disciplinary projects simultaneously within scheduling and fiduciary constraints. In addition to his design experience, his responsibilities have also included construction administration, coordination with Authority Having Jurisdiction, and adaptation of project based upon funding constraints. Clients have included Miami -Dade County, Miami -Dade County School Board, City of Lauderhill, and the Florida Department of Transportation. RELEVANT PROJECT EXPERIENCE South Bayshore Lane Stormwater Pump Station, City of Miami Capital Improvements Program (CIP), Miami, FL - CIP proposes to provide a new stormwater pump station as Phase II for the Roadway and Drainage Improvements to South Bayshore Lane, between East Fairview Street and West Fairview Street. ADA is providing engineering analyses and construction documents for the proposed stormwater pump station, injection wells, discharge pipe and outfall. Analysis of the existing 15" reinforced concrete pipe (RCP) outfall on South Bayshore Lane will be done to determine its functionality and effectiveness in conveying the flows from the new stormwater pump station. Mr. Plasencia as the Electrical Engineer was responsible for sizing the new electrical service, sizing of a standby generator as well as instrumentation panels and controls. NW 87th Avenue between NW 162nd Street and NW 170th Street, Miami -Dade County Public Works Department, Miami, FL - Mr. Plasencia designed new decorative roadway lighting for the Miami -Dade County Public Works Department along NW 87th Avenue between NW 162nd Street and NW 170th Street. The project consisted of approximately 2 miles of the corridor. The scope of work included drainage, signing and pavement markings, lighting and signalization. Responsibilities included photometric and voltage drop calculations forthe new decorative lighting system between NW 162nd Street and NW 170th Street. Additional responsibilities included the signalization design at the intersection of NW 87th Avenue and NW 107th Street. SW 97th Avenue from 72nd Avenue to SW 40th Street, Miami -Dade County Public Works, Miami, FL - The project consisted of approximately 2 miles of the corridor. The scope of work included drainage, signing and pavement markings, lighting, and signalization. Responsibilities included the signalization design at the intersections of SW 48th Street, 56th Street (Miller Drive) SW 64th Street and SW 72 Street (Sunset Drive). School zone flashers were also provided for Glades Middle School along SW 97th Avenue. Additional responsibilities included photometric and voltage drop calculation for the new lighting system along the corridor. SR870 / Commercial Boulevard Lighting from 31st Avenue to SR / Powerline Road, FDOT, District 4, Broward-County, FL - The project consisted of the rehabilitation, resurfacing, and restoration (RRR) of Commercial Boulevard between 31st Avenue and Powerline Road. Milling and resurfacing was performed to correct low skid numbers and reduce left turn crashes. As part of the work scope, new lighting was provided along the approximate 2-mile length of roadways. Due to the presence of utility poles on one side of the corridor, the lighting was installed along the opposite side. Ninety-four (94) 50' poles with 15' bracket arms and 40OW luminaires were provided in addition to four service point connections. The need for shallow foundation was identified early in the project to avoid underground utility conflicts with utility facilities whose relocation was not feasible. Additionally, the luminaires were designed with typ 4 distribution due to overall width of the roadway. Responsibilities included photometric calculations, voltage drop calculations, plans production, project coordination, and project deliverables. A A•D•A irA 72 RFQ No: 19-20-021 - City of Miami C;,,,i E�gi­,i.,9 Sep ,.e=.o, Sho­t Road and D­image Imps eme ­, D-5 EDMUNDO RODRIGUEZ, El Eie.«i.a, E. g; .r Mr. Edmundo Rodriguez holds a degree in Electrical Engineering and is specializing in Roadway Lighting/ Electrical Power design. His major background includes designs for multiple clients/government entities (Palm Beach, City of Lauderhill, FDOT, MDX, FTE, Miami Dade County, MDT, MDC-DTPW, City of Miami Beach, and City of Miami). Committed to completing projects on time and within budget, his roles vary from design and productions of contract documents to project management support, coordination and post design services. This contribution allows him to oversee all project phases. Mr. Rodriguez focuses on optimal designs minimizing project's budget and anticipating any potential conflicts to minimize construction cost by performing extensive research of existing condition, coordinating with clients, reviewers and other disciplines. RELEVANT PROJECT EXPERIENCE District -wide Lighting Retrofit at Signalized Intersections, FDOT District 6, Miami, FL - Lead Designer working also as Project Manager Support of two major FDOT District 6's contracts (C-9S96/C-9S97). Roadway lighting/electrical design extended to 167 signalized intersections along SR-933, SR-7, SR-5, SR-9, SR-934 and SR-A1A corridors. Project involvement include the Lighting Design (Plans, Report and Photometric) matching existing roadway configuration and decorative lighting as applicable as well as the procurement of Lighting Agreements with the electrical service provider when existing lighting was already being provided by them; Work duties extended to coordinate proposed design with FDOT reviewers and City Engineers Engineer. Responsible for proving lighting design modification in compliance with NEC, FDOT D6 Guidelines, FDOT Standard and Specifications for the new proposed conditions. NW 87th Avenue Interchange Reconstruction at SR 836, MDX, Miami, FL - Task Support Designer Engineer accountable for the plans revision that included the LED lighting improvements of the initial High - Pressure Sodium (HPS) design with high mast lighting for the interchange and conventional lighting poles for ramps illumination. Scope of work included the relocations of the proposed High Mast lighting layout to comply with Federal Aviation Administration regulations and guidelines for roadway lighting installation and minimum clearance requirements under airways. MDX Work Programs FY 2018-2022, MDX, Miami, FL - Project Engineer responsible for completion of multiple MDX Work Program projects. Scope of work encompassed all levels of design extending to: identification/quantifications and log of System -wide Lighting for all MDX roads; production of design build RFPs (signalization and lighting); budgeting/anticipating projects construction cost; in-house roadway lighting design (conventional, high mast and underdeck lighting); as well as engineer involved in multiple lighting, signalization& ITS electrical plan reviews. The below list shows mayor projects involvement. - Work Program 30042, SR 836 High Mast Retrofit: Lead Designer responsible for retrofitting 10 high mast light poles installed in 1978 with LED luminaires and the installation of minimum possible number of light poles to integrate with the existing lighting system and supplement the roadway lighting to meet the latest lighting design criteria. - MDX Work Program 30049, System -wide Lighting Upgrades: Design Team Engineer responsible of the retrofit the entire lighting system with new LED luminaires as scheduled in the MDX Long -Range R&R program. - Work Program 83634, Design Build of Dolphin Park & Ride: Project Engineer for responsible for Lighting Design supervision/review and Signalization Concept design of this Transit Terminal Facility's entrance and exit connection to SR 836 and Florida's Turnpike. Engineer responsible for the concept plans and report setting forth the Project Technical Requirements for the Signalization Systems at the new intersections, with the integration of one existing signalized intersection to the camera vehicle detection system. - Work Program 92404, SR 924/Gratigny Pkwy Extension to HEFT: Project Engineer part of the Design Build RFP team responsible for the concept design and RFP of two sections of the corridor (SR 924 extension along NW 138th ST from West of SR 924 to East of NW 107th AVE and NW 107th AV from 138th ST to South of HEFT); sections scope included: preliminary concept design; lighting and signalization design/construction guidelines; preliminary lighting layout and photometric; anticipated cost estimate. AL A•D•A 73 RFQNo: 19-20-021 - City of Miami C;,,,i E,gi­ri.,9 Ser ,,e=.or Share t Road and Drainage Impra .mere, D-5 JEFFREY VOLLAT, PE Sin r Water R—ur— Lng.—r Mr. Jeffrey Vollat has over 20 years of experience specializing in water & sewer design, paving/grading, drainage design, and construction inspection services. As a versatile staff member ofADA, Mr. Vollat has been contracted to work with internal staff at a diverse set of clients including: Palm Beach County Water Utilities Department, South Florida Water Management District (SFWMD), and Palm Beach County Department of Airports. RELEVANT PROJECT EXPERIENCE Spanish River Interchange at 1-95 Bridge Hydraulic Report, EAC Consultants, Florida Dept. of Transportation, FDOT District 4, Palm Beach County, FL - Mr. Vollat ran HEC-RAS models of the E-4 and E-3.5 Canals in Boca Raton in which proposed overpass pilings and bridge abutments would hinder flow in the canal. The main component analyzed in the report was scour: pier scour, abutment scour, contraction scour, and long term / stream stability scour for the 100-year and 500-year storm events. Surveyed cross sections of the bathymetry of the canal were entered into the existing conditions model. A proposed conditions model was built using proposed bridge geometry. Bridge Hydraulic Recommendation Sheets were created showing design storm stages and peak flows in relation to the proposed low member elevation for each overpass. A report of findings was signed and sealed by Mr. Vollat, in FDOT format, and submitted to the client. G-58 Gate Replacement and Refurbishment / Arch Creek Drainage Culvert Maintenance Project, South Florida Water Management District / Florida Dept. of Transportation, Palm Beach County, FL - As Part of ADAs current Operation, Maintenance, Repair, Replacement, and Rehabilitation (OMRR&R) contract with the South Florida Water Management District (SFWMD), the ADA design team worked on the replacement of four slide gates, a new marine headwall, a new control / generator building, the addition of two stilling well structures, and associated electrical improvements. This project also involved a joint partnership (Locally Funded Agreement) with Florida Department of Transportation (FDOT) for the slip -lining of the four large culverts (three 72" diameter and one 60" diameter). As ADAs Project Manager, Mr. Vollat led the full design and dual project management (SFWMD + FDOT) of the repair and infrastructure work. Careful consideration had to be taken regarding construction sequencing. Numerous coordination meetings were required to ensure all stakeholders interests were being satisfied by the project. FDOT was the lead agency procuring a contractor for the construction. This meant SFWMD plans had to be translated into FDOT format: standard pay items, technical special provisions, microstation instead of AutoCAD, etc. so that the project could be advertised and bid accordingly. SR 847/NW 47th Ave. and C-9 Canal Bridge Hydraulic Report, Florida Dept. of Transportation (FDOT), FDOT District 6, Miami -Dade County, FL - As part of the Planning, Design and Environmental (PD&E) phase of this project, Mr. Vollat performed hydrologic, hydraulic, and scour analyses in HEC-RAS software to serve as the basis for producing a Bridge Hydraulic Report. This project involved the widening of NW 47 Ave. from NW 183 St. to NW 215 St. in Miami -Dade County. A portion of the roadway crosses the Snake Creek, or C-9, Canal. A model was run for both the existing and proposed conditions of the bridge crossing to determine the effect on peak stages and peak flow during the 50-year, 100-year, and 500-year storm events. A scour analysis was performed to determine the expected depth of scour at proposed piers and abutments. The purpose of the report was to document whether vertical and horizontal clearance criteria will be met for the proposed bridge widening, and whether expected scour will be within reasonable limits to move forward with detailed design. A A•D•A 94 AN 74 RFQNo: 19-20-021 - City of Miami C;,,,i E�gi­,inn Ser ,.e=.or Shore t Road and Drainage Impr emen , D-5 DESIREE HEINL, El HYdrolog c/HYdraul- Modeling Ms. Desiree Heinl has 5 years of experience in the areas of biological and water resources engineering. Ms. Heinl attended the University of Florida as an undergraduate student where she was commended with multiple scholarships from the OF College of Engineering for her commitment to the Agricultural and Biological4;` Engineering Department, her outstanding academics, and her heartfelt service to the community. Recently,' she received her Master of Engineering in Environmental Engineering through the University of Florida's Electronic Delivery of Gator Engineering (EDGE) program�' RELEVANT PROJECT EXPERIENCE Shorecrest Drainage Feasibility Study, City of Miami, FL - As a Project Engineer, Ms. Heinl used GIS to analyze the seawall vulnerability for the Shore Crest neighborhood and prepared plan and profile figures comparing the seawall and King Tide elevations. Subsequently, Ms. Heinl prepared hydrologic/hydraulic models using ICPR4 for the existing conditions and sea level rise conditions for the study area. Ms. Heinl quantified the level of service for current infrastructure as well as infrastructure with proposed capital improvements. Ms. Heinl parsed results using GIS and prepared technical memorandums. City of Delray Beach Stormwater Master Plan Update, City of Delray Beach, FL - As a Project Engineer, Ms. Heinl developed hydrologic/hydraulic models using ICPR4 for the existing conditions, and sea level rise conditions. She quantified the level of service of the current infrastructure and subsequently developed hydrologic/hydraulic models with proposed capital improvement projects. Ms. Heinl prepared GIS flood inundation maps, analyzed model results, and prepared technical memorandums as well as master plan documentation. Everglades Agricultural Area (EAA) Storage Reservoirs and Treatment Wetlands Feasibility Study Modeling Support (SFWMD), Palm Beach County, FL - As a Project Engineer, Ms. Heinl supported senior engineering staff in MIKE11 Model Development. Ms. Heinl developed cross sections, edited DEM data using raster tools in GIS, and developed input files for the 1 D model. GIS As -Built Look -Up Tool and Stormwater Masterplan Update, City of Lake Worth, FL - As a Project Engineer, Ms. Heinl supported senior engineering staff in geospatial data entry using ArcGIS software to associate as -built drawings with their locations in the city right -of ways. She attended meetings with the client throughout the process of developing the look -up tool. In addition, she adjusted the city's current storm water master shapefile with recent survey data for pipes and structures. Model Management System Archiving, South Florida Water Management District (SFWMD), City of West Palm Beach, FL - As the Model Management System (MMS) QC Technician, Ms. Heinl collected and verified any decision -making models for SFWMD to be archived in their Model Management System. Additional responsibilities included testing each model to be archived to ensure model files were complete and able to be run properly, using ArcGIS software to digitize model boundaries and re -project improperly projected model boundaries, writing quality control reports for each archived model, and compiling a model summary sheet with project and model descriptions to be provided to the MMS user upon model download. AIL A•D•A 75 RFQ No: 19-20-021 - City of Miami C;,,,i E�gi­,i.,9 Sep ,.e=.o, Sho­t Road and D­image Imps eme ­, D-5 ALBERT ARGUDIN, CGC Se, C—struct-n Manage Mr. Albert Argudin has over 20 years of professional consulting experience in the construction and engineering industry. Mr. Argudin has served as the project manager for countless roadway and drainage improvement projects throughout South Florida. While being diversified in both horizontal and vertical construction projects, he has proven to have the ability and expertise to manage project constraints, such as time and cost, while delivering projects that comply with the construction documents and exceed client expectations. RELEVANT PROJECT EXPERIENCE Shorecrest Short Term Improvements: NE 10th Avenue Roadway and Drainage Improvements, City of Miami Capital Improvements Program (CIP), Miami, FL - The City of Miami previously tasked ADA with performing a Drainage Improvement Pilot Study for a 40 AC section of Shorecrest south of NE 79 ST. NE 10th Avenue is located within the Pilot Study Area and is also the location of the City's Fire Station 13. The Phase I limits for roadway and drainage improvements are along NE 10th Avenue South of NE 79th Street, a portion of NE 78th Street from West of NE 10th Avenue and a portion of NE Little River Drive. In addition, the proposed improvements will be limited to a construction budget of 1.7M. ADA's scope includes the design and permitting of the roadway and drainage improvements as well as landscaping and the adjustment of existing light poles that are impacted due to raising of the roads. As requested by the City, the proposed construction documents will be derived following the Florida Department of Transportation (FDOT) methods. A drainage analysis is being performed to determine the most critical drainage improvements that can be constructed within the budget constraints. Analysis of the existing gravity outfall pipes is not included and it's assumed that the City's outfalls are maintained and operational. Mr. Argudin is the Project Manager on this project and is responsible for coordinating ADA's effort between multiple disciplines, ensuring project milestones are completed on time and within budget and close coordination with the CIP Project Manager. South Bayshore Lane Stormwater Pump Station, City of Miami Capital Improvements Program (CIP), Miami, FL - CIP proposes to provide a new stormwater pump station as Phase II for the Roadway and Drainage Improvements to South Bayshore Lane, between East Fairview Street and West Fairview Street. The purpose of the stormwater pump station is to address the flooding currently being experienced in the area, while addressing the rising King Tide conditions being experienced in the City's coastal areas. ADA is providing the required project management, engineering analyses and construction documents for the proposed stormwater pump station, injection wells, discharge pipe and outfall. The level of effort will include development of a site plan, pump design, and structural and electrical design of the pumping station, as well as the electrical design for a new backup generator. Analysis of the existing 15" reinforced concrete pipe (RCP) outfall on South Bayshore Lane will be done to determine its functionality and effectiveness in conveying the flows from the new stormwater pump station. Mr. Argudin is the Project Manager on this project and is responsible for coordinating ADA's effort between multiple disciplines, ensuring project milestones are completed on time and within budget and close coordination with the CIP Project Manager. Entrada Neighborhood Drainage and Roadway Improvement and JPA for 8-inch Water Main, City of Miami Capital Improvements Program (CIP), Miami, FL -The Entrada Neighborhood is a coastal community located within the southern limits of Miami. ADA was hired by the city's Capital Improvements Program to design flood mitigation and roadway improvements as well as provide Construction Engineering Inspections (CEI) during the construction phase. During the utility coordination phase, ADA identified the presence of undersized watermains within the neighborhood. Subsequent to this finding, the city and the Miami -Dade Water & Sewer Department (WASD) entered into a Joint Participation Agreement (JPA) for the design and construction of a new 8-inch watermain for the area. ADA also provided CEI services for the construction of the watermain. ADA's CEI services consisted of providing a full-time Senior Inspector and Project Manager. Mr. Argudin was responsible for daily oversight of the CEI staff as well as cost and schedule management for the project. Progress meetings were scheduled on a bi-weekly basis. A substantial completion walkthrough and punch -list walkthrough were also completed. The project closeout included the document control of correspondence, RFI's, shop drawings, payment requisitions, final payment, and release of retainage. 76 RFQNo: 19-20-021 - City o. Miami C;,,,i E,gi­ri.,9 Sep ,,e=.or Shor­t Road and Drainage ImPro rr ­, D-5 JULIO CUENCA Se, C-struct-n Ma ages Mr. Julio Cuenca is a proactive, results -oriented Construction Manager with 35 years of comprehensive experience in complex construction projects. He is responsible for overall project management and supervision, and some of his specific project tasks include coordination of all logistics for the project, instilling and ensuring a safe project environment, assuring that all project documentation such as permits, daily reports, shop drawings and as-builts are kept and maintained, implementing checklists and guidelines to optimize quality, maintain updated project schedule, documenting impacts and changes bi-weekly, and attending regular meetings with the project owner to address critical items and maintain a positive and professional relationship. RELEVANT PROJECT EXPERIENCE Miami Dade Water & Sewer Department (WASD) CDWWTP -INDUSTRIAL INJECTION WELL SURFACE FACILITIES - Mr. Cuenca served as Construction Manager Inspection for this project. In General, the project Consist of furnishing and installing surface facilities for existing industrial injection wells at the Central District Wastewater Treatment Plan (CDWWTP) located in Virginia Key, Miami Dade County. The scope of work is to construct an industrial Injection Well Pump Station ,equip two existing injection wells and one monitoring well with wellhead piping, , and install piping and flow interceptor boxes to convey waste stream flows from five separate sources to the injection Well Pump Station and to convey the Pump Station discharge to the two injection wells. The Pump Station is a Two -Story Building with two below grade wet wells and influent channel that house four (4) 900 HP Medium voltage (4160 volt) vertical turbine pumps and associated piping, valves and control panels. The project involves specialized construction, as the entire structure was constructed on a series of auger cast piles. Also, the installation of Sheet piling, dewatering and a coffercel to construct the station's wet well. Miami Dade Water & Sewer Department (WASD) 48- inch DESIGN -BUILD CONTRACT PROJECT NO. DB14-WASD-05 - Mr. Cuenca served as Construction Manager Inspection for this project. The project consisted to Furnishing and installing approximately 12,700 linear feet of 48-inch Prestressed Concrete Embedded Cylinder Pipe (PCECP) and fittings, 10 gauge cylinder with 360-degrees T -Lock lining, testable joints, external protective coating 24 Mills Bitumastic 300M, neoprene gaskets and Viton fluoro-elastomer gaskets in areas of contamination. Also includes Constructing one (1) micro -tunnels with 48-inch carrier main inside 72-inch steel casing, under the railroad crossing along Federal Hwy; furnishing and installing casing spacers; constructing jacking and receiving pits for the micro -tunnel; Furnishing and installing ten (10) 48-inch plug valves; furnishing and installing three (3) 36-inch plug valves; Furnishing and installing approximately 5,600 linear feet of 12-inch ductile iron water main to replace an existing 6-inch water main, including valves, fittings, cleaning and disinfection. This includes relocating and transferring water services from the 6-inch water main to an existing 16-inch water main and from the 6-inch water main to the new 12-inch water main and abandoning the existing 6-inch water main. SR 823 Red Road Phase IV (W. 54th St to W. 65th St and W. 53rd Ter. to W. 65th St), Hialeah, FL Mr. Cuenca served as Project Manager for this project. This roadway construction project consisted of the following: reconstruction and widening of the SR 823 (NW 57th Ave) from West 54th St, to West 65th St.; implementing multiple traffic switches to allow for construction phasing; constructing a new retaining wall which is composed of concrete sheet panels and piles along the west side of NW 57th Avenue; installing twin 72" culverts along the west side of NW 57th Avenue; removing trees that conflict with the installation of new drainage structures throughout the project; installing multiple new traffic signals at street intersections; the installation of drainage, over 4,000 LF of 54" water main ; driving approximately 300 concrete precast piles & panels; installation of over 2,000 LF of precast & cast -in -place bulkhead wall concrete cap; new landscaping; new project lighting; installing multiple concrete drill shafts; milling and resurfacing. AL A•D•A 77 .L--3L JL—3L r 1. RFQ-DPP Design Philosophy and Process 2. RFQ-TCA Technical Capabilities and Approach R RFQ No: 19-20-021 - City of Mimi Ci ii Engineering Seri- for Sho­re.t Road and Drainage Impro -menu, D-5 Design Philosophy & Process Form RFQ-DPP RFQTitle: Civil Engineering S.