Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Bid Response
ATKINS Section A Section A Tab!e of Contents SECTION A ATKINS 1, Table of Contents 1 2. RFQ-PL-Proposal Le. 3 3, RFQ-N- Proposal 5 4, RFQ-QP-Qualifica` Dns of Proposer 7 5. Proposer Organ ? nal Chart 25 6. Staffing Plan 27 7. RFQ-QT-Qualifications of Proposer's Team 31 8. RFQ-VVC-Wor'{load Capacity 41 9. Resumes of Key Personnel 59 10. Team Organ+za`ona! Chart 93 11. RFQ-PP-Proposer's Protect Experience 95 12. RFQ-PP-R-Proposer's Reference Forms 103 SECTION B 1 (Management Plan 111 SECTION C 1. RFQ-PC-Qua .`1: 's of Project Coordinator 121 2. RFQ-PC-R-Program Coordinator Reference 125 3. Resume of Program Coordinator 131 4. Form RFQ-WC-Vi or' load Capacity for Program Coordinator 133 SECTION D 1. PSA or Agreement Provisions (Exhibit "B") 135 2. RFQ Proposal Forms (Section 6.0) 173 3. Information for Determining Joint Venture E.' g b!lity-Form A (if applicable) 183 SECTION E 1. Letter of Agreementis) (LOA) 185 2. Form C-1 List of Subconsultants 187 3. Certificate of Compliance 189 4, Business Tax Receipt 191 5. Copies of Miami -Dade County CBE certification for Proposer or Proposer's Subconsultants 196 6. Notice of Qua!ificatons (FDOT) 199 1 Page intentionally Left Blank 2 2. RFQ-PL-Proposal Letter Request for Qualifications Proposal Cover Letter RFQ Title: Capital Program Support Services RFQ No.: 15-16-032 Proposer (Legal Company Name): Atkins North America, Inc_ Address: 2001 NW 107th Avenue, Miami, FL 33172 Proposer's Internet Address: www.atfcinsglobal_corn FEIN #: 59 F3s96318 State of Florida Corporation No.: 233840 State IncorporatedIOrganized.: El°rida Proposer's Contact Person: Diego Clavijo Title: Project Manager Telephone #:305.514.3579 g-Mail: diego.clavijo@atkinsgloba!_corn Certification of Compliance The undersigned hereby certifies that neither the contractual party nor arty 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 (1) certify that any and al! information contained in this submission is true; and we (I) 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 a!I respects fair and without collusion or fraud. We (I) 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 Authorized Representative Name: Barry J. Schulz Title: Senior Vice President / Chief Operating Officer Signature: zzfy�— Date: . /-1 ;r Form RFQ-PL 3 Page Intentanally Lett Blank • 4 3, RFQ-N-Proposal Narrative Request for Qualifications Proposal Narrative Form RFQ Title: Capital Program Support Services RFQ Number: 156032 Atkins North America, Inc. Name of Proposer: In the space provided below respond to the requirements for the Proposal Narrative specified in the RFQ. The City of Miami's Office of Capital Imps -,e (OCI) is responsible for the planning, coordination, implementation, and monitoring of construction- elated of the City's Capital Plan composed of more than 300 active capital improvement projects with a total cost of S500 million. As the City's Capital Program Support Services (CPSS) contract managers 2008, we understand the nr.ogram and project delivery challenges the City is facing such as funding spendd n management, project pc :-1l10 manager -Ent tPPi`•f?,, realignment of the OCI organization, optimization of OCI's processes and procedures, improved i^.:r'_ ,vith internal clients (fire, police, parks), and the nee." to strengthen program and project management capabilities Ltl..-s '- i had the privilege to work 4'i itn 00 over t'rvo contract terms, for a total of 8 years. We have a dedicated =ry tea „ in place led by our most seasoned program coordinator in South Florida, Diego J, Clavijo, PMP . now and trust, will continue to work with OCI executives and staff to deliver effective .- _ s s `s - }.:cess u! delivery of capital projects, Our firm and our subconsultants are committed and ding an experienced team that keeps the best interests of the City at its core, has a proven track record of performance and demonstrated expertise, offers substantial local resources, and is flexible and able to work alongside the City and adapt as the program evolves. Commitment. Atkins I -es a record of resolving challenges and providing solutions which serve the City's best interest. During the pas` 4 years, we have successfully executed more than 120 work orders, while performing "above expect.at ems" as e' acted in our performance survey. Our record of e _ ::a service with the City includes: • Assembling a mul: disciplinary team to assist OCI in the design and construction of the Marine Stadium Flex -Park project in a nine month period that included critical electrical infrastructure to host the Miami Boat Show. • Supper" ng through the JOC Program the construction of the Miami Police Department's Helipad project which earne_,: ? City the Harry M. Mellon 2014 Award of Merit. • Re -con —ending and implementing a multi -phase strategy to strengthen OCI's program management processes and procedes and developing a tailored program delivery system. • Providing engineering and forensic experts to investigate, assess, and develop an effective remediation plan for a critical failure of seawall at Bicentennial Park and assisting OCI in the subsequent construction and litigation that yielded not only the remedy to the design deficiency but also a substantial monetary recovery to the City. <I\S Request for Qualifications Proposal Narrative Form Please utilize the space below, as necessary. Expertise. Atkins has been recognized as ore of the leading engineering firms providing comprehensive program and project management in South Honda. During the past 10 years, Atkins has successfully assembled high performing multidisciplinary teams to provide capital program support services for public clients including the City of Miami, FDOT, hiliami-Dade County Water and Se.. Department (WASD), School Board of Broward County (SBBC), PortlMIAMI, Port Everglades, and Miami -Dads T? Our team, in collaboration and under the direction of OCI leadership, will immediately leverage our substantial knc:;.'vcl-: the City's project portfolio, infrastructure, and processes and procedures to achieve the short term and long term go&s, e sti.a:egies that OCl has outlined to carry out its Capital Plan. Our team has a ~rofound respect and understanding of the CitSy+'s work; this combined with our experience, results in a team that has no lean_ _,:ii curve and can be trusted to meet the City's needs. Local..-` •s _r " 5 -3, of experience working in South Honda, and our Miami office is staffed by more than 130 prc`__ _ as : r•: range of technical services. In addition, our core staff, subconsultants, and a majority of our spec t.f staff 4:o sup; drt this contract are located in Miami, providing the City with immediate access to resources. Flexible. Atkins has the capacit•, a^_i proven ability to adapt program staffing and technical services to meet the evolving needs of the OCI. In addition, r 4,: ,sccessfuliy provided flexible, multidisciplinary services tailored to each work order as needed to del ;er projects and meet your needs. Our chfferertatys—ed,cieted commitment, expertise, local, and flexible —combined with our ability to embrace your vision .Psh!'e aci'_I=:s:''_ daily needs, will allow us to continue to provide the City ,nth outstanding CPSS support. 6 4. RFQ-QP-Qualifications of Proposer Request for Qualifications Qualifications of Proposer 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 Response as non -responsive. The failure to provide the information or details required by the form may result in the rejection of a Response as non -responsive. RFQ Solicitation No,: 15-10-032 RFQ Title;Capital Program Support Services Name of Proposer: Atkins North America, Inc. Primary Types of Services (residential. residential high-rise, mixed use offices park facilities. govt offices. etc.): Architecture -Engineering Services Type of Firm: Corporation 0 LLC ❑ Partnership ❑ Sole Proprietor ❑ Joint Venture ❑ Other ❑ Certified Small or Minority Owned Business: Yes ❑ No x❑ Issued by (name): Type of Ownership Certification(s): Corporation Is this the Proposer's main office? Yes ❑ No ❑ If No, main office location: Tampa, Florida Will Proposer rely on any other branch or subsidiary office to perform the work? Yes No ❑ If yes, location of these offices: Miami, Florida; Ft. Lauderdale, Florida, Number of years in business under current name: 6 . If firm has undergone a name change in the past 5 years, provide prior name and number of years in business under this name (not a result of a sale of the firm): Type and number of projects completed in the past 5 years: Design -Bid Build: 38 Design/Build: 289 CM@Risk: 18 N/A ❑ Private Sector: 5'798 Federal Gov't: 1363 State/County/Municipal: 12,298 City of Miami: 203 Name of Projects: Capital Program Support Services (2013), Museum Park, Coral Gate Survey, Fairlawn Storm Sewer Improvement, CRA Miami Entertainment Complex Residential/Residential High-rise: 187 Office: 55 Retail: 72 LEED or Green Globe Certified Projects: 82 Other (specify): Mixed Use: 147 7 Number of Employees: 2540 Licensed Architects: 54 Licensed Engineers 611 LEED-AP Professionals 58 Licensed General Contractors 5 . Licensed Surveyors 27 CTQP Licensed Inspectors 21 . Other (list) List, explain and provide the status of all claims, lawsuits, and judgments pending or settled within the last 5 years (Please add additional pages if necessary): Our litigation list is included in our proposal in Section A, Brief History of the Firm (Please provide a brief history of the Proposer's Firm): Established in Miami, Florida, more than 50 years ago, Atkins (formerly The PBSJ Corporation (PBSJ) and its subsidiary, PBS&J), operates as a national business of in the United States. Atkins provides exceptional service with technical excellence, quality, and timely responsiveness from local staff. As ore of the world's leading full -service engineering and design consultancies, Atkins provides expertise in a diverse range of specialized areas including capital program administration, production management, construction administration, program management, project controls, construction management and administration, engineering, surveying, marine/ coastal, GIS production; management, financial program management, utility coordination, document control and records management, and value engineering. INe have been providing capital program support services for projects ofa similar size and scope for more than 50 years. Atkins counts among our clients many cities, counties, special districts, state and federal agencies, industries, and private entities. Being Florida based, much of our experience is drawn from solving problems unique to Florida. Our high volume of repeat business-90 percent —is a reflection of our sincere commitment to client service. Atkins offers the most qualified team of program management and project controls professionals with the knowledge, experience, and depth of resources to assist the City of Miami in the implementation of its CIP, aiming at reliable cost estimates, maximization of cost savings by applying value engineering techniques, and minimization of change orders and claims by performing thorough constructability analysis of construction documents. Our firm has a dedicated project controls group with certified estimators, schedulers, claims analysts, and value engineers who provide construction cost estimating and scheduling consulting services to various public and private clients nationwide, Atkins has comprehensive experience acting as an extension of our clients' staff and have done so on multiple projects including contracts for the City of Miami Capital Program Support Services (CP5S), Miami -Dade Seaport Program Management Consultant, Florida Department of Transportation (FDOT) District Four Districtwide Scheduling and Database Support Services, and School Board of Broward County Program Management and Control System (PMCS), Miami -Dade Transit Program Management Consulting Services, and South Florida Regional Transportation Authority Program Management Services. 8 List below the names of owners, officers, principals, and the principal -in -charge -of the Proposer's firm together with the title and percentage of ownership (add additional pages as necessary Name Title % Ownership George Nash President/Chief Executive Officer 006 Barry J. Schulz Senior Vice President/Chief Operating Officer 0% Thomas F. Barry, Jr. Senior Vice President 0% Kenneth J. Burns, Jr. Senior Vice President 0° 0 C. Ernest Edgar, IV Senior Vice President/General Counsel/ Secretary Ooo Donna M. Huey Senior Vice President 0% Justin P. Jones Senior Vice President 0% Steven C. Malecki Senior Vice President 0% fvlaureen M. Nayowith Senior Vice President 0% Michael M. Nowwton Senior Vice President 0% David D. Quinn Senior Vice President/Chief Financial Officer/ Treasurer Ooo 1Wilfiam R. Winkler Senior Vice President cc° By signing below Proposer certifies that the information contained in Form RFQ-QP is accurate and correct. Proposer 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 Barry J. Schulz Printed Name 2/2/20U Date Senior Vice President/Chief Operating Officer Title Page 3 of 3 9 RFQ-QP Revised 8.5.2016 PROPOSER'S LICENSES ATKINS Engineering Architecture Surveying and mapping Landscape architecture Stateof Florida BDaTo of Frc tgs%e iEnOneers a-t1-Irw t r>}v A€k North ra, fib_ g PE is authorized under the provisinr,s of onk x,,,- TFlorida: aputos, to offer engineering services to the public through a Profssivhpi ngalcrtis to iicenseti»Riler 4 hapter 471, Florida Statutes. Espusuon: 2/23 ^_01.7 `' =.. CA Lic. No: Audit No: 22820i R32193 ' . _l.: - 24 ROCK SCOTT GO'VERNCR KEN LAWECN. SECRETARY STATE OF FLORIDA DEPARTMENT Of BUSINESS AND PROFESSIONAL REGULATION BOARD OF ARCHITECTURE S. INTERIOR DESIGN • RACC0J723 The ARlD iTECT CORPORATION NatrAd below IS CERTFiEO U^.C.ar the 4rovisons if Chaflter 481 FS Expratnn'dale F=8 28 2C1 ATK:N S Nr,'R i-I AME?:CA INC 4i,NG'W BOY SC OLT BOULEVARD SUITE 7C4 • TAMPA FL 3:1EC7 ,SslrEo x2 ' tY4 DSSPLAY AS RECWIREO 9'/ LAW 4EQ i L.I29J47:"69 Fa "rr.m Urgarrr u! or 44rirnlr!"re xa:1( *MI MI er I),s$I,,A*xt C, ,uincr 1[r, i 4, u,urd nY L'rn rr.unaal S.,0n,lrk 41.4 11.,IIP. rr ?lilt= i1v.luhr Praway Taiknha�sax_ Flo=via 3_3`M.4.00 LB21 Professional Surveyor and Mapper Business Li_snse t '✓14r ItY';.:r-�c sS+x'r--. .-.1 S l•::[lra' 4 r 1T3:3 ," \ORTH 1'U1.:321C A.Stf'.. Tr,' LEG AL 0vPT.4011 44 E34 3Y 'co( T Il€ 417 TF:.1ht T 4V11" A. TL 33fi11--5-13 ixi5=ha 5v ., avwu�ax Aar:.-. nor I,,a A .. rl••rw! rI RICK SCOTT, GCVE.RNOR KEN LAWSON, SECRETARY STATE OF FLORIDA DEPARTMENT OF BUSINESS AND PROFESSIONAL REGULATION BOARD OF LANDSCAPE ARCHITECTURE t•�CCcLti'S2 The LANDSCAPE ARCHITECT BUSiNESS Narr'd below HAS REGISTERED Under the provisions of Chapter 481 FS. Expiration dale: NOV 3C, 20'17 • ATXrNS NORTH AMERICAINC — -_ DIANA SHATINSE(Y - ` 4i;33 W BOY SCGL't BLVD STE 7tia 11.:u��-"'.:7::.71`,-`-`:4: TAMPA FL33807 10 State of Florida Department of State 1 certify from the records of this office that ATKINS NORTH AMERICA, INC. is a corporation organized under the law,vs of the State of Florida, filed on February 29, 1960. The document number of this corporation is 233840. I further certify that said corporation has paid all fees clue this office through December 31, 20[7, that its most recent annual report. uniform business report was filed on January 6, 2017, and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given ander racy hand and the Great Seal of the State of Florida at Tallahassee, the Capitol, this the Sixth day of January. 201 Secretary a f State Tracking Number: CC6870131215 To authenticate this certilicate,visit the folloniaig site,enter this number, and then Follow the instructions displayed. h ttps:?/seryices.sunbil.org!Filings/C'ertif icateOfStatus,'C ertiticateAuthentication 11 000866 Local Business Tax Receipt Miami —Dade County, State of Florida -THIS IS NOT A ELLL DO NOT PAY 6796545 BUSINESS NAME/LOCATION ATKINS NORTH AMERICA INC 2001 NW 107 AVE DORAL FL 33172 OWNER ATKINS NORTH AMERICA INC Employee(s) 259 RECEIPT NO. RENEWAL 1597179 EXPIRES SEPTEMBER 30, 2017 M}st be displayed at place of business Pursuant to County Code Chapter BA -Art. 9 & 10 SEC. TYPE OF BUSINESS 212 P.A./CORP PARTNERSHIPiFIRM 024 PAYMENT RECEIVED BY TAX COLLECTOR Sr1165.50 09/27/2016 CHECK21-16-131483 This Local Business Tax Receipt only confirms payment of the Local Business Tax. The Receipt is not a license, permit or a certification of the holders qualifications, to do business. Holder must comply with any governmental or nongovernmental regulatory laws and requirements which apply to the business. The RECEIPT NO. above must be displayed on MI commercial vehicles -Miami-Dade Code Sec 8a-275. For more information. visit www.miamidpde.govhax'sRector Updated, December 20, 2016 ATKINS LITIGATION HISTORY Case Title and Number Court Filing Date Date Closed Current Status Disposition Government Entity Key Nature of Suit 11.I1'11,_t'lI\11:1S1'I RSIIN. I RI 1' I. 1. I,SI a)I° (`.\N111.1.1( 31.1 l'Itl 1'S. .,I kllv,, Ni )1< III \Nil l<It',1. INl, 11,..1 11)SI10iCF.Lk 1',Lill II JI1N1111°, I°.I'I r.AI,('A.SE]NO 2IIInt'.11101 t'110.!II!OAR' '1111 I01)IL'1:1I ('IRC19'I, op..1N1,1 1.111.N'[Y.1.1 10.41201n 1r11ec '..11:11,.11U'I' 111'I'11 \C('1111'.1 111 N1I R II<,1NSI'I t'I)NSI'I{II{'IIIWS IN 11 LI I,15I1UE<(il,( 11i:ll, 1)1SI(iAI.(1,,11'II.ANI'' Ili 1'S NISI 10.'9.'I,9I 1' ',AI]IE IIX II4RNk;Ay INCI)i1A1111551L1•.1.11.. \S iL(1i I',1It11' DII NI/1NiS (?.Sl' III '111n('1'11?a2.I)I1' 176 1)€9991It1C'I L'1 1'Ri. ll1 A1'l'I<l'IlIINIY.11I I I I, ',III, -,,rinc ,,. ',I'd 0 Ills 1,rJ11:1([ N,1/:11(11) IIJS.A AS1'1[(SON.AI. R1 [' 1,1 1111 I.Sr (IE NI[I(1.1E1 L.':1I5RI:It:\. [)I C !'S N1 1'11_A 5 .1Sun1A 11 5 INt', 5I!I5( I.AF]tlSS I�N'1.'.('1'1'50! SIIASIl III 1C1!,1NI1('111 N 5!!5)RI':1\1') 1Ssi I<'1.5 Il:N, INC , AN]) ('II) I II. 11I \111 11ki.\t'I I, 1S 31.I)1'Alt'1 1 I'I.1/41N1111 55 11hIN`i5I1R111 VAMI-Iil(':1 INa' i1{1.fI'.ARI1' 1)1.II_NI) .AN1,1.551:Nt),I3-I)2528N 1,5)) f'1RC111'r('EAIR I,nEI.'1NII- €)A1)1'f)1919,111'.1.1, ' I1 1 Iclnc tt)NIRA<'IIL\F INUI AINII1 Li121:1N 10,1{1 ()1' 5 CRYS'I AI Li51.1.t11'1'ti 1)A1I1) 1 1ANC 1/1111) 1 'I,INI I)1i1I):\VIDA I.19'9,1 9,1 1<1'I-1IN9J :A- h1:11'I'IN9.1. 1 I.111(95 l'NU1NI 11t151] I I (', AIA.I<Y 1c111 l \ (E,1Nti NI }1: 11 I .1',11 1<1C 1 IN! 1A1);VIkI'9'9-' 5.l ('DUI NI1 !u1.-I I-{iI)K,+-(I L'11.1N('I'RYCI)1I1<1, I .1.1[.IR CclI INT'., M5 i 7 21111, 1 I ;n ',lib C1,,.cd 14'l0r,l 1Nu NI W 1(ii NCI' ATKINS NORTH AMERICA, INC. (FORMERLY POST BUCKLEY SCHUH & JERNIGAN, INC. D/B/A PBS&J) PROPRIETARY CONFIDENTAL INFORMATION - NOT TO BE DISTRIBUTED 1 of 11 1S11 NOLLVD1111 Updated: December 20, 2016 ATKINS LITIGATION HISTORY Case Title and Number Court Filing Date Date Closed Current Status Disposition Government Entity Key Nature of Suit v:A9 I ., 11'.1 1 l'.-\11 RI I \`N 1'11I N Nl1 Il Iltl .\ \NNI III.\ I I N t 111 (IL 1\11:\!LI1111 .).1'II.I I \.v11_\11.1:J1 N)It III,\Nil Itlt':\ INC ... ,\N1 N(1 It. 1111'171.CAl)I rt1I:\Ml 1i:A111-t•1R(11I'I COIN 1 I1. i. -'H.. A..tr.,. Sa+ NLtil.1(1I•NI1. 1).1NNIN 1111iNI.R ).'N NI:AI{h IAIINhI ANI)AIKINNNIIIFIII AM! RItA INC .INl1(,1'I NI'Nllil•R 1111 l' N I)N 1'1 1-AUIN(iSl I)LNIRI. I)1 IN I r 1 . ,i . I 1 .. 1 1). 'IIII, An1u N. PI ItSi INAI 1Nil IRV SI IAV1' I ARMS ,Y. I ANI S (t )Nll'.AN 1 111 I I.( 11CII);\ 1 I.t' 1NI> 1)ANIA 1`1 A,.1. Ili \ INC F'( it IN11 \'I6.IN , Nt>R111 AMI:RI('A 1N. 1 1 51 (•\SF NI) t'ACI--lI- III II, itilil'>1 ('IRCIll1 COIIR'I Iig(MARI)('OIINI'V t12" 21111, :ACtI . },•, li{I•SI'ASSINC i PHI V,VII' NIIISANt•l• NI ti9 It11 Ntl .1NI11 It11 IN C. IMMI CNN 111' \'N ('I I V 1..1 I :\'t11'A ANI) Al K INS N. Mill ANTI I{It'A INC . CASE ....lf+- t'A-uolCl 7 t'IR(.111T C. )1)It'f. IIII E SIit)RUIN;II ('t) 11 21 2(11(1 AlC1 _- N., ).SI•t"INl9•N'I I l (1N ) N 1 I'NI 11( I I NI 11 (St'i11:5 IN.,' VN N,\It \tiu1 \11ION I1'AND .\ I KINN NI IIt I II .\M1.1{I(P INC 1.111''1111.1 11IIII11I?N(' l'II{t'1111 ('I 1lIR I-, SARANIIIA, 1'l. i:1-1 21111+ : t l.. }'r+ i{i.:A.'l l C 1L C. CN IR:AC'I NI•(il 11i1 NCI: I IAN 11' 1 Ilt V11 1 1 1 111\ VS LANl L\'t 11 11) 1 1 INN l It i 1(.1 11 IN CO • IN., 1'1.11 (',\11- NIJ 2.1.)a-C'P-111- Illnix (INN'. IN PI PAS ('I11IRI.I,ANt'AS'I'l'R I (I , N(' !CU. 2111, Attitc No ('110,IR111 IILIN 111 11 1 •1 NMI IUI•NI 1- NMAI< I IN 1'I IRINl11l'111•K. VIU\. VS 1 :ON I S).1 111111'I IN1 I It111"1 ION C.1 IN.' P.IAl. l':\11 N.)!1.11-1'1'-'v- uli.ti11 1 `( )MM. IN PI I!AS ('I>IIICI.I.ANCAS'll-K 11) St' 1116 2111i Alin.: Nil C11NSlIIIIt"IION 1)1.111'1 NYt.Llt11'NCI- ATKINS NORTH AMERICA, INC. (FORMERLY POST BUCKLEY SCHUH & JERNIGAN, INC. D/B/A PBS&JI PROPRIETARY CONFIDENTAL INFORMATION - NOT TO BE DISTRIBUTED 2 of 11 Updated: Di:cember 20, 2016 ATKINS LITIGATION HISTORY Case Title and Number Court Filing Date Date Closed Current Status Disposition Government Entity Key Nature of Suit i11 MOAN \N Rut 111 I 1 1. VS L I I I<1♦ I I IN 11 it MC t .I{.\ I I I. AN I\I II\'II )1' 11 ANI) A l KINS Nt)1{1I %N11 ICIt -A INt' . t'.ASI" Ni) 2tVI S-t',\- rIIII4 o 1-II.c'I !11 11 )11; 1 S.\It,\'. Ji \ I1 9•I'111'. .A.in)c N. NPtil It ,I. Nt'I.f°I'ktitNA! IN.1111CY tIR.\Y .11: HI. It :\NI)1':\IItfCI:\ PI II 1 I's-) 11<.11' \'S ll4'11,IS i (.1 I. WI it ANI) Al NINS NI IIt III \NII itll .\ INt-.t'ASI Nt) P.-CA- (IN) 11 t.'t1tI1t1 1111 1 ,Itl IRA )! I d1 ('11 I I 11. !II I1, 'von,. \IIl111IN sl'()11 ANI)RI1111 \'s C1,11.11 NISI 1°A • 11)SI13I!I 1):1 1 1' SI I II I€ I A .II'RNIt.AN INC" 11°IIS,\ II \1 NINs Nt Nt 11 .A, 11 NIl :\ INt 11A1 t',1S1 Nu 17\_'01?-sI'-to-fl'ill 1 III ICI 4,1 ['t)NLNttIN E'1 1 \5 SI\'I I I NIII .it ll)ICIAI. C'1Nt l lI I VORK t'uI IN II' SOI I V 11 l'AIt 1INA 982UIi \tutr N,, NI.l it It,I-N1.'I'I'I I<SuNAI IYIIACV I t IN1)I IN 1 .\N I 1.N1.\ ANC) NIA 11111 V, 1,ti1) I :Al11tA III SS VS )11 Y u1 \I INI IN tC A i kiN‘o Nt IC 1 I I 1 NH 1t It'A INC' ANI) N1 A S7).11111 t't )N I !{NC' IN) i CU . C:\SI NC) I)-1-11,-I)It,I11t 111N1 RICf C'UI!RT INAViSI'tt '1\ 6921116 Atiltc 1 IA4 t II II I INI I< l I t)YI) VS RI 1'N111 1)5 SM1111 ',Ni)i1111.1.5 INC . A! I'.INN NI II( 111 AMI'kit'A. INt' FKA Pt IN' IStIt NI I Y Sl'11I111,K 111<Nltr.-\N IN( 11 ul<11):\ 1)11':\1(1SIC NIt11 1It:\N),I`tIRI.\LItIN1'L ,\l.t'ASi N() +q1S-i)2.11rt CA,-1 I1ILLN11)IUTAl-(ARCM MIAML-I1A1)I:C`t)L;NIY. 11. 11 3I'2tlli I °I Iulo 11na,:t1 S,,LLI',l 'iC1 Nlt.!1, 1.'.. 1 kIf;`.,).'1:\I, [NJ 11t1 IV1' NIA', VI I A I YNN VS A11tiINS NI/ICIII :\N11Itlt',\ INC ,1N1) cut ll<lNI 4' II \Itl<IS CAS]. NtI IS- 1 1noJ-ItI'-u1 1211.itt1)1(1A1 I)ISIICICI I)IS'Ih<I1"l t'titII<'I I)I MAI)IS,)N (5)IIN'I Y I 7 1 3 2411' Arm.., Na Nlilil WI NCI., 1.1481. INAI INIIIRY ATKINS NORTH AMERICA, INC. (FORMERLY POST BUCKLEY SCHUH & JERNIGAN, INC. D/B/A PBS&J) PROPRIETARY CONFIDENTAL INFORMATION - NOT TO BE DISTRIBUTED 3 of 11 Updated December 20, 2016 ATKINS LITIGATION HISTORY Case Title and Number Court Filing Date Date Closed Current Status Disposition Government Entity Key Nature of Suit ('II1N1)IIII _J(11:1.VS A'IKINS N()1t III 1N1Hit.1CA. INC.. 17Ai: NO. i.'s 201-,-('A-14i2ids-1)N1-I autvctlle. L L1lI l ,i oulrIi CO . Ca,: ri l 5-('A-111U244, 1)11 1 III'I'll.IIIDIC'IA1 ('Ikl't111', I'OI,K ('1)1 IN 11 I i.. MOV1.l)'11)I. II{('LIII' COI. UZ 1 , 111I I.SI3OI{OL 1(1I ! CO.1.1 7•29-2n1; 7.7.211H Chrocd I)i,inisµed N,, 1N1(I:A('I I (11 L'(IIHI . IC" RI.. ( 1<] ,' :1l'I ti11.V1;\ 1{I.1'N.\ 1)1 1.1IN:\, 1.'1Al. VS .L11 1' (. AI Ili( )1(.4. t'l l .1'OE (IKAI )O I111I,AlkINSNok,11EANIl:k1('A, IN( I'I:Al CA51.NO201--421011491I 1)ISFRI('1(011111' 1)}.NVI'L(Cot iN1Y,('O 1/2722015 IACu,C- Yu,. NIi(II](11N(I.1'l'1.5ONA1.INIIRA' PE II NI('11 , I);11 I hI N'l INI IIVI1){ IAI.I,Y AND AS I:XL(' 01' I S I. ( )1 U. 111l3Akr\ JF.AN 1'111.NJCII., IH_IIFAS' 1) 1 1A1 VS 611U1.OIA !)O1.AIKINSNOK111Alva :II('A, [P.R.' I:I AI C;ASIt r/1 A-l67I)-ti S1'AIIi(1)1)KI(711111 MUNI Y. t,A 711.2t111 Acm, Yeti NI(U1.(i4.NS'I-11'I'J{5(SNA1 !NMI 1(11( A!)I S KARI•N A VS t'i Il' OF !)AY I'(1N. A I I1 INS NURIII AM! J.i('A IN(." I.1:11.,('ASf.Nt1 'U1-,,1'V[1 O .1 MM(!N l'I.t,A:ti !7)I IR 1', N1ON'I't,t 1MI'1{Y Co, OM( ('IVII 1)IV 7'''7'ui, , ;1 .'iilr, 4'1,,n,1 !) in ,,,1 1'r, NI•61.161 N(. 1.11'I I.SONAI. !Nil1I(Y MI NA K;\NI)1' VS C111'01' VIlk( )I1.7. ('1) . CHI ORAI X) 01,1'1 OI' 1 I(.'\NS!'U1('I AI ION A l KINS NI 11(111 .A1\11 RI('. A IN(', FIAI.,('ASli NO. 1.(115('Vil474 111S-[KKR (1 0'I1! 111.NVL N 1 4:N11 (.'O /272411i Acli.0 1'c, N1.UI 1(11 NC'I.i1'f R,SUNI:A! 1N11iCY ATKINS NORTH AMERICA, INC- (FORMERLY POST BUCKLEY SCHUH & JERNIGAN, INC. D/B/A PBS&J) PROPRIETARY CONFIDENTAL INFORMATION - NOT TO BE DISTRIBUTED 4 ut 11 Updated: December 20, 2016 ATKINS LITIGATION HISTORY Case Title and Number Court Filing Date Date Closed Current Status Disposition Government Entity Key Nature of Suit mu 1',A1', I l .1INI• VS I I•WAI 1.3 N I 1}\!I°\Nl INrf,1•NNI•1)Y 1 NtOIN1'I'!{INs, K' ,1NS4 14'l1I I ti 111{41111' I I t.' A•11.INs N( IK I i l '011 Rh A IN('.SAII•IY sit,N.•' l 's)N11':1NY INI' AND (1I s iltsil.\ DI !'I I11 1IANSI'tll('I;\IIlIN (IVll ll' l is sN 1 11I rl l'\-x 11-1 ' i•\I! s1II'k{IIis I1,ls11 cutN J 'l 1'1 •1.1 1 .'n l , • :1tss., its, NlililItil•NL'1tl1'1^ii.SlNA! IN.I111{1' AIktNSI.N(iINI I•RS 1Nl° VS \I', NNNtsRill \Nil ids •'t It,'t' l :\NL' Nt l Id-l°V-1'1401-I \\I LISins IRK' l l`1)1IR1 soli] 'iila{Nins I1{It l , FI s11211m rtlIANII I)IV 12,10 2011 7 10 2111s t IIucII SCIIl,I110.11 Ih,uu,,,iI NI I I..+I(I Ni.\Iti, INI KIN(i1 NII N1 Vs1111INsi-11t1{NI K t°11NI1t1\t'IJN(i t s il\Il':\N't LNt Vti A I•KINS Nt)I{'I11 \N1I RJ A IN('.(°Asi No I.1-t'A- luc.;-11 I'IR(I111 (°t)I'Rs 1'RAN(O s'1111_ I,,;,'HIs,21‘.,1- t°I,,:.,.I (.4t1cru1 Disnii avvlIliI'rcludlcr cuteredh•2t)In N11 NI1.1 [I,I :v1 1 Itla 1( 11.4 II,N[I11(I iIIA(i1 NI)VI tit INI)1VII11'.\I 1 1',U 1.S 1'1 14St 1N Al 1{I.I'I{I SI.N 111:111V1. III 1.s'1 111 N1lt 11:11I A sil N('VI'Sl• VS !lid :1 I N INs NI LIII Ai\I1 ltlt'A III 11 111NsiS 4.'u14;1'4 11{A I II IN 1 1 111{10a I11 I'1 1 )1 1 ItANSIk II{ I°A'I It IN, !• 1 AI_. I n5t Nil 24114t':1-nu! I1.7 t'IKC111I esst IIt°I°. SA1N'1 11k II t4WW1 Y FI. ((IIV 2(111 i iI 20144. 4.1, cd SuiiIIIWIN J11t1}tuIcin11h,11,1 I '•.I s,I is d -.I 1 14 JNt 1NAI i';II111 t 411/1NS AWAI(I NI•Sti II1l'NI)Alit IN INt' VS AikiNS NtUltill Ahil ltlt'A INt' t' \Nl NII 11. 1 a-11074o 1.11:1'1111 ("(111K1 1111 I \Is( Oi tI il(l't).11I 7st1i 2(11111)l,2IlIl I•ks,...sd V.114111:11l,11v114„411 Nu \'ii li aIILIN1,1 I'11111 R' KI•l'f)1{I)SAl'°I ATKINS NORTH AIVIERICA, INC. (FORMERLY POST BUCKLEY SCHUH & JERNIGAN, INC. D/B/A PBS&J) PROPRIETARY CONFIDENTAL INFORMATION - NOT TO BE DISTRIBUTED ( ti 5of11 t/ i 00 Updated; December 20, 2016 ATKINS LITIGATION HISTORY Case Title and Number Court Filing Date Date Closed Current Status Disposition Government Entity Key Nature of Suit \I. I.)Olil ltl.l IA As 11t tll I SI (1, 1:11s,1AN.11 At'('111111 V5 AI LINS NI At 111 AMI R14.'A INC 11.,1 PItl,1'•.1 1 11U 1 1 1 A1.. C.1'I. NI, 1.1-I1(1t•17i1-CA I 1 1'l 1I 1111)I('IA1 t'IHc'i ll 1 MIAMI-1)AI )1'. t't l! IN I Y 11. 2 M '1(1 1 ; 13 21111, t10sr1.1 5a11l,d 1',_. Nl.t it I(il Nt I 1'1 Its's 1NA1 IN1lIIn (A11•It1:l Itcr 1'1t1t11 I VS ,\I I.INS NOR l 11 \MI I(I1'.1. INC l• 1 AI. ('Ail N(1 111:-s'\-I4i)l t'IR('J 111 ('( )1 Ili 1. IIRAN(il itI I1. (. i 2t11.1 1 )i''' N„ NI.t;1 it;I NCI ,1'Iil(NONAI INIlIR1' 141-I 1Nt'4.1111t1 t'A.ti111 I1IN .\S1O(1:1I I N IN(' V 1iAS'I114,N 1'1 :15'l I It1NI1 ('O1(I' I'li1,'t 14S I1IIRII-I':\It I V 1)1.1.1 NI) -1 41 I \NI .• 12-11,1,24'A- i Ir11.1M1.1):\I)I t1111N'I Y, II ( 29 2111.1 ') _ln 2011 ( 1,...•d 1",duntatt ,h.)nls.td N.. ('ONS I RI!1'1 It IN I)1.1.1 (' 1 IIiNI)11(SON 1111,\N1 It \'1 11 t.INS NI. )R'I I l 1001 ItI('A, INI t',\Sl. Nt r i-I-I-t)S_.l I1111111t1t 11'O17R1. .111)I )1-I I)1111t1(' I . "1 NNI SSL.I: 121 21111 1 2Illi 1 luscd Ihamts.:r,l , I l', N. 1 ,,11'LIIYAII•N 1 NIA 1 II Its, It1I\ Ir114IN AIARk As 1't R.`SON:1l Itl-1' s)1 L11 (11.I41(11 IAN1' A RI I\ I\1AI IN 1)1 t'1. ,\Sl.I) ANI I MART; lIIVN1.11IN IIJO!VII)(1,111Y 1'i .11KIN', NI)I(11I AMI•I{It'A.IN('. I141R11):11)11'1 Oh II; .AN',l't114I.\IION J.1:11- ( Ail -NI) 2111 I-un!,,71-( .A -III I'IRA IJI 1 ('1 )111t1 MIAFI1- 1):113I. ('I11IN11' l•I. .',l1I 2111.1 ; I t .4111 tl..ncd ticulc.l 1'cs IOI(i'N! (il,Iti1'Nc'l:-1'I I4.51INA1 INIIINY I NNNN .1 \MI'.N V`; .11 kINS NOIt I II .\MI 1{1('A II( 11 111 Nt .s, ('ultPult.A I It t \' I. NO IF(-2111 (- I ,\-1-ilS ('IR('l11'f C(H11(1, IIRPVARI)('(IIJN'FYI.1 I' id) ''III; tli,<, N., (1V11 Itltill"I'-I P.11'IuYMI.NI I ''1,1 I. 11 111-I'II \'1 I. I IlOul),\ s,1)N1, IN( ..1I NIN1 NI 11(I11 %All.lilt .1 INC .LIA1..CAM. Nt) 2111((110',%I 1i1..NAl(CIA IN11'.IN I)IS1RIt'ItlIII IRI II27211)(I?II2tlIN I1,,,,1 Sclllydand Ih.1nla.r,1 NO Nla1l1(ia.Nt'I,1.1-R1u:N.11 INJIIRY ATKINS NORTH AMERICA, INC. (FORMERLY POST BUCKLEY SCHUH & JERNIGAN, INC. D/B/A PBS&J) PROPRIETARY CONFIDENTAL INFORMATION - NOT TO BE DISTRIBUTED 6 of 11. Updated: December 20, 2016 ATKINS LITIGATION HISTORY Case Title and Number Court Filing Date Date Closed Current Status Disposition Government Entity Key Nature of Suit ('Akkll I (I, N1Akt II IA, I 'I'Al. V.S. I'1(Sfi) C( INS'I-ki VI ION SIRVI('I•S, INt' CANE Ni) A-11.61292-1).2N1) ,11\I1 NI)1.1)CoN11'1 AIN'i 1)Iti'IIIC1I.(s1lliI', ('1 ARK CI.)_ NV III 1 2u! ; 7 i.201r, 11,,ed Ifnlllis,.•d No t'(INS IRtVI'It8N I)1.1 I.( "1' \ 1 h1N.S NuR II f A!vll R 1'A, IN(' VS. I'RAI)(ikO1II', INC. CAS1-. NO 201 (('V2t.1771> SI11,1 RItIK('1 . 1.111 1O1, t'OI IN L Y C 8 7 _'III t t 31, 7(11-1 ( Ia,,.d ticlllcd Ni ('( II 1 k . JION 11 I/\Ii! I11 k1 t)EII'It)(i;\k('!AVS liR! \N kI 111 R!' ON ANI) Al INNS Nt Ik I I l VNII Itti ,A, INC., ('AS![ Ni) 1a 21113-11u5')8S40-('11-1'A-c.'.I(' (N(..AN(,'I• (1 II NI Y S1 ik'I kir ll{ ('()1'I(I 1\ .b p•2(f1 ; 7';u 21)1 i ('l(Iscd 1)i ii issed Aiken, Noufl Anievicd, Inc. Ni I"I{ItSONAI INJURY `.ANC111./. JIIAN V 1.1 t)Y1)':S ('ONS V R 11("1 It1N, INC , All:!NS N( )1,C1 I1 AM11I RICA. IN(' , VI Al \NII NOI I)CONJPI AIN].1'ASI- NI) CV(i671 1)11''1 1 I)IS'1'k1C1'cot llt lNYI ti CO„NV 7 120117 It,2111', Closed tic)t1ed•Ut,nus,cd Ni, NI -ail Icil N11 /1'I RSt)N\I INJIIRI' %A I I -I . I k(1 ON 1(1.r\l ' 1' Y CI / ,1.I.0 VS I(Et1)4911t))('(I,I• AN1)C"ITY01. I'(INE1'.ANO li1..:1CI I, 1,1_ C'AS1. I 1 1- nii-+lt-III(( ('Il) 1111 Ct)l lk 1' !1RO\A'Akl)(I).1•I. 262011' (((2uld ('I1,vd Scaled 1'es Ti Ik'17 Ni' (i1-INF:NCI•-I'L 7ti1(NAI INIIII.Y-R](1;A('IIOt t'()NIRA( 'I A1110-O\k'NI kS INNIJRANC!,(7) VS }'IiSiCJ ('uNYIk(I('llON SI;RV1C'IiS, IN(' ('.-1SI..- I1-I-(1';I.1-i: ',UPI 1{101{ O M 111. 0O1i1.1 ('l)IINI]' (1:7 -(11';_21)14 Opelt No tiUkfl Y I)ANI.A(;1•S-111t1.A1'I 1O1- (1)NIRAC '1 \I R I. WI RIk VS C'I'l Y OF ((IINNI.(11 ACAS! NO :)14CAnuu34-1 CIkt 111f CI. LAN! t.'U, I I. 2,.1'2111; Open Yes E'ItOI'1_I(Il' DAMAti1° ATKINS NORTH AMERICA, INC. (FORMERLY POST BUCKLEY SCHUH & JERNIGAN, INC. D/B/A PBS&J) PROPRIETARY CONFIDENTAL INFORMATION - NOT TO BE DISTRIBUTED 7of1'1 Updated: December 20, 2016 ATKINS LITIGATION HISTORY Case Title and Number Court Filing Date Date Closed Current Status Disposition Government Entity Key Nature of Suit !WA A 1111. ANIE'lilil 1., l• I AI. VN II(1' I)',i ('1)NS'FRIIt'I01N-:VIKlNi No1;: RI(;A INC i;l1l t'A's!' .(V'),I;I,W 1)l'I'I. 1 OISFRI1.'1 ('OINF. NVI S ('(I.,NV 1 i1..1 _tilt 7 1 2011 ('In,,cd I)1muls„xIu1(111he,lu(11ee No If!'MI 11)E11-I)ANJA(i1-.4 N11.(1)11N1'Y NV VS 111111111.S. IN(A1kINSNOI1III AMELII',A, INC L.l,\I ('ASI. Pc 1. i.li71 UI51kl('1cot IIf7.NYI2 ('O. NV 11,10 2011 3 27 2111, C1usr,I OnkFul I)iynus,:+l till+ l'i..lu+lie,- \'c, I(l.NII.I)II.S-UANI;\fiti'liRIAI'll II. CON l<All 11 )I 11 V IsYk.l4, HID1)1 1:, N 11 LS & 1'R! CI )1114I INC-1'I1S,Y-,I 11111:1)- 1'.AI1!'V 1)L1 I:ND,1N I S. CASI. .47- 2II0,(-('A-01111sV 2N1) JI IDR IAI. CII4,('111 I. 1_I'ON CO .11 11 17:20,12 12.1 2011 ('1,,.ed I algal .I N1I(u11 n( I:nt>a nl Ad.Ins and I)IsuusnaI Yes I4I.N11.I)IIS-I):11A1,1(fl 2 NT \ti51 1 1'ItrA1(11 I)AYI? I VS 1112 1.1 ('IN111 REV IION ('ANIC II2- 1'+" .'1(':A27 II'II1 J111)1t IAL('IR('11I1 (1 NIIAMI-1 €.11)1 (l1 CI 1 '21 201' c I i.2Ullr ('Ius,1 Sei!Ikd Nu 'l(,I1IS NIiiI IIiI•N1 I:-1'I ItSON,AI IN.IIII; Y .11 21R':\ IMI I(11./ 1. !Al. VS 11)I 1I (11I : A [KIN', NOR I I I ANII.RICA, INt . I. I:AI 1'A,1I::2i111-CA-( 4171 1 ('11,I('f 111 C1 . I)IV1'S1ON 1„ I'.ti'CANIMA CO 11 2 _`Ill:' '7 I I :'u(" 11;,.d SruIcd and I)i,nusae l Yes 'I+ 11t I,S NI1 it II €1 NCI 'I ItS(1NA1 INII IRY L(Olilil' I31.Al'IC AS AI)M OIL 1'SI 01- CIr1(I1)I McINI'(SIFI)I:('I'A,'s1.1) 11 A I. \' S A IK INS N(1R111 \Ml -ltit A IN(' CAS1' NI) 12('Vi2 10, 2N1)AN11 N1)I.I) I'! I11ION 12;rd 27;1,11)1.S'I 1.'(1€II{I 4LI1-.1.1HV(,'(i \ 111..R. 1112 91720!-:(10e,cd 1'inal,Iudcu1e111.eudlh,c1curse'AI ' 1)cicu+l:uils No It9'Nll-1)11"'s-I)ANIA(11`I \'R:\N,\ I2 )NA! 1),I VS. T111: Al KINS NI( 1111'€I ANII'I1I('A I21! I)INUS ((I11!'(IItA17ON, ('t121. NO 12-11155-k, I11V 11 ('IVII I)12 I II1.1.S13ORI 111611 (101IN1 YF1. ill I' 2112 12 1 (2211 li 2('(I .Inn Veldicl u1 I'al,n u1 Ali.ins NU1111,1+IIt1r(11 No Iif21 A(1I46 I'(>N'FRAC] I I;111 f1111 IN(' (11 ('I NIIRAI. NI V11)'\ V .\ I KINS Nt !Rill VNII RICA INC . 