—i.e. for Sib--- a R_.a Drainage Impro ements, D-5 RFQ Number: 19-20-021 Name , Proposer: A.D.A. Engineering, In.. In the space provided below respond to the requirements for Design Philosophy & Proces , Section 4.1.B of the RFQ. Additional pages may be added ms necessary. This response is in accordance to Addendum No. 2, dated February 24, 2020 issued by the City and specifically the Answer to 03 in which the response states, The purpose of this Pr ject is to design road and drainage improvements to the existing roads within the public right-of-way. In addition, the s tormwater pump station is to be designed and constructed in the Mid -Term Improvements and not the Snort -Term improvements as outlined in the Pilot Drainage Feasibility Study. ADAhas been providing professional engineering and construction management services throughout Florida for over 39 years and a major portion of our workload has been attributed to repeat business. Our design philosophy will always be centered meeting our clients needs in the most cost- effective and timely manner. In addition, ADAstrongly believes that we are solely accountable and responsible for the quality of our deliverables and service s. To ensure that we continually achieve a high degree of excellence in all of our planning, design and construction plans preparation, ADA implements proven management and quality ssu arance plans that will be discussed in / f -0411 lei MEANS more detail in the Technical C.pabilities (see ction of this proposal(. This approach and vision have allowed ADA to serve the pity of Miami (City) on Miscellaneous Civil contracts for 17 consecutive years. Key Personnel Akey element in successfully executing any project assignment is to hav . proven Lead Civil Engineer with a strong technical background and a thorough understanding of City infrastructure and processes. Our proposed Lead Civil Engineer Mr. Alberto D. Argudin, PE, CGC, LEED AP has over 44 years of experience in providing professional engineering services as well as project and construction management in South Florida. His projects haveincluded major civil infrastructure and environmental engineering assignments for Mumcipalities, Counties, State and Federal Agencies. Some ofthe se services have been either project specific or miscellaneous in nature. Complementing his project management capabilities is his extensive permitting experience with thelocal and applicable agencies in South Florida. Mr. Argudin has been the Lead Civil Engineer for City projects such as Silver Bluff Roadway Improvements, NE 56 Street Roadway Improvements and the Lawrence RFQ-DPP R­3/22/19 AL A•" -A 79 RFQNo: 19-20-021 -City of Miami Civil Engineering Servioe. for Shorecrest Road and Drainage Improvements, D-5 Design Philosophy & Process Form RFQ-DPP and Riverview Stormwater Pump Station Improvements. For Miami -Dade County, he was the Project Manager and Lead Civil Engineer for the FEMA--DO(�RM Program Management contract. Recently he w s the Principal in Charge responsible for QA/QC for the South Bayshore Drive Roadway and Drainage Improvements, Shorecrest Pilot Drainage Feasibility Study, Comprehensive Stormwater Master Plan, Entrada Neighborhood Roadway and Drainage Improvements and South Bayshore Lane/Fairview Street (East and West) Roadway and Drainage Improvements, which is one ofthe first projects under the Miami Forever Bond to address Sea Level Rise and Flood Protection. Due to our knowledge of City processes and requirements, we are aware that the construction documents for this project must be completed in accordance with the Department of Resilience and Public Works Plans Preparation Requirements dated September 2018 and the Florida Department of Transportation (FDOT) Plans Preparation Manual. Our proposed Project Manager is Mr. Cairo Cangas, PEand he has over 15 years of robust experience in delivering roadway and drainage improvement projects implementing the FDOT and City requirements. From our previous experience with similar pr jects for the City and other governmental agencies, we are aware that that the scope of work for this project will likely require multiple project assignments that must be performed concurrently. As identified in our organizational chart included with this proposal, ADA has assembled a team of highly qualified professionals capable of managing the various project scopes anticipated under this contract. Proficiency with City projects provides ADA with the awareness that this is a multidisciplinary project and our team has been assembled strategically to deliver. Each group will have a highly qualified task leader who has experience wo r/kiing with the City and is familiar with the City's processes as well. Leading these groups will be Mr. Waddie Ru, , PE, CGC, Mr. Jorge Piasencia, PE and Mr. Albert Argudin, CGC. A pool of professionals has been assembled to provide support as required by the project. However, all assignment coordination will be handled by Mr. Cangas to provide a single point of contact to the City s Project Manager. This Rapid Response Project Delivery Approach will enhance the capability of the City to fast -track" the project. Our organization will enable our team to seamlessly act as an extension of staffto the City. The ADA Team has been strategically assembled with not only roadway and drainage expertise, but also inclusive of resilience and climate change. Jacobs is an internationally recognized firm in both the engineering and resilience sectors. Our proposed Resilience/Climate Change Specialist is Mr. Jason Bird, CFM. Mr. Bird is a seasoned civil engineering professional with experience in commercial, residential, public open space, utility, stormwater and transportation projects from feasibility studies to conceptual planning, through design, permitting, and construction administration. His focus on water resourceswater conservation, infrastructure assessment, green infrastructure and sustainability, including LEED, ENVISION evaluations for municipal, master planned communities, and US federal facilities. He has applied his knowledge of infrastructure design and climate science to risk and RFQ-DPP Re ...3/22/19 AL A-DA RFQNo: 19-20-021 -City of Miami Civil Engineering Servioe. for Shorecrest Road and Drainage Improvement, D-5 Design Philosophy & Process Form RFQ-DPP vulnerability evaluations to develop and prioritize mitigation measures and adaptive strategies to protect and enhance capital investment and the overall resilience of built and natural assets. Joining our Resilience and Water Resources task are Ms. Susanne M. Torriente and Mr. Swamy Pati, PE, PHD, CFM. Ms. Torr,eme ,s accomplished organizational strategist with 29 years of local government experience in South Florida. Her strength is breaking down complex issues into manageable solutions, fostering collaboration and directing organizational strategic planning. She recently joined Jacobs leading its global community of practice as Director of City Resilience. In this role she is bringing her expertise and experience to leverage Jacobs' broad base resilience skills to deliver integrated solutions to city, industrial, corporate and institutional clients. Mr. Pati brings strong engineering skills to the project from experience working on numerous watershed master plans, stormwater master plans, stormwater designs, asset management, and climate resiliency projects. He has solid analytical and technical skills in surface water modeling, stormwater design, groundwater modeling, H&H analysis, GIS applications, and statistics. His modeling experience includes developing conceptual models, calibrating and validating models, and pre- and post -processing data using various ai u GISand database software. His specific modeling software expertise includes SWMM, ICPR(3/4), MikeSHE/11, Flood Modeller FAST, GMS, MODFLOW, ArcGIS, and ArcHydro. Pre -Design Phase Upon receipt of the Notice to Proceed (NTP), ADA's first order of business is to run the existing models using the new data released in December 2019 by the Southeast Florida Regional Climate Change Compact. The data used for the Pilot Drainage Feasibility Study incorporated the data available atthe time of the study, which had last been updated in 2015. Once the ICPR4 model is run with the new figures, the improvements outlined in the pilot study can be validated. Unified Sea Level Rise Projection 200 (Southeast Florida Regional Climate Change Compact, 2019} IP[C NOAA o 180 Intermediate ...igh Year Median 176 NOAA Extreme J O High (inches) (InC6e5] " 160 tncheS) 3 c 2040 10 n 21 i 136 - 140 IN High Y i c120 2070 21 40 54 �.. i 2120 40 92 136I, c 100 1 92 NOAA 50 Year Planni711 Intermediate High 80 64 60400 40 IPCC Median a y Observed t � 20 5-Year Average 17 .- � Mean Sea Level 21 0 - ------- _ 10 1990 2000 2010 2020 2030 2040 2050 2060 2070 2080 2090 2100 Year 2110 2120 CC `Ni—Ti CHANNG[ The following are some of the critical tasks and processes that will be implemented in this project during the life cycle of the project. RFQ-DPP R­.ed 3/22/19 AL A•D•A 81 RFQNo: 19-20-021 - City of Miami Cvn Engineering Ser"i,e, for Shore rest Road and Drainage Impro ement , D-5 Design Philosophy & Process Form RFQ-DPP Field Site Visit and Data Collection - Accurate data assures the quality of the plans; helps maintain the projects schedule by avoiding unforeseen conditions; and provides the initial guidelines for the overall success of the project. ADA will begin to collect information and data, including utilities and will conduct meetings with the regulatory agencies. We are currently providing the design for NE 10" Avenue and are familiar with the area and the challenges. Utility Coordir atior, - This task is critical to the project schedule and is —by we emphasize a thorough approach prior to and during the design phase, Upon issuance of design tickets, we follow up with the Utility Ag enc y/Owner (UAO) in order to obtain a,-b,ilt information of their utilities within the project limits. The utilities are then included in the propos the deliverable milestones. If existing utilities are in conflict with the proposed design, a Utility Work Schedule will be issued so that the utilities are relocated prior to the commencement of construction. Prior to completing the design � and B preparing it for bid, ADA will request an All lear letter for each utility located within the project limits. Upon conducting preliminary site visits, it was noted that there are instances where there are multiple utility poles in the same area. This is a condition that is not adequate to the City. In most of these instances, FPL has provided a new concrete pole and the telecommunication utilities AL A•" -A RFQ-DPP Re ..ed 3/22/19 82 RFQNo: 19-20-021 -City of Miami Civil Engineering Servioe. for Shorecrest Road and Drainage Improvement, D-5 Design Philosophy & Process Form RFQ-DPP need to mount their utility on the FPL pole. ADA will issue correspondence to these utility companies so that a Utility Work Schedule can be derived to relocate the telecommunication utilities to the FPL poles. This similar approach has been discussed with the City and implemented on the NE 10"Avenue project. There are also existing light poles that may require adjustment as well. G—t—i—i—i Exploration -This project will require that soil borings be completed for NE 78°" Street, NE Little River Drive, NE 10`" Court, NE 78" Road, Dunham Boulevard, North Bayshore Court, and North Bayshore Drive. HR Engineering Services (HRES), a locally headquartered SBE in Miami Dade County will be responsible for completing this task. The City of Miami's Planning and Zoning (P&Z) Department requires that a Certificate to Dig be obtained by the geotechnical firm in order to obtain soil borings. In addition, P&Z requires Archaeological monitoring during the drill of the soil borings. Fo this reason, ADA has entrusted this monitoring to Archaeological and Historical Services, Inc. (AHS)r ADA,HIRESand AHS are also collaborating on current Sea Level Rise and Flood Protection projects for the City. S-r--y — A topographic survey will be completed for the remaining portion of the Shorecrest Pilot Drainage Feasibility Study area. This service will be completed by Hadonne, which is a locally headquartered SBE in Miami Dade County. They will complete the topographic survey by incorporating both field crews and drones to expedite the survey. Hadonne has extensive experience in the area as they provided similar type services in the Shorecrest area North of NE 79`" Street as well as NE 10`" Avenue. Design Phase This project will require that the existing roadways and swale areas be raised to an elevation that will not require harmonization of the existing private property. ADA is proposing to raise the roads by removing the existing asphalt and importing fill material to the desired elevation with black base (FDOT RFQ-DPP Re,,, 3/22/19 83 RFQNo: 19-20-021 -City of Miami Civil Engineering Service. for Shorecrest Road and Drainage Improvement, D-5 Design Philosophy & Process Form RFQ-DPP B-12.5) to protect against the high groundwater table and overlaying with one inch of FDOT Type SP 9.5 (S-III) asphalt. In areas that require a rise of more than nine inches, a combination of imported fill, black base, potential geo-grid and asphalt will be used to reach the desired elevations. NE79— Street is maintained by FDOT and it appears that the roadway elevations are higher than the adjacent City maintained roads. This suggests that City maintained roads may be receiving stormwater runoff from NE 79 Street. A topographic survey of NE 79— Street will be required to accurately make this determination. In addition to the raising of the roads, a new interconnected and watertight drainage collection system will be constructed to deliver stormwater flows to the Little River Pocket Park. Little River Pocket Park, which also has low lying areas within its boundaries will be the site of the proposed A stormwater pump station. s the captured stormwater flows towards the existing outfall within the park, vortex structures also known as downstream defenders will be provided to provide water quality before discharging to the existing outfall. As part of our due diligence, ADA is aware the City is in the process of designing improvements within the park. Further coordination is required with the City to determine the extent of the improvements and if any improvements will be completed along the sea wall. For that reason, ADA has included RH Engineering Group, which is a Miami Dade County certified SBE locally headquartered in the City of Miami to provide structural design for the large drainage structures anticipated within the project and/or any sea wall improvements that may be required. ADA,s also aware that tubers ofthe City of Miami's Department of Resilience and Public Works have begun outreach to various local stakeholders to discuss plans for significantly updating the City,s seawall elevation ordinances. It's anticipated that the new criteria may establish a new minimum elevation for all seawalls, natural shorelines, bulkheads and other waterfront protection device= at 6.0-ft NAVD (88). There are already signs of private property Owners improving the existing sea wall conditions within the project area. AL A-DA RFQ-DPP Re ...3/22/19 84 RFQNo: 19-20-021 -City of Miami Civil Engineering Service. for Shorecrest Road and Drainage Improvement, D-5 Design Philosophy & Process Form RFQ-DPP In -House "Brainstorming" Session - Assigned engineers and designers will be brought together to collaborate an optimum solution to the project and identify fatal flaws, value analysis issues and compatibility between disciplines. In addition, our construction management staff will provide constructability reviews as well as construction methods to ensure thatthe project is constructed seamlessly and with minimal impact to the residents. Public Outreach — A project of this nature will undoubtedly impact the local residents. Once a conceptual design has been derived in conjunction with the City, a public outreach meeting will be conducted to inform the residents of the upcoming improvements. ADA has strategically included MAGBE, which is a Miami Dade County certified SBElocally headquartered in the City of Miami to provide public outreach and assist in the outreach meetings. MAGBE has a strong presence in the Resilience and Climate Change sector and will bring unparalleled value to the ADA team and the City. Preparation of Construction Documents - ADA has considerable professional experience in the preparation of construction documents for roadway and drainage improvement projects. The documents have included master plans, construction drawings specifications, studies, technical memorandums and schedules. Permitting services with the required permitting agencies will also be provided prior to the pr ject commencing construction. Its anticipated that permit approvals will need to be obtained from Miami - Dade County's Department of Transportation and Public Works (DTPW), Regulatory and Economic Resources (RER) and the City of Miami Public Works Department. As previously stated, due to our knowledge of City processes and requirements, we are aware that the construction documents for this project must be completed i accordance with the Department of Resilience and Public Works Plans Preparation Requirements dated September 2018 and the Florida Department of Transportation (FDOT) Plans Preparation Manual. We are also aware that in June 2016, th Cit of M a De t men of Resiii nce and P bl'c Works SOUTH1' STORMWATER PUMP STATION � i y �. TECHNICAL MEMORANDUM AL `-,0.0 y pa m released Bulletin No. 51 titled "Additional Design Requirements for Right -of -Way and Drainage Improvements in Low Lying Areas." It outlines the minimum design parameters for right-of-way and drainage improvements as follows. 1. Roadways shall be raised so thatthe lowest inlet elevation is 5.00 feet relative to the National Geodetic Vertical Datum of 1929 (ft-NGVD) or 3.50 ft-NAVD, or higher RFQ-DPP Revised 3/22/19 AL A-DA 85 RFQNo: 19-20-021 -City of Miami Civil Engineering Servioe. for Shoracrest Road and Drainage Improvement, D-5 Design Philosophy & Process Form RFQ-DPP 2. Where existing conditions do not permit the rising of the existing roadway to elevation 5.00 ft-NGVD (3.50 ft-NAVD) or higher, the engineer of record must make a reasonable effort to raise the existing road to the highest possible elevation. 3. Where applicable, drainage systems for roads that are to remain below elevation 4.5 ft-NGVD (3.0 ft-NAVD) shall be constructed to be watertight. 4. Drainage systems within existing roadways that are below elevation 4.00 ft-NGVD shall include a backflow preventing valve to prevent tidal inflow to the gravity system. ADA's first deliverable for the design phase will be the typical section package. One submittal will be made and it will include a typical section for each roadway. Once approved, ADA will commence the design in accordance with the Department of Resilience and Public Works PlansPreparation Requirements dated September 2018 and the FDOT PPM. Post Design Services- ADA will assist the City in construction related services such as shop drawing reviews, review and response issuance for Requests for Information (RFI)c reviewing bid packages, attending and coordinating pre -bid and construction meetings, schedule management, cost control, construction observation services and preparing as -built drawings. Document control will be performed for shop drawing reviews, RFI s, daily reports and project correspondence. RFQ-DPP Revised 3/22/19 AL A-DA RFQNo: 19-20-021 - City of Mimi Ci ii Engineering Services for Shorec... t Road and Drainage I —pro -merits, D-5 Technical Capabilities and Approach Form RFQ-TCA RFQTit,-: • C i Engineering Se s for Shor­Road and Dra age Improvements, D-5 RFQ N-n,ber: 19-20-021 Nan e, of Proposer: A.D.A. Engineering, I- Ini the spare provided below, respond to the requirements of the RFQ for Te¢hni¢al Capabilities & Approa.lb. Additional pages may ibe, added as necessary. Technical Capabilities ADAhas proven over its 17-year tenure at the City that expectations will be exceeded. In accordance with the RFP, the successful proposer shall provide design engineering services for road and drainage improvements that may include, but not be limited to, clearing and grubbing, milling and resurfacing, ad r econstruction, grading, drainage improvements, sidewalks, American with Disabilities Act (ADA)compliant ramps, driveway approaches, curb and/or gutter structures, pavement markings and striping, roadway signage, utility/electrical services and coordination, design development, landscape, construction permitting, participate in public involvement meetings and T workshops, bidding review and analysis, and construction administration. The ADA team was assembled to ensure that each and every one of these items was delivered by leaders in their respective field. Roadway Design ADAhas established itself as a leader in roadway, highway, drainage,, lighting and traffic signals design. Serving an assortment of clients, ADA is proficient in the design of Neighborhood Roadway and Drainage improvements, Intersection Improvements, Highway Design, Traffic Analysis; Construction Inspection Services and Construction Management. ADA recently completed City pr jects Entrada Roadway and Drainage Improvements, Little River Phase III Roadway and Drainage Improvements, South Grove Phase I and Phase II Roadway and Drainage Improvements, SW 26th Road and SW 23rd Road Roadway and Drainage Improvements, and Silver Bluff Roadway Improvements. These T hese pr Sects entailed streetscape improvements that included pavement construction, widening, milling and resurfacing, drainage improvements including streetscape/landscape, concrete curbs and sidewalks. Currently the City is constructing the RFQ-TCA Re., � 2/26/19 AL A•" -A 87 RFQNo: 19-20-021 - City of Miami Civil Engineering Services for Shorecrest Road and Drainage Improvements, D-5 Technical Capabilities and Approach Form RFQ-TCA South Bayshore Lane/Fairview Street (East and West) Roadway and Drainage Improvements project, which is one of the first projects under the Miami Forever Bond to address Sea Level Rise and Flood Protection. ADA is currently designing the roadway and drainage improvements for NE loth Avenue. The project scope includes the raising of NE loth Avenue, a new watertight drainage collection system, new landscaping, new sidewalks and possible adjustment of existing light poles. ADAhas also worked on numerous full roadway reconstruction projects for other clients such as Miami -Dade County. Some ofthe major projects include NW 87th Avenue from NW 154th Street to NW 186°^ Street including the Master Plan and SW 97°~ Avenue from SW 72— Street to SW 40°^ Street including the Master Ran. ADA was recently awarded the design of NW 12`^ Street from NW 114°^ Avenue to the Dolphin Park & RideFacility. The project will increase capacity for existing left turn and right turn lanes as well as provide new left turn and right turn lanes along NW 12 Street. Exit ramps from the Florida Turnpike, and the right turn lane exit from the Dolphin Mall at NW 114 Ave will be improved. The project will also add new Bus Only lanes to service the new Dolphin Park and Ride facility. The project will include new storm drainage system, pavement markings and signage, intersection and signalization improvements, roadway lighting, permitting, culvert extension, and construction administration services. The project length is approximately 0.65 miles. For the Florida Department of Transportation (FDOT), various reconstruction and 3R projects have been completed. These projects include the Killian Parkway/SR 874 improvements and reconstruction and widening of Perimeter Road, SR-AIA Collins Avenue, SR-976 Bird Road and SW 107th Avenue from Coral Way to approximately SW 11th Street. The firm is currently providing 3R design for SR-5 Overseas Highway. Drainage Design ADAs extensive drainage design expertise covers the full spectrum of projects including planning, assessassessm nt, design, permitting, and program management. Our staffs diversity provides our clients with the flexibility to develop, prioritize, and implement capital improvement programs to address their needs. ADA's drainage design servicesinclude Stormwater Management, Drainage Master Plan Development, Flood Control, Flood Plain Studies & Mapping, Sea -level rise, resilience and flood protection, Hydraulic, Hydrologic & Water Quality Modeling, NPDES Permitting, Environmental Resources Permitting, Regional Stormwater Facility Design, Soil Erosion and Sediment Control, Embankment Stabilization, Canal Dredging, Stormwater Utility Development- Implementation and . ADA was responsible for the 2011 and 2012 City of Miami's Phase I and II Stormwater Management Master Plan update, City of Doral Stormwater Master Plan and the Village of Pinecrest Stormwater Master Pian. ADA completed the Shorecrest Pilot Drainage Feasibility Study nd is currently working with the City of Miami to address Sea Level Rise and Flood Protect on the South Bayshore Lane Stormwater Pump Station and the NE 10`^ Avenue Roadway and Drainage Improvements. The firm is presently completing its fourth consecutive term as the Districtwide Drainage Design & Plans Review RFQ-TCA R­2/26/19 AL A-DA RFQNo: 19-20-021 -City of Miami Civil Engineering Servi.e= for Shore t Road and Drainage Impro em— , D-5 Technical Capabilities and Approach Form RFQ-TCA Consultant for FDOT Dii�strict 6. Resml nce/Climate Change The ADA Team is very aware of the climate risks and vulnerabilities of the City of Miami as a low- lying, dense coastal community on the edge of beautiful and fragile Biscayne Bay. And it is also very much in tune with the opportunities that are still ahead by investing in the city and ad,pti,g to climate change as envisioned in the Greater Miami & the Beaches 100 Resilient Cities Strategy, Resilient 305 and the recently released Miami Forever Climate Ready plan. We understand and are prepared to partner with the City of Miami to deliver a neighborhood improvement that meets the eight principles and five goals of Miami Forever Climate Ready: Prmciplas: 1. Maximize multiple benefits. 2. Use public resources efficiently and maximize partnerships. 3. Incorporate local involvement in design and decision making. 4. Address equity. 5. Iv erUtilize technology and innovation. 6. ea ge and protect our natural syste (Lms. 7. lire ate layers of protection by working at multiple scales. 8. Design in flexibility and adaptability. Goal=. 1. Ensure decisions are data driven and are data driven and human centered 2. Inform, prepare, and Inform, prepare, and engage our residents engage our residents and businesses and businesses 3. Protect and enhance Protect and enhance our waterfront our waterfront 4. Invest in resilient and Invest in resilient and smart infrastructure smart infrastructure 5. Promote adaptive Promote adaptive neighborhoods and neighborhoods and buildings The ADA Team is not only highly technically competent in civil engineering and drainage improvement but is also keenly aware of the people and places affected by adaptation investments. The improvements will have mid to long to term benefits for the neighborhood, but not without short term disruption. Community engagement about the project benefits and the science behind it is key. RFQ-TCA R­2/26/19 AL A•" -A RFQNo: 19-20-021 - City of Miami Civil Engineering Servioe. for Shoreorest Road and Drainage Improvement, D-5 Technical Capabilities and Approach Form RFQ-TCA Construction Phase ADAcan provide both limited construction administration and construction management. (iThe firm has three active State of Florida General Contractor's license and can provide turnkey services if required. Our Feld Representatives have worked types of Civil engineering projects and are also ertified through FDOT's Construction Training Qualification Program (CTQP). For this project, the most common certifications required are Intermediate Maintenance of Traffic, Asphalt Paving Levels 1 & 2, Earthwork, Concrete Feld Inspector and Florida Stormwater Erosion and Sedimentation Control (FDEP). ADAunderstands the importance of providing timely responses to Requests for Information (RFI's) during construction. For that reason, ADA strives to be on site to resolve conflicts within an hour of receiving notification. Our experienced Construction Management and Engineering staff can assess the conflicts and derive different alternatives to maintain the schedule. In addition to RFI's, ADA will also log and review the required shop drawings. Reviews will be completed within 5 days of receipt and will be returned to either the CEI consultant or directly to the Contractor. Periodic site visits will be performed in order to review and approve the Contractor's Payment Requisitions. ADA will ensure that all supporting documents stated in the Contractor's General Conditions are provided. If aConsent of Surety is not provided, ADA will request Releases of Len either partial or full to be provided with each requisition. RFQ-TCA Re — 2/26/19 AL A•D•A RFQNo: 19-20-021 - City of Miami Civil Engineering Service. for Shorecrest Road and Drainage Impro ements, D-5 .Aw Technical Capabilities and Approach Form RFQ-TCA AL West Fairview DIP Installation A -" -A Assume 20 LF of production per day. 260M = 13 days It- Description QTY. UNIT BURDEN u.it ­'. T-1 Labor 1 Foreman 1 104.00 HR 59.03% 30.20 4995.04 2 Operator 1 104.00 HR 59.03% 92.28 6993.05 3 Pipe Laye2 104.00 HR 59.03% 30.00 4961.74 4 Labor(2) 104.00 HR 59.03% 24.00 3969.39 5 Survey Crew 3 8.00 HR 59.03% 120.00 1526.69 e Truck Driver 2 109.00 HR 59.03% 32.00 5292.52 Subtotal Material 27738.41 1 24" Zinc DIP 260 LF 7.00% $ 85.72 $ 23,847.30 2 24" M3 Zinc Tee 1 EA 7 00% 2,820.00 3,017.40 3 24" MI Zinc Ca 1 EA 7.00% 883.00 944.81 4 24" M3 Zinc 45 Degree Bends 2 EA 7.00% $ 1,780.00 $ 3,809.20 5 113allast Rmk 127 EA 1 7.00% 1 1 21.00 3,397.25 It- Subtotal Description Equipment QTY. UNIT Wit 35015.96 T1.1 1 Excavator 1 104.00 HR 95.67 4770.48 2 Skid Steer 1 104.00 HR 19.37 2,014.48 3 Crew Truck 1 104.00 HR 19.37 2,014.48 4 Loader 1 104.00 HR 45.87 4770.48 5 Trench Box 1.00 1 MNTH I $ 920.02 1 $ 920.02 6 1700 GPM Pump + Fuel 1.00 MNTH $ 5,531.00 $ 5,531.00 7 IDump Truck 3 104.00 HR 135.00 14040.00 Subtotal 34 60.94 Subtotal a - p (10%) 9,681.53 TOTAL OF PROPOSED CHANGE REQUEST (ADD) If a Proposed/Change Order is issued by the Contractor, ADA will provide a thorough review and will provide the City with an itemized breakdown consisting of material, labor and equipment costs. Included in the labor cost will bea labor burden factor and all three categories will include the allowable profit markup, which in City contracts is 10%. RFQ-TCA Re � 2/26/19 AL A•D•A 91 RFQNo: 19-20-021 - City of Miami Civil Engineering Services for Shorecrest Road and Drainage Improvements, D-5 Technical Capabilities and Approach Form RFQ-TCA Project Management flan Upon aothori—tion of an assignment, our Proposed Project Manager, Mr. Caro Cangas, PE will develop a Project Management Plan (PMP) tailored for each project assignment, in coordination with the Team Leaders, core group team members and the City's Project Manager. The PMP ,s comprised of the following key elements. Project description; Scope of Budget Work breakdown structure; Team organization and responsibilities; Communication protocols; Budget and cost control plan(; Schedule of deliverables and schedule control procedures; Document control protocols; and the Quality Assurance and Control Plan. The PIMP also defines protocols to ensure that the team operates as a unit to provide the best work products to the City. ADA's Project Manager will track compliance with the PIMP on a monthly basis. Task managers will prepare monthly progress reports for each assignment based on input from all disciplines and subconsultants. The monthly reports will be reviewed and compiled by ADA's Pr ject Manager and will be provided to the City of Miami's (City)Pr ject Manager for review. If unforeseen difficulties arise (during project execution, appropriate adjustments will be made to the PMP in coordination with the City's Project Manager. s,w Project Controls The ADA Team is committed to meeting the schedule and budget requirements for this project. In order to meet established deliverable dates, ADA will develop a detailed schedule for each project task in Microsoft Projects and incorporate the schedule as part of the project PMP. The project schedule will be based on task and milestone deliverable dates anticipated for the project and will identify the critical path and tasks that drive the final deliverable dates. To facilitate timely execution and progress monitoring of each task, responsibility codes are added to identify members of the RFQ-TCA Re — 2/26/19 AL A•D•A 92 RFQNo: 19-20-021 -City of Miami C;,,ii Engineering Seri... for Shore rest Road and Drainage Impro ement, D-5 AA - Technical Capabilities and Approach Form RFQ-TCA project team and/or City staff with primary responsibility for timely completion of each task. Mr. Cangas will monitor the schedule closely and make the necessary adjustments to project staffing to meet the project target completion date without impacting the quality of the project deliverables ADAQuality Control & Quality Assurance Plan ADA's Quality Assurance and Quality Control (QA/QC) Plan provides the ADA team with management tools to efficiently execute each task in accordance with the City s guidelines, technical expectations, schedule and budget. The plan includes. Team Organization and Responsibilities, Communication Protocols, Management Systems/Procedures, Cost and Schedule Control Procedures, Document Control Protoco is, and QA/QC Plan processes. Qur intent is to check all draft milestone deliverables ourselves before it is deliv ered to City staff in order to minimize staffs time in reviewing the pr ject documents. ADA's QA/QC process promotes complete, legible, and easy to understand documents, plans and specifications to minimize contractor requests for clarifications or change orders. The ADA team, consisting of highly qualified and experienced staff, is ready and eager tocontinue to support the City on this important contract. We ha"e demonstrated our experience and technical capabilities to work in conjunction with City staff in a cost effective and timely manner. We emphasize the importance of being a ilable and responsiv to fulfill and exceed the City s expectations. ADA's commitmentto quality — !