1 1 Al., . A-1 I-0-1a(,(r7-I t'I11'f'I \SVI (.AM\1:1) NVI)ISI ('I' sn'11]' 172)I',,('lo, I (rdce,d'l2s1tnssalo'III l'iclu(lice No ('(INS'11414 F( IN I)I"I k C1'- Ii1il•Ai'Il((I ('I)N'1RAC! ATKINS NORTH AMERICA, INC. (FORMERLY POST BUCKLEY SCHUH & JERNIGAN, INC. D/B/A PBS&J) PROPRIETARY CONFIDENTAL INFORMATION - NOT TO BE DISTRIBUTED 8 of 11 Updated: Decelntjes 20, 2016 ATKINS LITIGATION HISTORY Case Title and Number Court Filing Date Date Closed Current Status Disposition Government Entity Key Nature of Suit li 11 1 Is V t'ITY 1 II' LAS VI i',AS I I. V1 -_, I'('vO1'i-i NV El S.I)IMI CI 7/1(1'2012 7,th 1111•I l'I0>rtl Atkiu8 tllsiiiit ,1 No I I iR l S. N1.t it 1t i Nt'i - PI RS( /NAI IN.IE11<Y (':AE'RIAII('IL )N`CiRik 'Ifir N('tsid' Vs I. Ahi I IAVAII 1 t'1l Y ,F A I INS NtIii III AN1I1t11'A.INt I. I.\I. :'t 1,•'ll1-'-IIn76.1 SlIi11(I(iR("I M11IIAVI: I'l A iN 1 Y. AZ nr1 t `(11 ` 1 +I 21.114 ('Itisc,l I)I,ISii,:,A1 1',., t'ONNII:I ICJ IsiNUl'IIft'r- I lk1 •1( II OI CI 1N I RAI `1 Ii1 NINA I I, iii.i\11l1•R. iii:NLNAII, hA I 1 ii RINK. AS RIL.RNONAI. 1(1,.E1(1 SI NIA I-IVI.((1Col 11(1NE(Y I I I/AEiI I11IIi.Nl)I:I 1)I W',ANI) lit iN11.P. f L:i L_ti: NIAI(!i- AN NA 11IRA!. (iI 4\1(I)IAN 1. IV h(I&IAN,\ 1it'1(NN'I.I1 AN1INtt1(VN AllviNti Nt lz'IIIANII1(I('A.INt' ni?('Ai')1. ('ax•EnEsulidaletlla-IS-22(li'-l'A- IH)I1,116 as,ir i-111-i; (-11(( 111'l'C I N.A' 1I1 C ol1NTY I 1 i/!N 2(i2 -I 7,'71t1': ('1 ( 1 Vu€iuilaly LII,tiohis,, i Nt 1 (ILilONINil Rif N(:'I.;- 1'I INoNAI INIIIRV I'1 R1 / II)Rtil..I VS IIO1:ANCRAI(i Ii,11:III i( I•Ntii'1 I''i4'-2112-illh(Ti- 1',A-01 1.1 NIIAR-II-I)ADI' I IIEI IlP9)il'Ai.('lk; /iEl)111' ()[ell Nu t'((NSIRIIt"LIttNOI.IIi V t.I>RINM€III IN(' VS A'IkLNN NtiRIIlANIIl(I('A IN( t.7\NI')'I2- 10.118-t'V-11111(I I.1' II(tRRINS IIS1)ES'i't'I)IIRI Nit I)I.SI'RI(-'ILA,tIVI3. At'I ION .1/ 7 2I112 ,:]ti 201 i (Iutetl Settlk(I:I)iaiiissrii Nu !WI .All I OI ('ON II(AVI II (ills:\YK.\1'A VS AIKINiNI)1(lIf VNIL1{It rA INC KIII( INC, K11 1V1'f IIA,1,tiCONS! RIICIION LP.,1N1) ,1t 111(t iNlt(ItiIR1AI. INC .Is-I-IIN- I I-Iln'1, 1'i I)IS'I,t'ii'RAVIS((1 I'\ 114111.1111)1(1V1. I11N'1 SRI) 2011 li "I 2I1 1 (I,oed (( id (iaauulcNl,,u,,iitt I (I tt ttillt i'rrµitIt i Nt. 1(IVISN11iI.IIillvI L.-NIUIUI( V1.111('1 1' .1('(I0I'N I ATKINS NORTH AMERICA, INC. (FORMERLY POST BUCKLEY SCHUH & JERNIGAN, INC. D/B/A PBS&J) PROPRIETARY CONFIDENTAL INFORMATION - NOT TO BE DISTRIBUTED 9 of 11 vl Updated: December 20, 2016 ATKINS LITIGATION HISTORY Case Title and Number Court Filing Date Date Closed Current Status Disposition Government Entity Key Nature of Suit lit)1'I I ))I I, 1 11''•.1N 11R1AMR 1 t)R:\Nt111 ((1 I \19:1 N',\{.11' 1111 11111111 V 1 I 111I11) 1 1 11 I''1 (11 't It \Ntil'I llt.1 .11'11 IN I I'1 ) t'I ORI :\N11tI AIhINti N(II;'III VNII lill'nINC • I.IAI ('ASI NO (11 I-(',A-nuls?:,x-II (.'TIU('IIII I'ulII; 'I. (II(AN(I1 t't ) 11. 7/Ii !(II I 7'l(. _01 1 1116,-d SCEIIcd ).r, PI 1 v INI NI INII'kV St INItINI It11)(11-. MAS 11.l: I IVN•IFI )W'NI Its ANS11l ICI:11. VS I'NUN,\I I •\SI.M) .\-I0-1,14Kutl-I) 1)1I'1 \I\ I}I` IItIt'I( lit 'It I t'I-1R1.110 Nv 122.)2ulu 7Hs2mII1, ,I Il,.utl,.:,l .,, . .III'T.':I'ti1.111I:itI- I (I NI It II. .\NH. tIN11,IC11 /I .\I I 1 1NI) AN Itl l'I:I•SI NIA I1\1- VS ( ON INI NIA! Awl INI N INt'- 1ul1111217 I 11:A1tltFS IASI CI. I/21'2011 2"u1l t 1,n-d I)1Nµlli —1 1 NI MI-I)11-s-11ANl v1 h hI 1t1111 11'It1N11. 11N III 11,11 I III fill. IINYIII /NIr'IIS1J -\NlJLiI \1 I ^1I VS I'I IS I l i I I(k l 1 1. Nl III III ,C IIiNRIAN IN(' 1 1't1[ -1, IIri'VIII99{1 I I llS 1)IS1 CI •1111) 11/i112tllu 11 2i 2111; I l,rwrd I'Hal .IwlcuwnlinI oi,d Alk. ul,r l'I i,Y e\,I an,l I'ol snore Collnn,ilrnu 1'r1 ('trNIRA( '1S RANI) l 1\1,01 \ AI INI('A (AN', .MAN NI.\NI 11 1 1 1 Ilt111 Itt 11 VS 1'1 Iti'I' LSI r('NI I.) N1'111111 11 .11 NN11iAN INC '(11W1\4') IXIl.1!(NINP11S! CI II ` 1i1111 4k1' IIII4I ln.r,l 1)r>1nrN>:d,oll'ItS,\;I Nn I I tit I S N1 1 i1 1(il•N('I, - 141(NI)NAI.INIIrItY Ill NI II \I 1'tIN11RA('I INI NI ItVI' 1 N I`Nt \-N I'IINI ISMICK! 1'1' NI 111111 k .N IINII IAN. INI. ' I)I,,I(111('1t I 1'IPA 'I'11 ('I It IR I "2I1IU1'Aus•l 'CI 21110 12 i 111I i l'I,t,t•,1 SLIllcd No Pll 1.\(I 1111 ('LINT RAJ"! ATKINS NORTH AMERICA, INC. (FORMERLY POST BUCKLEY SCHUH & JERNIGAN, INC. D/B/A PBS&J) PROPRIETARY CONFIDENTAL INFORMATION - NOT TO BE DISTRIBUTED 10 of 11 Upd.lterl: December 20, 2016 ATKINS LITIGATION HISTORY Case Title and Number Court Filing Date Date Closed Current Status Disposition Government Entity Key Nature of Suit LIA'A,I1'lK I Ia11 \1?IIx RI RN1I'II III \'ti IA•tIRti1:\I11I1 \NI )1 4 S I 1511(1.1 1 1' <l'l ll' I ] ,t II RNICIAN INC .-l'Ati1 111t•VutlNCNA S I :\ 1 I. l t t'ltT l t1. 1'111'I'tON11U„(iA ;;21 IIIII I __"-Ill t t11i.ed Sctllccl 1'es 'It MRI'N NLt it It I Nl °l1-I'L ItSt INA] INlilltl' Ng 1R 111 I )16U1 U Di \ I I t 1PM1 i N 11.1 C VS Nt IR I ] 11)RI I I I 1 1)1 YLLI 11'I 1PN'I II1.II'-It110_'(I ( tiAt'KIl1I1StII°I It I"1 ; ;'t11n i :I 'UIn11,,..41 1h.wised MI 1Wit .VIZ( ill' IIIIRI.-l'11'AI)INt i 111 111,I. I I AItN.\'II•RVS I'I]ti,CJ I'1N1 1 LAS l't I H. t°IR(lIITC IlIRl i°IVII. DIV ,,ui-21+411t'I-IS I r,!ulrl rI I7:'ul•1 1:7,I.e,1. ',I .Ian I:I.uu..,lum6 I'niudlcc ' ., t°I1Y.S11•KINii1N1)I.AINfI°' ATKINS NORTH AMFRICA, INC. (FORMERLY POST BUCKLEY SCHUH & JERNIGAN, INC. tv D/8/A PBS&J) PROPRIETARY CONFIDENTAL INFORMATION - NOT TO BE DISTRIBUTED 11of11 Page IntentLonafly Left Blank 24 -a North America Sen LeadershipATKINS O N rf Chief Executive Officer George Nash Chief Operations Officer Barry Schulz Twt+hil Pr eM fO Orger atlon DI • Interim Updated Da4emuer2O15. Meadained By Hunan Resources Director Mike Newton Chief Financial Officer David Quinn General Counsel Ernie Edgar fl1��AYR yMN �' rrnt untaatfons Alrealor , _ ,� efllh;: Corporetf.i. ,a Development Director David Quinn' Business Development & Strategy Director Prlya Jaln enf`T hm lagf Innovation leer Noilh America OLT ti North America SLT 1 Page Intentionally Left Blank 26 6. Staffing Plan RFQ Title: Request for Qualifications Staffing Plan Capital Program Support Services 15-16-032 RFQ Number: Atkins North America, Inc. Name of Proposer: Complete the chart provided below to respond to the requirements for the Staffing Plan as specified in the RFQ. i�1Nlterll(ey PersannetfAdmiidstr�ti�re Project Role Trite Staff Years of Experience Years Employed in Time Allocated for this Contract the Current Title Diego Clavijo, PMP PSP Program Coordinator Sr, Program Controls Manager 29 17 40% Sonja John Cost Estimating Sr Cost Estimator 12 5 100% Kingsley Cornwall Cost Estimating Sr. Cost Manager 21 3 100% Alfredo Martinez Project Controls Sr. Scheduler 18 2 50% Angelica Parodi CAD Designer Sr. CAD Designer 12 2 100% Carlos Lozano Architecture/Vertical Projects Management Project Manager 28 3 100% Alina Hernandes ArchitectureNertical Projects ManagementProject Manager 28 3 100% Alina Hernandez ArchitectureNertical Projects Nelanagement Project Manager 20 2 100% Luis Diaz, PE Civil Horizontal Projects Management Senior Engineer 22 15 100% Pete Trevin, PE, LEED AP, LC Electrical Engineering Principal Technical Professional 47 15 40% Karim Rahmankhah, PE Utility Coordination Senior Engineer 34 2 30°a Ricardo Castro, PE Roadway Design Senior Engineer 15 8 40% Douglas Ramirez, PE Building Structures Senior Engineer 16 12 20% Pelayo Calante, PE Mechanical Engineer Senior Engineer 30 7 50% Herminio Gonzalez, PE, CBO Building Code Compliance ProjectDirector 35 5 40% RFQ-SP 27 1/25/2017 Request for Qualifications Staffing Plan Please utilize the space below, as necessary. OwnerlKey PersonnelUAdministrative Staff Mofa Hassoun, PE Project Role Construction Management Title Sr. Construction Manager Years of Experience 30 Years Employed in the Current Title 5 Time Allocated for this Contract 40% Adam Gelber Environmental Scientist Senior Scientist 21 17 10°0 Ruben Hernandez, PE Program NigmtiFisca! Adm/Business Analysis Division Manager 25 2 20% Lorraine Rosado, PE Program Mgmt/Fiscal Adm/Business Analysis Construction Management 6 2 40% Georgia Aquila, PMP Program P,Igmt.'Fiscal Adm/Business Analysis Senior Estimator; Scheduler T7 1 ° la ro Praveen Omrni, CEP, AVS, LEED AP Cost Management & Value Engineering Senior Technical Manager 22 5 40° Dennis Newjahr Grants Management Project Director 39 14 30% Frank Salmon GIS Production/ Management Sr GIS Analyst 16 7 30% RFO-SP 28 Page intentionally Left Blank 29 Page intentionally Left Blank 30 7. RFQ-QT-Qualifications of Proposer's Team Introduction. Having had the pr., = :o ,vor'k OCI over two contract terms, for a total of e'gnt years, Akins has a comprehensive understanding of the C : CIP and the types of project or task -specific assighhhe -3 that may require specialized services. We provide c :..'n.::ed, local staff, who are available and ready to cc- _le working alongside the City as your program progresses. Key benefits of our team • Al! of our proposed program support staff, including our program coordinator, have vvor!ked on assignments under the current CPSS contract, have a thorough understanding of the roles and responsibilities of their respective positions and of OCI's expectations, and are committed to your success. Our team has successfully executed more than 120 CPSS orders and we are ready to hit the ground running because we understand your program, needs, and priorities such as implementing a new customized Program Delivery System. • Our team has a proven track record and a thorough knowledge of ail aspects of the CIP, including the Capita! Plan, processes and procedures, your project portfolio Including vertical and horizontal projects, which will enable our team to provide a quick and cost-effective response for the delivery of capital projects. • The City's programs will continue to be administered, controlled, and delivered successfully, as they have been under the current contract. Our reference surveys received from the City indicate our "above average" performance for our firm and program coordinator. The City wile have continuity in the support services and key knowledge acquired by our staff in the areas of program administration, production management, construction administration, and fiscal administration. • We are ready and have the experience to support OCl with the implementation of a new Program Delivery System. The nevv system will lead to increased program management capabilities and access to new tools and work flows to effectively manage projects within the capital program. As your CPSS consultant for the last eight years, Atkins offers hands-on experience, emmatcliad program expertise, a trusted local team, flexibility to adjust as your needs change, and complete commitment to your success. Members of the project team Our program team including subconsultants Milian, Swain & Associates and Project Information Services, has been set up to assist the City of Miami in the successful and timely completion of its projects. Milian, Swain & Associates (MSA) was established 30 years ago and has been headquartered within the City of Miami for over 20 years. MSA has expertise in civil engineering design and construction services, Stormwater/ water quality engineering as well as environmental permitting and monitoring. !VISA will provide Atkins with increased flexibility and enhanced ability to meet the staffing and technical support needs of OCI. Project Information Services (PIS) offers a variety of program control support for large programs and projects. Ply was established in 1984 to support the program control needs of the Engineering/Construction industry. PIS' experience includes transportation, petrochemical, and infrastructure programs throughout the United States. Our organizational chart lists the members of our team and highlights our team's areas of expertise. Key staff biographies are included on the following pages. 31 Alfredo Martinez Project Controls, Planning and Scheduling Mr. Martinez is a Senior Planning and Scheduling professional with 18 years of experience in program scheduling, construction scheduling and time impact analysis with different public and private entities. He has a thorough understanding utilizing state-of-the-art scheduling software such as Microsoft Project Professional and Primavera P6 to develop and maintained work grogram schedules. He has in-depth experience in the application of Critical Path Method principles for the analysis of construction schedules and time impact relate) claims. Mr. Martinez has also performed planning and scheduling work such as time determination schedules, resource analysis, cost loading/cash flow analysis, schedule simulations and trending analysis. Since 2015 Mr. Pilartinez has provided scheduling support to OCl staff in the development, update and analysis of project schedules for the City's Capital Plan. Mr. Martinez has a comprehensive understanding of OCI's Capital Projects, scheduling processes and procedures, delivery methods, and project types. He has demonstrated his ability to effectvely communicate. and work with OCI staff, as well as consultants and contractors. Through his leadership and commitment to quality work, Mr. Martinez has become the trusted resource for planning and scheduling tasks for OCI staff. As part of his responsibilities Mr. Martinez is also preparing a master schedule with all the active and future OCI projects for the development of an all-inclusive Multi - Year Capital Program which will include the modeling of resource loading for project managers and construction managers for vertical and horizontal projects. Experience highlights: • Kay experience in the management of horizontal and vertical project schedules for the design development, construction, and project oversight for over 500 capital improvement projects for the City of Miami • Experience in developing master schedules for five districts encompassing horizontal and vertical, developing and maintaining schedule templates, schedule reviews and audits of CPM contractor schedules for pay certifications, time extension requests and claims analysis for the City of Miami. • Program scheduler of the FOOT District Six, in which he manages over 600 project schedules for the Districts Five - Year Work with an estimated cost over $4.2B • Additional experience included the training of project managers and upper management with the utilization of software, project management concepts and CPM best management practces. Experience using Microsoft Project Professional, Primavera P6, SAe Pro, Primavera Enterprise, P3. Sure Trak, SAP, TRACs, Prolog Manager, Project Suite, among others. 