- work, budget fulfillment and on -schedule performance is demonstrated through the dedication and longevity of our management team. We genuinely encourage and maintain favorable working relationships with our clients. Your needs are our needs. This philosophy enables us to represent the City, make recommendations and introduce cost-effectwe solutions. We know our firm offers unparalleled expertise and we look forward to serving the City of Miami on this vital contract. RFQ-TCA Re ...2/26/19 AL A•" -A 93 OF,' v � W w1.� " * INCRRP ORATIO is 96 I " BTLT e � ry + n Legend �fi*'�� ,emu i Water Body Elevation (NAVD88) l i • • ProJeclLlmit -77.0 - 1.0 rve,>R ��i Drainage InfrasSruclure 1.0 - 2 ■ Inlet 2.0-3.0 I r Manhole 3.0-4.0 L _ ♦ Outfall 4.0-5.0 — Solid Pipe 5.0 - 6.0 t N AWE ic Il11 a1iY inYMI 1. RFQ Proposal Forms (Section 6) 2. Information for Determining Joint Venture Eligibility— Form A (if applicable) 3. RFQ-LOA Letter of Agreement(s) 4. Certificate of Compliance with Section 18-87 of the City Code 5. Business Tax Receipt(s) / Occupational License(s) 6. Copies of Miami -Dade County SBE certification for Proposer or Proposer's Sub-Consultant(s) (if applicable) 7. FDOT Notice of Qualifications (if applicable) RFQNo: 19-20-021 - Croy of Miami Ci ii Engineering Seri— for Shorecre.t Road and Drainage I—p,.ven,ent , D-5 SECTION 6 RFQ PROPOSAL FORMS 6.1 RFQ INFORMATION AND ACKNOWLEDGEMENT FORM The Proposer hereby acknowledges and affirms to the contents ofthis RFQ, its response thereto, including without limitation, all Addenda have been read, understood, and agreed to by assigning and completing the spaces provided below. A. RFQ Addenda A.kn—ieager.,ent Addendum No. 1, Dated February 4th, 2020 Addendum No. 2, Dated February 24, 2020 Addendum No. 3, Dated March 3, 2020 Addendum No. 4, Dated March 13, 2020 Addendum No. 5, Dated March 27, 2020 Addendum No. 6, Dated April 17, 2020 B. RFQ Determination of Responsiveness A.knovvieager.,ent The Proposer hereby acknowledges and understands that the City will review each Proposal to determine responsiveness in accordance with the minimum qualifications and submission requirements of this RFQ, as identified in Section 3.5, Minimum Qualification and Experience Requirements and Section 4.1, Submission Requirements. PROPOSALS SUBMITTED WITH IRREGULARITIES, DEFICIENCIES, AND/OR TECHNICALITIES THAT DEVIATE FROM THE MINIMUM QUALIFICATION AND EXPERIENCE REQUIREMENTS AND SUBMISSION REQUIREMENTS OF THIS RFQ SHALL RESULT IN A NON -RESPONSIVE DETERMINATION. The City will not consider the curing of any Proposals that fail to meet the minimum qualifications and submission requirements of this RFQ. Proposer understands that non -responsive Proposals will not be evaluated and, therefore, will be eliminated from the Evaluation/Selection Process. The following list describes most but not all Proposal irregularities, deficiencies, and technicalities that shall result in a non -responsive determination. 1. Lack of any required documentation/information/form requested in Section 4, Sub - Section 4.1(A) in.hudiing, but not iimitedi to: ■ Proposal Letter ■ Narrative • Experience/Qualifications of the Proposer • Experience/Qualifications of any of the Proposers Team Members ■ Team Organizational Chart 2. Lack of any required documentation/information/form requested in Section 4, Sub - Section 4.1(B) i—hucsing, but not iimitea to: • Design Philosophy and Process • Technical Capabilities and Approach 3. Lack of any required documentation/information/form requested in Section 4, Sub- S—tion 4.1(C) i—hudiing, but not iimitedi to: ■ RFQ Proposal Forms (Section 6.0) • Information for Determining Joint Venture Eligibility - Form A (if applicable) ■ Letter(s) of Agreement (RFQ-LOA) C.— Engineering Serv.— for RFQ No. 19-20-021 Sh.—r— Drainage Improve rt , D-5 28 AL A•D•A 95 RFQNo: 19-20-021 -City of Miami Civil Engineering Services for Shorecrest Road and Drainage Improvement, D-5 • Certificate of Compliance with Section 19-87 of the Code of the City of Miami ■ Business Tax Receipt(s)/Occupational License(s) • Copies of Miami -Dade County SBE Certification for Proposer or Proposers team members (if applica ble) ■ FDOT Notice of Qualifications (if applicable) 4. Lark of a y otlhe cI­u , e t, do /i.,ror artio /ror.., refit t—I in ti— RFQ di—i n.int. Missing forms, unsigned forms, or forms signed by any individual, other than either the Proposer, Proposer s team members, and/or individuals personally attesting to the portrayed project experience will not be cured and shall deem a Proposal non -responsive. The City, at its sole discretion, reserves the right to waive deviations/ irregularities not listed above. Such deviations may be cured by the Proposer, at the sole discretion of the City. Material deviations / irregularities cannot be waived by the City or cured by the Proposer. RFQ No. 19-20-021 Icertify that any and all information contained in response to this RFQ is true. I certify that this RFQis made without prior understanding, agreement, or connections with any corporation, firm, or person submitting an RFQ for the same materials, supplies, equipment, or services and is in all respects fair and without collusion or fraud. I agree to abide by all terms and conditions of the RFQand certify that I am authorized to sign forthe Proposer s firm. Please printthe following and sign your name. A.D.A. Engineering, Inc Firm s Name 8550 NW 33rd Street, Suite 202 Dora,, FL 33122 Pr --pa, Business Address 305.514.0823 Teiephone 305.551.8977 Fax argudin@adaeng.net Email addr.— Ivette O. Argudin Name Executive, Vice -President Tit« ,,;kd.%Cc-; O. ( + N Authorized Siqnature Civil Engineering Serv.— for Sh.—r—Drainage Impro,.eme , D-5 AL A•D•A RFQ No. 19-20-021 29 RFQ No: 19-20-021 - City of Miami Civil Engineering Services for Shorecrest Road and Drainage Improvements, D-5 6.2.1 CERTIFICATE OF AUTHORITY (IF CORPORATION) STATE OF Florida ) ) SS: 59-2064498 COUNTY OF Miami -Dade) 1 HEREBY CERTIFY that a meeting of the Board of Directors of the A.D.A. Engineering, Inc. a corporation existing under the laws of the State of Florida , held on . May 12th, 20 20, the following resolution was duly passed and adopted: "RESOLVED, that, Ivette O. Arguldin , as President of the Corporation, be and is hereby authorized to execute the Proposal dated May 13th , 20 20 , to the City of Miami and this Corporation and that their execution thereof, attested by the Secretary of the Corporation, and with the Corporate Seal affixed, shall be the official act and deed of this Corporation." I further certify that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of the corporation this 13th , day of _Nay_, 20. Secretary: 0 (SEAL) FAILURE TO COMPLETE, SIGN AND RETURN THIS FORM (AS APPLICABLE) MAY DISQUALIFY PROPOSER'S PROPOSAL Civil Engineering Services for Shorecrest Drainage Improvements, D-5 AL. A-D-A RFQ No. 19-20-021 30 RFQNo: 19-20-021 - Croy of Miami Ci ii Engineering Seri— for Shorecre.t Road and Drainage Improvements, D-5 6.3 DEBARMENT AND SUSPENSION (a) Authority and requirement to debar and suspend: After reasonable notice to an actual or prospective contractual party, and after reasonable opportunity to such party to be heard, the City Manager, after consultation with the Chief Procurement Officer and the City Attorney, shall have the authority to debar a contractual party for the causes listed below from consideration for award of City contracts. The debarment shall be for a period of not fewer than three years. The City Manager shall also have the authority to suspend a Contractor from consideration for award of City contracts if there is probable cause for debarment. Pending the debarment determination, the authority to debar and suspend Contractors shall be exercised in accordance with regulations, which shall be issued by the Chief Procurement Officer after approval by the City Manager, the City Attorney, and the City Commission. (b) Causes for debarment or suspension include the following: 1. Conviction for commission of a criminal offense incident to obtaining or attempting to obtain a public or private contract or subcontract, or incidentto the performance of such contract or subcontract. 2. Conviction under state or federal statutes of embezzlement, theft, forgery, bribery, falsification or destruction of records, receiving stolen property, or any other offense indicating a lack of business integrity or business honesty. 3. Conviction under state or federal antitrust statutes arising out of the submission of bids or Proposals. 4. Violation of contract provisions, which is regarded by the Chief Procurement Officer to be indicative of non -responsibility. Such violation may include failure without good cause to perform in accordance with the terms and conditions of a contract or to perform within the time limits provided in a contract, provided that failure to perform caused by acts beyond the control of a party shall not be considered a basis for debarment or suspension. 5. Debarment or suspension of the contractual party by any federal, state, or other governmental entity. 6. False certification pursuant to paragraph (c) below. 7. Any other cause judged by the City Manager to be so serious and compelling as to affect the responsibility of the contractual party performing City contracts. (c) Certification: All contracts for goods and services, sales, and leases by the City shall contain a certification that neither the contractual party nor any of its principal owners or personnel has been convicted of any of the violations setforth above, or, debarred or suspended, as set forth in paragraph (b) (5). The undersigned hereby certifies that neither the contractual party nor any of its principal owners or personnel has been convicted of any ofthe violations setforth above or debarred or suspended as setforth in paragraph (b) (5). Company Name: A.D.A. Engineeing, In — Individual Name: Signature: Y Date: IVlay IJt'n, LVLV Civil Engineering Serv.— for Sh.—r— Drainage I —pro -—- —, D-5 AL A•D•A RFQ No. 19-20-021 35 0 RFQ No: 19-20-021 - City of Vlaml CI II Engln—mg S.-Imes for Sho—re.t Road and Drainage Impro -menu, D-5 6.2.3 CERTIFICATE OF AUTHORITY (IF JOINT VENTURE) STATE OF SS: COUNTY OF I HEREBY CERTIFY that a meeting of the Principals of the NOT APPLICABLE organized and existing under the laws of the State of , held o , 20 , the following resolution was duly passed and adopted: "RESOLVED, that, ofthe Joint Venture be and is hereby authorized to execute the Proposal dated, 20 , to the City of Via mi and that their execution thereof shall be the official act and deed of this Joint Venture.° I further certify that said resolution is now in full force and effect. IN WITNESS WHEREOF, I h.. hereunto sec my nand this day of 20 Secretary: FAILURE TO COMPLETE, SIGN AND RETURN THIS FORM (AS APPLICABLE) MAY DISQUALIFY PROPOSER'S PROPOSAL Civil Engineering Sarvr for Sho­t D. .. ge In, . .me , D-5 AL A•D•A RFQ No. 19-20-021 32 RFQNo: 19-20-021 - City of Miami C;,,,i E°,gi—ring S,r"i,e, for Sha—r—t Road and Drainage Impro—m. ice, D-5 City of Miami, Department of Procurement Letter of Agreement - Small Business Enterprise (SBE) Program RFQ-LOA From A O.A. Engineering, Inc. Name of Prime Consultant/Design-Build Firm In response to the RFQ/RFP Number 19-20-021 ,the undersigned hereby agrees to utilize the Small Business Enterprise (SBE) firm listed below, performing the stated work at the stated percentage, if awarded the contract. The undersigned further certifies that the firm has been contacted and properly apprised of the project work assignment(s) to be performed upon execution of the contract with the City of Miami. Further, by signing this Letter of Agreement, the undersigned consents to adhere to the City of Miami Procurement Code 18-87, as amended. Name of Miami -Dade County SBE/A&E SBE/A&E Type of Work to be Percentage (%) Certified SBE Firm Certification Certification Performed (Technical Amount of Design Number Expiration Date Certification Categories Fee MDC-TCC 11; RH Engineering Group, Inc. 3792084 7/31/2022 MDC-TCC17' NAILS 10% 541330 I certify that the representations contained in this form are true and accurate to the best of my knowledge. O• Ivette O. Argudin, Executive VP 511312020 Principal/President's SigiKature Principal/President's Name/Title (Print) Date THIS SECTION MUST BE COMPLETED BY PROPOSED SBE FIRM (SUB -CONSULTANT) ACKNOWLEDGMENT BY THE PROPOSED SBE FIRM The undersigned has reasonably uncommitted capacity (including all licenses and technical certifications) sufficient to provide the required services consistent with normal industry practice and the ability to otherwise meet the proposal specifications. RH Engineering Group, Inc. Name of SBE Certified Firm Ee ����� K-/,' p SBE Certified F' 's Principa resident's Signature DOte 10io, Ce W c% /Zp L Z/x&o SBE Certified Firm's Pr' cipal/Presi ent's Name/Title (Print) Date RFQ/RFP-LOA Revised 1/16119 AL A•D•A im RFQNo: 19-20-021 -City of Miami C;,,il Engineering Seri... for Shore —t Road and Drainage Impro emen , D-5 City of Miami, Department of Procurement Letter of Agreement - Small Business Enterprise (SBE) Program RFQ-LOA From. A.D.A. Engineering, 1- Nam, of Prime C..,sulta.,t/Desig.,-Build Firm 19-20-021 In response to the RFQ/RFP Number the undersigned hereby agrees to utilize the Small Business Enterprise (SBE) firm listed below, Performing the stated work at the stated percentage, if awarded the contract. The undersigned further c ertifiesthatthe firm has been cOnt tId and properly appri,,d ofthe pr jectwork a signment(s) to be performed upon ex ec It,on of the con tact with the City of Miami. Further, by signing this Letter Of Agr eme , the undersigned consents to Idhere to theCityof Miami Procurement Code 18-87, s amended. SBE/A&E SBE/A&E Type of Work to be Percentage (%) Name of Miami -Dade County Certification Certification Performed (Technical Amount of Design Certified SBE Firm Number Expir n Date Certification C.t.g.ri.. Fe MAGBE Consulting Seri..., Ino. 3/31/2021 SBE-G&S 5% Icertify thatthe representations co n tailed in this form are true and accurate to the best of my knowledge. 4W;C"" O aLw 1 ette O. Argudio, Exeouti a VP 5/13/2020 Principal/President's Silgnature Principal/President's Name/Title (Print) Date ACKNOWLEDGMENT BY THE PROPOSED SBE FIRM The undersigned has reasonably -Committed capacity (including all licenses Intl technical certifications) sufficient to provide the required services consistent with normal ,ntlustry practice antl the ability to otherwise meet the proposal specifications. MAGBE Consulting Ser o—, Ino. Name of SBE Certified Firm • • • • •••� N • • •.............. SBE SBE Certified Firm's Principal/President's Signature Magar R. Abad, President SBE Certified Firms Principal/President's Name/Title (Print) 2/13/2020 2/13/2020 Date RFQ/RFP-LOA Re 1— 1/16/19 6►A4AGBE consulting services, inc. 101 RfQ No: 19-20-021 - City of Miami Civil Engineering Services for Shorecrest Road and Drainage improvements, D-5 6.4 CERTIFICATE OF COMPLIANCE WITH SECTION 18-87 OF THE CITY CODE I, Ivette O. Argudin i) I Ivette O. Argudin Principal) of A.D.A. Engineering, Inc. hereby certify that: am the (President/Secretary or (Proposer); ii) I have read Sections 18-87 of the City of Miami Procurement Code; iii) (Proposer) A.D.A. Engineering, Inc. hereby agrees to assign a minimum of fifteen percent (15%) of the contract value to firms currently certified by Miami -Dade County as a Small Business Enterprise ("SBE"); OR IV) (Proposer) hereby is certified by Miami -Dade County as an SBE firm and will self -perform to meet the minimum fifteen percent (15%) SBE requirement. An active copy of the Proposer's SBE certification must be included in the proposal document. OPTIONAL: v) (Proposer) hereby agrees to make assignments pursuant to item (III), above, to certified SBE firms who maintain a "Local Office," as defined in Section 18-73 of the City of Miami Code; STATE OF FLORIDA } ) SS 59-2064498 COUNTY OF MIAMI-DADE Before me, a Notary Public duly commissioned, qualified and acting personally, appeared to me well known, who being by me first duly sworn upon oath says that helshe has been authorized to execute the foregoing Certificate of Compliance with Section 18-87 of the City of Miami Procurement Code on behalf of Proposing Firm named therein in favor of the City. Subscribed and sworn to before me this I3 My commission expires: 312q I2y Bonded by: Civil Engineering Services for Shorecrest Drainage Improvements, D-5 JIB A D •A day of �A0.1J► 12020. Notary Public, Wte of Florida at Large t�YP WENDY GOMEZ ; e MY COMMISSION XPIRES: March 9, 2024 � RFQ No, 19-20-021 36 102 RFQNo: 19-20-021 -City or Miami Ci,i, ETtgiTteeriD9 Se i.e. TOr Shorecrast Road —d DraiDage Imp--m—C , D-5 A.D.A. Engineering, Inc. - Occupational Licenses Local Business Tax Receipt Miami -Dade County, State of Florida -THIS IS NOT A BILL- DO NOT PAY 5172267 xaMFA1 "', EXPIRES A D ARENGINEERING INC RENEWAL SEPTEMBER 3D, 2020 8550 NW 33RD 5T 202 481424 Must be displayed at piece sf business DORAL FL 33122 Pemcunt 10 county code Chapter RA. - Art. 9 & 10 R SEC. OF.USRIESS --911A ENGINEERING INC 212 PA/CORP/PARTNERSHIP/FIRM 1AY"bR pp°_ C/O ALBERTO D ARGUDIN PREY- '3212 --- - $126.00--07122/2019 -- Employee(,) 28 FPPU06-19-G17996 n,ia Lucelgmineaa Tax Racaipt unlY amdh','x Hymem uldm Wcnl fiva.Id Tua.n cviranmsrom,ae, or gngavammeMel r�egulmory lewtls end requir enlstwh eh apply to lM1e bus neascompty wiM any gvvammantel n TAe RECEIPT NO. above muM be displavOd on all commercial vehicles-Mlemi-Osde Cade Sec ga-2]6. Local Business Tax Receipt Miami -Dade County, State ofFlorida -THIS IS NOT ABILL -DO NOT PAY LBT 481424 NAMFAdgAndN EXPIRES ADASENGINEERINC INC RENEWAL SEPTEMBER 30,2020 855o NW 33RD 5T 202 4663093 Mual be displayed at place of b.-III. DORAL FL 33122 Pursuant to coerny code Chapter eA - Art. 9 & 10 A D A ENGINEERING INC 196 GENERAL BUILDING CONTRACTOR ALBERTO& IVEITE ARGUDIN CGCO23790 .-__ $45.00tL'07/22/2014 " Worker(,) 1 FPPUO6-19-017996 oermi4 or egcertificMion of tl,e l,aM r"a Vueliticet,una, teatls 1 L*111 I HMtlar mual ompiy with any gpy 1*,",, el r non Th. REDenml regalamry lawsII dmgmremenn whlctl apply fp t6e badness. The RECEIPT N0. above muM ba tlispleYetl on el I commercial veM1iclee- Miami-Betla Catle $ec Ba-276. For more iMormnlion viaitwwwmem tla evav actor CITY OF DORAL 2019-210 LOCAL BUSINESS TAX RECEIPT RENEWAL ALBERTO DE JESUS ARGUDIN PE ADAENGINEERING INC BUSINESSCODE: 54-PROFESSIONAL ENGINEER 8550 NW 33RD ST UNIT 202 DORAL, FL 33122 BTR No. 2020001534 DESCRIPTION OF TAXES TAXES LEVIED Business Tax Receipt $100.00 AMOUNT DUE BY SEPTEMBER 30,2019 $100,00 October 201910% Npvemlzr 201915% Decenibel 201920% January 202025% FCO,uary 20202b'/, UU $ 110.00 $ 115.00 $ 12p.00 $ 125.00 $ 225.00 FETAIN THIS PORTION FOR YOUR RECORDS CITY OF DORAL LOCAL BUSINESS TAX RECEIPT RENEWAL A D A ENGINEERING INC 8550 NW 33RD ST UNIT202 BUSINESSCODE: EL-P.A. ORP/PARTNERSHIP/FIRM CORAL, FL 33122 BTR No. 2020001533 DESCRIPTION OFT_ - TAXES LEVIED Business Tax Receipt $168-00 AMOUNT DUE BY SEPTEMBER 30, 2019 $168.00 0 1 1 ber201010% Npvember201015% DecembI,201020% Jenuery202025% Teb,uary 202025`/v+$100 1 164.80 $ 193.20 $ 201.60 $ 210.00 $ 310.00 AL A•Q-A Local Business Tax Receipt Miami -Dade County, State of Florida 3362142 NBILL Is NOT A B�-Do NOT pnv LBT NR111 To" EXPIRES ARGUDIN ALBERTO PE RENEWAL SEPTEMBER 30, 2020 8550 NW 33RD ST 202 3604595 N1ea ass DORAL FL 33122 ` BA Chapter`d AB. 9 & t0 rveEof ..IHEaa ARGUDIN ALBERTO PE 212 PROFESSIONAL C/O ADA ENGINEERING INC PEOG23547 $60.01) 07/22/2019 FPPU06-19-017996 TINa local eaim only aoaannrma pavmam M m. Local easiness raa. T permit or a eedil'cefie n of the lewda enE ual1ticmisnn, m„ cM1 aa,nly to thalbasiIII—mply wiiM1 any povernmenlal r gulatory raqui,emenmw pp IT. RECEIPT 110. shove moat ba tliaplayetl an all commercial veM1iclee -Miami-0etle Cvtle gee ee-ZIe. 103 RFQNo: 19-20-021 -City Of Miami C,,,ii Engineering Ser i.e=.or Shoreorast Road and Drainage ImPro—m—CS, D-5 GSLA Design, Inc. (Landscape Architects) - Occupational Licenses Local Business Tax Receipt Miami -Dade County, State of Florida -THIS IS NOT A BILL- DO NOT PAY 5942900 _.. NAMMLncA„ox EXPIRES CSLA DESIGN INC" RENEWAL SEPTEMBER 30, 2020 17670 NW 78TH AVE 214 6199749 Must be -Played at place of business MIAMI FL 33015 Pureeam to county code Chapter BA- Art. 9 & 10 G$UDESIGN INC 211 P.A./CORP/PARTNERSHIP/FIRM PAM.M.TM.m. C/O KEN GARDNER PRIES $75.00 08/0872019 Employees) 1 CREDITCARD-19-064238 ceipt only cannrms P.Y.mam oltM Local Business Tax.T saipM1 i...... icenaem or ,nmena aan��u emenew ,e a u.......PY .......... , The OB.—T NO.e ova mum a eiapleyed an ell camma�rc eYl venlclea-Miami-Oede Code Seces-2d6 For mere,ms,mm,on, rlsisv wwm em de .slm Hadonne. Corp. (Surveyor / Mapper) - Occupational Licenses Local Business Tax Receipt _Miami -Dade County, State of Florida -THIS IS NOTAB -DO NOT PAY LOT 5191630 EXPIRES HADONNE CORP RENEWAL SEPTEMBER 30 2020 1985 NW BOTH LT #lot 5425889 Mne be dlnPI.wd at place of bnsinaas DORAL FL 33172 o Cou ChaP_8A-- B & tlD E. HADONNECORP 212 P.A /CORP/PARTNERSHIP/FIRM LB7097 $5850rL 07/18/2019-- Bmplpyee(s) 1s CREDITCARD­19-058224 - se Tau Reneipprr ,maeeymemalhe I. —I Hi'esaTaxm The Riceiprrznelallcense, o1lM1e hnlE ua,n aa. a er mu c PYwihenygwemmenul ae em2re whleha AL A•D•A 1-70 Local Business Tax Receipt «I Miami -Dade County, State of Florida -THIS IS NOT A BILL - DO NOT PAY 6757745 GARDNER KEN Ian RENEWAL EXPIRES 17670 NW 78TH AVE214 7031131 SEPTEMBER ace pf busin30.2020b. Must be dispiayed at pless MIAMI FL 33015 purtp County code CM1wept.rer BA - Art. 9 & 10 GARDNER KEN 212 PROFESSIONAL ev?ui solMi6ciuw° LAOOO1569 $TOO.00 08/08/20T9 CREDITCARD-19-064238 Thls h— Buainoas Tea Receipt only canfirma payment of the Locel Buai'ess Tex. The Ply e 1 is nor s license, omme,oracannmliun'tma'mder sd-quicminm,m�ahuaply I. .....Ply nYporarnmemm r en>TheuRECEIPT NO. above musrsbe displayed on al l commeciel vehicles -Miami -Dad, Code SeC.Be�6. Local Business Tax Receipt -Miami-Dade County, State of Florida -THIS IS NOT A BILL- DO NOT PAY 5191648 HADAD ABRAHAM 1985 NW 88TH CT #1(11 DORAL FL 33172 tXY1HtS RENEWAL SEPTEMBER30,2020 5425897 M— be d P". a, place of bualnesa Pursuant W County Code HADAD ABRAHAM 212 PROFESSIONAL LS6006 $60.00`L 07/18/2019... _ CREDITCARD-19-058225 rmlc or eiploan mthe I. Pt ian alive os� an o e. mNoltlhe Y iM.............l r epulamrylewarenE nm9oiremenN do eapp u ThdnECEIPT he. NO .n ov one commerce va:fth, ieml- de Cade gee na3N. h FormomiMormat on,vieitwwwmlem rer 2019,2020 2020004752 LOCAL BUSINESS TAX RECEIPT CITY OF CORAL, FLORIDA sat B NPnlnvem53'°Tenere MACHINES DDrel, Flaride 03t66 SEATS: (305I 593G&31 STATELIC.p' 212LAN LAND SURVEYOR EMPLOYEES: 1 LICENSE FEE: $100.00 Business Nmna.ABRAHAM HADAD DSA: HADONNECORP 1906 NW OB CT UNIT 101 Atl@ess: CORAL, FL 33172 Oita L6� 8401 NW 53rtl Terrace. Dpml. Flpritla33166•wvTn.nNoMoraLwm 305593�1-Fax305­593E616 104 RFQNo: 19-20-021 -City of Miami C1Vn Er,9ir,eerir,9 Sera,i.e6 for Shoreoraet Road ar,d Drainage ImPFO mer,,6, D-5 HR Engineering Services. Inc. (Geotechnical) - Occupational Licenses Local Business Tax Rbceipt Miami—Dade£oABILL State AY Florida -THISde NOTA BILL - DO NOT PAY 6027205 HR ENGINEERING SERVICES INC RENEWAL EXPIRES /815 NW 72NU AVE. 6287817 SEPTEMBER 30, 2020 Must be displayed at place pf buainesa MEDLEY FL 33166 Pursuant 10 County Coda Chapter BA - An. 9 & 10 HR ENGINEERING SERVICES INC 212rP.A./CORP/PARTNERSHIP/FIRM - $45.00tL07/22/2019 Employee(3) 4 FPPU03-19-016746 a.iwnae, arranrgav nral re9ulatn ryhI en Enrequip twMeh appy to thel6us py itM1 yg rnmentel — --The-RECEIPT-NO::ebovemuat5ba tlrspleyedTn all commercial vehicles-Mlemi-Oetle Cotla BecBe-2y8. Town of Medley LOCAL BUSINESS TAX RECEIPT BTAX20-4031 2019-2020 lahe,eby Imued a I.ocal.Business Tax Rawlplfor the town of Metlley, vdlitl M,ouBM1 September 3gm d IM1a cox ywr linetl ebwakrtM10 occupation ol: CIVIL ENeINEEMNGIGEUTECHNIGAL ENG.. mq{a1.1isno,aarvoopmemorzonl,gapprovl.p mu Reguleuom end score taws. ail ce py nme rows or y spa ode,, iumroeae county se This Local 8usluess Tax Receipt must be exhibited conspicuously at your place o/bus/ness. Local Business Tax Receipt ,Miami —Dade County, State Florida -THIS IS NOT BILL DO NOT PAY 6027221_ EXPIRES S HERNANDO RAMORENEWAL SEPTEMBER 30,2020 7815 NW 72ND AVE 62e7833 Must be displayed at place of bu6lnesa MEDLEY FL 33166 Purauanc to County Code C pte, 8A--9&10 B0IN RAMOSHERNAN00____ ... 212TTPflOFPFW.ES5SI0NONAL gwju�¢ou[e oM- 42045. - - $60.00 07/22/2019--=- FPPUo3-19-016748 as Tev Recaip, vnN co,dirme payment of the Loeel Business Tnv. TM1e Recalpf I­allcsnsa. _ M1e M1oltler'a uelificaliana;to do buainesa. Holds, mustcomply wilM1 anVgavdrnmentel orn ors=a�nnlal regulatory laws an�requiramenta whicM1 apply to the bualneca. . nTpa RFCEIP.T.NB.ebovemuabhetlisplaVed anelfcamnrereiel vaM1lelea-Miami-Batle Cotle 6ec Be-316. for more inlarmation, visit WIIV'tl-W Jacobs Engineering Group, Inc. (Resiliency) - Occupational License Local Business Tax Receipt L B T Miami —Dade County, State of Florida -THIS 15 NOT BILL -DO NOT PAY 6177117 RENEWAL SINEGG"Am""'cAT. 5571378 EXPIRES JACOBS ENGINEERING GROUP SEPTEMBER 30, 2020 INC Must be displayed at place of business 3150 SW 38TH AVE STE 700 01 O pursuant to Cbanty Coda MIAMI, FL 33146 chapre, sa-An.s&1a JP.CO86 ENGINEERING GROUP INC 212 TYr P.A./CORP/PARTNERSHI P/FIRM 54.oOx C o81G12019 Empbyee(s) 12 FPPUO6-19-019134 This Local Business Tad Receipt only confirms payment o1,M1e Local gusmess Tea. The Receipt is note license. permit or a cenlficetion olthe holders qualifications, to tle husicess. Molder must comply wiN any gevarnmenml o coal regulmprylaws and ragmremams whicM1applyrothe buslnesa, n Tha RECEIPTNO. abave,u.b,e diaplayedonall loco cial va�iclea-Miami-gent ode 6ec 11-16. For more inlormalmn, all AL A•D•A Town of Medley LOCAL BUSINESS TAX RECEIPT BTAX20-4486 2019-2020 laherebyle aLoral Budnvaa Tan Rewlmtar ma Town of Medley, �sld lnmuan SeptemEer3mM1 O!Ina ma CIVILIw mmis Busl aCss Ta3x Racallpt (BTR) Isenola tlevelognenl orzminB arP,oval, pll adlvilies aM uses operated W,euanl Io1M1ls BTR snail comply wilb Nerown o! Metlley Municipal Cotle, MamFWtle Count' Repule0am end State Laws, This Local Buslues , Tax Racgipt must be exhibited conspicuously at your pface of bu,Ineas. 