32 Kingsley Cornwall JOC Program Management Kingsley Cornwall is a Senior Cost Management professional with 21 years of experience in construction estimating, cost management and change order - analysis for large capital programs. He has in-depth knowledge of the City's Job Order Contracting vehicle for vertical and horizontal prc, _ __s ietilized by the City of Miami Apart from his experience in the City, he has previously worked with other municipal agencies in Broward and Miami -Dade County providing cost estimates, change orders reviews and pre and post construction support for capital projects ranging from $25k through 5100 million. Mr. Cornwall is best suited for this position as he has a thorough understanding of the City's JOC Program, Over the past seven years he has worked he has been responsible for the coordination and assistance to OCI staff for the procurement, negotiation and closeout of cver 150 JOC projects totaling over $30M. Notable projects include the City Hall Re -roofing, Coral iVay Center Park Playground, SW l5th Avenue Improvement and Kilian Marine Stadium Flex Park, among others. He has extensive knowledge on the use of JOC pricing catalogs, quantity takeoffs tools, JOC Books preparation, and has provided essential assistant to OCI Project Manager; during final negotiations with JOC contractors. Mr. Cornwall has become tee _ted JOC program manager for the City. He :'prs to respond to the vaned needs his position er-_ 's, and provides assurance to the City that the JOC program is being performed in a sound and fiscally responsible manner. Experience highlights: • In-depth knowledge of City's OCI goals, processes and procedures, strategies, and organizational structure • Extensive knowledge of JOC pricing catalogs and actively participated in the incorporation of City's design standards to JOC catalogs • Broad construction'manakgement and cost estimating experience of horizontal and vertical projects • Implemented electronic quantity takeoffs state -of -the art software (On -Screen) to improve accuracy of JOC quantity verification for the City of Miami C1P. • Initiated and supported the implementation of best cosy. estimating practices for JOC and individual projects Sonja John Cost Estimating Sonja A. John is a Senior Cost Estimator with 12 years of experience in the preparation of cost estimates, cost management and change order review for public and private entities. Her experience includes developing cost estimates from the conceptual/schematic design through final design and construction for vertical and horizontal projects for clients such as City of Miami Beach, M-DCPS, Florida Turnpike, Orange County, City of Miami, Florida International University and The School Board of Broward County, among others. She has developed estimates for both client budgeting and bid review comparisons ranging from $25k to $50 million. She has also performed bid analysis, reviewed pay application estimates, reviewed construction change orders, and prepared construction cost damages estimates in support of legal proceedings. Ms. John is best suited for this position for her extensive knowledge of the construction market in South Florida (level of competition, materials and labor pricing, market pipeline) ability to prepare cost estimates considering the different delivery methods utilized by the City (design/bid/build, design/build and CMAR), knowledge in the preparation of cost estimates for vertical and horizontal projects, and experience in the preparation of cost estimates for small and large projects with a variety of conditions (green field project, renovations, repairs, additions). Experience highlights: • Extensive experience in the preparation of detailed vertical and horizontal project cost estimates from small municipal projects to million -dollar projects. • Experienced in cost estimating for various delivery methods including design -build, design -build -bid, and construction manager -at -risk. • Has broad experience utilizing state-of-the-art software for the preparation of cost estimates such as R.S. Means databases, On -screen and e4-dicks • Experienced with reviewing and negotiating change orders and claims. - Thorough experience in initiating and supporting the implementation of best management and cost estimating practices 33 Angelica Parodi CADD Support Angelica Parodi is a Senior CAD designer with 15 years of experience in the preparation of detailed design drawings for public and private entities. She has extensive experience working on CAD design for transportation, civil, port facilities„ pump stations, bridges, and wastewater treatment plants. She performed CAD work in projects involving civil (sanitary sewer, potable water, pump stations, storm drainage, civil structures, roadway3, structural, mechanical and electrical disciplines for public and private entities such as Miami -Dade County School Board, Public Works and the Water and Sewer Department, Carnival Cruises Her design experience includes coordinating with municipalizes, regulatory agencies, and other consultants. Ms. Parodi is best suited for this position due to her expert knowledge of CAD systems, understanding of the permitting process, and extensive experience municipal experience assisting in the design of small and large projects for roadway improvements, drainage systems and other related utilities such as sewer and water. She has demonstrated her ability to effectively interact with OCI Project Managers to prepare CAD drawings that meet the City's requirements. In addition, Ms. Parodi has prepared detailed design drawings for waste water treatment plans of more than 285 million gallon per day capacity including drainage, water, sewer and mechanical design Experience highlights: • Experience in the development of design drawings for City of Miami for roadway improvements, traffic calming, milling and resurfacing, speed humps and MOT drawings. • In-depth knowledge of conformance with applicable design standards, including those for City of Miami Public Works, Miami Dade Water and Sewer Department and FDOT. Effectively interacts and coordinates with 00 staff using her multitasking and task prioritization skills Provides scope and guidance for OCI projects requiring CAD support Knowledge of permitting requirements 34 SUBSECTION A The individuals selected for this contract have significant experience providing capital program support services in the work areas requested by the City. All of our initial key program support staff have successfully assisted in various assignments in support of the City's CIP as on -site staff and are available on day one. Our supplemental program staff bring extensive experience in their respective fields. Each staff member has been carefully selected based on their background and expertise, All supplemental program staff are located in the South Florida area in order to provide timely availability to the City of Miami. Resumes for all personnel indicating with their proposed roles, are included at section 9 ofthis tab (Section A). Further information about our key personnel to include workload capacity forms is also included in this tab (Section A). S'U35ECT O,N 3 Atkins has identified supplemental services for the OCI. Resumes detailing each staff members background appears in section 9 of this tab (Section A). 35 Request for Qualifications Qualifications of Proposers Team Instructions This form is to be completed and submitted RFQ in accordance with the requirements 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. Failure to provide the information or details required by the form may result in the rejection of a Response a non- responsive. RFQ Solicitation No.: 15-15-032 Name of Proposer: Atkins North America, Inc. Capital Program Support Services RFQ Title: Su bconsultants/Subcontractors Name of Firm Office Location: City/State Discipline(s) to be provided Milian Swain Yi Associates Miami, Florida Civil engineering services Yes ❑ Project Information Services Port St. Lucie, FL Software development Yes ❑ Page 1of2 License No. LEED Certified Staff Yes Yes pi Yes Lj No Yes ❑ No Yes ❑ Yes ❑ Yes ❑ Yes ❑ No I No a No ❑ No ❑ No No fl No n No Li RFQ-CST Revised 7129/2016 Request for Qualifications Qualifications of Proposer's Team Key Personnel Only include personnel who will play a key role. Do not include support personnel for positions such as CADD Technicians, Inter or Associate level staff, and other similar support personnel. As stipulated in the RFQ a resume is to be included for each of the key personnel. Name Diego Clavijo, PMP, PSP Kingsley Cornwall Sonja John Angelica Parodi Alfredo Martinez Luis Diaz, PE Carlos Lozano Alina Hernandez Ricardo Castro, PE Karim Rahmankhah, PE Electrical Engineering Role Program Coordinator Job Order Contracting Cost Estimataing CADD Proj Controls, Scheduling Civil/Horizontal Proj. Mgmt Arch./Vertical Proj Mgmt. Arch./Vertical Proj Mgmt. Roadway Design Utility Coordination Pete Trevin, PE, LEED AP, LC Roberto Mantecon, PLS PSM Survey Glenn Myers, PE Structural Engineering Page 2 of 2 Name of Firm Atkins North America, Inc. N/A License No. Atkins North America, Inc_ N/A Atkins North America, Inc. N/A Atkins North America, Inc. N/A Atkins North America, Inc. N/A Atkins North America, Inc. PE/FL 69488 Atkins North America, Inc. N/A Atkins North America, Inc. N/A Atkins North America, Inc. FL/PE: Atkins North America, Inc. FL/PE: Atkins North America, Inc_ FL/PE: 15309 Atkins North America, Inc. FLJPSM: LS4431 Atkins North America, Inc. FL/PE: Years Years LEED Experience with Firm Certified 29 21 21 13 3 29 22 28 20 15 34 47 38 34 10 10 21 2 3 1 12 2 3© 34 33 Yes ❑ Yes ❑ Yes ❑ Yes ❑ Yes ❑ Yes ❑ Yes Yes ❑ Yes ❑ Yes ❑ Yes j Yes El Yes ❑ No �] NOR' No No No E No No j No No No !Xi No No No RFQ-QT Revised 7/29/2016 Request for Qualifications Qualifications of Proposer's Team Key Personnel Only include personnel who will play a key role. Do not include support personnel for positions such as CADD Technicians, Inter or Associate level staff, and other similar support personnel. As stipulated in the RFQ a resume is to be included for each of the key personnel. Name Michael Ryan, PE, PNP Bo Gat), PE Harry Belton, RLA Douglas Ramirez, PE Pelayo Calante, PE, LEED AP Herrninio Gonzalez, PE, CBO Mofa Hassoun, PE Adam Gelber Bill Pitcher, PE Ruben Hernandez, PE Lorraine Rosado, PE Georgia Aguila, PMP Praveen Ommi CEP LEED AP W oo wake 2 of 2 Role Name of Firm Construction Mgmt Insp. Traffic Engineering Landscape Architecture Building Structures Mechanical Engineering Building Code Compliance Construction Mgmt Insp. Environmental License No. Atkins North America, Inc. PE/FL 68358 Atkins North America, Inc. PE/FL: 76395 Atkins North America, Inc. RLA/FL: LA0000900 Atkins North America, Inc. PE/EL: 70993 Atkins North America, Inc. PE/FL: 53829 Atkins North America, Inc. PE/FL: 51944 Atkins North America, Inc. PE/FL:61969 Atkins North America, Inc. N/A Marine Coastal Engineering Atkins North America, Inc. PE/FL: 31852 Program Mgmt Office Support Atkins North America, Inc. PE/FL 79629 Program Mgmt Office Support Atkins North America, Inc_ PE/FL: 80203 Program Mgmt Office Support Atkins North America, Inc. N/A Cost Mgmt & Value Eng. Atkins North America, Inc. N/A Years Experience 16 18 36 16 30 35 30 21 35 25 6 17 22 Years LEED with Firm Certified 10 2 31 13 8 5 4 17 35 2 11 22 Yes ❑ No El ❑ No ix Yes❑ Nod Yes ❑ No E. Yes® No El Yes No El Yes❑ No.] Yes❑ No Yes ❑ No M Yes No® Yes 11] No® Yes ❑ No EZ] Yes E] No ❑ Yes RFQ-OT Revised 7/29/2016 Request for Qualifications Qualifications of Proposer's Team Key Personnel Only include personnel who will play a key role. Do not include support personnel for positions such as CADD Technicians, Inter or Associate level staff, and other similar support personnel. As stipulated in the RFQ a resume is to be included for each of the key personnel. Name Dennis Newjahr Frank Salmon Sergio Balbin Jim Bernstein Arsenio Milian, PE Gabriel Milian, PE Arnaldo Carrillo, PE Timothy Malagon Page 2 Lit 2 Role Grants Management GIS Production/Mgmt. Information Technology Information Technology Civil Engineering Civil Engineering Civil Engineering Program Controls Name of Firm Atkins North America, Inc. N/A License No. Atkins North America, Inc. N/A Atkins North America, Inc. N/A Atkins North America, Inc. N/A Milian Swain & Assoc. PE/FL No.1088ET188 Milian Swain & Assoc. PE/FL No. 65927 Milian Swain & Assoc PE/FL No. 67532 Project Information Services N/A Years Years LEED Experience with Firm Certified 39 15 16 7 21 15 25 10 40 12 12 34 25 12 10 30 Yes ❑ No Yes ❑ No E Yes ❑ No Yes ❑ No Yes ID No Yes ❑ No Yes ❑ No E Yes ❑ No M Yes ❑ No ❑ Yes ❑ No ❑ Yes ❑ No ❑ Yes ❑ No ❑ Yes In No ❑ RFQ-QT Revised 712912016 Page Intentionally Left Blank 40 Request for Qualifications Qualifications of Proposer Key Personnel Workload Capacity Instructions: This form shall be completed for each of the Key Personnel identified in Form RFQ-QT. Month 1 is projected to start on the 3"1 month (90 days) following the RFQ due date. (If the RFQ is due in March, then Month 1 would be June). RFQ Title: Capital Program Support Services RFQ Solicitation No.: 15-16-032 Name of Key Personnel: Kingsley Cornwall Title of Key Personnel (for this project) Job Order Contracting Program Name of Project Capital Program Support Services Owner of Project Value of Project Role in Project City of Miami $5.1 million (fee) JOC Coordinator Status of Project DDICD/CA Availability based on % of time per month Month 1 100% Month 4 100"!, Month 7 10" Month 10100"/, Month 131°°% Month 1610°% Month 210°% Month 510°°% Month 81°0% Month 11 100% Month 141°0`i" Month 17100% Status Abbreviations: PD= Pre -Design P=Permitting SD = Schematic Design CA=Construction Administration DD = Design Development PC- Post Construction CD = Construction Documents Month 31°0% Month 6 100% Month 91°0",'" Month 12100% Month 151°0% Month 18100°/" Farm RFO-VVC Revised 71201201E Alpede) peal)jJoM-DM-O 1 S Request for Qualifications Qualifications of Proposer Key Personnel Workload Capacity Instructions: This form shall be completed for each of the Key Personnel identified in Form RFQ-QT. Month 1 is projected to start on the 3rd month (00 days) following the RFQ due date. (If the RFQ is due in March, then Month 1 would be June). RFQ Title: Capital Program Support Services Name of Key Personnel: Alfredo Martinez RFQ Solicitation No.: 15-16-032 Title of Key Personnel (for this project) -Program Scheduler Name of Project Owner of Project Value of Project Role in Project Status of Project Capital Program Support Services :,ity of Miami $5.1 million (fee) Program Scheduler DD/DD / CD / CA General Engineering Services FDOT D6 $274,000 (fee) Program Scheduler SD/DD/CD Availability based on % of time per month Month 1 50 Month 4 50 Month 7 50 Month 105° Month 13 5° Month 165° Month 2 50 Month 5 50 Month 8 50 Month 11 50 Month 14 50 Month 17 50 Status Abbreviations: PD= Pre -Design P=Permitting SD = Schematic Design CA=Construction Administration DD = Design Development PC- Post Construction CD = Construction Documents Month 3 50 Month G 50 Month 9 50 Month 12 50 Month 15 50 Month 1850 Form RFQ-WC Revised 7/20/2016 Request for Qualifications Qualifications of Proposer Key Personnel Workload Capacity Instructions: This form shall be completed for each of the Key Personnel identified in Form RFQ-QT. Month 1 is projected to start on the 3r1 month (90 days) following the RFQ due date. (If the RFQ is due in March, then Month 1 would be June). RFQ Title: Capital Program Support Services Name of Key Personnel: Angelica Parodi Title of Key Personnel (for this project) CADD RFQ Solicitation No.: 15 16 032 Name of Project Owner of Project Value of Project Rote in Project Status of Project apital Program Support Services City of Miami y 5.1 million (fee) CADD Technician DD / CD / CA Availability based on °I, of time per month Month 1 100°/U Month 4 100"/" Month 7 100% Month 10100% Month 13100 /" Month 16100% Month 2100%' Month 5100% Month 8100Uk Month 11 100%, Month 14100% Month 171a" Status Abbreviations: PD= Pre -Design P=Permitting SD = Schematic Design CA=Construction Administration DD = Design Development PC- Post Construction CD = Construction Documents Month 3100%" Month 6 100% Month 9100`/0 Month 12100% Month 15100% Month 18100% Forrn RFO-WC Revised 712 12016 Request for Qualifications Qualifications of Proposer Key Personnel Workload Capacity instructions: This form shall be completed for each of the Key Personnel identified in Form RFQ-QT. Month 1 is projected to start on the 3111 month (90 days) following the RFQ due date, (If the RFQ is due in March, then Month 1 would be June). RFQ Title: Capital Program Support Services Name of Key Personnel: Sonja John Title of Key Personnel (for this project) Cost Estimator RFQ Solicitation No.: 15-16-032 Name of Project Owner of Project Value of Project Role in Project Status of Project Miami -Dade Cultural Facilities Renovation Miami -Dade County $9.5 Million Cost Estimator CD Orange County Command Center Orange County $2.0 Million Cost Estimator CD FISH Building Texas State Parks $1.5 Million Cost Estimator CD Availability based on % of time per month Month 1 50% Month 4 100% Month 7 100% Month 101ooui° Month 13100% Month 1 6100"/ Month 2 50ui1' Month 5 100 % Month 810u`%o Month 11 100°%% Month 14 100% Month 17 100% Status Abbreviations: PD= Pre -Design P=Permitting SD = Schematic Design CA=Construction Administration DD = Design Development PC- Post Construction CD = Construction Documents Month 3 50% Month 6100'/ Month 91o0% Month 121o0%y Month 15100% Month 18100% Form RFQ-WC Revised 7/29/2016 Request for Qualifications Qualifications of Proposer Key Personnel Workload Capacity Instructions: This form shall be completed for each of the Key Personnel identified in Form RFQ-QT. Month 1 is projected to start on the 3r`1 month (90 days) following the RFQ due date. (If the RFQ is due in March, then Month 1 would be June). RFQ Title: Capital Program Support Services RFQ Solicitation No.: 15-16-032 Name of Key Personnel: Carlos Lozano Title of Key Personnel (for this project): Project Manager for Vertical Pro ects Name of Project Owner of Project _,ity i,l MIMI' Value of Project Role in Project Status of Project Capital Program Support Services $5.1 million (ft-e) Project Manager JD/SD/DD/CD Availability based on % of time per month Month 1 1°0° Month 4 100% Month 71o0u Month 10100% Month 13100% Month 1610n Month 2 100% Month 511-)°` Month 810" Month 11 100' Month 14100` Month 171°0`i, Status Abbreviations: PD= Pre -Design P=Permitting SD = Schematic Design CA=Construction Administration DD = Design Development PC- Post Construction CD = Construction Documents Month 31Q°% Month 6100% Month 910°% Month 12 100% Month 151°°% Month 1810o`iW Fonn RFQ-WC Revised 7/29/2016 Request for Qualifications Qualifications of Proposer Key Personnel Workload Capacity Instructions: This form shall be completed for each of the Key Personnel identified in Form RFQ-QT. Month 1 is projected to start on the 3`d month (90 days) following the RFQ due date. (If the RFQ is due in March, then Month 1 would he June). RFQ Title: Capital Program Support Services RFQ Solicitation Na__ 15-16-032 Name of Key Personnel: Alina Hernandez Title of Key Personnel (for this project): Project Manager of Vertical Projects Name of Project Owner of Project Value of Project Role in Project Status of Project Capital Program Support Services Oity of Miami $5.1 million (fee) Project Manager PD/SD/DD/CD Availability based on % of time per month Month 1 100%/% Month 4 100° Month 71ao% Month 1010" Month 13100% Month 16100U Month 2 100a Month 5100`/° Month 8100 % Month 11 100% Month 14100% Month 17100t Status Abbreviations: PD= Pre -Design P=Permitting SD = Schematic Design CA=Construction Administration DD = Design Development PC- Post Construction CD = Construction Documents Month 3100% Month 6100% Month 9100/° Month 12100°/, Month 15100% Month 181c" Form RFQ-WC Revised 7/29/2016 Request for Qualifications Qualifications of Proposer Key Personnel Workload Capacity Instructions: This form shall be completed for each of the Key Personnel identified in Forrn RFQ-QT. Month 1 is projected to start on the 3'°1 month (90 days) following the RFQ due date. (If the RFQ is due in March, then Month 1 would be June). RFQ Title: Capital Program Support Services RFQ Solicitation No.: 15`16-032 Name of Key Personnel: t r"s O. Diaz-Berrios, PE Title of Key Personnel (for this project) Project Manager for Horizontal Projects Name of Project Owner of Project Capital Program Support Services City of Miami Value of Project Role in Project Status of Project $5.1 million (fee) Project Manager DD/SD/DD/CD Availability based on % of time per month Month 1 100% Month 410o% Month 7100" Month 1010" Month 13100` Month 151ucl% Month 2 100% Month 5 10U% Month 8100% Month 11 100T} Month 14100% Month 171001° Status Abbreviations: PD= Pre -Design P=Permitting SD = Schematic Design CA=Construction Administration DD = Design Development PC- Post Construction CD = Construction Documents Month 3100% Month 6100" Month 9100" Month 12100°i' Month 15100 Month 18100°r" Form RFO-WC Revised 7/29/2016 Request for Qualifications Qualifications of Proposer Key Personnel Workload Capacity Instructions: This form shall be completed for each of the Key Personnel identified in Form RFQ-QT. Month 1 is projected to start on the 3`d month (90 days) following the RFQ due date. (If the RFQ is due in March, then Month 1 would be June). RFQ Title: Capital Program Support Services Name of Key Personnel: Ruben A. Hernandez-Gregorat, PE Title of Key Personnel (for this project) Program Management RFQ Solicitation No.: 15-16-032 Name of Project Owner of Project Value of Project Role in Project Status of Project SD WASD CIP Program Management VID Water and Sewer Dept $ 10MM PMO Team Leader Availability based on % of time per month Month 1 2° Month 4 2° Month 7 ?0 Month 102° Month 1320 Month 1620 Month 2 20 Month 5 2° Month 8 2U Month 11 2° Month 14 2° Month 17 220 Status Abbreviations: PD= Pre -Design P=Permitting SD = Schematic Design CA=Construction Administration DD = Design Development PC- Post Construction CD = Construction Documents Month 3 220 Month 620 Month 0 2° Month 1220 Month 15�° Month 182° Form RFQ-WC Revised 7/201201 r3 Request for Qualifications Qualifications of Proposer Key Personnel Workload Capacity instructions: This form shall be completed for each of the Key Personnel identified in Form RFQ-QT. Month 1 is projected to start on the 3'd month (90 days) following the RFQ due date. (If the RFQ is due in March, then Month 1 would be June). RFQ Title: Capital Program Support Services RFQ Solicitation No.: 15-16-032 Name of Key Personnel: Douglas Ramirez, PE Title of Key Personnel (for this project): Building Structures Name of Project Owner of Project Value of Project Role in Project Status of Project FLORIDA'S TURNPIKE REVIEWS FLORIDA'S TURNPIKE 500,000 Structural Review CD,P,CA,PC PUBLIX SUPERMARKETS REMODELS PUBLIX SUPERMARKETS 500,000 Structural PE CD,P,CA,PC Availability based on % of time per month Month 1 2° Month 4 2° Month 7 20 Month 1020 Month 132° Month 162° Month 2 2° Month 522° Month 8 2° Month 1120 Month 14 2° Month 17 20 Month 3 2° Month 6 2° Month 92° Month 1220 Month 15 2° Month 18 2° Status Abbreviations: PD= Pre -Design P=Permitting SD = Schematic Design CA=Construction Administration DD = Design Development PC- Post Construction CD = Construction Documents Form RFC} -WC Revised 7/29/2016 Request for Qualifications Qualifications of Proposer Key Personnel Workload Capacity Instructions: This form shall be completed for each of the Key Personnel identified in Fori 1 F RFQ-QT. Month 1 is projected to start on the 3r; month (90 days) following the RFQ due dame. (If the RFQ is due in March, then Month 1 would be June). RFQ Title: Capital Program Support Services Name of Key Personnel: Georgia Aquila, PMP RFQ Solicitation No.: 1-1G-032 Title of Key Personnel (for this project) Prograrn Management/Fiscal Adininistratien Name of Project Owner of Project Value of Project Role in Project Status of Project Prof, Cost Est. and Scheduling Services VID-WASD 10,000,000 Program Controls PD/SDIDD/CD General Engineering Consultant - B VIDX 10,000,000 Program Controls PDISDIDDICD Availability based on % of time per month Month 1 15 Month 4 15 Month 7 15 Month 10 15 Month 13 15 Month 16 15 Month 2 15 Month 3 15 Month 5 15 Month 6 15 Month 8 15 Month 9 15 Month 11 15 Month 12 15 Month 14 15 Month 15 15 Month 17 15 Month 18 15 Status Abbreviations: PD= Pre -Design P=Permitting SD = Schematic Design CA=Construction Administration DD = Design Development PC- Post Construction CD = Construction Documents rorni RFQ-WC R i d 7/29/2016 Request for Qualifications Qualifications of Proposer Key Personnel Workload Capacity Instructions: This form shall be completed for each of the Key Personnel identified in Form RFQ-QT. Month 1 is projected to start on the 3"' month (90 days) following the RFQ due date. (If the RFQ is due in March, then Month 1 would be June). RFQ Title: Capital Program Support Services (due February 6, 2017) RFQ Solicitation No.: 15-16-032 Name of Key Personnel: Pete Trevin, PE, LEER AP Title of Key Personnel (for this project) Electrical Engineer Name of Project Owner of Project Value of Project Role in Project Status of Project Purple Line Transit 'Vlaryland Transit Authority (MTA)$1 B Lead Electrical QC CD Sample Road lighting Broward County $60K design Lighting engineer CD SR 542 street lighting CDOT $1M Lighting engineer ,CD -ligh Desert Pump Stations City of San Diego, CA $85K design electrical design CD Availability based on % of time per month Month 1 40% Month 4 40% Month 7 4p"/" Month 104" Month 134" Month 1640r Month 24" Month 540" Month 8 40"!° Month 11 40'/" Month 14 4o°i Month 17 40° Status Abbreviations: PD= Pre -Design P=Permitting SD = Schematic Design CA=Construction Administration DD = Design Development PC- Post Construction CD = Construction Documents �7 Month 3 40 ' Month 640`i1 Month 9 40% Month 1240°k Month 1540 Month 1840% Form RFQ-WC Revised 7/20/2015 Request for Qualifications Qualifications of Proposer Key Personnel Workload Capacity Instructions: This form shall be completed for each of the Key Personnel identified in Form RFQ-QT. Month 1 is projected to start on the 3° month (90 days) following the RFQ due date. (If the RFQ is due in March, then Month 1 would be June). RFQ Title: Capital Program Support Services Name of Key Personnel: Ricardo A. Castro, P.E. RFQ Solicitation No.: 15-16-032 Title of Key Personnel (for this project) Roadway Engineer Name of Project Owner of Project Value of Project Role in Project Status of Project 1-95 Operational Improvements FDOT District 4 $30 mill Project Manager PC US41 Resurfacing (MP 3.9 to 11.6) FDOT District 6 $5 mill Lead Roadway PC NW 79 Ave Paving and Drainage Improv. Town of Medley $0.75 mill Project Manager CD Availability based on % of time per month Month 1 40 Month 4 40 Month 7 40 Month 1040 Month 1340 Month 164° Month 2 40 Month 5 40 Month 8 40 Month 11 40 Month 144° Month 1740 Status Abbreviations: PD= Pre -Design P=Permitting SD = Schematic Design CA=Construction Administration DD = Design Development PC- Post Construction CD = Construction Documents Month 340 Month 64° Month 940 Month 1240 Month 1540 Month 1844 Form RFQ-WC Revised 7/29/2016 Request for Qualifications Qualifications of Proposer Key Personnel Workload Capacity Instructions: This form shall be completed for each of the Key Personnel identified in Form RFQ-QT. Month 1 is projected to start on the 3'd month (90 days) following the RFQ due date. (If the RFQ is due in March, then Month 1 would be June). RFQ Title: Capital Program Support Services Name of Key Personnel: Karim Rahmankhah, PE Title of Key Personnel (for this project) Utility Coordination RFQ Solicitation No.: 15-16-032 Name of Project Owner of Project Value of Project Role in Project Status of Project DD Hillsborough Canal Control Structure South Florida Water Mgrnt Dist. $3,5M Sr. Project Mgr Hillsborough Canal Package 3 South Florida Water Mgmt Dist $10M Sr. Project Mgr DD Muss Park Civil Replacement ty of Miami Beach $760K Sr. Project Mgr CD Availability based on % of time per month Month 1 30 Month 4 30 Month 7 30 Month 1030 Month 1330 Month 1630 Month 2 30 Month 5 30 Month 8 ,31) Month 11 30 Month 14 30 Month 17 30 Status Abbreviations: PD= Pre -Design P=Permitting SD = Schematic Design CA=Construction Administration DD = Design Development PC- Post Construction CD = Construction Documents Month 3 30 Month 6 30 Month 930 Month 12 30 Month 15 30 Month 18 30 Form RFQ-WC Revised 7/20/2016 Request for Qualifications Qualifications of .Proposer Key P'ersonneI Workload Capacity Instructions: This form shall be completed for each of the Key Personnel identified in Form RFQ-QT. Month 1 is projected to start on the 3f`1 month (90 days) following the RFQ due date. (If the RFQ is due in March, then Month 1 would be June). RFQ Title: Capital Program Support Services RFQ Solicitation No.: 15-16-032 Name of Key Personnel: Frank Salmon Title of Key Personnel (for this project) GIS Production Name of Project Owner of Project LTP Support FY17 DW Value of Project $72,000 Polk County As -needed GIS Services Oakland Park GIS Support olk County BoCC Oakland Park FDOT D2 GEC GIS Support FDOT District 2 $75,000 Role in Project Status of Project Project Manager VIA Project Manager VIA $53,760 Project Manager NIA $37,000 Task Manager V!A Availability based on % of time per month Month 1 25 Month 4 40 Month 7 50 Month 1 050 Month 1375 Month 1675 Month 2 25 Month 5 50 Month 8 50 Month 11 50 Month 14 75 Month 17 (5 Month 3 25 Month 6 50 Month 9 50 Month 12 75 Month 1575 Month 187' Status Abbreviations: PD= Pre -Design P=Permitting SD = Schematic Design CA=Construction Administration DD = Design Development PC- Post Construction ,. CD = Construction Documents hi Form RFQ-WC Revisor! 7f29f2016 Request for Qualifications Qualifications of Proposer Key Personnel Workload Capacity Instructions: This form shall be completed for each of the Key Personnel identified in Fora RFQ-QT. Month 1 is projected to start on the 3'd month (90 days) following the RFQ due date. (If the RFQ is due in March, then Month 1 would be June). RFQ Title: Capital Program Support Services Name of Key Personnel: Mofa Hassoun, P.E. RFQ Solicitation No.: 15-16-032 Title of Key Personnel (for this project) Construction Management Name of Project Owner of Project Value of Project Role in Project Status of Project Port Miami - Berth 7 Miami Dade County $15M Special Inspector CA Port Everglades - Southport Turning Notch Broward County $350M Project Manager CA Availability based on % of time per month Month 1 25 Month 4 25 Month 7 25 Month 1025 Month 1325 Month 1625 Month 225 Month 5 25 Month 8 25 Month 11 25 Month 1425 Month 1725 Status Abbreviations: PD= Pre -Design P=Permitting SD = Schematic Design CA=Construction Administration DD = Design Development PC- Post Construction CD = Construction Documents Month 325 Month 6 25 Month 9 25 Month 1225 Month 15 25 Month 1825 Form RFQ-WC Revised 7/20/2016 Request for Qualifications Qualifications of Proposer Key Personnel Workload Capacity Instructions: This form shall be completed for each of the Key Personnel identified in Form RFQ-QT. Month 1 is projected to start on the 3rd month (90 days) following the RFQ due date. (If the RFQ is due in March, then Month 1 would be June). RFQ Title: Capital Program Support Services RFQ Solicitation No.: 15-16-032 Name of Key Personnel: Praveen Ornmi, CEP, AVS, LEED AP Title of Key Personnel (for this project): Cost Management/Value Engineering Name of Project Owner of Project Value of Project Role in Project Status of Project Courthouse Mechanical Upgrades Orange County, Florida $10,000,000,00 Project Controls Mgr. SD Cultural Centers Renovations Miami -Dade County, Florida S8,500,000.00 Lead Cost Estimator L'D Value Engineering Services _ouisiana Dept. of Transportation$25,000,O00.00 Project Manager SD Availability based on % of time per month Month 140 Month 4 40 Month 740 Month 1040 Month 1350 Month 16 a° Month 2 40 Month 540 Month 840 Month 11 40 Month 14 50 Month 17 50 Status Abbreviations: PD= Pre -Design P=Permitting SD = Schematic Design CA=Construction Administration DD = Design Development PC- Post Construction CD = Construction Documents Month 340 Month 640 Month 940 Month 12A° Month 15 50 Month 18 50 Form R O-WC Revised 7/29/2016 Request for Qualifications Qualifications of Proposer Key Personnel Workload Capacity Instructions: This form shall be completed for each of the Key Personnel identified in Form RFQ-QT. Month 1 is projected to start on the 3"' month (90 days) following the RFQ due date. (If the RFQ is due in March, then Month 1 would be June). RFQ Title: Capital Program Support Services Name of Key Personnel: Dennis Newjahr Title of Key Personnel (for this project) Grants Management RFQ Solicitation No.: 15-16-032 Name of Project Owner of Project Value of Project Role in Project Status of Project Intermodal Hubs Feasibility Study Atkins $50,000 PM VIA Greater Regional Transportation Authority Atkins $54.8 Million Task Lead SD Miami -Dade MPO GPC Atkins $5.0 Million Task Lead VIA FDOT District 6 GPC Atkins $5.0 Million Task Lead VIA Availability based on % of time per month Month 1 20% Month 4 20% Month 7 20% Month 10 20% Month 13 20% Month 16 20`/u Month 2 20%% Month 5 2" Month 8 20`Y, Month 11 20% Month 14 20% Month 17 20% Month 3 20% Month 6 2" Month 9 20% Month 12 20`%, Month 15 20% Month 18 20% Status Abbreviations: PD= Pre -Design P=Permitting SD = Schematic Design CA=Construction Administration DD = Design Development PC- Post Construction ,. CD = Construction Documents Farm RFQ-WC Revised 7/29/2016 Page Intentionally Left Blank 58 9. Resumes of Key Personnel ell") Education A.A., AutoCAD/Drafting, Institute of Technology and Commerce Cayey, Puerto Rico 1995 Software Microsoft Pre ct Professio , -. SAP TR. (Excel, Word, c„_r Vlslol ATJ(ThIS Alfredo Martinez Project Controls, Planning, and Scheduling Alfredo Martinez is a Senior Sc hec..' ofesslon.ail the field. As a senior scheduler, 7-_. - englreering and construction projei -s i ' mr,,_..a P6, P3 and SureTrak, critical ~•ethodology ((CPMM) and corm!_:-- as resos utill-ation and productr: ty a , in time impact analysis of schedule successful completion of projects. ofilary skills in the areas of plane ; _ _.