105 RFQ No: 19-20-021 -City-Ciry of Miami CN i! Er,9ir,eerin9 Se i.e. for Shorecrast Road ar,d Dram, Imp--m—S, D-5 RH Engineering Group. Inc. (Structural Engineers) - Occupational Licenses ll111L1 of ,LLll:nm z AUE p open ,41. n ,alw DO NOT PAY Effective Year Oet.51 2019 Thru Sep. 30 2020 ECEIPT FOR R H ENGINEERING GROUP, INC SUED Oct 10. 2019 TOTAL FEE PAID 116.. COUNT NUMBER 149712 OEIPT NUMBER 178812 ME OF BUSINESS R H ENGINEERING GROUP, INC 2020 CATION 647 W FLAGLER ST 'HEREBY IN COR NAGE ENGAGE IN OR MAMANAGE E OPERATION OF: PROF ASSN/FIRM/CO./PTNERSHPS/CORP Adele Valencia Code Compliance Director Q;itu of �9inmi THIS IS NOT A BILL CERTIFICATE OF USE _ Aw..4 Fbo'Pbm.'.I,csp,e Iaa. FIRE SAFETY PERMIT BUSINESS NAME. R H ENGINEERING GROUP, INC DBA: DATE ISSUED: 11130117 VALID FROM: W01119 TO 09IN= ACCOUNT NUMBER: 149712 SERVICE ADDRESS: 647 W FLAGLER ST AP PROVED USE CU06-General Commercial -Omce General business off e COMMENTS: RESTRICTIONS: Realn'Wimsen YM1ie CB are iMartneEarel mly. For ell matricti're, pleme cpnlntl Me Office WZminp I Local Business Tax RRRRRRRpceipt e Miami—DadCounty, State of Florida -TRNoTA BRL-Do Nor Po [LBT] 7039720 EXPIRES RH ENGINEERING GROUP INC RENEWAL SEPTEMBER 30, 2020 647 W FLACLER ST 7315922 Must be dispieyed of Place of business MIAMI FL 33130 Pureu'M ro C.—, cede cnaPler aA - Arc. 9 & vD NH ENGINEERING GROUP INC 212 P.A /COIF/PARTNERSHIP/FIRM p^yXENr ceN[h C/O ROBERTO L HERNANDEZPRES E07125/2019 - $45.00R Empbyee(s) 1 CREDI1CARD-19-060723 T6;r local Ii-inne Ta R "Im only c'niirma parmemoi [b Lae'; easiness permi[. arecerl;0cedan at lfie fixltl! gpecaliam,mdabuz a e'Itler or 'np'vemmeneel regu4lory laws and requiremenfa wbieM1 apply [a the The RECEIPT N0. above must ha tliapleyetl on all ramme,cial vehicles far more irdarmation, visit wsvw m am'tla4�'aAaeo iax. Tfie R-6 I is not � I—nsa, moat comply wi.N eny pavemmenmi business. - Miemi-0atle C'tle Sea Ba-2]6. le£SIN MAGBE Consulting Services (Public Involvement) - Occupational License Effective Year Oct. 1 2019 Thru Sep. 30 2020 RECEIPT FOR MAGBE CONSULTING SERVICE INC ISSUED DO 01. 2019 TOTALFEE PAID 116.00 ACCOUNT NUMBER 19278 RECEIPT NUMBER 11409 NAME OF BUSINESS MAGBE CONSULTING SERVICE INC OBA MAGBE CONSULTING SERVICE INC LOCATION 2430 SW 18 ST asr"Ihavro IS HEREBY IN COMPLIANCE TO ENGAGE IN OR MANAGE THE OPERATION OF: CONSULTANT: BUSINESS OR PROF. THIS IS NOT A BILLNETICE.m;,cenXcalabNax-TmnWa,me.If (gitg of Oiami m amm, ma a ,;naea, m m<asa m. °- CERTIFICATE OF USE 2^Asalue, 4a Fbar,°Pbme: (5mH11:11 9W FIRE SAFETY PERMIT BUSINESS NAME: MAGBE CONSULTING SERVICE INC DBA: MAGBE CONSULTING SERVICE INC DATE ISSUED: O6122/i& VALID FROM. H, 1/19 TO 09/30120 ACCOUNT NUMBER: 19278 SERVICE ADDRESS: 2430 SW 18 ST APPROVED USE: AU01 -Home Based COMMENTS: RESTRICTIONS: Re,Mc6—ie.,aeIN, naC..n.,xpcaxnrla'anrel,x AYc' anIII uoual atllwnoxlAr epecu.axa,h. Offi. oDace of zoni,g Adele Valencia Code Compliance Director im Local Business Tax Receipt Miami —Dade County, State of Florida -THIS IS HOTA BILL - DO NOT PAY - L 4669959 '- - - - -e9NepsseaER7.—im - RECEI—. EXPIRES MAGBE CONSULTING SERVICES INC RENEWAL SEPTEMBER30,2020 2430 SW 1 STH ST 4875739 Ma'1 be displayed a1 place of bus4nasa MIAMI FL 33145 Pursuant/ to County Code ,. Chapter eA -Art. 9 & 10 6EGTYPE Oi 061XEFa MAGBE CONSULRNG SERVICES INC ----212. CO U=T 11 Itcaam $60.90 07/1112019 --- CHECK21-19-053991 Tble l'c.I 6aate Talc.ip[anlY c'Mirma peymam o1Ne L'c'1 Buainesa lea. lbe ReceiptlamuIleeae. 'MiL'ra eenifira[im alma b'Itler"aquelilluaei'ns,m D'buciness. H xldar man eamPly ""anygovaramemal w na9avemmen 1 reBa(amry lawaantl requiremema white apP1Y 1'vha buei,reea. ibe RECFIPTNO.abpva mun hadrsplayatl an al! cammerciaivehicles-Miami-9etle Catle Sec ea-2r6. re impm �� a m RFQ No: 19-20-021 - City of Mi—t Ci i, E gm—img Sep i— f., Sh.—... t Road and Drainage Imp— em— , D-5 Archaeological and Historical Conservancy(Achaeology) - Occupational Licenses TOWN OF DAVIE Business Tax Receipts Division i 6591 Orange Drive, Davie, FL 33314 Telephone:954-797-1212 Email: btr@davie-fl.gov Website: www.davie-fl.gov Business Name: ARCHAEOLOGICAL & HISTORICAL CONSERVANCY Address: 4800 DAVIE RD #107 City, ST, Zip: DAVIE, FL, 33314 TOWN OF DAVIE Local Business Tax Receipt TOWN OF DAVIE Local Business Tax Receipts - Effective Date: 10/1/2019 Expiration Date: 9/30/2020 ARCHAEOLOGICAL & HISTORICAL Business Phone: (954) 370-6702 Business Name: CONSERVANCY Address: 4800 SW 64 AVE 107 City, ST, Zip: Davie, FL, 33314 License Type: Office-E DBA Name: Square Footage: Quantity License for Business Tax Receipt fee 1 Restrictions: conversion $0.00 License Number 16225 NOTICE - This document is an acknowledgement that a Business Tax has been paid pursuant to Sec. 13-17 of the Town Code. Please contact the Towns Business Tax Receipt Division if the business has ceased, moved or changed ownership. AL A•D•A 107 RFQNo: 19-20-021 -City If Miami C;,,il Engineering Seri... fp, Shpretre,t Rpad and Drainage Imp,av ment,, D-5 A.D.A. Engineering. Inc. - SBE Certification M:- December 7, 2018 I.,ette A,gutlin A.D.A. ENGINEERING, INC. 8550 NW 33RD ST S..ite 202 DORAL, FL 33122 L,te..,al Se.v,-e. Departme , Smah B...i..e.. De..elepme..t 111 NW 1 S..e 19— R M..—., F­... 33128 m em aaae.go T 305-375-3111 F 305-375-3160 Approval Date: March 31, 2018 - Small Business Enterprise - Architectural & Engineering (SBE-A&E) E.rpirati— Date: March 31, 2021 Dear 1—tte A,gudin, Miami -Dade County Small Business Development (SBD), a division fthe Internal Services Department (ISD) has completed the review of your application Intl attachments submitted for certification. Your firm is officially c,,tifi,d as a Miami-D.de County Small Business Enterprise - Arthitetturll & Engineering (SBE-A&E). The Small Business Enterprise (SBE) programs Ire governed by sections 2-8.1.1.1.1; 2-8.1.1.1.2; 2-10.4.01; 10-33.02 of Miami -Dade County', Codes. This Small Business Ent ,prise -Architectural & Engineering (SBE-A&E) terrific anon is valid for three years provided that you submit a Continuing Eligibility Affid—it on or before your anniversary date, March 31, 2019. The affid.,it must,ntlicate any changes or no changes In your firm pert, n e nt to your certification eligibility. The submittal of a Continuing Eligibility Affidavit annually with specific s.pp,,ti,g tlocumenxs on or before you, Anniversary Date ,s r.qu„etl to maintain the three-year certification. You will be notified of this responsibility in atl n of the Annive.s .y Date. Fail— to comply with the said responsibilities may result in immediate action to tlace,tify the firm. If at any time the,, is a material change in the firm including, but not limited t , wne,ship, office,,, tli,e cto,, scope of work being pe,fo,metl, daily operations, affiliation(,) with the, businesses or the physical location of the firm, you must notify this office in writing within (30) day,. Notification should include supporting docu menta tips. You will ,ec eive timely instructions from this office as to how you shoultl proceed, if necessary. This letter will be the only approval notification issuetl for the d—tiOn of your firm s three years certification. If the firm attains gratluatior, or becomes ineligible during the three-year certification pe,iod, you will be properly notified following an Idminist,ative process that your firm s certification has been removed pursuant to the cotle. Your firm s name Intl �t`i , level will be listed in the directory for all SBE ce,tifietl firms, w ich can be a cessed through Miami -Dade County S s BD website. http:H mid, tle.gov�s allbu siness�c tific ation-li sts.a s p. The categories as listetl below Iffortls you the opportunity to bid Intl participate on contra cxs with Small Business Enx ,prise measures. It ,s strongly recommended that you register your firm as a ventlo, with Miami -Dade County. T. re gi,te,, you may visit. http.//w mid.de.gov/p rocu nt�v ntlor-,egi,t, ation.asp. Thank you for your interest ,n doing business with Miami -Dale County. If you I,— any gpe,tipn, o, tpnte,n , you may contact ou, pffi— at 305-375-3111 0, ,a email at s bticert` m mitl ade.g ov. Sincerely, �` Mw. Claudio., Thompson, Section Chief Small Bu,mess Development CATEGORIES: (Y--m AL A•D•A RFQ No: 19-20-021 -City of Miami C;,,,i E., ii .,i.,9 Sep ,.e=.o, Shope —t Road aid Dram., Imp,a em-, D-5 A.D.A. Engineering. Inc. - SBE Certification Cont'd MDC-TCC 01-01: URBAN AREA AND REGIONAL TRANSPORTATION PLANNING MDC-TCC 03-01: SITE DEVELOPMENT AND PARKING LOT DESIGN MDC-TCC 03-02: MAJOR HIGHWAY DESIGN MDC-TCC 03-026: MINOR HIGHWAY DESIGN MDC-TCC 03-06: TRAFFIC CALMING MDC-TCC 03-07: TRAFFIC SIGNAL TIMING MDC-TCC 03-09: SIGNING, PAVEMENT MARKING, AND CHANNELIZATION MDC-TCC 03-10: LIGHTING MDC-TCC 03-11: SIGNALIZATION MDC-TCC 04-01: ENGINEERING DESIGN MDC-TCC 05-01: ENGINEERING DESIGN MDC-TCC 06-01: WATER DISTRIBUTION AND SANITARY SEWAGE COLLECTION AND TRANSMISSION MDC-TCC 06-02: WATER AND SANITARY SEWAGE PUMPING FACILITIES MDC-TCC 06-03: WATER AND SANITARY SEWAGE TREATMENT PLANTS MDC-TCC 07: SOLID WASTE COLLECTION AND DISPOSAL SYSTEMS MDC-TCC 08: TELECOMMUNICATION SYSTEMS MDC-TCC 10-01: STORMWATER DRAINAGE DESIGN ENGINEERING SERVICES MDC-TCC 10-05: CONTAMINATION ASSESSMENT AND MONITORING MDC-TCC 10-09: WELLFIELD, GROUNDWATER, AND SURFACE WATER PROTECTION AND MANAGEMENT MDC-TCC 12: GENERAL MECHANICAL ENGINEERING MDC-TCC 13: GENERAL ELECTRICAL ENGINNERING MDC-TCC 16: GENERAL CIVIL ENGINEERING MDC-TCC 17: ENGINEERING CONSTRUCTION MANAGEMENT MDC-TCC 21: LAND -USE PLANNING NAICS 541330: ENGINEERING SERVICES AL A•D•A RFQNo: 19-20-021 - City of Miami Civii Engineering Services for Shorecre.t Road and Drainage Improvements, D-5 GSLA Design. Inc. (Landscape Architect) - SBE Certification MIAMNMDE February 25, 2020 KennethGardner GSLA DESIGN, INC. 17670 NW 78th Ave Suite #214 Miami, FL 33015 Approval Date: February 4, 2020 - Small Business Enterprise - Architectural & Engineering (SBE-A&E) Ar,ni—r—ry Date: February 28, 2021 Dear Kenneth Gardner, In—ra.1 Servi.es Departi„er,t Small Business D.—i-prr,ei,t 111 NW 1 Street, 19th Hoar M­., F—id. 33128 T 305-375-3111 F 305-375-3160 Miami -Dade County Small Business Development (SBD), a division of Internal Services Department (ISD), is pleased to notify you of your firm s continuing eligibility as a certified Small Business Enterprise -Architectural & Engineering (SBE-A&E). The Small Business Enterprise (SBE) programs are governed by sections 2-8.1.1.1.1; 2-8.1.1.1.2; 2-10.4.01; 10-33.02 of Miami -Dade County's Codes. Your firm is certified in the categories listed below. The Small Business Enterprise - Architectural & Engineering (SBE-A&E) certification is continuing through the Anniversary Date listed above, contingent upon your firm maintaining its eligibility based on the criteria outlined in the aforementioned code. You will be notified of your a nnual responsibilities in advance of the Anniversary Date. You must submit the an nuai AFFIDAVIT FOR CONTINUING ELIGIBILITY no later than the Anniversary Date to maintain your eligibility. Your firm same and tier level will be fisted in the directory for all SBE certified firms, which can be accessed through Miami -Dade County's SBD website: http://www. rnia mida degov/s m a libu sines s/certification-lists. asp. If there is a material change in your firm, you must advise this office by submitting a status change form with the associated supporting documentation, within thirty (30) days. Changes may include, but are not limited to, ownership, officers, directors, management, key personnel, scope of work performed, daily operations, ongoing business relationships with other firms or individuals or the physical location of your firm. After our review, you will receive instructions as to how you should proceed, if necessary. Failure to do so will be deemed a failure on your part to cooperate and will result in action to remove your firm s certification. It is strongly recommended that you register your firm as a vendor with Miami -Dade County. To register, you may visit. http://www.miamidade.gov/procurement/vendor-registration.asp. If you have any questions or concerns, you may contact our office at 305-375-3111or email sbdcert@miamidade.g_. Sincerely, Claudious Thompson, Section Chief Small Business Development CATEGORIES: (Your firm may bid or participate — contracts only under these categories) MDC-TCC 20: LANDSCAPE ARCHITECTURE NAICS 541320: LANDSCAPE ARCHITECTURAL SERVICES AL A•0-A 110 RFQNo: 19-20-021 -City of Miami C;,,il Engineering Sari... for Sha­t Road and Drainage Impra­mant,, D-5 Hadonne (Surveyor / Mapper) - SBE Certification MIAME�IADE small B.­... Dcvclopmcr MA 111 NW 1 S11-1, 192h F­ M..—., F-r- 3312E m,am,dad 9 T 305-375-3111 F 305-375-316C ypril 12, 2020 Ybraham Hadad ­IADONNE CORP. 1985 NW 88 CT. #101 VIIAM1, FL 33172 4pproval Date: March 18, 2020 - Small Business Entarprisa - Architectural & Engineering (SBE-A&E) xpiratio Data: March 31, 2023 D..,Abraham Hadad, V liami-Dada County Small Business Davalopma fit (SBD), a division oftha Internal Services Departm ant (ISD) has cm plated tha view of your application and attachments submitted for certification. Your firm is officially certified a a Miami -Dade Cauniy Small 3u,ina„ Entarprisa - Architactural & Enginaaring (SBE-A&E). Tha Small Business Entarprise (SBE)Spragram, era gavarnad by ;actions 2-8.1.1.1.1; 2-8.1.1.1.2; 2-10.4.01; 10-33.02 of Miami -Dada County', Codes. his Small Bu ass Entarprisa - Architactural & Enginaaring (SBE-A&E) oartifioation ivalid for thraa years provided that you submit 3 Continuing Eligibility Affidavit on or before your a,nivar ary data, March 18, 2021. Tha affidavit must indicate any changes or no :hangas in your firm pertinent io your cartific atian sligibilitys The submittal of a Continuing Eligibility Affidavit annually with specific supporting documents on or before your Anniv rre ary Data is required io maintain the the -year certification. You will be notified of .hi, responsibility in advance ofthe Annivarsary Data. Failure io comply with tha said responsibilities may result in immediate action .o decertify the firm. f at any time there is a material change in the firm including, but not limited to, ownership, officers, director, scope of work being ­rfarmad, daily operations, affiliaiio n(s) with other businesses or the physical lac anon of the firm, you must notify this office in ,writing within (30) days. Notification should include supporting documentation. You will receive timely instructions from this office as .o how you should proceed, if naca... ry. This letter will be the only approval notification issued for the duration of your firm 's three years' certification. If the firm at[a ins graduation or becomes ineligible during the three-year certification period, you will be properly iotified following an administrative process that your firm', certification has been removed pursuant io the code. Tour firm', a and tier level will be listed in the directory for all SBE certified firms, which can be accessed through Miami -Dada ..aunty's SBD wabsita: hvip :I�w midad e.gov�s allbusiness�c ertific anon lis[s.a sp. Tha categories as listed below affords you .he opportunity to bid and participaia'a. contracts with Small Business Enterprise measures. t is strongly recommended that you register your firm as a vendor with Miami -Dade County. Ta register, you may visit: i ttp:H— aoc mid. d a.gov/prura m en t/vend or-registratio sp. Thank you for your interest in doing business with Miami -Dade -Jaunty. If yau hava any questions ar concern , you may cant..t our office at 305-375-3111 ar via am.a at sbdcert@m mid ad..g_. Sincerely, -Jlaudious Thompson, Section Chief Small Business Davelapmant ATEGORIES: (Ynnr firm may hid or pare ipat. fin ­nnra only finder these oategnr, �) ODC-TCC 15-01: SURVEYING AND MAPPING - LAND SURVEYING ODC-TCC 15-02: AERIAL PHOTOGRAMMETRY ODC-TCC 15-03: UNDERGROUND UTILITY LOCATION gAICS 541370: SURVEYING AND MAPPING (EXCEPT GEOPHYSICAL) SERVICES AL A•D•A 111 RFQNo: 19-20-021 -City gf Miami Civil Engineering Seri... for Shoran t Road and Drainage Impro eme tom, D-5 HR Engineering Services. Inc. (Geotechnical) - SBE Certification M�l April 12, 2019 Hernando Ramos, P. E. HR ENGINEERING SERVICES, INC. 7815 NW 72ND AVENUE MEDLEY, FL 33166 Lae—i Sew ... Dep rt .., S—ii B...me.. De, —p. e , 111 NW 1 Sve 19­ Four Mem.,R.­. 33128 T 305-375-3111 F 305-375-3160 Approval Dete: March 27, 2019 - Small Business Enterprise - Architectural & Engineering (SBE-A&E) Anni..e —y Date: May 31, 2020 Dear Hernando Ramos, P. E., Miami-Datle County Sm— Busmess Development (SBD), a divisipn pf Internal Services Department (ISD), is pleased to notify you of your firm's contmumg eligibility as a certified Sm— Busmess Enterprise - Architectural & Engineering (SBE-A&E). The Small Business Enterprise (SBE) programs are governed by sectipns 2-8.1.1.1.1; 2-8.1.1.1.2; 2-10.4.01; 10-33.02 pf Miami -Dade County's Codes. Your firm is certified in the categories listed below. The Sm— Busmess Ent rprise - Architectural & Engineering (SBE-A&E) certific anon is co ntinumg through tie Ann,vers ry Date listed above, contingent upon your firm ma, nta, n,ng its eligibility based on the criteria o.tli..d m the aforementioned code. You with be notified of your annual responsibilities m advance pf the Ann,vers ry Date. You must submit the annual AFFIDAVIT FOR CONTINUING ELIGIBILITY np later than the Anniversary Date to mamta,n your eligibility. Yourfirm's name and tier level with be fisted in the directory for all SBE certifietl firms, which can be accessed through Miami -Dade County's SBD website: http.//w mid. d e. gov/s m allbu sines s�c tification-lists.asp. If there is a mate r,al change in your firm, you must ativise this office by submitting a status change form with the assoc,atetl supporting documentation, within thirty (30) Gays. Changes may include, but are not limited t , --hip, officers, directors, management, key personnel, scope of work performed, daily operations, ongoing business relationships with other firms or , n Gividuals or the physical location of your firm. After our rev,e , you will receive ,nstru ctio ns as to how you should proceed, if necessary. Failure to do so will be deemetl a failure on your part to cooperate antl will result in action to remove your firm s It ,s strongly recommendetl that you register your firm as a vendor with Miami -Dade County. To register, you may -it: http.��w mitlatl e.g ov�p roc urem ent�v ntlor-registration.asp. If you have any questions or concern , you may contact our office at 305-375-3111 pr email sbdpert@miamitlatle.gp Sincerely, Claudiaus Thompson, Section Chief Small Business Development CATEGORIES: (Y.,.r tkm ... ­ 9 .) MDC-TCC 09-01: DRILLING, SUBSURFACE INVESTIGATIONS AND SEISMOGRAPHIC SERVICES MDC-TCC 09-02: GEOTECHNICAL AND MATERIALS ENGINEERING SERVICES MDC-TCC 16: GENERAL CIVIL ENGINEERING NAICS 541330: ENGINEERING SERVICES AL A•D•A 112 RFQ No: 19-20-021 - Croy or Mi—i Ci ii E,in-mg S.—i— fo, Sh.—... t Road a d D—i age I—p-----, D-5 RH Engineering Group. Inc. (Structural Engineers) - SBE Certification Internal Services Department MIAMMAIX Small Business Development III NW 1 Street, 19th Floor Miami, Flonda 33129 miamidada.gov T 3053763111 F 3053753160 August 2, 2019 Roberto L.Hernandez RH Engineering Group, Inc. 647 West Flagler Street Miami, FL 33130 Approval Date: July 30, 2019 - Small Business Enterprise - Architectural & Engineering (SEE-A&E) Expiration Date: July 31, 2022 Dear Roberto L. Hernandez, Miami -Dade County Small Business Development (36D), a division of the Internal Services Department (ISD) has completed the review of your application and attachments Submitted for certification. Your firm is officially certified as a Miami -Dade County Small Business Enterprise - Architectural & Engineering (SBE-A&E). The Small Business Enterprise (SSE) programs are governed by sections 2-8.1.1.1.1; 2-8.1.1.1.2; 2-10.4.01; 10-33.02 of Miami -Dade County's Codes. This Small Business Enterprise - Architectural & Engineering (SBE-A&E) certification is valid for three years provided that you submit a "Continuing Eligibility Affidavit" on or before your anniversary date, July 30, 2020. The affidavit must indicate any changes or no changes in your firm pertinent to your certification eligibility. The submittal of a "Continuing Eligibility Affidavit" annually with specific supporting documents on or before your Anniversary Date is required to maintain the three-year certification. You will be notified of this responsibility in advance of the Anniversary Date. Failure to comply with the said responsibilities may result in immediate action to decertify the firm. If at any time there is a material change in the firm including, but not limited to, ownership, officers, director, scope of work being performed, daily operations, affiliation(s) with other businesses or the physical location of the firm, you must notify this office in writing within (30) days. Notification should include supporting documentation. You will receive timely instructions from this office as to how you should proceed, if necessary. This letter will be the only approval notification issued for the duration of your firm's three years' certification. If the firm attains graduation or becomes ineligible during the three-year certification period, you will be property notified following an administrative process that your firm's certification has been removed pursuant to the code. Your firm's name and tier level will be listed in the directory for all WE certified firms, which can be accessed through Miami -Dade County's SBD website: httn:llca__ iamidade.gov_Ismallbusiness!certification-Iists.asp, The categories as listed below affords you the opportunity to bid and participate on contracts with Small Business Enterprise measures. It is strongly recommended that you register your firm as a vendor with Miami -Dade County. To register, you may visit: tgp:l/www.miamida(le.ggv/nrocurernent/vendor-registrationza . Thank you for your interest in doing business with Miami -Dade County. If you have any questions or concerns, you may contact our office at 305-375-3111 or via email at sbdg&ct@miamidade.ggy. Sincerely, Claudious Thompson, Section Chief Small Business Development CATEGORIES: (Your firm may bid or participate on contracts only under these categories) MOC-TCC'1: GENERAL STRUCTURAL ENGINEERING MOC-TCC -7: ENGINEERING CONSTRUCTION MANAGEMENT NAICS 541330: ENGINEERING SERVICES AL A•D•A 113 RFQNo: 19-20-021 -City gf Miami Civil Engineering Seri... for Shoran t Road and Dfainage Impro emen , D-5 MAGBE Consulting Services (Public Involvement) - SBE Certification h7�04% June 15, 2019 MAGALIABAD MAGBE CONSULTING SERVICES INC 2430 SW 18TH STREET MIAMI, FL 33145 Approval Date: June 13, 2019 - Small Business Enterprise - Goods & Services (SBE-G&S) Atta:..e —y Date: June 13, 2020 Dear MAGALI ABAD, Lae—i Ser i.e. Dep rx ...x S—ii B... ... De slop. e , 111 NW 1 Sr t, 19­ Floor Mi.—, F—Id. 33128 T 305-375-3111 F 305-375-3160 Miami -Dade County Sm— Busmess Development (SBD), a division of Interne; Serwces Department (ISD), is pleased to notify you of your firm's con mumg eligibility as a certified Sm— Busmess Enterprise - Goods & Serwces (SBE-G&S). The Smaii Business Enterprise (SBE) programs are governetl by sections 2-8.1.1.1.1; 2-8.1.1.1.2; 2-10.4.01; 10-33.02 of Miami -Dade County's Cotles. Your firm is certifietl in the categories listed below. The Small Busmess Enterprise - Gootls & Services (SBE-G&S) certification is conLnuing through the Anniversary Date listed above, contingent upon your firm maintaining its eligibility ba s etl on the criteria —li—d in the oforementi—d code. You will be notified of your annual responsibilities m ativance of the Annivers ry Date. You must submit the annual AFFIDAVIT FOR CONTINUING ELIGIBILITY no later1 than the Anniversary Date to mamxam your eligibility. Your nrm's name — tier level will be listed in the directory for all SBE certifietl firms, which can be access d through Miami-Datle County's JBD website: http:��w midade.gov�s allbu sines s�c tificatio n-lists.asp. If there is a marenal change in your firm, you must advise this office by submitting a status change form with the assoaated supporting locum ent atio n, within thirty (30) days. Changes may include, but are not limited t , --hip, officers, directors, management, key personnel, scope of work performed, Gaily operations, ongoing business relationships with other firms or , ntlividuals or the physical location of your firm. After our rev,e , you will receive instructions as to how you should proceed, if necessary. Failure to tlo so will be tleemetl a failure on your part to cooperate antl will result m action to remove your firm s It ,s strongly recommended that you register your firm as a vendor with Miami -Dade County. To register, you may visit. http:��w mitlade.g ov�p rocurem ent�v ntlor-registratio n.a sp. If you have any questions or concern , you may contact our office at 305-375-3111 or email sbdcert@miamidade.go Sincerely, Ir.. Claudious Thompson, Section Chief Small Business Development CATEGORIES: (Y.