__:-on o- as leadership skills. M!artirez's representsti.,e pi_-: experience includes: City of Miami, Miami, FL. Provides support to C'=. T ns ort_ . on Program. Managing horizonta' -struction, and project cri.ers } Notable projects inc .,e a 2 3 acres flex -park for the- - . ations such as the reconstruction of h a ad oad theme design h s I racks and other furnishings 33!.i.r schedules for five districts `seilililil.il-- iil =5, schedule r_r_.,r ins, t r= - =sty and :Iole 3-2010), eiiili'ilils ss of construction scl _'_lies as well the feasibility phase of projects. Versed _ s and mitigation required for the possesses project managerent multi -discipline projects as vveil CriS;gn al improve projects Stadium Park and Basin Gnai Boat Show; various St -eat beautification project - Coast Railroad), :rovici .d Include rta .. , _ _.al, d : ooing -; of i -.. Pr-p dos isil as support r-,o _ project database TIP.,.:SS ro- FDOT- District 6, Miami, FL. Project Sched,:ler for the Florida Department of Transportation in District 6 Manages over 600 schedules c rently scheduled in the Production Department encompassing the next 5 years totaling over )4.2B. .Responsible for developing, analyzing, monitoring and updating product:o s o; and templates driven by funding availability. Coordinates and conducts rilii:ietings project managers from the design, perrnitt;rc_ environmental a ' p -ants for schedule updates and development =-cvides upper n- e _ -r . =,ra ss reports, look head, what if scenarios, funding utiliz ` on and forecast _ -_ ;,s each fiscal year. CGL Companies, Miami, FL. As Scheduling Director/Project controls, was responsible for implementation of Project Management Tool (InFocus); managHg the planning and deployment of project management software (InFocus) across the corm; s as well as the customization of project management reports requested by upper management, and developing implementation sch ..e and upda :; progress to upper management. _ a! responsibilities included the - - managers and upper w utilization of software and pr—:act concepts. Developed and :::., . - ',Tie project schedules for the justice sector, scheduled audits and CPltil analysis, and = progress reports for upper manage-. giant consisting of resource utilization and fore•_ost ections, cost, and remaining backlog for all projects. Education Iv'l.. S , Construction Management, Florida international University, 2006 B.S., Ce , '-;;ty CT Te is•- a, 2 7223 Hor Surve Technology, J 1993 Certifications .CerldfHcae. it ect Professional affiliations American Society of Civil Engineers Software Microsoft Projects Primavera On -Screen Takeoff Soft:vare ATKINS Kingsley Cornwall Job Order Contracting Program Management Kin"; vy C, has 2 in . SIO0 million. He ; „ s as an eAtens C E :' Cull _, ncies and local municipa various vim. ,.fit �. `r' .' _. _ .. _ ��'i?C�' job order contracting 'J00, esign-build, and constr .`:,on man:= a _... Mr. Cornwall's Atkins project experience includes: City of Miami Capital Program Support Services (CPSS) for the Capital Improvement Program (CIP), FL. Lin.:Lr CPSS c_ _. _ _' a the JOC Coord -'or aCy c,_ oport the Corn'aia process for projects with also incluo, SY,rr St. to N,i 71st St.) Rc = _:., I -;Drovernent. prc•j. info but . il,ties. His respor; es er use of JOC items, s C's ect manager to projects have Community A';e Corridor .-Fr NW City of Fort Lauderdale Hurricanes Wilma and Katrina Rernediation Services, Fort Lauderdale, FL. D.-_ ept ial cos_ es_:Ta-es to support the city's budgeting process for various projects , ;n information. Projects include parks, fire stations, utilities, offices, infrastructure, a:^'u tacki`.:es requiring upgrades and improvements due to hurricane damages, Broward County Debris Management Services. n'.: through site assessments a` •-ment, _ A) recovery purposes for _ _ . _ J by the ds. _ _ _ many if ' _ _;-..cture and facilities projects C _. He asa s:cd it essing the do cs, eterrr, .e:j the appropriate rne_ "s eoared cost e:- , es and schedules to document the anticipated cost of s rs, pr --_- - ' . - on of all repairs in a format acceptable to FEiM.A; assi ,d r _ _ fora t from FEiiMA, and other agencies and organ; ens: onitc - 's of the damaged facilities which included parks, fire . _ _ns, i_T' _. School Board of Broward County (SBBC) Cost Estimating, Broward County, FL. eathe rev ev; of change orders for several school projects. Developed independent -='es and assisted project managers in negotiating with contractors. Duties also Included rev,€.: of contractor bid pr ,as and making recoir�, performing site visits, a:tenchng site meeting_, _ ng facilities assesses s develop -; lHVAC upgrades and general a rs . Representative projects ;ded Roya] Palm School addition and renovations, =vies Middle School CM-° .:e,s.6 and indoor air quad t; (HVAC) projects for Bennet er.: ary School, Dania Eler :airy School, Hollywood Elementary School, Hollywood Park Elementary School, and Nova Blanche Foreman Elerr:e -tary School. Education B.A., Architecture, Florida International University M.S, Construction Management, Florida International University Professional affilations Architecture Fraterrn_y, Alpha Rho Choi iAPX Nicon Chapter, Florida International University Professional development 3=0-Hour Occupational Safety ai ld Het - Tra n,ng Course in Cor:si:iv:ton Safety and heat: Software On -Screen Takeoff e4Clicks R.S. Means Prolog Converge AutoCAD ivlicroStation VRi Primavera ATKINS Sonja John Cost Estimating I_ 3r as an =,nal facility, t. - cost estimates for n s, renovations, and rE and tir,,._ .<<tensions. or.apr.__:t _ des;:,-; ;: ;pli as char.. e order re, ew;rs for cost `.'s. John's Atkins project experience includes. Orange County, Various Projects, Orange County, FL, As estimator/scheduler, developed aces for various county dl;is'ons Sco-c= included repairs, and add[bans. Some of the protects included. OC Co...' __ — _, , B, C and D ((CEP r.,lechanical and Fire Upgrades and -- _e—Pro .' .=:er Planning. South Pointe Pier Park, City of Miami Beach, FL. -_pared cos` =:» om conceptual r:= _ _ ' . _ :3 for So _,: - Pointe F Par:. This 4Ptas a : a = _ kith a G - i ".': <imum Price (GNP-, of $ .3 Parking Garage No. 5 — Interior Build -out (Heath Care Network), Florida International University (FILL), Miami, FL, E _:' cost esr --ring support in • - e ,. .�• 7 3 i.. percent .si,:mate of proiec: mating quant,::•_- ",iP proposal, ra. to proyde , __ iJar,son th.e srruCt:Oin School Board of Froward County (SBBC), Various Projects, Ft. Lauderdale, Florida. „.: ,L',7 developed cost _- = _ • - entary, and Projects in _ == : ;o", _; = sad ciudild the rs _ . , _ _ _ _. _-sar=_f;,_:.. _ on- � ,s sit _. ;twidet; _ -s to various schv•.. twide ; E_-iyan Elementary School and ?ark Elementary School?. Florida Department of Transportation (FDOT), Various Locations, As an estimator/ scheduler, developed cost e: nprovernents in Hernando, Hillsborough, and Pasco Cc- :.test Area improvements in Jefferson, Leon and St Lucie counties. Developed cost estimates and reviewed AE cost estimates for Polytech Test Facility Fr Polk County. Developed and ma stained project schedules at District 4. Florida Turnpike Enterprise, Various Locations. As estimator/scheduler, developed cost. estimate for Sa';vgrass Deerfield Plaza, existing Operations Building upgrade and various Toll Plaza renovations. Education Architecture, Catholic University, Colombia Software Autoclesk CAD applicatons: AutoCAD, ail 3D Microsoft appiica:'ons: Word, Exrel, Pro ect, Outlook, Powerpoint Adobe Applications: Photoshop, Acrobat Pro ATKINS Angelica Parodi CAD Designer -.fin Desih' prepara:_- _end construction Hi Parodi's Atkins project experience includes: Capital Program Support Services (City of Miami), Miami, FL. Miami +`Marine Stadium - Preparat.on of detailed design drawings includd r,, 1, and sewer drawings for the utility irnprvierr_nts of the Marine Stadium, fair Boas' Show. Asti==r r Coriormar'ce uniform Miami Dade Via`.-4 _' C art S..: _.:-ids code. Assist = by U = __ _ wtne c'. _ ; --faild project and permit process _ _ _ _.. _ of d i : _ = s _ ; Impr ', s, Traffic Calming, r _ _ = n,gs. Support Project ilairazi-.tai and Yertca coi-st.uction drawings in o :=r_r- Jisciplines of the project design Prior to joining Atkins, Ms. Parodi's experience included: Triangle Associates, Port of Miami - Carnival Cruise Terminal D Expansion, Miami, FL. l „ ' j s ' :._iral, and record drawings for the r_,i'd,ng, to accomrr..odate new cruise y set . and cap foundation 'with the .'e n of s`. _, a =e = _ r! prestressed c: =rete slabs. This challei ; I design produe _ , . _ E_, ' _ _ _. _,`,lities South District Wastewater Treatment Plant. = _para:, of detailed des :e of traffic, drainage., titer and sewer, struct rreah,aoicai, for tre 285 million gallon per day lmgdi South Cis: Miami -Dade County School Board (MDCPS), Miami Jackson Senior High School, Miami, ,r FL. -. _.-_ _ _ _ _' detailed design drawings including sanitary 5e'.'ser system, potable `rY2"'. ,••.:r .' r,,, = improvements and reconstruction of the entrance to the school. Miami -Dade County Public Works Department, Miami, FL. Preparation of detailed design drawings for emergency repairs for 12 Venetian Causeway Bridges. Design drawings include superstructure and substructure for the repairs of arch bridges that were built in 1925. Design drawings and details included major and minor ciarsnarts of the bridge, sidewalks, lighting pedestals, railing, bridge deck repairs, repairs to a::as through the length of the entire causeway. Hazen and Sawyer Inc., Pump Station Improvement Program, Miami Dade County, FL. Preparation of detailed design dra'; iings for the Miami -Dade Water and Se',ver Department. P.espcn ''` es included pump station and force main design dravvings, utility crossing pipeline plan and profile design, preliminary me r:_'ance of traffic dra+wings, canal :: connections with other proposed and exist rig ,',at,r and wastewater distribution mains. Humberto Alonso, Jr., A1A Principal -in -Charge Humberto Alonso is a 1 _='sed arc`: :- management ST.haDi Board c - -' c _or Education cversa', ons 'M.B.A., Business local -any Administration, University of Miami B.Arch., Architecture, University of Miami. Reg istrations Registered Architect Florida ARDC09778, 1983 Professional affiliations Greater 'Miami Chamber of Con' '•er,ce B, - G .rs, Chi= FXeCLIti'.ie Co Leader, Grea_e Chamber of Commerce s Advocacy Group ChaToe 's Executive Comm;::: c Board of Directors) Development — Division II The U" f Schcc' Industr, . ti Florida Intenat_,- -Universty, Advisory Counc for Engineering American Institute of Architects Florida Atlantic University, Broward Community Advisory Board (1998-2002) Miami -Dade County Public Schools, Blue Ribbon Committee on Workforce Housing fTKi NS 15cI.• .: in 1987, where he rr capital projecs. ne was a founder and __ _:.:. ..- _-commercial and io e ~- elopment prc of experience in 12 Florida. He ensuring i.contracts delivery and cli-= sa-..sacr.ion. He leads the fin— s -` planning and mar i,,e7. region, while e ._ ' _ ,=ntatlon c the , _ mmunity _ - I'1 �.i _ r firm5 thin - et t .: r da and de >Hs. Hr _::.. =„r l Rey - , Council —one of 13 se --,'es on the of coon. e : "2 .onal issues 1n SOUt: Restoration Cocr:i _ n.g Group of the on the er=iii -rive in efforts to co -: , th.e Girl Scouts Cc .ail of Tropical - ur ua and Uni g - c tit on the "Sa h _roils in Florida. He also group es covering a range of a past chairperson of Te principal advisory team t Force — the team that Biscayne Bay. He is also a ; is a board member of `;onso was selected as one of "Miami's Best" in Trans,:_c'-__ - on by Today in 2010. He was recognized for his work and vision in transitioning 1alia con industry into the 21st century. Resumes of Supporting Personnel Education B.S., Civil Engineering, University of Puerto Rico Registrations Professional Engineer Florida 69433, 2009 Puerto Rico 15593, 2002 Certifications OSHA - 10 hrs course - Safety in cons-r Ictior- a`ar - Cert #14-005019,3]'. -2014 Bic,:;- - _y EV)_Y ,_ Vi_-<_ - _ 2 Workshop for Structures - 2010 Software Autodesk CAD applications AutoCAD, Civil 3D, AutoTurn, Quid:cc .Ti MlicrosoftAr_ :s Word, Ex =t Outlook, P _ . , _ n Adobe Applications Photoshop, Acrobat Pro ATKINS Luis Diaz, PE Civil/Horizontal Projects Management 4s:._ r r] ;cn and development of convex,- ," been involve,-i - His -- assignrnent is it . Imply ,emr.e is iOCli as a project n-tanager. IM;Ir. Diaz's Atkins experience includes: Capital Program Support Services (City of Miami), Miami, FL. ;de project zc: C;, ET 0 of :.t __.. and cons.. _ estirr_ cs for the ancf updates to acts by operating Ci', TR$ _ :.;:S. At the sa-- C -._ has 22 . ard -. _. no his _7al projects. In recent s for several projects. port to the Office of Capita' e pack _ _s like Oracle, st_d - ign nil - Florida Department of Transportation (FDDT) District Seven General Engineering Consultant Services (GEC), West Florida, Tampa, FL. Provide support ass:r:c ce. fix as needed. Tasks performed ad'.vay design reviews, _ = long-range cost - :cs review and generation. Appoint for all plans an ^ical re, _ _ . _ "7. _. ie assignment Jr of co e _ system. The Mall of San Juan Roadway Improvements to PR-8 (The Taubman Co.), San Juan, Puerto Rico. Pro'rded design and coast: c: c,r administration (CA) services during the - e project and during coos: -.....:man. In charge of coordination efforts between, o erai c .ntractor and c ov c assistance and coordination, design and CADD d-.s u:., for the project. Load Rating and Scour Evaluations of Bridges, (PRHTA) - San Juan Puerto Rico. With a scope consisting of providing load rating and scour evaluations for 300 bridges around the island, served as principal project manager in charge of providing coordination and support during the different development stages of the project. Contact person for all comrr _:r ca-ions and coord patio, i between the client, local sub -consultants and ATKINS N.A, tear:. to the gro_ n of engineers, surveyors, GIS and CAD technicians on the local te_ 2040 Puerto Rico Long Range Transportation Plan, (PRHTA) - San Juan, Puerto Rico. Deputy P„1, in charge of providing coordination = support during the different project stages. Contact person for comrim, v s and coordination with the client, local s_.r-cons_, --. ; `. e Atkins N.A. team. Education M.B.A., Business Administration, Uni'v'erst! or Tampa, 2003 B.S., Ci'.,;I E, __ Universidad Jai/era (Bogota, Colombia Registrations Professional Engineer Honda 68294, 2008 Certifications FDCT Acl ance ^.Iain'er"�c of Tra`f:c Software lMlcroStation AutoCAD GEOPA< LRE ATKINS Ricardo Castro, PE Roadway Design Ri I_ , ars for of plan,: c_ Milt e !ri_ri p,eo of plans, r,2_ book. oara_:on of co!._ a-. III as budget and _ __.ors, and Mr, Cast,ro's Atk,ns project experience includes. I-95 interchanges Operational Improvements, Florida Dept. of Transportation, District Four, Broward and Palrn Beach Counties, FL. Project Manager for tnls design -build project. _ -.:, k n^s and structural services C =, _ S 5 this project Town of Medley Engineering Services Contract, FL. Lead Transportation - Ear. Under th s contract At_k ns provides a \av de range of transportation se. , is.,ri,ey, right-of- way support services and at disciplines Involved in producing a final roc",:; .; set of plans. SR-932 from East loth Avenue to NW 7th Avenue (FPID 429162-2-52-01), Miami -Dade County, FL. '= Roadway and Safety Improvements at the Flamingo Road at Oakland Park Boulevard Intersection, Browvard County, FL. '. n ' Continuous Se -:,ices Cat as pro 'responsible for mikirici es racing Gros: slope correctionnintgi and pa _..rang.. Responsible for coo _a na„� __ . _ _ cs so oiect. SR-901U5-41/Tamiami Trail, Florida Dept. of Transportation, District Six, Miami -Dade County, FL. Roadway engineer -of -record for the resurfacing, restoration, and rehabilitation (3;R) project tha: includes milling and resurfacing, signing and pavement markings, and utility coordination. Mall of San Juan Roadway Improvements, Taubman Centers, Inc., San Juan, Puerto Rico. :' o f engineer for r 01' Jrna4-lanea -"_' : o" lanes, or PR-17 n:, . - -3 72 ono:'i 2 :nstructi,on all Internal roa:,'jays of the d so includes e,..r:r!rsi uti :, coordination. SR 5/US 1/Overseas Highway, Florida Dept. of Transportation, District Six, Marathon, FL. Roadway engineer -of -record for this resurfacing, restoration, and rehabili ::t:on (3R) project in the city of Marathon, The project scope includes milling and res... ` _ shoulder reconstruction, pavement markings, and drainage improvements. This pr = .:. ~e a northbound 10-foot hurricane evacuation shoulder. Education M.S., Envirore!-: and Urban Planning, Honda International University, 1982 B.S , Civ3 Eng,neering, Un versity of Nam', 1979 Registrations Professional Engineer Florida 43255, 1994 ATKINS Karim Rahmankhah, PE Utility Coordination governm Prior to Rahrnankhahrs experience include:1 Hillsboro Cana] Stabilization and Control Structure Design, South Florida Water Management District, Palm Beach County FL. Pr.:;=-tragerfor •phase 3 of de.sian, co.