„r tkm ,d o y .,derthe.e ­ 9 ,e.) NIGP 918: CONSULTING SERVICES NIGP 91800: CONSULTING SERVICES NIGP 91826: PUBLIC RELATIONS CONSULTING NIGP 91838: EDUCATION AND TRAINING CONSULTING NIGP 91846: FEASIBILITY STUDIES, CONSULTING NIGP 91858: GOVERNMENTAL CONSULTING NIGP 91865: HUMAN RESOURCES, RELATIONS CONSULTING NIGP 91875: MANAGEMENT CONSULTING AL A•D•A NIGP 91876: MARKETING CONSULTING NIGP 96102: ADMINISTRATIVE SERVICES, ALL KINDS NIGP 96153: MARKETING SERVICE, INCLUDING DISTRIBUTION, PUBLIC OPINION SURVEYS, RESEARCH, SALES PROMOTIONS, ETC. NIGP 96175: TRANSLATION SERVICES, ALL LANGUAGES NIGP 96190: WRITING SERVICES, ALL KINDS, INCLUDING RESUMES, CALLIGRAPHERAND ENGROSSER SERVICES 114 RFQNo: 19-20-021 - Croy of Miami Civii Engineering Services for Shorecre.t Road and Drainage Improvements, D-5 F D 9 77 Florida Repartrrment of Transportation RON DESANTIS 605 S'wannee Street KEVIN J. THIBAULT, P.E. GOVERNOR Taiiahassee, FL 32399-0450 SECRETARY July 4, 2019 Ivette Argudin, Executive Vice President A.D.A. ENGINEERING, INC. 8550 NW 33— Street, Suite 202 Doral, Florida 33122 Dear Ms. Argudin: The Florida Department of Transportation has reviewed your application for prequalification package and determined that the data submitted is adequate to technically prequalify your firm for the following types of work: Group 3 Highway Design - Roadway 3.1 Minor Highway Design 3.2 Major Highway Design 3.3 Controlled Access Highway Design Group 7 Traffic Operations Design 7.1 Signing, Pavement Marking and Channelization 7.2 Lighting 7.3 Signalization Group 10 Construction Engineering Inspection 10.1 Roadway Construction Engineering Inspection 10.3 Construction Materials Inspection Group 13 Planning 13.6 - Land Planning/Engineering Your firm is now technically prequalified with the Department for Professional Services in the above referenced work types. The overhead audit has been accepted, and your firm may pursue projects in the referenced work types with fees of any dollar amount. This status shall be valid until June 30, 2020 for contracting purposes. Annroved Rates Home/ Facilities Reimburse Home Field Field Premium Branch Capital Cost Actual Direct Direct Overhead Over time Overhead of Money Expenses Expense Expense 175.34% 101.68% 0.064% Excluded No 3.17% 6.20%' 'Rent and utilities excluded from field office rate. These costs will be directly reimbursed on contracts that require the consultant to provide field office. www.fdot.gov AL A•D•A 115 I ..I a' ,. AL l -11L L/ l 1 CORPORATE HQ WEST PALM BEACH TAMPA BAY 8550 NW 33rd Street 1800 Old Okeechobee Road 2023 1 st Avenue N Suite 202 Suite 202 St. Petersburg, FL 33713 Doral, FL 33122 West Palm Beach, FL 33409 Phone: (81 3) 254-1 115 Phone: (305) 551 -4608 Phone: (561) 615-8880 Fax: (81 3) 254-2159 Fax: (305) 551 -8977 Fax: (561) 615-8858 tIj 0 f 4 T I REQUEST FOR QUALIFICATIONS (RFQ) CIVIL ENGINEERING SERVICES FOR SHORECREST ROAD AND DRAINAGE IMPROVEMENTS, D-5 OCI PROJECT B-17365 RFQ NUMBER 19-20-021 ISSUE DATE JANUARY 24, 2020 VOLUNTARY PRE -PROPOSAL CONFERENCE JANUARY 31, 2020 10:00 a.m. ADDITIONAL INFORMATION AND CLARIFICATION DEADLINE FEBRUARY 7, 2020 5:00 P.M. PROPOSAL SUBMISSION DUE DATE FEBRUARY 26, 2020 3:00 p.m. CONTACT Anthony Rolle Sr. Procurement Contracting Officer A&E and Construction Services Department of Procurement City of Miami 444 SW 2nd Avenue, 6t" Floor Miami, Florida 33130 Phone: (305) 416-1914 Fax: (305) 400-5021 Email: ARolleamiamigov.com TABLE OF CONTENTS PUBLIC NOTICE 3 SECTION 1 - INTRODUCTION TO REQUEST FOR QUALIFICATIONS 1.1 INVITATION 4 1.2 SUBMISSION OF PROPOSALS 4 1.3 VOLUNTARY PRE -PROPOSAL CONFERENCE 4 1.4 CONE OF SILENCE 4 1.5 ADDITIONAL INFORMATION OR CLARIFICATION 5 1.6 AGREEMENT TERMS AND CONDITIONS 5 1.7 AWARD OF AGREEMENT 5 1.8 AGREEMENT EXECUTION 5 1.9 UNAUTHORIZED WORK 6 1.10 SUBMITTAL INSTRUCTIONS 6 1.11 CHANGES/MODIFICATIONS/ALTERATIONS 6 1.12 SUB-CONSULTANT(S)/SUB-CONTRACTOR(S) 6 1.13 DISCREPANCIES, ERRORS, AND OMISSIONS 7 1.14 DISQUALIFICATION 7 1.15 PROPOSER'S EXPENDITURES 8 1.16 EXECUTION OF PROPOSAL 8 1.17 INSPECTION OF SITE 8 SECTION 2 - RFQ SCOPE OF SERVICES 2.1 PURPOSE 9 2.2 PROJECT DESCRIPTION/BACKGROUND 9 2.3 SCOPE OF SERVICES 9 2.3 PROPOSED TEAM / KEY PERSONNEL 9 SECTION 3 - RFQ GENERAL CONDITIONS 3.1 ACCEPTANCE/REJECTION 11 3.2 LEGAL REQUIREMENTS 11 3.3 NON -APPROPRIATION OF FUNDS 11 3.4 BUSINESS TAX RECEIPT REQUIREMENT 11 3.5 MINIMUM QUALIFICATION AND EXPERIENCE REQUIREMENTS 11 3.6 SMALL BUSINESS ENTERPRISE (SBE) MANDATORY PARTICIPATION REQUIREMENTS 13 3.7 PUBLIC ENTITY CRIMES 15 3.8 RESOLUTION OF PROTESTS 15 3.9 REVIEW OF PROPOSAL FOR RESPONSIVENESS 15 3.10 COLLUSION 15 Civil Engineering Services for RFQ No. 19-20-021 Shorecrest Drainage Improvements, D-5 1 3.11 CLARIFICATIONS 15 3.12 KEY PERSONNEL 16 3.13 AUDIT RIGHTS AND RECORDS RETENTION 16 3.14 PUBLIC RECORDS 16 3.15 E-VERIFY 16 3.16 CONFLICT OF INTEREST 16 3.17 DEBARRED/SUSPENDED VENDORS 16 3.18 NON-DISCRIMINATION 17 3.19 UNETHICAL BUSINESS PRACTICE PROHIBITIONS 17 3.20 ADDITIONAL TERMS AND CONDITIONS 17 SECTION 4 - INSTRUCTION FOR SUBMITTING A PROPOSAL 4.1 SUBMISSION REQUIREMENTS 18 4.2 PROPOSAL SUBMISSION FORMAT 23 4.3 PROPOSAL SUBMISSION DATE AND LOCATION 24 4.4 SUBMITTAL GUIDELINES 24 4.5 SELECTION PROCESS SCHEDULE 25 SECTION 5 - EVALUATION/SELECTION PROCESS 26 5.1 EVALUATION PROCEDURES 26 5.2. EVALUATION CRITERIA 27 5.3. FIVE BONUS POINTS AND SBE PARTICIPATION 27 SECTION 6 - RFQ PROPOSAL FORMS 6.1 RFQ INFORMATION AND ACKNOWLEDGEMENT FORM 28 6.2.1 CERTIFICATE OF AUTHORITY (IF CORPORATION) 30 6.2.2 CERTIFICATE OF AUTHORITY (IF PARTNERSHIP) 31 6.2.3 CERTIFICATE OF AUTHORITY (IF JOINT VENTURE) 32 6.2.4 CERTIFICATE OF AUTHORITY (IF LIMITED LIABILITY CORPORATION) 33 6.2.5 CERTIFICATE OF AUTHORITY (IF INDIVIDUAL) 34 6.3 DEBARMENT AND SUSPENSION 35 6.4 CERTIFICATE OF COMPLIANCE WITH SECTION 18-87 OF THE CITY CODE 36 6.5 INFORMATION FOR DETERMINING JOINT VENTURE ELIGIBILITY 37 Civil Engineering Services for RFQ No. 19-20-021 Shorecrest Drainage Improvements, D-5 2 its , PUBLIC NOTICE RFQ NO: 19-20-021 CIVIL ENGINEERING SERVICES FOR SHORECREST ROAD AND DRAINAGE IMPROVEMENTS, D-5 Completed Proposals must be delivered to the Office of the City Clerk, City Hall, 3500 Pan American Drive, Miami, Florida 33133 by 3:00 p.m. EST, on February 26, 2020 ("Proposal Submission Due Date"). Any Proposals received after the above date and time or delivered to a different address, department, or location will not be considered. Request for Qualifications ("RFQ") documents may be obtained on or after January 24, 2020, from the City of Miami, Office of Capital Improvements ("OCI") webpage at: http://www.miamigov.com/MiamiCapital/NewBidsandProposals.htm1. It is the sole responsibility of all Proposers to ensure the receipt of all addenda. Therefore, it is recommended that firms periodically check the OCI webpage for updates and the issuance of addenda. The Department of Procurement has scheduled a Voluntary Pre -Proposal Conference, which will occur on January 31, 2020, at 10:00 a.m. EST, at the Miami Riverside Center ("MRC"), 444 SW 2nd Avenue, 6t" Floor, Conference Room 602, Miami, FL 33130. Any Proposers not attending the pre -proposal conference will not be precluded from submitting a proposal. The City of Miami reserves the right to accept any Proposals deemed to be in the best interest of the City, to waive any minor irregularities, scrivener's errors, omissions, deviations, and/or technicalities in any Proposals, or to reject any or all Proposals and to re -advertise for new Proposals, in accordance with the applicable sections of the Florida Statutes, the City Charter and Code, and this RFQ. The responsibility for submitting a Proposal before the stated time and date is solely and strictly that of the Proposer. The City is not responsible for any delay, late, misdelivered, or non -delivered Proposals, no matter the cause. PROPOSERS ARE ADVISED THAT PROPOSALS SUBMITTED WITH IRREGULARITIES, DEFICIENCIES, AND/OR TECHNICALITIES THAT DEVIATE FROM THE MINIMUM QUALIFICATIONS, EXPERIENCE, AND SUBMISSION REQUIREMENTS OF A REQUEST FOR QUALIFICATIONS ("RFQ"), REQUEST FOR PROPOSALS ("RFP"), INVITATION TO BID ("ITB"), INVITATION FOR BIDS ("IFB"), INVITATION TO QUOTE ("ITQ"), REQUESTS FOR LETTERS OF INTEREST ("RFLI"), AND REQUEST FOR SPONSORSHIPS ("RFS") SHALL RESULT IN A NON -RESPONSIVE DETERMINATION. ANY SOLICITATION ISSUED AFTER MAY 6, 2019 SHALL COMPLY WITH APM 2-19. APM 2-19 IS EXPRESSLY INCORPORATED BY REFERENCE AND MADE A PART OF THIS SOLICITATION AS IF SET FORTH IN FULL. ONLY MINOR IRREGULARITIES, DEFICIENCIES, AND TECHNICALITIES MAY BE ALLOWED TO BE TIMELY CURED BY PROPOSERS AT THE SOLE DISCRETION OF THE CITY. MATERIAL IRREGULARITIES, DEFICIENCIES, AND TECHNICALITIES CANNOT BE CURED BY THE PROPOSER, AND ARE NOT WAIVABLE BY THE CITY. THIS SOLICITATION IS SUBJECT TO THE "CONE OF SILENCE" IN ACCORDANCE WITH SECTION 18-74 OF THE CITY OF MIAMI CODE. Emilio T. Gonzalez, PhD., City Manager Civil Engineering Services for RFQ No. 19-20-021 Shorecrest Drainage Improvements, D-5 3 SECTION 1 INTRODUCTION TO REQUEST FOR QUALIFICATIONS 1.1 INVITATION Thank you for your interest in this RFQ. The City of Miami ("City") Department of Procurement ("Procurement"), seeks Proposals from experienced and qualified engineering professionals for Civil Engineering Services for Shorecrest Drainage Improvements, D-2 ("Project"), as described in Section 2, "Scope of Services" contained in this RFQ. This RFQ is issued pursuant to Section 287.055 of the Florida Statutes, the "Consultants' Competitive Negotiation Act" ("CCNA"). All references to Florida Statutes, City of Miami and Miami -Dade County Codes, and other laws/regulations, will be interpreted to include "as amended from time to time." Copies of this solicitation are available on the Office of Capital Improvements (OCI) webpage by visiting the following link: http://www.miamigov.com/MiamiCapital/NewBidsandProposals.htm1. For purposes of this RFQ, the words: a) "Proposal" shall mean the completed written and properly signed submission in response to this RFQ by a Proposer. b) "Proposer" shall mean the entity submitting a Proposal in response to this RFQ. Throughout this RFQ, the phrases "must" and "shall" will denote mandatory requirements. Any Proposal that does not meet the mandatory requirements is subject to immediate disqualification. 1.2 SUBMISSION OF PROPOSALS Sealed written Proposals must be received by the Office of the City Clerk no later than the date, time and at the location indicated in Section 4.3, "Proposal Submission Date and Location," in order to be considered. Faxed documents are not acceptable. One (1) unbound, tabbed original hard copy and one (1) copy in digital format (preferably USB) in bookmarked and searchable .pdf file format of the Proposer's Proposal must be timely received by the Office of the City Clerk, or the Proposal will be disqualified. Proposals can be hand delivered to the Office of the City Clerk, no later than the date, time, and at the location indicated in Section 4.3, "Proposal Submission Date and Location." Untimely or misdelivered submittals will not be considered. 1.3 VOLUNTARY PRE -PROPOSAL CONFERENCE A Voluntary Pre -Proposal Conference ("Conference") will be held on January 31, 2020 at 10:00 a.m. EST, at the MRC, 444 SW 2nd Avenue, 6t" Floor, Conference Room 602, Miami, FL 33130. Prospective Proposers are strongly encouraged to attend this meeting to obtain information relative to the RFQ. 1.4 CONE OF SILENCE Pursuant to Section 18-74 of the City of Miami Code (Ordinance No. 12271), a "Cone of Silence" is imposed upon this RFQ. Oral communication is prohibited as long as the Cone of Silence remains in effect. Written communications must be in the form of fax, mail, or e-mail to Anthony Rolle, Sr. Procurement Contracting Officer, A&E and Construction Services, City of Miami, Department of Procurement, at 444 SW 2nd Avenue, 6t" Floor, Miami, FL 33130, e-mail ARolle(a)-miamigov.com with a copy to the Office of the City Clerk at Clerks(c-)miamigov.com. Please review City of Miami City Code Section 18-74 for additional information pertaining to the Cone of Silence. Civil Engineering Services for RFQ No. 19-20-021 Shorecrest Drainage Improvements, D-5 4 Proposers are hereby cautioned not to contact any member of the Evaluation Committee or any City staff regarding this RFQ, except as provided in the RFQ, or until such time as the Cone of Silence is lifted. Failure to abide by this condition of the RFQ shall be cause for rejection of Proposer's Proposal, and may result in potential suspension or debarment, pursuant to the applicable provisions of the City Code and applicable regulations. 1.5 ADDITIONAL INFORMATION OR CLARIFICATION Requests for additional information or clarifications must be made in writing. Proposers may fax or e-mail their requests for additional information or clarifications in accordance with Section 1.4, Cone of Silence. Facsimiles must have a cover sheet that includes the Proposer's name, the RFQ number and title, and the number of pages transmitted. Any request for additional information or clarification must be received in writing no later than 5:00 p.m. EST, on February 7, 2020. Late or misdelivered requests for additional information or clarification may not receive a response in the subsequent addendum. Procurement will issue responses to inquiries received and any other corrections or amendments it deems necessary via written addenda, prior to the Proposal Submission Date. Proposers should not rely on any representations, statements or explanations other than those made in this RFQ and in any written addenda to this RFQ. Where there appears to be conflict between the RFQ and any addenda issued, the last addendum issued shall prevail. Addenda will only be made available on the OCI webpage, and it is the Proposer's sole responsibility to assure its review and receipt of all addenda. Prior to submitting the Proposal, the Proposer should check the OCI webpage for all addenda: http://www.miamigov.com/MiamiCapital/NewBidsandProposals.htm1. 1.6 AGREEMENT TERMS AND CONDITIONS The Proposer selected to render the services requested herein ("Successful Proposer") shall be required to execute a Professional Services Agreement ("PSA" or "Agreement") with the City. Certain provisions of the Agreement are non-negotiable. These include, without limitation, applicability, and compliance with applicable laws (e.g., federal and state Statutes, County and City Codes), venue, hold harmless, duty to defend, indemnity and insurance, payment and performance bond, and cancellation for convenience or due to lack of funding, by the City Manager. 1.7 AWARD OF AGREEMENT An Agreement may be awarded to the Successful Proposer/s for the Project by the City Commission, as applicable and following a written recommendation by the City Manager, based upon the qualification requirements reflected herein. The City reserves the right to execute or not execute, as applicable, an Agreement with the Successful Proposer/s, when it is determined to be in the City's best interest. The City does not represent that any award will be made, or any Agreement will be satisfactorily negotiated to be acceptable to the City and the Proposer/s. The award and execution of an Agreement shall comply with CCNA, Florida Statute Section 287.055, as amended, and codified in the City of Miami Code as Section 18-87, as amended. 1.8 AGREEMENT EXECUTION By submitting a Proposal, Proposers agree to be bound to and execute the PSA, in substantially the form furnished by the City, for professional design services for the Project. Upon commencement of the PSA negotiation process, and without diminishing the foregoing, the Proposer may request clarification and submit comments concerning the Agreement for the City's consideration. None of the foregoing shall preclude the City, at its option, from seeking to negotiate changes to the Agreement during the negotiation process. Civil Engineering Services for RFQ No. 19-20-021 Shorecrest Drainage Improvements, D-5 5 The City shall require the Successful Proposer/s to provide for itself and its Sub -Consultants all the following documentation to support the Price Proposal (if applicable), as a condition precedent to execution of an Agreement. ■ Current financial statement(s), preferably an audited financial statement(s) prepared by a Certified Public Accountant ("CPA") for the most recently completed fiscal year clearly showing the costs (not percentage) of direct labor, indirect labor, fringe benefits, general administrative costs and overhead, and a statement of profit and/or operating margin. ■ Raw labor rates by labor or professional classification certified as accurate by an officer of the company. ■ Breakdown of the fee by task/labor classification and raw or billable hourly rate/number of hours. ■ Updated information reflecting information resulting from negotiation of the Agreement. ■ Copy of current Notice of Qualification letter from the Florida Department of Transportation ("FDOT"). ■ Copy of Sub-Consultant's/Sub-Contractor's Small Business Enterprise ("SBE") certification letter from Miami -Dade County. 1.9 UNAUTHORIZED WORK The Successful Proposer shall not begin work until the City issues a written Notice to Proceed ("NTP"). Such NTP shall constitute the City's authorization to begin work. Any unauthorized work performed by the Successful Proposer, prior to receiving the NTP, or during the term of the Agreement, shall be deemed non-compensable by the City, and shall be at the Proposer's sole risk and expense. The Successful Proposer shall not have any recourse against the City for prematurely performing unauthorized work. 1.10 SUBMITTAL INSTRUCTIONS Careful attention must be given to all requested items contained in this RFQ. Proposers are invited to submit Proposals in accordance with the requirements of Section 4, Instructions for Submitting a Proposal. PLEASE READ THE ENTIRE SOLICITATION BEFORE SUBMITTING A PROPOSAL. Proposers shall make the necessary entries in all blanks on the forms provided for inclusion in the Proposer's Proposal. Proposals shall be submitted in sealed envelopes or packages, with the RFQ number, title, and opening date clearly noted on the outside of the envelopes or packages. 1.11 CHANGES/MODIFICATIONS/ALTERATIONS Proposer may submit a modified Proposal to replace all or any portion of a previously submitted Proposal or withdraw a Proposal at any time prior to Proposal Submission Due Date (referenced in the Public Notice). All modifications or withdrawals shall be made in writing, to the Office of the City Clerk, City Hall, 3500 Pan American Drive, Miami, Florida 33133. Oral/Verbal modifications are prohibited, and they will be disregarded. Written modifications will not be accepted after the Proposal Submission Due Date. The City will only consider the latest version of the Proposal. 1.12 SUB-CONSULTANT(S)/SUB-CONTRACTOR(S) For purposes of this RFQ, the terms "Sub -Consultant" and "Sub -Contractor" are used interchangeably. A Sub -Consultant or Sub -Contractor is any individual, firm, entity, or organization, other than the employees of the Proposer, who has or will have a contract with the Proposer to assist in the performance of Services required under this RFQ. A Sub -Consultant shall be paid directly by the Proposer and shall not be paid directly by the City. The Proposer must clearly identify in its Proposal the Sub -Consultants to be utilized in the performance of Civil Engineering Services for RFQ No. 19-20-021 Shorecrest Drainage Improvements, D-5 6 required Services. The City retains the right to accept or reject any Sub -Consultant proposed in accordance with Section 3.5, "Minimum Qualification and Experience Requirements," and Section 4.1, "Submission Requirements," or proposed prior to execution of the Agreement. Any and all liabilities regarding the use of a Sub -Consultant shall be borne solely by the Successful Proposer, and insurance for each Sub -Consultant must be approved by the City and maintained in good standing throughout the duration of the Agreement. Neither the Successful Proposer nor any of its Sub -Consultants are considered employees, partners, affiliates, or agents of the City. Failure to list all Sub -Consultants and provide the required information may disqualify any unidentified Sub -Consultants from performing work under this RFQ. Proposers shall include in their Proposal the requested Sub -Consultant information and all relevant information required of the Proposer. Proposer must identify each of its Small Business Enterprise (SBE) Sub -Consultants via Letter of Agreement ("LOA") utilizing Form RFQ-LOA at the time of Proposal submittal. Additional information concerning the SBE requirements can be found in Section 3.6, "Small Business Enterprise (SBE) Participation Requirements - Mandatory." After Proposal submittal, Proposers are expressly prohibited from substituting any Sub - Consultant or Sub -Contractor contained in their Proposal. Just cause and prior written approval by the City Manager or City Manager's authorized designee are required for substitution of any Sub -Consultants. If approved, the City reserves the right to request additional required documentation as specified in the RFQ. If the City does not accept the proposed change(s), the Proposal may be rejected and not considered for award. 1.13 DISCREPANCIES, ERRORS, AND OMISSIONS Any discrepancies, errors, or ambiguities in the RFQ or addenda (if any) should be reported in writing, in the manner prescribed in Section 1.4, Cone of Silence. If applicable, the City will issue a written addendum to the RFQ clarifying such conflicts or ambiguities. It is agreed that any such alleged discrepancies, errors, or omissions will not be construed against the drafting party. 1.14 DISQUALIFICATION This RFQ requires the use and submission of specific City forms. In addition, the RFQ requires the submission of additional documents and information. Failure to use the City forms will result in the Proposal being deemed non -responsive, and the Proposal will not be further considered for award. Modification of, retyping, or any alterations to, the City forms may also result in the Proposal being deemed non -responsive. The City reserves the right to disqualify Proposers upon evidence of collusion with intent to defraud or other illegal practices on the part of the Proposer. The City also reserves the right to waive any immaterial defect or informality in any Proposal, to reject any or all Proposals in whole or in part, or to reissue this RFQ. Any Proposer who submits in its Proposal any information that is determined by the City, in its sole opinion, to be substantially inaccurate, misleading, exaggerated, or incorrect, shall be disqualified from consideration for award of the Agreement. Any Proposal submitted by a Proposer who is in arrears, (e.g., monies owed, outstanding judgements, code violations, fines, liens, penalties or other fees due to the City, or otherwise in debt or in breach of contract by failing to deliver goods or services to the City, including but not limited to any agency, instrumentality, or department of the City), or where the City has an open or liquidated damages claim against a Proposer for monies owed to the City at the time of Proposal submission, or if a Proposer has been declared in default or abandoned a prior City Contract, or has been debarred by a federal, State of Florida, or local public entity within the past five (5) years, or is on the convicted vendor list per Section 287.133 of the Florida Statutes, will be rejected as non-responsive/non-responsible and shall not be considered as eligible for award. Civil Engineering Services for RFQ No. 19-20-021 Shorecrest Drainage Improvements, D-5 7 Prior to award of the Agreement, the above requirements must be met, and is a condition that must be maintained during the term of the Agreement. 1.15 PROPOSER'S EXPENDITURES Proposers understand and agree that any expenditure incurred in preparation and submittal of Proposals, or in the performance of any services requested by the City in connection with the Proposals for this RFQ, are exclusively at the expense of the Proposers. The City shall not pay or reimburse any expenditure, or any other expense incurred by any Proposer in preparation of a Proposal, and/or anticipation of Agreement award, and/or to maintain the approved status of the Successful Proposer if an Agreement is awarded, and/or administrative or judicial proceedings resulting from the solicitation process. Proposers agree to these terms by submission of a Proposal. 1.16 EXECUTION OF PROPOSAL The Proposal must be manually and duly signed in legible ink by an authorized corporate officer, principal, or partner (as applicable) with an original signature in full. When a firm is the Proposer, the Proposal shall be signed in the name of the firm by one or more of the partners by legible ink with an original signature in full. When a corporation is the Proposer, the officer signing shall set out the corporate name in full, beneath which he shall sign his/her name, give title of his/her office, and affix the corporate seal. Anyone signing the Proposal as an agent, must file with it the adequate legal evidence of signature authority to act on behalf of and bind the Proposer; otherwise the Proposal may be rejected as non -responsive. Proposers who are corporations shall furnish their Proposal to the City with a copy of their authorization to transact business in the State of Florida. Failure to submit promptly this evidence of qualification to do business in the State of Florida may be a basis for rejection of the Proposal. Proposer understands that submitting a Proposal to this RFQ does not constitute an Agreement or Contract between the City and the Proposer. Proposer has no contract right or expectation by submitting to the City a response to this RFQ. 1.17 INSPECTION OF SITE Proposers should carefully examine the site location before submission of a Proposal and make all necessary investigations to inform themselves thoroughly as to all difficulties involved in the completion of all services required pursuant to the mandates and requirements of this RFQ and the Agreement. No plea of ignorance of conditions or difficulties that may hereafter exist, or of conditions or difficulties that may be encountered in the execution of the services pursuant to the Proposal as a result of failure to make the necessary examinations and investigations, will be accepted as an excuse for a failure or omission on the part of the Successful Proposer to fulfill, in every detail, all of the requirements, as defined in the Agreement, nor will they be accepted as a basis for any claims whatsoever for extra compensation or for an extension of time. END OF SECTION Civil Engineering Services for RFQ No. 19-20-021 Shorecrest Drainage Improvements, D-5 8 SECTION 2 RFQ SCOPE OF SERVICES 2.1 PURPOSE The City is seeking to procure a qualified and experienced engineering firm to provide Civil Engineering Services for Shorecrest Drainage Improvements ("Project"), under the oversight of the OCI, and in accordance with all applicable laws, building and environmental regulations, including code requirements for the State of Florida, Miami -Dade County, and the City, and the Scope of Services contained in this RFQ. The Proposer and its Sub -Consultants must be able to perform every element and task included in, but not limited to, those outlined in Section 2, "Scope of Services." The Successful Proposer shall be selected in accordance with Section 287.055 of the Florida Statutes, CCNA, as amended. 2.2 PROJECT DESCRIPTION/BACKGROUND Shorecrest is a sub -neighborhood of the Upper East Side bounded by the Little River on the south (approximately NE 79th Street), Biscayne Boulevard on the west, Miami's northern city limits and the Village of Miami Shores to the north, and Biscayne Bay to the east. There are many areas with very low elevation levels that are susceptible to flooding, storm surges, and rain events. It is extremely vulnerable to flooding conditions south of NE 79th Street. 2.3 SCOPE OF SERVICES The Successful Proposer shall provide design engineering services for road and drainage improvements that may include, but not be limited to, clearing and grubbing, milling and resurfacing, road reconstruction, grading, drainage improvements, sidewalks, American with Disabilities Act (ADA) compliant ramps, driveway approaches, curb and/or gutter structures, pavement markings and striping, roadway signage, utility/electrical services and coordination, design development, landscape, construction permitting, participate in public involvement meetings and workshops, bidding review and analysis, and construction administration. Required services may include reviewing design documents for constructability, evaluating bids for contract award recommendation, conducting scope review meetings, participating in pre -bid and pre - construction meetings, shop drawing reviews, progress and coordination meetings to resolve construction conflicts, reviewing, responding, and tracking submittals, requests for information, change orders, and project schedule, reviewing contractors' requisitions for payment, reviewing as -built drawings, and verifying and accepting specified materials and associated quantities). Other professional services that relate to the prescribed scope of service under this solicitation may be required. The Successful Proposer will be responsible for the preparation of construction documents for all work that includes roadways established by the report titled "Phase I Shorecrest Drainage Feasibility Study Report," dated March 2019, and the Citywide Stormwater Master Plan currently under development. In addition, the Successful Proposer will be responsible to provide solutions and design for road and drainage systems (within Pilot Study Area) to include NE 781" Street, NE North Little River Drive, NE 191" Court, Dunham Boulevard, NE Bayshore Drive, and NE Bayshore Court (NE 101" Avenue is excluded from this RFQ as it is currently in design to expedite road construction for Fire Station #13). Further details concerning the Scope of Services are contained in the Agreement included as part of this RFQ. A detailed Scope of Work will be developed by the City for each Work Order issued. 2.3 PROPOSED TEAM / KEY PERSONNEL The Successful Proposer shall serve as the lead and managing agent for all disciplines required for the Project. The Successful Proposer's work shall be performed by the Key Personnel listed Civil Engineering Services for RFQ No. 19-20-021 Shorecrest Drainage Improvements, D-5 9 below, as described in the RFQ and shall consist, at a minimum, of the following personnel/disciplines: ■ Lead Civil Engineer (Key Personnel) ■ Project Manager (Key Personnel) In addition to the Key Personnel listed above, the Proposer's team must have at a minimum the following Required Personnel, through either the Proposer's staff or that of any Sub -Consultant: ■ Landscape Architect ■ Surveyor and Mapper ■ Geotechnical Specialist ■ Resilience/Climate Change Specialist ■ Contract Administration Specialist ■ Other Sub -Consultants as needed The Successful Proposer shall designate a prima ry lead individual, who will be referred to as the Lead Civil Engineer (LCE) to lead all design efforts for the Project. The Proposer shall not submit the same individual to serve as the LCE and Project Manager. All Key Personnel shall meet the minimum qualification requirements specified in Section 3.5, "Minimum Qualification Requirements." The Project involves coordination and permitting with all agencies having jurisdiction that include various departments of the City such as, Resilience and Public Works, Building, Capital Improvements, Transportation, Planning, and Zoning. Other anticipated agencies include: Miami - Dade County Division of Environmental Resources Management (DERM), South Florida Water Management District (SFWMD), Department of Environmental Protection (DEP), and Army Corps of Engineers (ACOE), as required for the Project. Construction Engineering Inspection (CEI) services will be performed via a separate contract. Please note this RFQ is being issued for engineering services only. Note: As will be further detailed in the ensuing Professional Services Agreement, as may be amended from time to time, the City, acting by and through its City Manager or the City Manager's authorized designee, prior to issuance of any Notice to Proceed, or at other reasonable intervals decided by the City Manager, may elect at the City's discretion, to proceed with the Work on a phased basis. END OF SECTION Civil Engineering Services for RFQ No. 19-20-021 Shorecrest Drainage Improvements, D-5 10 SECTION 3 RFQ GENERAL CONDITIONS 3.1 ACCEPTANCE/REJECTION The City reserves the right to accept any or all Proposals that best meet the criteria in the Solicitation or reject any or all Proposals. The City also reserves the right to reject any Proposer(s) who has previously failed to perform properly under the terms and conditions of a City contract, to deliver on time any contracts with the City, and who does not have the capacity to perform the requirements defined in this RFQ. PROPOSALS SUBMITTED WITH IRREGULARITIES, DEFICIENCIES, AND/OR TECHNICALITIES THAT DEVIATE FROM THE MINIMUM QUALIFICATIONS AND SUBMISSION REQUIREMENTS OF THIS RFQ SHALL RESULT IN A NON -RESPONSIVE DETERMINATION. The City will not consider the curing of any Proposals that fail to meet the minimum qualifications and submission requirements of this RFQ. Proposer understands that non -responsive Proposals will not be evaluated and, therefore, will be eliminated from the Evaluation/Selection Process. The City, at its sole discretion, may waive minor informalities, technicalities, minor irregularities, deficiencies and request additional information/clarification for the services specified in this RFQ, and may withdraw and/or re -advertise the RFQ. 3.2 LEGAL REQUIREMENTS This RFQ is subject to all applicable Federal, State, County, City and local laws, codes, ordinances, rules and regulations, loan documents, funding and grant agreements, and any JPA that in any manner affect any and all the services covered herein. Lack of knowledge by the Proposer, shall in no way be cause for relief from responsibility for compliance with these requirements. Proposers shall fully comply with all applicable Federal, State and local laws, rules and regulations, loan and grant requirements, and JPA. The foregoing will be considered as part of the duties of performance of the Proposers under the Agreement. 