-!5,:rction bid .'1: LOSt, ccornaton., -1-1'. • cana' h:ank uctures and t!ashiboa,-.! generator fo' tC.s. b:-/PaS3 s'ys7.e7; and c<up control. Duna: on ±'-3 rnon!-_,Ts Seawall Replacement at Muss Park City. Miami Beach, Miami Beach, FL. Project manager for design, construction bid documents, estimate of construction cost, utility coordlration, permitting from Army Corp, Florida Dep and Miami Dade department of Environmental Reso]rces Management DEV-./1,. This project involved 3 ..atema!-..Ee options, rer.jrad,ng, and landscapina. Duration: 8 months in 2016 South Broward Water Treatment Plant 16-Inch Diameter Transmission Water Main Replacernent, Sunrise, FL, Utilities 0-crt:'.7t-2 for des,gr, concton !,- of Davie, •2 7,— H7c7.,7,7'; 16" thin 10 feet of exstirg utility s- ;-_ower anc: adjacent to the pn./ate backyard v, 7-, an exis pools and newly instalied 36" diameter sec:-ty lighting post 'Doting in the same easement. Duration: 7 months in 2014 NW 20th CT between NW 106 Avenue to East End/Cul-De-Sac 8-Inch Diameter Water Mains Replacement, Sunrise, FL. LitAl. COS. -7 77 :Db:3 City of . . to replace appro.;.-57E-i 2 2 7., ..i-;2•al feet of an existing old and Siledule152:C. water mars pipe due to multiples breaks in the recent The new 8" DP mains pipe provided an increase water pressure, fire flo': 2= n on of a:. fire hydrants, and additional isolation valves. Duration: Projec: 6 months in (2013-2014'i Education B S., Electrical Engineering, University of Miami Registrations Professional Engineer Alabama 27289-E, 2005 45975, 2007 Ca 7724, 2005 Co ora -Io 0040940, 2007 Florida 15309, 1975 Georgia 29436, 2004 Illinois 62-48755, 1994 Louisiana 31971, 2005 Maryland 17935, 1990 vl,chiga;`z 62101063785, 2016 I*;Ilssiss;ppi 15963, 2005 015235, 200I ,:ICJ, 2014 ;_co 17770 2 Nor:. .ra 027215, 2001 Oklahoma 28380, 2016. Pennsylvania 072609, 2005 Puerto Rico 18958, 2001 Certifications Leadership in Energy and Environmental Design Accredited Professonal (LEER AP), U.S. Green Building Council (USGBC), 10476554, 2009 National Council on Qualifications for the Lighting Profession (NCQLP)—Lighting Certified (LC), 2007 ATKINS Pete Trevin, PE, LEED AP, LC Electrical Engineering Ilities, - food ma .,:ores, o;ab r c_ ; Ic30olll eerin,g, .ot lightT,g, anci a !,, ai - i 35signrrant3 fro., a.c: and er_ o =rr ng cles en or, such rT(, General Consultant, Florida Dep. of Transportation Districts One, Three, Four, Five, Six, and Seven. 7 _rt Ir.c',e; - e nr mar=ci ma' -, _ :-_ o` raadoray Tcl the of the sa .. vvith the selected cons ofv,. < prepared pi Miami -Dada County School Board, Miami, FL. Design, e e.cv..c�, ::_ d supervision and final _ = junior high schools (II'•r''ami Lakes, Edd enbacker, Campbell Arvida, Howard McMillan and Citrus G rve). Miami -Dade Water and Sewer Authority, Miami, FL a ne,,'; C. l �.l'r -_ - ._ ..� _ �37 _ s._e The 7D z-' ,erand r :1' �`-:c_. .. Florida's Turnpike, Florida Dept. of Transportation, Statewide, FL. General conI= for the Florida's Turnpike. The wo : °reparation of estmated man-hours tar _sgn of toll facile ICs arc, for=a` _ •;me with the s the prepa - ;n -!?line Dr- _ _ _ __:nsultants to follow of Electrical De , a the pre: a r_ _ ;nes and - r a of each toll plaza electrical d si_- _: a =`J Pi rsulta , .._ _,e _,-tractor's shop drawings for each toil facility. John H. Schee Vehicle Maintenance Facility Design Services, Miami, FL. Electrical engineer for the iiriiami-Dade County Public Schools project involving architectural, engineering, and construction administration services for a new 25,000-square-foot vehicle maintenance facility. This facility, located on 4.5 acres, included approxirnately 16,800-square-feet of high - roof service area housing 17 maintenance bays, administrative offices, and parking/storage for 125 school buses. Alit Registrations Professional Surveyor and Mapper (PS7f1), Fianda LS4431, 1983 Professional Land Surveyor (PLS), Virgin Islands 325373, 2004 Professional affiliations Foricla Surveying and Mapping Society i.FS",!Si ATKINS Roberto Mantecon, PLS, PSM Survey 3 _; _ bounda-,r. _ _ _tonal, ca . - , and --7: hr, of C.;D a' :. G S ar ? - of the Ford ! .'wppfrg a , _ ,IS p,oject e:t _ :. : airing over 6,000 miles of levees in 15 _ _-. *s for the U.S. my Corps of E2:, Levee Database and leading hie = surveying in _2, unc+.nor , , " __- , u' Fort Jefferson in the Dry Tor : - ..-e past years, he e!: using mobile and terrestrial L:C - a ons. Mr. Mantecon oera`_ions, a ::_.._ - i ses and coordinates office : _ e : personnel. s -r . ns project Brie,^ce includes: Hard Rock Cafe and Hollywood Reservation Loop Distribution Water Main Design Services, Seminole Tribe of Florida, Broward, County, Florida. has served as =. Surieyor for over 15 ^ yea,-s �c to 7!- Mr. .',Lm•tecon has performed boiunriery and topographic surveys for Tribal lei : _ ,nnout Broward r ty, Florida. At present, he is engaged in the survey of 9 miles o= : P"apping for =: = - improvements on or adjacent to the reservation lands. This projest cei c . "orrre`i in i.w 'ctron vilth the City of Hollywood water main route surreys and irc ud='J ca.'a collection using mobile LiDAR technology. Surveying Services Miami Marine Stadium, City of Miami, Miami, Florida. Mr. Mantecon scrim a5 pr",ect manager for this contract which required boundary sur',ey,. Including locating a!I visible surface ir^pro',ements and topcg'aphic featires that et:st within the Winston Park Plaza and St. Andrews Traffic Signal Design Services, City of Coconut Creek, Coconut Creek, Florida. Mr, Mantecon s i5 project v'rhich required topographic survey ut 1:zing laser scanning to of=ta n ro?:; :' s in 3D for traffic s,rina1 design. Pembroke Road Water Line Improvements Design Services, City of Hollywood, Hollywood, Florida. Mantecon served as pro :' ma,rager for 11 un _, me : _ L _ ,,us aCy_H- tie.,; oa:y iti r. cor:. _ "e'rr e,<pe' teFo C zr;r to the cit./ on schedule and without delays. Florida State Road 997 (Krome Avenue), Florida Department of Transportation, District 6, Miami Dade County, Florida. Through the use of HDS S ., , : s, the mapping of I: _:: - ri _ :.. - = highway in southern Miami -Dade _ 1 a •_ llec_ad by the FDu- as i _ : _ is 2020 Master Improvement - 6th Street Topographic Survey, City of Miarni Beach, Department of Public Works, Miami Beach, Florida. Topographic surveying and mapping proposed s::a_: _:rainage improvements for more than 5 miles of municipal streets for residential and commercial areas including Bay Road, West 6th Street and Alton Road. These surveys were conducted through the use of conventional and electronic means, including the use of High Definition Scanning (HDS), Survey techniques Education M.S., Civil Engineering, Univerity of Miami B S., _regal Engineering, University of Miami Registrations Professional Engineer Florida 32644, 1932 Certifications FDOT Advanced Mainte.nance of Traff T<.DOT Pr_cert'fled, ESN 1933 ATKINS Glenn Myers, PE Structural Engineering _ _Sri, -a,ija s:ruct"hares. C. _ -_ ., ... n his kro ',ledge, of the cor;h .stry ili ti - _, -:3 StruCt!lra, recognized for as" -e , = construct,bllity, and ec: homy. NI:. " _1] 41 years of experiero =, 27 . en with Atkins, centering on the design of ra ':a`I and ; .. _ _-'und and aerial guideway and stations for r rail, light r d, _ systems. His wide ravaging exper:e:-ce a'so includes aviat ;r.-uctures. He has led structuirdesign re,', _,,th Florida Regional Trans _ u -� a.,., other t.ar2cr7.3. - - General Engineering Consultant Services, Florida Dept. of Transportation District Seven, Tampa, FL. Chief Structural engineer. P :. _', ng general engineering corn -.:tan services ,- , = anagement, plan: = e.', tr .-- a studies, design - _-, -_hedJling, contract::-.':r .ices, right-of-way -:gulsition, perrnirt:r.g, and :erylces an an as i'.c.'c'. Cass for the district s t re -county area (Hillsborough, 33, .: Js, and Hernando) Dixie Highway (CR-811) over Florida East Coast Railway and Hillsboro Canal, Florida Dept. of Transportation, Broward/Palm Beach Counties, FL. =r: ='_t r-a'-hg_r. Responsibilities include coordination a' s`:. `_s;. r_es for professional services incilading inject controls, roadway and drainao ght-c ay maps, en. .nnmental t a iroad grade crossing e, = d s design develociher consists o` a complex S-curved bridge it _ - = FRor,:!.=. East Coast tFECi the -t lisboro Can& and other kcal ro __t Coheir on between existing Dixie H.gh,v=v, located on opposite s,.: in E ' and F2':.- Beach counties. Project also -_ct ramp connection into c:ty o L erfield Beach Central Business District a _ t ,".:-.Ea Hillsboro Canal and a 220-foot ; e, span pedestrian structure over the Hillsboro Ceiproviding access to the city's Pioneer Park. Airport Expressway (SR 112) Realignment at Le Jeune Road, Miami, FL. Engineer -of - record for this award -winning project was conceived to provide direct access from the Airport E:<pr_ss;va'y into Miami International Airport without utilizing local access roads. Structures on this project include a bridge lengthening and a new 1,600-foot long ramp Ths nest, ramp structure consists of twin curved steel boxes and special dapped end prestressed et ,_rote beams with composite concrete deck supported on single -column hammerhead r .-; A special finish was cast into the exterior exposed face of the prestressed beams adding to t-e' aesthetics of this highly ‘risibie structure. Design and construction of the ramp structure reg-..--~ 1 Jse coordination with the approach surface requirements of the Federal Aviation Administration. Ala Education M.S„ Civil E ,r. �g, University C Fonda B.L, Beijing Universi:; of Technology Registrations Professional Engineer Arizona 46324, 2007 Colorado 44617, 2010 Florid 76395, 2013 Texas 90134, 2002 Certifications Profess OPe eer ;7TOE 1229, ^st,tute of Transportation Eng veers, exp. 11/30! 2!0 i 8 Professional affiliations institute of Transportation Engineers Intelligent Transportation Society of America ATKINS Bo Gao, PE Traffic Engineering Bo Gac 1 res Mr.Gaos dt, _ and m _.'"ICe of cent` _:. .. ex -7 ha are and t ra P- _ :o joining At . 0r. Gao's project c e -nce Active Arterial Management Phase 111 (90'), Florida Dept. of Transportation, District 5, FL for:.. a r.,me r - - -, cable installation. Old St Augustine Road Signal Re -timing, City of Jacksonville, FL. Project manager F rid tim - -- - -- - 15 1. r�-,.u_s-.:!� for .-e �.,r!..o, re-�: � _ __. ,� ,_... � , . _ _, . ,_ _.� �„ signalized Ent ise_-,cns re -timing, and benefiticost analysis for the Implementation. Active Arterial Management Phase II, Florida Dept. of Transportation, District 5, Statewide, FL. E:nr; reer of re: -e for = The obie.d 3 miles of fib_ are, 33 5 t ..,_ __tor 22 m,c u = count stations, and 22 wifeless __ Statewide Traffic Signal Control Database Conversion, Georgia Dept. of Transportation, GA. Quality assurance/c _ "rc! r-a--eger. Responsible for the accuracy of database conversion from existing traffii s to the ne,w one. The project involves conkers on of 500 signalized intersections 777L SHerrienslilagle 2070 software to Inteiigiht MaxTime ATC software. 67th Avenue ITS Project, City of Glendale, AZ. Project manager, Responsible for project as:! coast: _, _ ,-d estimates package preparation. Th.e J. mile of fi 5 IP-based closed-circuit television cameras, 2 traffic sigh_ c. .. eolace, 1 ;legs, and 1 layer 3 network switch installation. Freeway Management System SL101 Phase 6C Design, Arizona Dept. of Transportation, AZ. Lead ITS en':gineer.Responsib!e for system design and r:_::;or integration. The project involved 7 mile of fiber optic cable, 8 closed-circuit television carras, 4 dynamic message sign and 14 freeway count stations, and 8 wireless radio frequency radio installation. Phoenix Next Generation of Traffic Signal Controller Specifications, Phoenix, AZ. ITS engineer and project manager for development of the specifications of the next generation of traffic signal controller assembly. The City had the intention to upgrade the existing legend signal controllers to the latest Advanced Transportation Controllers to support the City's signal operation and future expansion with new ITS devices. 70 Education M.E. Project (Management, Uni',ersity of Maryland B.S., Civil Engineer'ng, U.S. Air Force ._-- e Registrations Professional Enci-'e=r Florida 68353, 200,3 Certifications TIP(# R500555770170 Advanced P,1aintenance o: Traffic Construction Training arc! Qua:i _ :n Prorlrarn if., Control 0' Mana aDepa•. . -spertaticn CFDJT; Cr,: ca1 Structures Construction Issues COL'ie Fonda Department of Environmental Protection (FDEP) Stormwater, Erosion, and Sedimentation Control Inspector Project Management Professional Professional affiliations Project fvlanagerr.ent Institute ATKINS Michael Ryan, PE, PNP Construction Management Inspections has'N ientional en . e -3 approvals and p,e; M, cons- , -- on vi services. He organi_s s field obs-_,- ration sues _ a compliance Y/ith contracts so that project quality, cost control, and es conFi,' =`,on schedule are met by the contractor. Mr. Ryan's Atkins project experience includes: Construction Engineering and Inspection and Related Services, US 41 and SR/CR 951 Intersection Improvements and 3R Improvements to SR 951, Florida Dept, of Transportation, Collier County, FL. Se- ornaar resporsib''- `,' coat -act ; ,r _ - - 3 =st rg.Ths of Trs'-spor-a` on joint parr = ..,fee t : :- a ng included the : realignment the US 41!SR 951 intersection, a e intersection and one of C e-st ' cations Major act = : - exca';ation, dosed and c =r C ' 5. �Pf3t aln, + ?� _.,:e main utility replacement; into �- a':, Ilcghting, guardrail, and _= _ : ==t includes resurfacing approicii 3 r Span ~Fiore signal system to arms at t'.,.. .. ... �' - - _ ---out the p+'ojeCt, and bus enh_. _- _ _ _ -' - „ : bus bays Broad Causeway (SR 922) All Electronic Toll Conversion, Town of Bay Harbor Islands, FL. drainager lanes - tiiiection sys.- _ :, lab and materials testis a, of consists of L 2,ctivities include o,a and insta!fation, • f cat _ - _.clitate AET, modif,ca: s and demolition of existing canon == __ s:-_. =tires over and within th '• ;. South Road Realignment, Lee County Port Authority, Lee County, FL. Senior project engineer and project administrator responsible for contract administration, supervision of inspection staff, and coordination with Lee County Port Authority, Lee County Utilities, and several private utilities. This project included removal of the existing roadway and new alignment for 3,400 I f-s } cf roadway. Construction activities Included the installation of force main, water n-: :. _.ser, sanitary seer lift station, street lighting, and construction of a two- lane rur sed drainage system, landscaping, and irrigation. 71 Education Architecr....re/Interior Design, Pratt Inissit,te N.Y. Advanced Autocad Certf.icate Registrations s:ared Landscape :ect F LA000090+3, 1933 Professional affiliations Florida Urb..an Forestry Council r ATKINS Harry Belton, RLA Landscape Architecture space, of- - 31 1:: -7 37 7 2:3. 7: streetscape de. -._.;•73 landscape as iwe as the la, = parks and recreatoonal i:s.astal and waterside parks, landfill cor .7csions, and id. rway and trail systems. Mr. Belton's Atkins project experience includes: Fort -Lauderdale -Hollywood International Airport Expansion of Runway 9R-27L, Fort Lauderdale, FL. Seried as lead designer fcr ai-port construction of a ne, . runway spanning across US H n I 7:111 so: areas as well as complete landscape design of the d .-ia,ort ' It also acted as mitigation plan for a large tree necessary :dr the constri,c: or of trHi runi,N,ay. The project invoked coordination be: Broward County Aviation, Broward Environ --enta '-'i-Dtec-tion, and the Florida Depar oif Transportation. Emphasis was place.a I: 3. 7: irl5t destination, resort (Fiality that met tree re.--.2',3` permit mitigation o-oort maintenance abilhies, and rE .77 ..:15 for security and wildiite a.-.13C: on avoidance. AIA Greenway Oakland Park Boulevard to Flamingo Road, Florida Dept. of Transportation and the Broward County Metropolitan Planning Organization, Fort Lauderdale., FL. t: ::a the Brower:: OT.JVet.-.:.pis :3- tO an and bicycle facii -.-e3 - .. _ The current six -lane 13 r.3'1,7';',,Ved CO t.',%0 lanes ir, tna: hai.e been further reduced to rnininnal lane This will free up 32 fee: for expanded sidewalks, bikeways, and extenst..