3.3 NON -APPROPRIATION OF FUNDS In the event that insufficient funds are appropriated, and budgeting or funding is otherwise unavailable or not allocated in any fiscal period for the Agreement, the City shall have the unqualified right to terminate the Work Order(s), and/or the Agreement, upon written notice to the Successful Proposer, without any penalty or expense to the City or recourse against the City. No guarantee, promise, warranty, or representation is made that any work or project(s) will be assigned to the Successful Proposer. 3.4 BUSINESS TAX RECEIPT REQUIREMENT Proposers shall meet the City's Business Tax Receipt (BTR) requirements in accordance with Chapter 31, Article II of the City of Miami Code, as amended, and any required County Business Tax Receipt ("County BTR"). Proposers with a business location outside the City's municipal boundaries shall meet all applicable local BTR requirements. A copy of the Proposer's BTR should be submitted with the Proposal. The City, at its sole option, may allow the Proposer to submit a copy of their BTR after the Proposal Submission Due Date. 3.5 MINIMUM QUALIFICATION AND EXPERIENCE REQUIREMENTS The City is seeking to procure a qualified engineering firms with experience in providing civil engineering design services on roadway projects for governmental and/or institutional clients, as stipulated in Section 287.055 of the Florida Statues, CCNA, as amended. The Proposer shall have the following mandatory minimum qualifications and experience as of the Proposal submission due date: Civil Engineering Services for RFQ No. 19-20-021 Shorecrest Drainage Improvements, D-5 11 1. Possess a minimum of five (5) years of professional experience with comprehensive civil engineering design services on roadway projects for public agencies, as described in Section 2, "RFQ Scope of Services"; and 2. Has been licensed, registered, and practicing as an engineering firm, authorized to conduct business in the State of Florida as such for the last five (5) consecutive years under its current business name; and 3. Employ a team member, who shall serve as the Lead Civil Engineer, who will be the primary lead for all design efforts for this Project, who has been practicing as a registered engineer under Title XXXII, Regulation of Professions and Occupations, Florida Statutes, Chapter 471, "Engineering," as applicable to the named profession in the State of Florida, for a minimum of five (5) years; and 4. Employ a team member, who shall serve as the Project Manager, who has been practicing as a registered engineer under Title XXXII, Regulation of Professions and Occupations, Florida Statutes, Chapter 471, "Engineering," as applicable to the named profession in the State of Florida, for a minimum of five (5) years; and 5. Have a team member, who shall serve as a Landscape Architect, who has been practicing as a registered architect under Title XXXII, Regulation of Professions and Occupations, Florida Statutes, Chapter 481, "Architecture, Interior Design, and Landscape Architecture," as applicable to the named profession in the State of Florida, for a minimum of five (5) years; and 6. Have a team member, who shall serve as a Surveyor and Mapper, who is a registered, licensed and practicing professional under Title XXXII, Regulation of Professions and Occupations, Florida Statutes, Chapter 472, "Land Surveying and Mapping," as applicable to the named profession in the State of Florida, for a minimum of five (5) years; and 7. Have a team member, who shall serve as a Geotechnical Specialist, who is a registered, licensed and practicing engineer under Title XXXII, Regulation of Professions and Occupations, Florida Statutes, Chapter 471, "Engineering," as applicable to the named profession in the State of Florida, for a minimum of five (5) years; and 8. Have a team member to serve as a Resilience/Climate Change Specialist, who is an experienced professional, and who has been practicing in the fields of Resilience, Sea Level Rise, Storm Surge, and/or Climate Change, coordinating and executing adaptation projects for a minimum of five (5) years; and 9. Have a team member, who shall serve as a Contract Administration Specialist, who has been practicing as such in the State of Florida, for a minimum of five (5) years. Proposers shall provide information on: i. The Proposer's qualifications and experience, including at least three (3) completed civil engineering design services for roadway projects, with a construction cost of at least $3,000,000, for governmental and/or institutional clients, within the last five (5) years; and ii. The Lead Civil Engineer's qualifications and experience, including at least three (3) completed civil engineering design services for roadway projects for governmental and/or institutional clients, within the last five (5) years; and iii. The Project Manager's qualifications and experience, including at least three (3) completed civil engineering design services for roadway projects for governmental and/or institutional clients, within the last five (5) years; and Civil Engineering Services for RFQ No. 19-20-021 Shorecrest Drainage Improvements, D-5 12 iv. The Landscape Architect's qualifications and experience, including at least one (1) completed landscape architecture design project for governmental and/or institutional clients, within the last three (3) years; and v. The Surveyor and Mapper's qualifications and experience, including at least one (1) completed surveying and mapping services project for governmental and/or institutional clients, within the last three (3) years; and vi. The Geotechnical Specialist's qualifications and experience, including at least one (1) completed geotechnical services project for governmental and/or institutional clients, within the last three (3) years; and vii. The Resilience/Climate Change Specialist's qualifications and experience, including at least one (1) completed adaptation project for governmental and/or institutional clients, within the last three (3) years; and viii. The Contract Administration Specialist's qualifications and experience, including at least one (1) completed construction administration services project for governmental and/or institutional clients, within the last three (3) years. ix. Other Sub -Consultants qualifications and experience, including at least one (1) completed project on their assigned field of expertise for governmental and/or institutional clients, within the last three (3) years. See Section 4, Instructions for Submitting a Proposal, for further direction. Proposals that do not completely adhere to all requirements may be considered non -responsive and disqualified (additional qualifications may be stated in Section 4, "Instructions for Submitting a Proposal." The City may consider a Proposal responsive where a Proposer has less than the stipulated minimum number of years of experience solely where the Proposer has undergone a name change and such change -of -name has been filed with the State of Florida, or where the Proposer was a subsidiary of a larger firm and the Proposer's firm has been merged into the larger firm. Proposers must include documentation substantiating the above stated minimum requirements as part of its Proposal for the City to consider crediting the years of experience from the Proposer under its previous name, if applicable. Failure to include such documentation with the Proposal may result in the Proposal being deemed non -responsive. 3.6 SMALL BUSINESS ENTERPRISE (SBE) MANDATORY PARTICIPATION REQUIREMENTS Unless precluded by Florida Statutes, Federal laws or regulations, or grant requirements, the City has established mandatory SBE Participation requirements, formerly referred to as Community Business Enterprise ("CBE"), Requirements Ordinance 13331, codified as Section 18-87(p) of the City Code. Proposers may review the SBE listing, managed by Miami -Dade County's Small Business Enterprise ("SBE") at the following link: http://www.miamidade.gov/smallbusiness/library/reports/certify-sbe-ae.pdf. OCI has established procedures to assist Proposers in complying with these SBE participation requirements. Proposers shall, by the Proposal Submission Date, adhere to the SBE Participation requirements as indicated below: ■ Assign a minimum of fifteen percent (15%) of the comprehensive award value to firms currently certified by Miami -Dade County as an SBE firm. ■ Submit the following SBE forms with their Proposal: 1) Sign and attach Form 6.4 - Certificate of Compliance. 2) Sign and attach Form RFQ-QSC - List of Subconsultants. Civil Engineering Services for RFQ No. 19-20-021 Shorecrest Drainage Improvements, D-5 13 3) Sign and attach the Letter of Agreement(s) (Form RFQ-LOA) with each SBE Subconsultant. The City's webpage includes a link to "Community Business Enterprise - Forms and Reports," including a forms checklist and a "Frequently Asked Questions" (FAQ) page containing important information. For detailed instructions and access to require SBE forms, click on the following link: http://www.miamigov.com/MiamiCapital/forms.html. Unless precluded by Florida Statutes, Federal laws and regulations, or grant requirements, Proposers who meet the mandatory SBE participation requirement by agreeing to use firms located within the City's municipal boundaries will be awarded five (5) bonus points during the evaluation process. In addition to submitting the required SBE forms, refer to Section 5.C, Five Bonus Points and SBE Participation, to qualify to receive the five (5) bonus points. Proposers must include the following documentation with their Proposal to be considered for the five (5) bonus points: ■ Attach copies of both a current City of Miami Business Tax Receipt AND a current Miami - Dade County Business Tax Receipt for the SBE Subconsultant(s). To verify the above requirements, the City has provided Form RFQ-QSC to identify all sub - consulting firms (including SBE certified firms) that are part of the Proposer's team. Failure to include the completed form(s) with Proposer's Proposal may cause the Proposal to be deemed non -responsive. SECTION 18-73 CITY OF MIAMI CODE Local office means a business within the City, which meets all the following criteria: (1) Has had a staffed and fixed office or distribution point, operating within a permanent structure with a verifiable street address that is located within the corporate limits of the City, for a minimum of twelve (12) months immediately preceding the date bids or Proposals were received for the purchase or contract at issue; for purposes of this section, "staffed" shall mean verifiable, full-time, on -site employment at the local office for a minimum of forty (40) hours per calendar week, whether as a duly authorized employee, officer, principal or owner of the local business; a post office box shall not be sufficient to constitute a local office within the city; (2) If the business is located in the permanent structure pursuant to a lease, such lease must be in writing, for a term of no less than twelve (12) months, been in effect for no less than the twelve (12) months immediately preceding the date bids or Proposals were received, and be available for review and approval by the City Manager or City Manager's authorized designee; for recently -executed leases that have been in effect for any period less than the twelve (12) months immediately preceding the date bids or Proposals were received, a prior fully -executed lease within the corporate limits of the City that documents, in writing, continuous business residence within the corporate limits of the City for a term of no less than the twelve (12) months immediately preceding the date bids or Proposals were received shall be acceptable to satisfy the requirements of this section, and shall be available for review and approval by the City Manager or the City Manager's authorized designee; further requiring that historical, cleared rent checks or other rent payment documentation in writing that documents local office tenancy shall be available for review and approval by the City Manager or the City Manager's authorized designee; (3) Has had, for a minimum of twelve (12) months immediately preceding the date bids or Proposals were received for the purchase or contract at issue, a current Business Tax Receipt issued by both the City and Miami -Dade County, if applicable; and Civil Engineering Services for RFQ No. 19-20-021 Shorecrest Drainage Improvements, D-5 14 (4) Has had, for a minimum of twelve (12) months immediately preceding the date bids or Proposals were received for the purchase or contract at issue, any license or certificate of competency and certificate of use required by either the City or Miami -Dade County that authorizes the performance of said business operations; and (5) Has certified in writing its compliance with the foregoing at the time of submitting its bid or Proposal to be eligible for consideration under this section; provided, however, that the burden of proof to provide all supporting documentation in support of this local office certification be borne by the business applicant submitting a bid or Proposal. 3.7 PUBLIC ENTITY CRIMES In accordance with Florida Statutes Section 287.133, a person or affiliate who has been placed on the convicted vendor list, following a conviction for a public entity crime, may not: a) submit a response on a contract to provide any goods or services to a public entity; b) submit a response on a contract with a public entity for the construction or repair of a public building or public work; c) submit responses on leases of real property to a public entity; d) be awarded or perform work as a contractor, design -builder, supplier, subcontractor, or consultant under a contract with any public entity; and e) transact business with any public entity in excess of the threshold amount of $35,000.00 provided in Florida Statutes Section 287.017, CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. Violation of this section by Proposer shall result in rejection of the Proposal, cancellation of the Agreement (if awarded), and may result in Proposer's debarment. 3.8 RESOLUTION OF PROTESTS Any actual or prospective contractual party who feels aggrieved in connection with the solicitation or award of a contract may protest in writing to the City Manager, in accordance with the procedures contained in Section 18-104, Resolution of Protested Solicitations and Awards, as amended, of the City Code, Ordinance No. 12271 (the City of Miami Procurement Code), as amended, describing the protest procedures. Protests failing to meet the requirements for filing shall NOT be accepted. Failure of a party to timely file a Notice of Intent to Protest and/or the Protest, shall constitute a forfeiture of such party's right to file a protest. THERE WILL BE NO EXCEPTIONS MADE TO THIS REQUIREMENT. 3.9 REVIEW OF PROPOSAL FOR RESPONSIVENESS Each Proposal will be reviewed to determine if it is responsive to the submission requirements outlined in the RFQ. A "responsive" Proposal meets the requirements of the RFQ, is submitted in the format outlined in Section 4.1.D, Proposal Submission Format, is of timely submission, and has appropriate signatures/attachments, as required on each document. 3.10 COLLUSION The Proposer, by submitting a Proposal, certifies that its Proposal is made without previous understanding, agreement, or connection either with any person, firm, or corporation submitting a Proposal for the same Services, or with any City instrumentality, department, or agency. The Proposer certifies that its Proposal is fair, without control, collusion, fraud, or other illegal action. The Proposer further certifies that it complies with the conflict of interest and code of ethics laws as defined in Section 2-611 of the City Code. The City will investigate all situations where collusion may have occurred, and the City reserves the right to reject any and all Proposals where collusion may have occurred. 3.11 CLARIFICATIONS The City reserves the right to request clarifications of information submitted, and to request any necessary supporting documentation or information from any Proposer after the Proposal Submission Due Date. Civil Engineering Services for RFQ No. 19-20-021 Shorecrest Drainage Improvements, D-5 15 3.12 KEY PERSONNEL Subsequent to submission of a Proposal and prior to award of an Agreement, Key Personnel shall not be changed. Proposers shall not change any member of their Key Personnel without just cause and prior written approval by the City. The City reserves the right to request additional documentation, as required by the RFQ prior to making its determination. If the City does not accept the proposed change(s), the Proposal may be rejected and not considered for award. 3.13 AUDIT RIGHTS AND RECORDS RETENTION The Successful Proposer agrees to provide access, at all reasonable times, to the City, or to any of its duly authorized representatives, to any books, documents, papers, invoices, receipts, reimbursement information and records of Proposer which are directly pertinent to this RFQ, the Agreement, the loan reimbursement and grant reimbursement (if applicable), for the purpose of audit, examination, excerpts, and transcriptions. The Successful Proposer shall maintain and retain any and all the books, documents, papers and records pertinent to the Agreement for five (5) years after the City makes final payment and all other pending matters are closed. Proposer's failure or refusal to comply with this condition shall result in the immediate termination of the Contract (if awarded) by the City. The Audit and Inspection Provisions of Sections 18-102 and 18- 101 of the Miami City Code are deemed as being incorporated by reference herein as additional terms. 3.14 PUBLIC RECORDS The Successful Proposer shall additionally comply with the provisions of Section 119.0701, Florida Statutes, entitled "Contracts; public records; request for contractor records; civil action." IF THE SUCCESSFUL PROPOSER HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE SUCCESSFUL PROPOSER'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS AT (305) 416-1800, VIA EMAIL AT PUBLICRECORDS@MIAMIGOV.COM, OR REGULAR MAIL AT CITY OF MIAMI OFFICE OF THE CITY ATTORNEY, 444 SW 2ND AVENUE, 9TH FL, MIAMI, FL 33130. 3.15 E-VERIFY Successful Proposer shall utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the Successful Proposer during the term of the Agreement and shall expressly require any Subconsultant performing work or providing services pursuant to the Agreement to likewise utilize the U.S. Department of Homeland Security's E-Verify system to verify the employment eligibility of all new employees hired by the Subconsultant during the Agreement term. 3.16 CONFLICT OF INTEREST Proposers, by responding to this RFQ, certify that to the best of their knowledge and belief, no elected/appointed official or employee of the City is financially interested, directly or indirectly, in the purchase of goods/services specified in this RFQ. Any such interests on the part of the Proposer or its employees shall be disclosed in writing to the City. Further, Proposers shall disclose the name of any City employee who owns, directly or indirectly, an interest of five percent (5%) or more of the total assets of capital stock of the Proposing firm. 3.17 DEBARRED/SUSPENDED VENDORS An entity or affiliate who has been placed on the State of Florida debarred or suspended vendor list may not: a) submit a response on a contract to provide goods or services to a public entity; b) Civil Engineering Services for RFQ No. 19-20-021 Shorecrest Drainage Improvements, D-5 16 may not submit a response on a contract with a public entity for the construction or repair of a public building or public work; c) may not submit a response on leases of real property to a public entity; d) may not be awarded or perform work as a contractor, design -builder, supplier, subcontractor, or consultant under contract with any public entity; and e) may not transact business with any public entity. 3.18 NON-DISCRIMINATION Proposer agrees that it shall not discriminate by race, gender, color, age, religion, national origin, marital status, or disability in connection with its performance under this RFQ. Furthermore, Proposer agrees that no otherwise qualified individual shall solely by reason of his/her race, gender, color, age, religion, national origin, marital status or disability be excluded from the participation in, be denied benefits of, or be subjected to, discrimination under any program or activity called for or required in connection with services rendered under this Agreement. 3.19 UNETHICAL BUSINESS PRACTICE PROHIBITIONS Proposer represents and warrants to the City that it has not employed or retained any person or company employed by the City to solicit or secure the award of the Agreement and that it has not offered to pay, paid, or agreed to pay any person any fee, commission, percentage, brokerage fee, or gift of any kind, contingent upon or in connection with, the award of the Contract. 3.20 ADDITIONAL TERMS AND CONDITIONS No additional terms and conditions included with the Proposal shall be evaluated or considered, and any and all such additional terms and conditions shall have no force or effect and are inapplicable to this solicitation. If submitted purposely, through either intent or design, or inadvertently, appearing separately in transmittal letters, specifications, literature, price lists, or warranties, it is understood and agreed that the General and Special Conditions in this solicitation are the only conditions applicable to this solicitation and that the Proposer's authorized signature affixed to the Proposer's acknowledgment form, attests to this. END OF SECTION Civil Engineering Services for RFQ No. 19-20-021 Shorecrest Drainage Improvements, D-5 17 SECTION 4 INSTRUCTIONS FOR SUBMITTING A PROPOSAL 4.1 SUBMISSION REQUIREMENTS Submit the following information and documents with the Proposal. Failure to do so may cause the Proposal to be deemed non -responsive. Proposals deemed non -responsive will receive no further consideration. Each Proposal must contain the following documents and forms required by Sections 4.1, A—C, fully completed, and signed as required. Proposers shall prepare their Proposal utilizing the same format outlined below in Section 4.2, Proposal Submission Format. Each item of the Proposal, as stipulated in Section 4. 1, A-C, shall be separated by a tabbed divider identifying the corresponding item number. Proposers are not to submit any information in response to this RFQ that has not been requested or which the Proposer considers confidential. Submission of any confidential information will be deemed a waiver of any confidentiality or other such protection, which would otherwise be available to the Proposer, except as specifically permitted under Florida Statute. Proposers shall not include any documents not specifically required or requested. The submission of such documentation may adversely affect the evaluation of the Proposal by the Evaluation Committee. Hard cover binders shall not be used in the submission of the Proposal. Proposers should also make every effort to utilize recycled paper in preparing its Proposal. Double -sided printing is permitted, provided that the Proposal complies with the format set forth in Section 4.2. Do not include additional information not requested in this RFQ, unless specified in an Addendum. This RFQ requires the use and submission of specific City forms. The City forms shall not be expanded or altered. Additional pages may not be added unless the form specifically states that pages can be added. Failure to utilize the City's forms will result in the rejection of the Proposal as non -responsive. Section A: Content of Experience and Qualification Requirements - All forms referenced in Sections 4.1, A - C are required (as applicable). 1. Table of Contents The Table of Contents should follow in sequential order the sections and documents specified in Section 4.1, A-C, including all documents requested in subsections. All pages of the Proposal must be consecutively numbered and correspond to the Table of Contents. 2. Proposal Cover Letter Proposer shall complete and submit Form RFQ-PCL for this section of the Proposal (one (1) page maximum). 3. Narrative Proposer shall complete and submit Form RFQ-PN for this section of its Proposal. Provide a brief overview of the Proposer's firm and why the Proposer is the most qualified for this Project. 4. Qualifications of the Proposer/Prime Consultant Proposers shall complete and submit Form RFQ-QPC for this section of its Proposal. Proposers must possess a minimum of five (5) years of professional experience with civil engineering design services for governmental and/or institutional clients, as described in Section 2, "RFQ Scope of Services." In addition, Proposers must have been practicing as a registered engineering firm, authorized to conduct business in the State of Florida as such for the last five (5) consecutive years under its current Civil Engineering Services for RFQ No. 19-20-021 Shorecrest Drainage Improvements, D-5 18 business name (current business name means the actual official name on file with the State of Florida of the business entity or firm submitting the Proposal). Proposer is required to meet both conditions as of the Proposal Submission Due Date. Licenses, certificates of authorization, and any other pertinent information shall be submitted to demonstrate the Proposer's ability to satisfy all the minimum qualification requirements identified in Section 3.5, "Minimum Qualifications and Experience Requirements." Proposer also must disclose, in detail, any and all judgments, assessments, impositions, charges, suits, actions, decrees, orders, claims, arbitrations, and back charges exceeding $100,000.00, which were asserted or awarded against the Proposer or any proposed Sub -consultant during the past seven (7) years. Proposals that do not contain such documentation may be deemed non -responsive. No company brochures are to be included as part of the Proposal. 5. Experience of the Proposer/Prime Consultant Proposer shall complete and submit Form RFQ-EPC for this section of its Proposal to provide a comprehensive summary of the Proposer's experience in providing professional services for civil engineering design on roadway projects, as described in Section 2, "RFQ Scope of Services." The Proposer MUST have served as lead/prime consultant on at least three (3) completed civil engineering design services for roadway projects, with a construction cost of at least $3,000,000, for governmental and/or institutional clients, within the last five (5) years. Submitted reference projects shall include: client name, address, phone number, description of work, the year the project was commenced and completed, total amount of fees paid or projected to be paid to the Proposer, the number of full time personnel assigned to the project, and the total value of the project in terms of the entire cost. Failure to meet the stipulated experience requirement and submit proof of three (3) completed civil engineering design services for roadway projects, with a construction cost of at least $3,000,000, shall result in a non -responsive determination for the Proposal. One (1) Form RFQ-EPC needs to be submitted for each project reference. 6. Qualifications of the Lead Civil Engineer (Key Personnel) Proposer shall complete and submit Form RFQ-QKP for this section of its Proposal. The proposed Lead Civil Engineer (LCE) must a) have been practicing as a registered civil engineer as applicable to the named profession in the State of Florida, for a minimum of five (5) years; and b) be an employee of the Proposer. The proposed LCE is required to meet both conditions as of the Proposal Submission Due Date. Licenses, certificates of authorization, and any other pertinent information shall be submitted to demonstrate the Proposer's ability to satisfy all the minimum qualification requirements identified in Section 3.5, "Minimum Qualifications and Experience Requirements." 7. Experience of the Lead Civil Engineer (Key Personnel) Proposer shall complete and submit, on behalf of the LCE, Form RFQ-ELAE for this section of its Proposal to provide a comprehensive summary of the LCE's experience, including at least three (3) completed civil engineering design services for roadway projects for governmental and/or institutional clients, within the last five (5) years. Proposer shall also provide a one (1)-page resume reflecting the LCE's education, experience, and qualifications as they relate to this Project. Failure to meet the stipulated experience requirement and submit proof of at least three (3) completed civil engineering design services for roadway projects, Civil Engineering Services for RFQ No. 19-20-021 Shorecrest Drainage Improvements, D-5 19 including resume, shall result in a non -responsive determination for the Proposal. One (1) Form RFQ-ELCE needs to be submitted for each project reference. 8. Qualifications of the Project Manager (Key Personnel) Proposer shall complete and submit Form RFQ-QKP for this section of its Proposal. The proposed Project Manager must a) have been practicing as a registered engineer as applicable to the named profession in the State of Florida, for a minimum of five (5) years; and b) be an employee of the Proposer. The proposed Project Manager is required to meet both conditions as of the Proposal Submission Due Date. Licenses, certificates of authorization, and any other pertinent information shall be submitted to demonstrate the Proposer's ability to satisfy all the minimum qualification requirements identified in Section 3.5, "Minimum Qualifications and Experience Requirements." 9. Experience of the Project Manager (Key Personnel) Proposer shall complete and submit, on behalf of the Project Manager, Form RFQ-EPM for this section of its Proposal to provide a comprehensive summary of the Project Manager's experience, including at least three (3) completed civil engineering design services for roadway projects for governmental and/or institutional clients, within the last five (5) years. Proposer shall also provide a one (1)-page resume reflecting the Project Manager's education, experience, and qualifications as they relate to this Project. Failure to meet the stipulated experience requirement and submit proof of at least three (3) completed civil engineering design services for roadway projects, including resume, shall result in a non -responsive determination for the Proposal. One (1) Form RFQ-EPM needs to be submitted for each project reference. 10. Qualifications and Experience of the Landscape Architect Proposer shall complete and submit Form RFQ-QSC for this section of its Proposal. The proposed Landscape Architect (LA) must have been practicing as a registered landscape architect as applicable to the named profession in the State of Florida, for a minimum of five (5) years. The proposed LA is required to meet this condition as of the Proposal Submission Due Date. Licenses, certificates of authorization, and any other pertinent information shall be submitted to demonstrate the Proposer's ability to satisfy all the minimum qualification requirements identified in Section 3.5, "Minimum Qualifications and Experience Requirements." Additionally, a detailed resume is required to be submitted for the LA that reflects his/her education, qualifications, and experience including at least one (1) completed landscape architecture design project for governmental and/or institutional clients, within the last three (3) years. Projects referenced in resumes shall, at minimum, include the following information: client name, client address, client contact information, description of work, the year the project was commenced and completed, and the total value of the project in terms of the entire cost. Failure to meet the stipulated qualifications and experience requirement and submit proof of a completed landscape architecture design project, including resume, shall result in a non -responsive determination for the Proposal. 11. Qualifications and Experience of the Surveyor and Mapper Proposer shall complete and submit Form RFQ-QSC for this section of its Proposal. The proposed Surveyor and Mapper (SM) must have been practicing as a registered professional as applicable to the named profession in the State of Florida, for a minimum of five (5) years. The proposed SM is required to meet this condition as of the Proposal Civil Engineering Services for RFQ No. 19-20-021 Shorecrest Drainage Improvements, D-5 20 Submission Due Date. Licenses, certificates of authorization, and any other pertinent information shall be submitted to demonstrate the Proposer's ability to satisfy all the minimum qualification requirements identified in Section 3.5, "Minimum Qualifications and Experience Requirements." Additionally, a detailed resume is required to be submitted for the SM that reflects his/her education, qualifications, and experience including at least one (1) completed surveying and mapping services project for governmental and/or institutional clients, within the last three (3) years. Projects referenced in resumes shall, at minimum, include the following information: client name, client address, client contact information, description of work, the year the project was commenced and completed, and the total value of the project in terms of the entire cost. Failure to meet the stipulated qualifications and experience requirement and submit proof of a surveying and mapping services project, including resume, shall result in a non -responsive determination for the Proposal. 12. Qualifications and Experience of the Geotechnical Specialist Proposer shall complete and submit Form RFQ-QSC for this section of its Proposal. The proposed Geotechnical Specialist (GS) must have been practicing as a registered professional as applicable to the named profession in the State of Florida, for a minimum of five (5) years. The proposed GS is required to meet this condition as of the Proposal Submission Due Date. Licenses, certificates of authorization, and any other pertinent information shall be submitted to demonstrate the Proposer's ability to satisfy all the minimum qualification requirements identified in Section 3.5, "Minimum Qualifications and Experience Requirements." Additionally, a detailed resume is required to be submitted for the GS that reflects his/her education, qualifications, and experience including at least one (1) completed geotechnical services project for governmental and/or institutional clients, within the last three (3) years. Projects referenced in resumes shall, at minimum, include the following information: client name, client address, client contact information, description of work, the year the project was commenced and completed, and the total value of the project in terms of the entire cost. Failure to meet the stipulated qualifications and experience requirement and submit proof of a completed geotechnical services project, including resume, shall result in a non -responsive determination for the Proposal. 13. Qualifications and Experience of the Resilience/Climate Change Specialist Proposer shall complete and submit Form RFQ-QSC for this section of its Proposal. The proposed Resilience/Climate Change Specialist (R/CCS) must have been practicing in the fields of Resilience, Sea Level Rise, Storm Surge, and/or Climate Change, coordinating and executing adaptation projects for a minimum of five (5) years. The proposed R/CCS is required to meet this condition as of the Proposal Submission Due Date. Licenses, certificates of authorization, and any other pertinent information shall be submitted to demonstrate the Proposer's ability to satisfy all the minimum qualification requirements identified in Section 3.5, "Minimum Qualifications and Experience Requirements." Additionally, a detailed resume is required to be submitted for the R/CCS that reflects his/her education, qualifications, and including at least one (1) completed adaptation project for governmental and/or institutional clients, within the last three (3) years. Projects referenced in resumes shall, at minimum, include the following information: Civil Engineering Services for RFQ No. 19-20-021 Shorecrest Drainage Improvements, D-5 21 client name, client address, client contact information, description of work, the year the project was commenced and completed, and the total value of the project in terms of the entire cost. Failure to meet the stipulated qualifications and experience requirement and submit proof of a completed adaptation project, including resume, shall result in a non -responsive determination for the Proposal. 14. Qualifications and Experience of the Construction Administration Specialist Proposer shall complete and submit Form RFQ-QSC for this section of its Proposal. The proposed Construction Administration Specialist (CAS) must have been practicing as such in the State of Florida, for a minimum of five (5) years. Licenses, certificates of authorization, and any other pertinent information shall be submitted to demonstrate the Proposer's ability to satisfy all the minimum qualification requirements identified in Section 3.5, "Minimum Qualifications and Experience Requirements." Additionally, a detailed resume is required to be submitted for the CAS that reflects his/her education, qualifications, and experience including at least one (1) completed construction administration services project for governmental and/or institutional clients, within the last three (3) years. Projects referenced in resumes shall, at minimum, include the following information: client name, client address, client contact information, description of work, the year the project was commenced and completed, and the total value of the project in terms of the entire cost. Failure to meet the stipulated qualifications and experience requirement and submit proof ongoing of a completed construction administration services project, including resume, shall result in a non -responsive determination for the Proposal. 15. Qualifications and Experience of Other Sub -Consultants Proposer shall complete and submit Form RFQ-QSC for this section of its Proposal, listing all Sub -Consultant firms. Proposer shall base the Proposal on the anticipated levels of staffing required to deliver, at its discretion, services beyond those identified in Section 2, "RFQ Scope of Services." Proposer shall list all proposed Sub -Consultants to be used, regardless of racial or gender grouping, to include names, addresses, phone numbers, type of work (service or commodity), and SBE certification by Miami -Dade County. Additionally, a detailed resume is required to be submitted for each Sub -Consultant that reflects each team member's education, qualifications, and experience including at least one (1) completed project on their assigned field of expertise for governmental and/or institutional clients, within the last three (3) years. Projects referenced in resumes shall, at minimum, include the following information: client name, client address, client contact information, description of work, the year the project was commenced and completed, and the total value of the project in terms of the entire cost. 16. Team Organizational Chart An organizational chart of the Proposer's Team shall be provided for all Team Members. Section B: Design Philosophy and Technical Capabilities Statement 1. Design Philosophy and Process Proposer shall complete and submit Form RFQ-DPP for this section of its Proposal. Proposer shall include a brief explanation of its design philosophy, methodology, and process as it relates to this RFQ. This should include an understanding of the Scope of Services; clearly defined issues commonly encountered and methodology for resolution Civil Engineering Services for RFQ No. 19-20-021 Shorecrest Drainage Improvements, D-5 22 of these project issues; value engineering; and the process and approach to meeting the requirements of the Scope of Services. 2. Technical Capabilities and Approach Proposer shall complete and submit Form RFQ-TCA for this section of its Proposal to provide a brief comprehensive explanation of the firm's technical capabilities and approach to civil engineering design. ■ Manpower planning, including scheduling, and allocation of resources; ■ Ensuring timely completion of projects/phases; ■ Quality control and assurance procedures, including timely reporting, and reviewing pay applications and change orders; ■ Capacity to provide on -call services in a timely manner; ■ Computer aided design and drafting capabilities; ■ Quality control and assurance, including coordination between design disciplines, compliance with program requirements professional/industry standards, and conformance with all applicable code requirements, including Miami 21; and, ■ Prior experience with governmental agencies. Section C: RFQ Proposal Forms 1. RFQ Proposal Forms (Section 6.0) - Proposer shall sign and submit each RFQ Proposal Form. 2. Information for Determining Joint Venture Eligibility - Form A (if applicable) 3. Letter of Agreement(s) (LOA) - Form RFQ-LOA 4. Certificate of Compliance with Section 18-87 of the City Code 5. Business Tax Receipt(s)/Occupational License(s) 6. Copies of Miami -Dade County SBE certification for Proposer or Proposer's Sub- Consultant(s) (if applicable) 7. FDOT Notice of Qualifications (if applicable) 4.2 PROPOSAL SUBMISSION FORMAT Proposers shall prepare and submit the Proposal in the format below. Failure to comply with this format may result in the Proposal being deemed non -responsive. Section A Section A 1. Table of Contents 2. RFQ-PCL Proposal Cover Letter 3. RFQ-PN Proposal Narrative 4. RFQ-QPC Qualifications of Proposer 5. RFQ-EPC Experience of Proposer 6. RFQ-QKP Qualifications of the Lead Civil Engineer 7. RFQ-ELAE Experience of the Lead Civil Engineer, plus Resume 8. RFQ-QKP Qualifications of the Project Manager 9. RFQ-EPM Experience of the Project Manager, plus Resume 10. RFQ-QSC Qualifications and Experience of Landscape Architect, plus Resume 11. RFQ-QSC Qualifications and Experience of Surveyor and Mapper, plus Resume 12. RFQ-QSC Qualifications and Experience of Geotechnical Specialist, plus Resume 13. RFQ-QSC Qualifications and Experience of Resilience/Climate Change Specialist, plus Resume Civil Engineering Services for RFQ No. 19-20-021 Shorecrest Drainage Improvements, D-5 23 14. RFQ-QSC Qualifications and Environmental Construction Administration Specialist, plus Resume 15. RFQ-QSC Qualifications and Experience of Sub-Consultant(s) plus Resume. 16. Team Organizational Chart Section B 1. RFQ-DPP Design Philosophy and Process 2. RFQ-TCA Technical Capabilities and Approach Section C 1. RFQ Proposal Forms (Section 6) 2. Information for Determining Joint Venture Eligibility - Form A (if applicable) 3. RFQ-LOA Letter of Agreement(s) 4. Certificate of Compliance with Section 18-87 of the City Code 5. Business Tax Receipt(s)/Occupational License(s) 6. Copies of Miami -Dade County SBE certification for Proposer or Proposer's Sub- Consultant(s) (if applicable) 7. FDOT Notice of Qualifications (if applicable) 4.3 PROPOSAL SUBMISSION DATE AND LOCATION One (1) unbound, tabbed original hardcopy and one (1) copy in digital format (preferably USB) in bookmarked and searchable .pdf file format), of your complete Proposal for this RFQ shall be delivered in accordance with the following: Proposal Submission Due Date: February 26, 2019 by 3:00 p.m. Proposal Delivery Location: Mr. Todd Hannon, City Clerk City of Miami, Office of the City Clerk 3500 Pan American Drive, First Floor Miami, Florida 33133 Proposals must be clearly marked on the outside of the package referencing the following documentation: RFQ NO: 19-20-021 CIVIL ENGINEERING SERVICES FOR SHORECREST ROAD AND DRAINAGE IMPROVEMENTS, D-5 Proaosals received at anv other location than the aforementioned. or after the Proaosal Submission Due Date and time, shall be deemed non -responsive, and shall not be considered. Proposals should be signed by an official authorized to bind the Proposer to the provisions given in the Proposals. Proposals are to remain valid for at least 180 days. Upon award of an Agreement, the contents of the Successful Proposer's Proposal shall be incorporated within and included as part of the Agreement. Additional information on submission requirements can be found in Section 4.1, "Submission Requirements." 4.4 SUBMITTAL GUIDELINES General Only one (1) Proposal from an individual, firm, partnership, corporation, or joint venture will be considered in response to this RFQ. Sub-Consultants/Sub-Contractors may be included in more than one Proposal submitted by more than one Proposer. A firm, partnership, corporation, or joint Civil Engineering Services for RFQ No. 19-20-021 Shorecrest Drainage Improvements, D-5 24 venture that submits a Proposal shall not be a Sub-Consultant/Sub-Contractor on another Proposal submitted under this RFQ. Joint venture firms must complete and submit with their Proposal the form titled "Information for Determining Joint Venture Eligibility," (Form A, located on the last two (2) pages of this RFQ document) and submit a copy of the formal agreement between all joint venture parties. This joint venture agreement must indicate their respective roles, responsibilities, and levels of participation for this RFQ. Failure to timely submit Form A, along with an attached written copy of the joint venture agreement may result in disqualification of the Proposer's Proposal. Joint venture Proposals will be evaluated based on the combined team. Each member of a joint venture shall provide the information identified above. Proposer must clearly identify any Subconsultants proposed to be used and provide for the Subconsultant the same information required of the Proposer. The City retains the right to accept or reject any proposed Subconsultants. It is the policy of the City that, prior to award of an Agreement, the Successful Proposer register as a vendor indicating the commodities/services which the Proposer can regularly supply to the City. The Proposer can register as a City vendor, via the internet at: http://www.miamigov.com/Procurement/pages/SuppIierCorner/defauIt.asp. For any questions regarding vendor registration, contact the Department of Procurement at (305) 416-1922. Proposers must be registered as a condition of award. It is the sole responsibility of the Proposer to ensure that the registration is completed. 4.5 SELECTION PROCESS SCHEDULE The expected selection process timeline is outlined below. Dates may vary depending on different factors including, but not limited to, interviews or oral presentations by top -ranked teams at the discretion of the Evaluation Committee, and City Commission approval if applicable: A&E SELECTION PROCESS TIMETABLE Steps Business Days Expected Date Advertisement 1 1/24/20 Pre -Bid Meeting 5 1/31/20 RFI Responses Deadline 5 2/7/20 Response Due Date 10 2/26/20 Due Diligence 30 4/6/20 Responsiveness/Responsibility Review 10 4/20/20 Evaluation Committee Review 20 5/18/20 Evaluation Committee Report 5 5/26/20 Negotiations Authorization back from CM 7 6/4/20 Negotiations with Selected Consultant 20 7/2/20 Award Memo Preparation and Review 5 7/10/20 Award Memo Back from CM 7 7/21/20 Total Business Days 125 7/21/20 City Commission Approval (if applicable) 30 9/10/20 Total Business Days 155 9/10120 END OF SECTION Civil Engineering Services for RFQ No. 19-20-021 Shorecrest Drainage Improvements, D-5 25 SECTION 5 EVALUATION/SELECTION PROCESS 5.1 EVALUATION PROCEDURES The procedure for Proposal evaluation and selection is as follows: 1. Request for Qualifications issued. 2. Receipt of Proposals. 3. Opening and listing of all Proposals received. 4. Preliminary review by City's Procurement staff for compliance with the submission requirements of the RFQ, including verification that each Proposal includes all documents required. 5. Review by professional staff and/or an Evaluation Committee (Committee) certifying that the Proposer is qualified to render the required services according to State regulations. 6. The Committee, appointed by the City Manager, shall meet to evaluate each responsive Proposal in accordance with the requirements of this RFQ. Procurement staff will compile the preliminary scores for each responsive Proposal, whereby the Committee may establish a shortlist including a minimum of three (3) firms deemed the most highly qualified to perform the required services, unless fewer than three (3) Proposals are received. 7. If applicable, the Committee will hold interview sessions or oral presentations with the shortlisted firms that may include submission of visual components, ranging from a collage or sketch to a high -resolution rendering, to convey the shortlisted firms' vision for the Project. Subsequent to interview sessions or oral presentations, the Committee will reevaluate and rescore the Proposals. 8. Procurement staff will calculate the final score for each shortlisted firm, to finalize the composite scores and ranking of the Committee. Scores obtained during the initial meeting will not carry over or be added to the score resulting from the interview session or oral presentation. 9. The Committee will forward its recommendation to the City Manager, listing the Proposers in rank order. 10. After reviewing the Committee's recommendation, the City Manager may: a) Approve the recommendation of the Committee and authorize Procurement to enter negotiations with the top ranked Proposer or request that the Committee provide additional information as to the ranking of the Proposals. b) Upon approval of the Committee's recommendation, the Proposers will be listed in the ranking order of preference on the OCI webpage, http://www.miamigov.com/MiamiCapital/NewBidsandProposals.htm1; c) Reject the Committee's recommendation and instruct the Committee to re- evaluate and make further recommendations; d) Reject all Proposals; or e) Recommend that the City Commission reject all Proposals. 11. Upon successful negotiation of the Agreement(s), Procurement will forward the recommended Agreement(s) to the City Manager for approval, and the City Manager upon acceptance of the negotiated Agreement(s) will approve the award for Agreements not exceeding five hundred thousand dollars ($500,000.00) or Civil Engineering Services for RFQ No. 19-20-021 Shorecrest Drainage Improvements, D-5 26 recommend that the City Commission, when required by the City's Procurement Code, approve the recommendation of the Committee and the award of the Agreement(s). Where Procurement is not able to negotiate successfully an Agreement with the top ranked Proposer(s), Procurement will recommend to the City Manager that such negotiations be terminated, and that Procurement enter into negotiations with the next ranked Proposer(s) until an Agreement is negotiated or all Proposals are rejected. 12. After reviewing the City Manager's recommendation, the City Commission may: a) Approve the City Manager's recommendation and authorize award of the Agreement(s). Upon approval of the City Manager 's recommendation, an award memorandum will be included on the OCI webpage, http://www.miamigov.com/MiamiCapital/NewBidsandProposals.htm1, of which written notice shall be provided to all Proposers; b) Reject the City Manager's recommendation to award the Agreement(s); or c) Reject all Proposals and direct the City Manager to re -open negotiations or to solicit new Proposals. 5.2. EVALUATION CRITERIA Proposals shall be evaluated according to the following criteria and respective weight: Technical Criteria Maximum Points Proposer's Qualifications and Experience 30 points Proposer's Lead Engineer Qualifications and Experience 20 points Proposer's Team Qualifications and Experience 20 points Design Philosophy and Process 15 points Technical Capabilities and Approach 10 points Amount of Work Awarded by the City* 5 points (*) Points for this evaluation criterion will be assigned by the City according to a sliding scale based on the amount of work awarded by the City during the three (3) years prior to the Proposal Submission Due Date to Proposers submitting a responsive Proposal, including their Sub-Consultants/Sub-Contractors, as follows: Amount of Work Awarded by the City Awarded Score Up to $500,000 5 points From $500,001 to $1,000,000 4 points From $1,000,001 to $2,500,000 3 points From $2,500,001 to $5,000,000 2 points From $5,000,001 and over 1 point 5.3. FIVE BONUS POINTS AND SBE PARTICIPATION Unless precluded by Florida Statutes, federal laws or regulations, or grant requirements, bonus points will be granted to Proposers who agree to use Miami -Dade County SBE Firms from within the City of Miami municipal boundaries. The awarded firm must agree to assign a minimum of fifteen percent (15%) of the contract value to Miami -Dade County certified SBE firm(s) that maintain a "Local Office," as defined in City Code Section 18-73. END OF SECTION Civil Engineering Services for RFQ No. 19-20-021 Shorecrest Drainage Improvements, D-5 27 SECTION 6 RFQ PROPOSAL FORMS 6.1 RFQ INFORMATION AND ACKNOWLEDGEMENT FORM The Proposer hereby acknowledges and affirms to the contents of this RFQ, its response thereto, including without limitation, all Addenda have been read, understood, and agreed to by assigning and completing the spaces provided below: A. RFQ Addenda Acknowledgement Addendum No. 1, Dated Addendum No. 2, Dated Addendum No. 3, Dated Addendum No. 4, Dated Addendum No. 5, Dated B. RFQ Determination of Responsiveness Acknowledgement The Proposer hereby acknowledges and understands that the City will review each Proposal to determine responsiveness in accordance with the minimum qualifications and submission requirements of this RFQ, as identified in Section 3.5, Minimum Qualification and Experience Requirements and Section 4.1, Submission Requirements. PROPOSALS SUBMITTED WITH IRREGULARITIES, DEFICIENCIES, AND/OR TECHNICALITIES THAT DEVIATE FROM THE MINIMUM QUALIFICATION AND EXPERIENCE REQUIREMENTS AND SUBMISSION REQUIREMENTS OF THIS RFQ SHALL RESULT IN A NON -RESPONSIVE DETERMINATION. The City will not consider the curing of any Proposals that fail to meet the minimum qualifications and submission requirements of this RFQ. Proposer understands that non -responsive Proposals will not be evaluated and, therefore, will be eliminated from the Evaluation/Selection Process. The following list describes most but not all Proposal irregularities, deficiencies, and technicalities that shall result in a non -responsive determination: 1. Lack of any required documentation/information/form requested in Section 4, Sub - Section 4.1(A) including, but not limited to: ■ Proposal Letter ■ Narrative ■ Experience/Qualifications of the Proposer ■ Experience/Qualifications of any of the Proposer's Team Members ■ Team Organizational Chart 2. Lack of any required documentation/information/form requested in Section 4, Sub - Section 4.1(B) including, but not limited to: ■ Design Philosophy and Process ■ Technical Capabilities and Approach 3. Lack of any required documentation/information/form requested in Section 4, Sub - Section 4.1(C) including, but not limited to: ■ RFQ Proposal Forms (Section 6.0) ■ Information for Determining Joint Venture Eligibility - Form A (if applicable) ■ Letter(s) of Agreement (RFQ-LOA) Civil Engineering Services for RFQ No. 19-20-021 Shorecrest Drainage Improvements, D-5 28 ■ Certificate of Compliance with Section 19-87 of the Code of the City of Miami ■ Business Tax Receipt(s)/Occupatio nal License(s) ■ Copies of Miami -Dade County SBE Certification for Proposer or Proposer's team members (if applicable) ■ FDOT Notice of Qualifications (if applicable) 4. Lack of any other documentation/information/form requested in the RFQ document. Missing forms, unsigned forms, or forms signed by any individual, other than either the Proposer, Proposer's team members, and/or individuals personally attesting to the portrayed project experience will not be cured and shall deem a Proposal non -responsive. The City, at its sole discretion, reserves the right to waive minor deviations/ irregularities not listed above. Such minor deviations may be cured by the Proposer, at the sole discretion of the City. Material deviations / irregularities cannot be waived by the City or cured by the Proposer. RFQ No. 19-20-021 I certify that any and all information contained in response to this RFQ is true. I certify that this RFQ is made without prior understanding, agreement, or connections with any corporation, firm, or person submitting an RFQ for the same materials, supplies, equipment, or services and is in all respects fair and without collusion or fraud. I agree to abide by all terms and conditions of the RFQ and certify that I am authorized to sign for the Proposer's firm. Please print the following and sign your name: Firm's Name Principal Business Address Telephone Fax E-mail address Name Title Authorized Signature Civil Engineering Services for RFQ No. 19-20-021 Shorecrest Drainage Improvements, D-5 29 6.2.1 CERTIFICATE OF AUTHORITY (IF CORPORATION) STATE OF ) SS: COUNTY OF ) I HEREBY CERTIFY that a meeting of the Board of Directors of the a corporation existing under the laws of the State of held on 20_, the following resolution was duly passed and adopted: "RESOLVED, that, , as President of the Corporation, be and is hereby authorized to execute the Proposal dated, , 20_ , to the City of Miami and this Corporation and that their execution thereof, attested by the Secretary of the Corporation, and with the Corporate Seal affixed, shall be the official act and deed of this Corporation." I further certify that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of the corporation this day of , 20 Secretary: (SEAL) FAILURE TO COMPLETE, SIGN AND RETURN THIS FORM (AS APPLICABLE) MAY DISQUALIFY PROPOSER'S PROPOSAL Civil Engineering Services for RFQ No. 19-20-021 Shorecrest Drainage Improvements, D-5 30 6.2.2 CERTIFICATE OF AUTHORITY (IF PARTNERSHIP) STATE OF ) SS: COUNTY OF ) I HEREBY CERTIFY that a meeting of the Partners of the organized and existing under the laws of the State of held on , 20_, the following resolution was duly passed and adopted: "RESOLVED, that, , as of the Partnership, be and is hereby authorized to execute the Proposal dated, 20_, to the City of Miami and this Partnership and that their execution thereof, attested by the shall be the official act and deed of this Partnership." I further certify that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this Secretary: (SEAL) day of 120 FAILURE TO COMPLETE, SIGN AND RETURN THIS FORM (AS APPLICABLE) MAY DISQUALIFY PROPOSER'S PROPOSAL Civil Engineering Services for RFQ No. 19-20-021 Shorecrest Drainage Improvements, D-5 31 6.2.3 CERTIFICATE OF AUTHORITY (IF JOINT VENTURE) STATE OF ) SS: COUNTY OF ) I HEREBY CERTIFY that a meeting of the Principals of the organized and existing under the laws of the State of , held on , 20_, the following resolution was duly passed and adopted: "RESOLVED, that, as of the Joint Venture be and is hereby authorized to execute the Proposal dated, 20_, to the City of Miami and that their execution thereof shall be the official act and deed of this Joint Venture." I further certify that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this day of 120 Secretary: FAILURE TO COMPLETE, SIGN AND RETURN THIS FORM (AS APPLICABLE) MAY DISQUALIFY PROPOSER'S PROPOSAL Civil Engineering Services for RFQ No. 19-20-021 Shorecrest Drainage Improvements, D-5 32 6.2.4 CERTIFICATE OF AUTHORITY (IF LIMITED LIABILITY CORPORATION) STATE OF ) SS: COUNTY OF ) I HEREBY CERTIFY that a meeting of the Principals of the organized and existing under the laws of the State of , held m "RESOLVED, that, 20_, the following resolution was duly passed and adopted: as Liability Corporation be and is hereby authorized to execute the Proposal dated, of the Limited 20_, to the City of Miami and that their execution thereof shall be the official act and deed of this Limited Liability Corporation." I further certify that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this day of Secretary: (SEAL) 20 FAILURE TO COMPLETE, SIGN AND RETURN THIS FORM (AS APPLICABLE) MAY DISQUALIFY PROPOSER'S PROPOSAL Civil Engineering Services for RFQ No. 19-20-021 Shorecrest Drainage Improvements, D-5 33 6.2.5 CERTIFICATE OF AUTHORITY (IF INDIVIDUAL) STATE OF ) SS: COUNTY OF ) I HEREBY CERTIFY that as an individual, I (Name of Individual) and as a d/b/a (doing business as) (If applicable) exist under the laws of the State of Florida. "RESOLVED, that, as an individual and/or d/b/a (if applicable), be and is hereby authorized to execute the Proposal dated, , 20_, to the City of Miami as an individual and/or d/b/a (if applicable) and that my execution thereof, attested by a Notary Public of the State, shall be the official act and deed of me as an individual d/b/a (doing business as) (If applicable) I further certify that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of Notary Public this , day of , 20 NOTARY PUBLIC: Commission No.: I personally know the individual/do not know the individual (Please Circle) Driver's License # (SEAL) FAILURE TO COMPLETE, SIGN AND RETURN THIS FORM (AS APPLICABLE) MAY DISQUALIFY PROPOSER'S PROPOSAL Civil Engineering Services for RFQ No. 19-20-021 Shorecrest Drainage Improvements, D-5 34 6.3 DEBARMENT AND SUSPENSION (a) Authority and requirement to debar and suspend: After reasonable notice to an actual or prospective contractual party, and after reasonable opportunity to such party to be heard, the City Manager, after consultation with the Chief Procurement Officer and the City Attorney, shall have the authority to debar a contractual party for the causes listed below from consideration for award of City contracts. The debarment shall be for a period of not fewer than three years. The City Manager shall also have the authority to suspend a Contractor from consideration for award of City contracts if there is probable cause for debarment. Pending the debarment determination, the authority to debar and suspend Contractors shall be exercised in accordance with regulations, which shall be issued by the Chief Procurement Officer after approval by the City Manager, the City Attorney, and the City Commission. (b) Causes for debarment or suspension include the following: 1. Conviction for commission of a criminal offense incident to obtaining or attempting to obtain a public or private contract or subcontract, or incident to the performance of such contract or subcontract. 2. Conviction under state or federal statutes of embezzlement, theft, forgery, bribery, falsification or destruction of records, receiving stolen property, or any other offense indicating a lack of business integrity or business honesty. 3. Conviction under state or federal antitrust statutes arising out of the submission of bids or Proposals. 4. Violation of contract provisions, which is regarded by the Chief Procurement Officer to be indicative of non -responsibility. Such violation may include failure without good cause to perform in accordance with the terms and conditions of a contract or to perform within the time limits provided in a contract, provided that failure to perform caused by acts beyond the control of a party shall not be considered a basis for debarment or suspension. 5. Debarment or suspension of the contractual party by any federal, state, or other governmental entity. 6. False certification pursuant to paragraph (c) below. 7. Any other cause judged by the City Manager to be so serious and compelling as to affect the responsibility of the contractual party performing City contracts. (c) Certification: All contracts for goods and services, sales, and leases by the City shall contain a certification that neither the contractual party nor any of its principal owners or personnel has been convicted of any of the violations set forth above, or, debarred or suspended, as set forth in paragraph (b) (5). The undersigned hereby certifies that neither the contractual party nor any of its principal owners or personnel has been convicted of any of the violations set forth above or debarred or suspended as set forth in paragraph (b) (5). Company Name: Individual Name: Signature: Date: Civil Engineering Services for Shorecrest Drainage Improvements, D-5 RFQ No. 19-20-021 35 6.4 CERTIFICATE OF COMPLIANCE WITH SECTION 18-87 OF THE CITY CODE hereby certify that: am the (President/Secretary or Principal) of (Proposer); ii) I have read Sections 18-87 of the City of Miami Procurement Code; iii) (Proposer) hereby agrees to assign a minimum of fifteen percent (15%) of the contract value to firms currently certified by Miami -Dade County as a Small Business Enterprise ("SBE"); OR iv) (Proposer) hereby is certified by Miami -Dade County as an SBE firm and will self -perform to meet the minimum fifteen percent (15%) SBE requirement. An active copy of the Proposer's SBE certification must be included in the proposal document. OPTIONAL: v) (Proposer) hereby agrees to make assignments pursuant to item (iii), above, to certified SBE firms who maintain a "Local Office," as defined in Section 18-73 of the City of Miami Code; STATE OF FLORIDA ) ) SS COUNTY OF MIAMI-DADE ) Before me, a Notary Public duly commissioned, qualified and acting personally, appeared to me well known, who being by me first duly sworn upon oath says that he/she has been authorized to execute the foregoing Certificate of Compliance with Section 18-87 of the City of Miami Procurement Code on behalf of Proposing Firm named therein in favor of the City. Subscribed and sworn to before me this My commission expires: Bonded by: day of. ,20 Notary Public, State of Florida at Large Civil Engineering Services for RFQ No. 19-20-021 Shorecrest Drainage Improvements, D-5 36 6.5 INFORMATION FOR DETERMINING JOINT VENTURE ELIGIBILITY - FORM A If the Proposer is submitting as a joint venture, please be advised that this form (2 pages) MUST be completed and the REQUESTED written joint -venture agreement MUST be attached and submitted with this form. 1. Name of joint venture: 2. Address of joint venture: 3. Phone number of joint venture: 4. Identify the firms that comprise the joint venture 5. Describe the role of the MBE firm (if applicable) in the joint venture: 6. Provide a copy of the joint venture's written contractual agreement. 7. Control of and participation in this Agreement. Identify by name, race, sex, and "firm" those individuals (and their titles) who are responsible for day-to-day management and policy decision -making, including, but not limited to, those with prime responsibility for: (a) Financial decisions: (b) Management decisions, such as: (1) Estimating: (2) Marketing and sales: (3) Hiring and firing of management personnel: (4) Purchasing of major items or supplies: (c) Supervision of field operations: Civil Engineering Services for RFQ No. 19-20-021 Shorecrest Drainage Improvements, D-5 37 NOTE: If, after filing this form and before the completion of the Joint Venture's work on the Agreement, and if there is any significant change in the information submitted, the Joint Venture must inform the City in writing. AFFIDAVIT "The undersigned swear or affirm that the foregoing statements are correct and include all material information necessary to identify and explain the terms and operation of our joint venture and the intended participation by each joint venture(r) in the undertaking. Further, the undersigned covenant and agree to provide to the City current, complete, and accurate information regarding actual joint venture work and the payment therefore and any proposed changes in any of the joint venture(r) relevant to the joint venture, by authorized representatives of the City. Any material misrepresentation will be grounds for terminating any contract which may be awarded and for initiating action under Federal or State laws concerning false statements." Name of Firm: Signature: Name: Title: Date: Name of Firm: Signature: Name: Title: Date: Civil Engineering Services for RFQ No. 19-20-021 Shorecrest Drainage Improvements, D-5 38 a�TY O�tt'pi 0 (UTi#u of 'Miami ADDENDUM No. 1 February 4, 2020 REQUEST FOR QUALIFICATIONS No. 19-20-021 CIVIL "ENGINEERING SERVICES FOR SHORECREST ROAD AND DRAINAGE IMPROVEMENTS - D5 TO: ALL PROSPECTIVE PROPOSERS: The following changes, additions, clarifications, and/or deletions amend the above -captioned Request for Qualifications (RFQ) and shall become an integral part of the proposal submitted and the Contract to be executed for Civil Engineering Services for Shorecrest Road and Drainage Improvements, RFQ No. 19-20-021 (the "Project"). Please note the contents herein and affix it to the documents you have on hand. All attachments (if any) are available on the Office of Capital Improvements (OCI) website and are part of this Addendum. ADDITIONAL PROJECT INFORMATION Phase 1 Shore Crest Drainage Feasibility Study, conducted by A.D.A. Engineering, Inc., dated March 2019, is hereby attached. THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE CONTRACT DOCUMENT AND SHALL BE MADE A PART THEREOF. Annie Perez, CPPO, Director Department of Procurement, City of Miami (11itiv of ffiia I:Ci ADDENDUM No. 2 February 24, 2020 REQUEST FOR QUALIFICATIONS No. 19-20-021 CIVIL ENGINEERING SERVICES FOR SHORECREST ROAD AND DRAINAGE IMPROVEMENTS - D5 TO: ALL PROSPECTIVE PROPOSERS: The following changes, additions, clarifications, and/or deletions amend the above -captioned Request for Qualifications (RFQ) and shall become an integral part of the proposal submitted and the Contract to be executed for Civil Engineering Services for Shorecrest Road and Drainage Improvements, RFQ No. 19-20-021 (the "Project"). Please note the contents herein and affix it to the documents you have on hand. All attachments (if any) are available on the Office of Capital Improvements (OCI) website and are part of this Addendum. A. MODIFICATIONS: 1. Wherever applicable throughout the RFQ document, Proposers are hereby advised that the Proposal Submission Due Date has been changed to March 3, 2020, by 2:00 p.m. (local time). The location for delivery of Proposals remains the same. 2. On page 19 of the RFQ, Item 7, "Experience of the Lead Civil Engineer (Key Personnel)," the following sentence is hereby deleted "One (1) Form RFQ-E GP- needs is be a-uh- M- e.- for a ^" PF9jeGt reference.", and replaced with the following sentence "One (1) Form RFQ-ELAE needs to be submitted for each project reference." 3. On page 24 of the RFQ, Section A, Item 14., the following words are hereby deleted: "Environmental Construction," and replaced with the following word: "Contract' B. REQUESTS FOR INFORMATION: Q1. Can the City please share the "Phase I Shore Crest Drainage Feasibility Study Report" which is referenced in the RFQ? Al. The Phase I Shore Crest Drainage Feasibility Study Report was made available through Addendum 1. Q2. Could you please forward us form RFQ-ELCE? We could not find it posted on the website. A2. Please see MODIFICATIONS, Item 2., above. Q3. Can the City please confirm that coastal and seawall work is not included in the scope of work? A3. Confirmed. The purpose of this Project is to design road and drainage improvements to the existing roads within the public right-of-way. Accordingly, no coastal or seawall design work will be included in this Project. Civil Engineering Services for Shorecrest Drainage 1 RFP No. 19-20-021 Addendum No. 2 Q4. Can the City please confirm whether street lighting is included in the scope of work for this Project? A4. Since this Project will involve potentially raising the roadway in certain areas, street lighting evaluation may be required to determine if additional lighting will be necessary. Q5. Please confirm that A.D.A. Engineering, Inc. (ADA) will be precluded from this RFQ process because of their involvement with the feasibility study? A5. Confirmed. ADA shall be precluded from consideration in this RFQ because of their production of the Phase I Shore Crest Drainage Feasibility Study Report. Q6. Can we have the 15% CBE be a combination of Miami -Dade County and City of Miami local firms and get partial credit for the firm(s) whose office are located within the City's boundaries. A6. No. In order to earn the five (5) bonus points, the entire 15% Small Business Enterprise - Architecture & Engineering (SBE-A&E) goal must be met by SBE firms certified by Miami -Dade County and which place of business meets the criteria stipulated in Section 18-73 of the City of Miami Code, "Definitions." Firms must have had Business Tax Receipt/s issued by the City of Miami active for a minimum of 12 months immediately preceding the Proposal Submission Due Date. Q7. Can the city please clarify the project area limits? A7. The Project area includes approximately 40 acres located at the southeast end of the Shorecrest neighborhood. The Project area is bound by NE 79th Street to the north, NE 8th Court to the west, Little River Canal to the south, and Biscayne Bay to the east. Maps and aerial photos of the Project area may be found in the Phase I Shore Crest Drainage Feasibility Study Report. Q8. Form RFQ-QKP - Qualifications of the Key Personnel: Lead Architect, Lead Civil Engineer, and Project Manager appears to reference items irrelevant to this RFQ with the following: "List previous historical facility restoration/preservation projects:" Can the City please confirm whether this is the correct form? A8. The Revised Form RFQ-QKP - Qualifications of the Key Personnel: Lead Architect, Lead Civil Engineer, and Project Manager is attached hereto as Additional Project Information - Exhibit 1. Proposers must use the Revised Form RFQ-QKP_ Qualifications of the Key Personnel in their response to this RFQ. Q9. If the services mentioned between page numbers 11 and 15 are performed by the Proposer/Prime Consultant, would the proposer still list them on form RFQ-QSC - Qualifications of Sub-Consultants/Sub-Contractors and Other Personnel? A9. Please refer to Section 4, "Instructions for Submitting a Proposal" for details as to what forms must be used to list all personnel included on a Proposer's team. Q10. Page 22-Item 15. Qualifications and Experience of Other Sub -Consultants Does the requirement of "a detailed resume is required to be submitted for each Sub - Consultant that reflects each team member's education, qualifications, and experience including at least one (1) completed project on their assigned field of expertise for governmental and/or institutional clients, within the last three (3) years. Projects referenced in resumes shall, at minimum, include the following information: Civil Engineering Services for Shorecrest Drainage 2 RFP No. 19-20-021 Addendum No. 2 client name, client address, client contact information, description of work, the year the project was commenced and completed, and the total value of the project in terms of the entire cost" refer to all staff listed on the organizational chart ? A10. If a Proposer chooses to utilize additional sub -consultants other than the ones required to provide the services specified in Section 4.1, Sub -Section A.10 through A14, then the requirements of Sub -Section A.15 apply. Q11. Can the City confirm if any previous consultants involved in the development of studies, plans and design criteria are excluded from participation? Al 1. Please refer to response to Question 5, above. Q12. Please provide some clarification on the scope of engineering services to be provided during the design phase, the contractor procurement phase and the construction phase of the Project. Al2. Section 2.3, "Scope of Services of the RFQ," outlines the various engineering services to be provided during the design phase, the contractor procurement phase, and the construction phase of the Project. Q13. Please clarify the scope of work and/or role of the team member identified as "Contract Administration Specialist"? A13. The Contract Administration Specialist must have experience as the contract monitoring and compliance representative on governmental and/or institutional engineering and/or construction projects. Contract Administration Specialist services to be provided shall include contract administration and compliance reporting, among other activities. Q14. On pages 23 and 24 of the RFQ, Section A, Item No's. 10-15, the City is indicating Qualifications and Experience of the various Sub-Consultants/Sub-Contractors plus Resume on form RFQ-QSC. Does the City want one (1) RFQ-QSC for each Sub- Consultant/Sub-Contractor, or one (1) RFQ-QSC form comprehensive of the team? A14. Proposers may submit one (1) form RFQ-QSC to identify all Sub-Consultants/Sub- Contractors intended to provide services for the Project as a member of the Proposer/Prime Consultant's team. However, the requirement of a detailed resume describing, among other things, the experience, prior projects and contact information for the owners of the prior projects shall apply to each and every Sub- Consultant/Sub-Contractor identified on the submitted Form(s) QSC. ADDITIONAL PROJECT INFORMATION: Exhibit 1. Revised Form RFQ-QKP - Qualifications of the Key Personnel: Lead Architect, Lead Civil Engineer, and Project Manager THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE CONTRACT DOCUMENT AND SHALL BE MADE A PART THEREOF. Annie Perez, CPPO, Director Department of Procurement, City of Miami Civil Engineering Services for Shorecrest Drainage 3 RFP No. 19-20-021 Addendum No. 2 Qualifications of Key Personnel Form RFQ-QKP Instructions This form is to be completed and submitted in accordance with the requirements of the RFQ to which your firm is responding. Do not leave any blanks or fail to provide any information or details that are required. Failure to submit this form or the use of any other form will result in the rejection of a proposal as non- responsive. The failure to provide the information or details required by the form may result in the rejection of a Proposal as non -responsive. RFQ No.: Name of Key Personnel: License No.: RFQ Title: Years of Related Experience: Primary Types of Services (Residential, Residential High -Rise, Mixed -Use, Offices, Park Facilities, Government Offices, etc.) Key Personnel Employer: Key Personnel Office Address: Type and number of projects completed in the past 5 years: Design/Bid/Build: Private Sector: City of Miami: Design/Build: Federal Government: Name of Projects: CM -at -Risk: N/A ❑ State/County/Municipal: Residential/Residential High -Rise: Office: Mixed -Use LEED/Green Globe Certified: Other (specify): List previously completed civil engineering designed roadway projects: Retail: By signing below, Prime Consultant certifies that the information contained in Form RFQ-QKP is accurate and correct. Prime Consultant further certifies that it is aware that if the City determines that any of the information is incorrect or false the City may at its sole discretion reject the Response as non -responsive By: Signature of Authorized Officer Printed Name Date Title RFQ-QKP Revised 7/31/19 THU of '01-a d ADDENDUM No. 3 March 3, 2020 REQUEST FOR QUALIFICATIONS No. 19-20-021 CIVIL ENGINEERING SERVICES FOR SHORECREST ROAD AND DRAINAGE IMPROVEMENTS - D5 TO: ALL PROSPECTIVE PROPOSERS: The following changes, additions, clarifications, and/or deletions amend the above -captioned Request for Qualifications (RFQ) and shall become an integral part of the proposal submitted and the Contract to be executed for Civil Engineering Services for Shorecrest Road and Drainage Improvements, RFQ No. 19-20-021 (the "Project'). Please note the contents herein and affix it to the documents you have on hand. All attachments (if any) are available on the Office of Capital Improvements (OCI) website and are part of this Addendum. A. MODIFICATIONS: 1. Wherever applicable throughout the RFQ document, Proposers are hereby advised that the Proposal Submission Due Date has been changed to March 17, 2020, by 2:00 p.m. (local time). The location for delivery of Proposals remains the same. THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE CONTRACT DOCUMENT AND SHALL BE MADE APART THEREOF. - i CTCAnnie Perez, CPPO, Dir ctor\ Department of Procurement, City of Miami Civil Engineering Services for Shorecrest Drainage 1 RFP No. 19-20-021 Addendum No.3 THU of is mi ADDENDUM No. 4 March 13, 2020 REQUEST FOR QUALIFICATIONS No. 19-20-021 CIVIL ENGINEERING SERVICES FOR SHORECREST ROAD AND DRAINAGE IMPROVEMENTS - D5 TO: ALL PROSPECTIVE PROPOSERS: The following changes, additions, clarifications, and/or deletions amend the above -captioned Request for Qualifications (RFQ) and shall become an integral part of the proposal submitted and the Contract to be executed for Civil Engineering Services for Shorecrest Road and Drainage Improvements, RFQ No. 19-20-021 (the "Project"). Please note the contents herein and affix it to the documents you have on hand. All attachments (if any) are available on the Office of Capital Improvements (OCI) website and are part of this Addendum. A. MODIFICATIONS: Wherever applicable throughout the RFQ document, Proposers are hereby advised that the Proposal Submission Due Date has been changed to March 31, 2020, by 3:00 p.m. (local time). The location for delivery of Proposals remains the same. THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE CONTRACT DOCUMENT AND SHALL BE MADE A PART THEREOF. �X_ K�__ Annie erez, CPPO, Director Department of Procurement, City of Miami Civil Engineering Services for Shorecrest Road and 1 RFP No. 19-20-021 Drainage Improvements Addendum No. 4 Tity of ffliami ADDENDUM No. 5 March 27, 2020 REQUEST FOR QUALIFICATIONS No. 19-20-021 CIVIL ENGINEERING SERVICES FOR SHORECREST ROAD AND DRAINAGE IMPROVEMENTS - D5 TO: ALL PROSPECTIVE PROPOSERS: The following changes, additions, clarifications, and/or deletions amend the above -captioned Request for Qualifications (RFQ) and shall become an integral part of the proposal submitted and the Contract to be executed for Civil Engineering Services for Shorecrest Road and Drainage Improvements, RFQ No. 19-20-021 (the "Project'). Please note the contents herein and affix it to the documents you have on hand. All attachments (if any) are available on the Office of Capital Improvements (OCI) website and are part of this Addendum. A. MODIFICATIONS: 1. The solicitation process for RFQ No. 19-20-021, Civil Engineering Services for Shorecrest Road and Drainage Improvements, is hereby put on hold until further notice. An addendum will be issued once the solicitation process is resumed, and a new Proposal Submission Due Date is scheduled. THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE CONTRACT DOCUMENT AND SHALL BE MADE A PART THEREOF. _ r Annie Perez, CPPO, Director Department of Procurement, City of Miami Civil Engineering Services for Shorecrest Road and 1 RFP No. 19-20-021 Drainage Improvements Addendum No. 5 ON e4 s rf 0-1-itiv of ffiiami ADDENDUM No. 6 April 17, 2020 REQUEST FOR QUALIFICATIONS No. 19-20-021 1IIIII.1 ,II�JII11111 �111 11011 y\`IIII¢] lfllll° II 01\1 Sftl14 1I AUK IN, 1° 10 N510-0511,4 TO: ALL PROSPECTIVE PROPOSERS: The following changes, additions, clarifications, and/or deletions amend the above -captioned Request for Qualifications (RFQ) and shall become an integral part of the proposal submitted and the Contract to be executed for Civil Engineering Services for Shorecrest Road and Drainage Improvements, RFQ No. 19-20-021 (the "Project"). Please note the contents herein and affix it to the documents you have on hand. All attachments (if any) are available on the Office of Capital Improvements (OCI) website and are part of this Addendum. A. CLARIFICATIONS/MODIFICATIONS: 1. Wherever applicable throughout the RFQ document, Proposers are hereby advised that the Proposal Submission Due Date has been changed to May 13, 2020, by 3:00 p.m. (local time). The location for delivery of Proposals remains the same. B. REQUESTS FOR INFORMATION: Q1. Please confirm that A.D.A. Engineering, Inc. (ADA) will be precluded from this RFQ process because of their involvement with the feasibility study? Al. ADA will not be precluded from consideration in this RFQ. Q2. Can the City confirm if any previous consultants involved in the development of studies, plans and design criteria are excluded from participation? A2. Please refer to response to 01, above. THIS ADDENDUM IS AN ESSENTIAL PORTION OF THE CONTRACT DOCUMENTAND SHALL BE MADE A PART THEREOF. 4— Annie Perez, CPPO, Director Department of Procurement, City of Miami Civil Engineering Services for Shorecrest Road and 1 RFP No. 19-20-021 Drainage Improvements Addendum No. 6