-e iL-eet tree plantings. The riesu te 3 Fore pe.destrian friendly and erviri.nmentaliy sustainaic e „Clic space that will be attractive to users and customers of the adjacent businesses. The pnr.,:.oal expression of the design 1vi11 be the prevailing character and appearance of Fort La: ex:e.-1 it north to the: c:ty lirr„t. it sI nCOrP--:,r Vw3Ve p 7., of similar themes represented at the soutis corrdor. It wiH also incorporate a shady, Riax&.:1, thth e neighborhood neighborhood and the city's character. Duration: 0112013-isi-eis,iii....: Lauderdale -by -the -Sea AIA Enhancement Project, Town of Lauderdale -by -the Sea, FL. Senor landscape - -. / 7 L. -T 3 SL-,.?rlIC andscape and mult 'di, ,- -.:- ' nation effoH-ts Tow.- - e-by-the-Sea. Florida Department of Trans.: :::—.3".1011 :Dan, a 7d -:-,::rne.r-lts were the addition of transit i-nproverre-7S and eiernents tha: ,.7:-2rsed specialty paving, street furnishings, and architecti,ral accents. These enhancements vi.ere designed to provide a refined cohesive style to the corridor while promotjr.g the characta: and image of the town. 72 Education Architecture/Intenor Des,on, Pratt institute N.Y. Advanced Autocad Certificate Software Autocad Arphitect.,re Revit 3.0 S'QtchUo 2014 -MACS (CO!.;? project management Microsoft Off'ce Poo:oshop ATKINS Carlos Lozano ArcNtecture/Vertical Projects Management 2;_,; and . : 2.• . _ _ Mr, Lozarfi-3-s ,,tkiriis project experience includes: Capital Program Support Services, Vertical Projects Project Management, City of Miami, FL. Artitect responsible fo pocrnana-;:mer,'. Hcep-.icr to close ou The scope iiP.olves the preparation . consLJ;7.77,-t_S, d-/ run process and f.e'd S noLes project managen,,:--t. Publix Store #0581 Complete RemodeI, PubIix Super Markets, Inc., Miami, FL. responsi'olo pen-itong of dccurreifts process. This .:,-p,ect a compete c' a Prior to joicH-g Lozano': experience Project Manager, PDT International, Fort Lauderdale, FL. Coordinated and ran c,ent_ dients iH.ce s r nif Project Manager/Office Manager, Desjardins Design Group, Bay Harbour Islands, FL. esoonsibie for space olannIng, pi-eoaring all construction H-7;,. end c,Dr-nr—,e•ria!, arid desii and material coordinapin and aporovas, si_,pervision, hiring, training, and preparation of presentations and marketing tools. AutoCAD Operator, Koroglu Architect AIA, Coconut Grove, FL. F?E':'.2,?.El documents for the relocation of Parrot Jungle to jungle island at its currenr. island. Project Manager/Office Manager, Andrew G. Juhasz AIA, Garden City, NY. Prepared constructon docurr.ents for commercial projects like banks, insurance offices, law firms, etc. Responsible for conducting all field surveys, space planning, coordinating and running client meetings, field supervision, shop dra,Ning review and approval, and hiring, training, and superVising employees. Project Manager/Surveys/AutoCAD Operator, Mancini Duffy Associates, New York, NY. Conducted all field surveys for commercial projects like banks, insurance offices, and law firms. Prepared construction documents for commercial projects, reviewed shop drawings and approved, coordinated and ran client meetings. 73 Education B.A., Architecture, University of Havana Software Microsoft® Proi_ct ;'Microsoft® Office AutoCAD, 2014 ATKINS Alina Hernandez Architecture/Vertica! Projects Management nnis a. se _:or of r _ _ re _, s.e perfor. - , ct rna QA/QC and coy ictior iiccs _ a private sector::1 e has previous experience `,S management. _n and cll Ms. Hernandez's Atkins project experience includes: Capital Program Support Services, Vertical Projects Project Management, City of Miami, FL. _ establishing scope -= work, c es, _. "._er5 Coria -u - � " �, :ami. T � � `;!�'i•,A'y projectma agr .---tforVerticalPEA .:_ts. oh 0 i2016-0512017 Prior to joining Atkins, Ms. Hernandez's experience inched: Yotel, Hotel and Condominium, Aria Development Group and Aqarat. Performed QA/QC a - c1 re/le',,, ofa5�.., building: 250hotel ca;, rvs. 3=F0. resLdanital units and 12 story e. Project is +r = nd cvf!l start construction in 2017. 8, Wood Partners. Performed Project Management, Miami, FL. T.,%enty eight g and t._2c, floors gevage. Retail area is provided on tr floor, total oi 3 , _. Project projected to start co _ _. c in 2017. Triton Center, Florida Fullvievv, Miami, FL. Performed co -Project ,.! anaoar. D_ e to e. comolex:ty and tight schedule, project titian req'u1fed to be ! `f t,. _ Project Managers. Exist d U.S Immigration building was converted in_:.a ; - :on, providing a total of 135 hot4 _ ._:oom. A total of 722,000 square ft. c - a- and 587 parking spaces were proi',dec;. Building Permit was Issued on August of 2016 and construction started on January 2015. Miami Green Office Building, Miami Apartment Buildings, Miami, FL. Performed QA/ QC on a 13 story, LEED certified, office building with 120,000 square feet of office space and 14,000 square feet of retail area on the ground floor. Jackson Memorial Hospital Renovations, Miami Dade County Health Trust, Miami Dade County, FL. Project manager responsible for providing construction documents and administration services for project that involved renovations to Jackson Memorial Hospital. This project entails the renovation of 6 Operating Roorns Holocaust Monument Renovation, Florida Dept. of Transportation, District Six, Miami Beach, FL. Project coordinator respons : 'e. for contract documents. This project involved construction administration on the Hciocaus: Monument in Miami Beach, FL 74 Education Structural Erb nee, ° -! Florida international University B.S., Civil Engine._ Florida International University Registrations Professional Engineer Florida 70993, 2010 Georgia PE037804, 2013 Texas 11.3718, 2013 Certifications Pfo`essiJici° ,ia]Soca=.OfiDivIng Instructors u` Coen Water PALL Advanced Open Recl Cross Oxygen Administration Red Cross First Aid ATKINS Douglas Ramirez, PE Building Structures D,, = 15 years of :ct5asas r_ _ _nC exp enence includes: Bertram Public Library, St. John's County, FL. 15' 5_ iC _ , nod structural design and 3• 30,Cu0 design -bid -build project. -!:tier and selected renovation I ca a _ „ any. T i a terminus for the - the orig r E ding and h ;w... , adult non-fiction and reference room, and meeting room with space for up to 25 _ =c s. South Dade Middle School Design -Build Design and Construction Phase Services, Miami -Dade County Public Schools (M-DCPS), Miami, FL. T i,s des g^ 5u_ Ici project for design criteria professional services for a new, 1, 52 ,deny station middle known as State School SS-11 located on a 20-acre site in the southwest on of the county. 1`,1r, Ramirez performed structural threshold inspections. Life Safety and ADA Upgrades, Miami -Dade County Public Schools (M-DCPS), Miami, FL. `. ed as ..r g _� a ._a:prc,,s,,_!ed and c�onstrL.ct _'. �5 fire saeiicte5 _r 17d` _.. fu t c Snyder Park Construction Documents, City of North Miami Beach, FL. This protect included a new 15,000-square-foot cluorose----.-7.tai building as an entry feature that sets the tone for the entire tennis center. As structural e - ieer-of-record, Mr. Ramirez performed complete structural design and calculations for a new tennis center, gymnasium, and restaurant. Frank Brown Park Engineering Services, Panama City Beach, FL. Mr. Ramirez provided structural design and construction administration services for a _'t expansion to Frank Brown Park. Final design plans included the Panama City a - c -e ter, the extension of Pier Park Drive as a back entrance to the park, and an 8 foot connecting wsith existing Frank Brown Park trails to create a park -loop system. Robert King High Park Recreation Facility Architect -Engineer Services, City of Miami, FL. This project for the City of ivliami involved come'-- ,sessional architecture -engineer services for the Ro pert King High Park Recreation _ JaJon center. Mr. Ramirez performed s = _.raj design and construction admin;st,..ai,on nes for the new con-munity ::n;'K:etball court, and restroom buildings, es v)W'o h c ids. _. idit'oil oT 75 Education vI.S., Nuclear Engineering, Moscow Institute of Power Engineering B.S., Nuclear Engineenng, Moscow Institute of Power Engineering Registrations Professional Ercunear (Mechanical) Honda 53329, 1999 Virginia 402052447, 2013 Maryland 43521, 2013 Certifications Leaders'-: En' irons Accredi , ^r? (LEED A:=' , U.S. Green Building Council (US:_5E 2008 National Council of Examiners for Engineering and Surveying (NCEESi, 47395, 2011 ATKINS Pelayo Calante, PE, LEED AP Mechanical Engineering hrl r. C control, a - and engineer, n.eer, civil e.. en:,-. ,,here nuclear cower p ,. -_. . desin , codes includ ng t ._ He r _ , .ng, and Air Cons. -.: s (AS1;1' �.S gr0'.• _ mar..- , _ : ._;c:.c a cl ? of aTd _ ca __,vof is, Mr. Calante IS the c -.wIJ related prap_cts. Mr Calar.te's Atkins project experience includes: City of Miami Capital Program Support Services (CPSS), Hyatt Hotel Chiller and Cooling Tower Replacement, Miami, FL. ;Mechar a eereviewing contract plans and specifications prepared by an energy consultant and s Sneers firm for replacement of a central chiller plant and associated cooling to'rver. tocused on adequacy of plans for construction. 1'ttiami Dade College, Wolfson Campus Bld. 1000, Miami, FL, V;/atc son at basement, _ ;,nator and IVIecharical Erg neer of Record of a water _ _,.-Or' project that sr,'tchgear room, old chiller room, main chiller room, a;n,s o:+;•,-J dock in the Prickell Bay Tower, Miami, FL. MEP !P,: wand_ Fire Protection and FOP, of a gro'_ip of 15 interor o s, = 76,00C.sidet) Design Support to Publix Super Markets, Miami, FL. MEP Project Coordinator and Ivlechanica , Fire Protection and Plurnbing EOR of remodeling of Pubiix Supermarkets. In addition to these services, At':ins services include field surveys of the facilities. P rofects have vaned In si.7e from 24,000 to 65,0.00 square feet. Wolfson Campus Building 9000, Culinary Art Building. (Client MDC). 2009/2010. Miami, FL. 'Project coordinator of al disciplines (MEP and fca ,. _ : .,_action) for a new 8-story, 35,000 sqft. Project Cost $ 17 millon. All systems \,,,i.ere cocri,na'.eci= LEED-NC Silver Certification. Plans Review and inspection Services, Miami Dade College (MDC), Miami, FL. Mechanical engineer performing code -related pans review and inspection services for various projects for all MDC campuses. Sustainable Infrastructure Assessment, U.S. Army Corps of Engineers (USACE), Tyndall AFB, Eglin AFB, Barksdale AFB, Scott AFB, Offutt AFB, Hurlburt Field AFB, Kessler AFB, McConnell AFB, Columbus AFB, Arnold AFB. U' :.'. _ =. '< A-E services IDIQ with the tlationa! Guard Bureau, Mr. Calante provided mechanical engcnewrng support for this facility condition assessment and real property installed equipment procedure. 76 Education Conction Managen-en-_, Eler.cla lnternnor.a. 2002 B.C.E., University c: Cora. Gables, 1930 Registrations Pro- HOC;fia 5194-4, 195,7 General Contractor Florida CGC016775, 1980 Certifications F:orida 83drg Code ,AcIministrator BU743, 1993 Florida Standard Plans Examiner PX902, 1995 Standard lhector U.; 0002128 Professional affiliations PFlorida Building Commission Chairman, Code Administrator Committee State Product Oversight Committee. anci State Education Miami Dade College, Former Advisory Board Member The University of Miami, Engineering Advisory Board AMINS Herminio Gonzalez, PE, CBO Building Code Compliance 1+2.r7v-:0 Gori=a'E,7 31 yem-s :, 7 S ces and , also has anda: .:., cn mc;-, decumertaton, inspect:or-Ls cDorctLen, and technical plan ope.,-. -3 than 16 E_: Code Compliance Offlce ses inclLiding DCCLnT.Dnal and fOrk!i7t, and scaffold Gon7al,-'s -7 F. experience includes: Perry Hotel Construction Management, Miami Beach, FL. —ary . .3 con5.rvinga3 r. _ day-to-day co.= 3: ai--•:d leadership during execute- D' .ASS;g7S :3 3; mee7_ngs, coordinates and - = cd- ::- tl-e and coor'clir.3-s trs= zt. or. Closeout Support for City Center 9A Project, City of Miami Beach, FL. Responstle City and .-:11 that the cor-•:-.:-ac.:.-2,r applicable corl.,s_ 7•-•:e City Center r'gl-t-of-way project. Pr::: construc:c.,--,onitoring, scrled,le support, cha-..T. • support, and to the City during t•Te • stage. Pl.-.=.:ect closeout : at the to 7 in a.---,---1,1nce prE.=,-;ng :2 •ng certficate o' --.. 0.30 responsibe for -.7," team of cc's— and project cor .:eloped and 5chedules: re.',e.ci/responded, to reside-;-, e,.,T.,!ratior. dates; :...ersaw of service roads; and ensured that all rep: -s c•:::,---cle!7.e,-J on time and in corn: ce with acceptable City standards: Handled project issues that arose during the construction closeout process. Bayshore Neighborhoods Right -of -Way Improvements Resident Project Representative Services, City of Miami Beach, FL. Project manager. Works closely with the Cn; Beach to manage on -site monitoring of contractor's work, deterrnin.e if the contaLL provisions and permit conditions are being fulfilled, and protect the City against deficiencies in contractor work, 77 Education B.., i`Ior;, Dakota S:...- Unl,ers,:, ,NDSU) Registrations Professional Ena!neer Florida 61909, 2004 Missouri 2003014979, 2003 Certifications OSHA 10-Hour Construction SaTety Flor,c_ - - -s % Pract,ice5 = : - 70 r'epa--7.7.en: of Co;^ Affairs (DCA), Hurrc_,0e Sr.-'':ers Evaluation Ce tit;cite, 2005 5'a e Requhr5 ::: Education Pees iSF and Chap '=;- 423 of the E_. e F,h orida i �����, Code h.rECr Certficr.;.n.,:s, 2064, 2006, and 2011 Professional affiliations Florida Educational Fac lilies Planners' Association American School and University International Code Council American Society of Civil Engineers Construction Management Association ofAmerica ATKINS Mofa Hassoun, PE Construction Management Inspections nce ranges fron r. ^� p c;t pi-leses .i: reports re._ closeouts ss = c a= Or'. (y i,rc`LJd rig O Ct to COe�.-m JIICt;��, Co ' rci: : _ ngs, c = s a _. _ arts. P11.r. Hassoun has r a - s and cods =osts for a 2Ce. Hassoun's Atkins protect experience includes. Bicentennial Park Seawall Stabilization and Repair Project, City of Miami, FL. On -site a' 4: _ design -build ;Ions of the being fi_,, 1ecl, and protect Ong t,o: City against Facilities Hurricane Damage Assessments and Remediation Program, City of Fort Lauderdale, FL. ▪ = H,,rric -_ , --a , Q. IQC or _ in tied and ,lament, dnG _ _ = an ▪ h :' = roc La: `gs, and more than _h,� St_, Capital.lmprovement Program, School Board of Broward County, Multiple Locations, FL. Project ` na = bdil6na cnde irscr;ctor varois.s school : J;. and ., __ _. ,and life -safety codes. Bayshore Neighborhoods Right -of -Way improvements Resident Project Representative Services, City of Miami Beach, FL. Pic ct manager for the Central Bayshore, Lo::,ver North Bay Road, and Lake Pa -co ;cod Capital Improvement Projects Office's water maim and stormwa pr:; -ct it `:-ighborh i,lo. 8. Worked closely with the City to manage the o« r , proper- :es responsible for observing the contractor's work, datermining ziae ..,tract documents and per ; condi;cons . ,'''re being ad, and r.r0t _ t:r , defects and de*._ _ : es hn - ctor's ,i,c e :,.. ._ an and manag :..- : c- r quests for n`:, :: ; charre orc;: , - a ntenance o- _ _ c plans; for payments; and all corresponde,ce, among _oy's pro;ec: coordinator(s), eng - record, and contractor, including financial trac.krn of the project. 78 Education B.S., Wildland/W'Idlife Management, University of Miami Registrations/licenses U.S. Coast Guard :USCG — Operator of U-•-S..___ Passenger Vessels ;OUP`s 6-Pack Captain's License fsince 2001) Professional affiliations Coastal Conservation Associat on, State a Rd National Board of Directors Professional development Atkins Project IMaragement Course Atkins Operations. Management CoL-rse 40-Hour Occupational Health and Safety Administration (OSHA:: Health & Safety, i,29 C,FR 1910.120), 1998 8-Hour OSHA Refresher, 1999 Department cf the interior: 40-hour course for up to 35-foot vessels, 1997; Refresher 2000 CPR, First Aid, Oxygen Administration, 2007 ATKINS Adam Gelber Environmental uan. G7 7.. His eitte 7s - CeS _. (EIS - . Geib_r has manager large and small p .t], inclurl _ _ s H s work _ '. _ _ _ and Toi,as, �n RepiabliC, and t_ _ _- Ikai. -i.e years with the 'i-- Service Mr. , . - eace includes: South Pointe Fishing Pier Coral Permitting Support, Coral and Seagrass Avoidance and Minimization Planning, City of Miami Beach, FL. %1-. Gelber ser.ed bblo ical irivesOigatdr for o-ecaaion, oF the Env ronmen_a! R so' roe Per yCo':: U"_ ers IJ� E , thH2 Class to the -E-1_ - - I". - _ - a„ IPER i _ - _. L- -. _of_ e _ _ 0--. d7.! _._.- odrai impacts from to __ prOir.Ued �� . _- - - __ ., ., w... _ .e _ ...-, - i..�Q'r�_•_. ....-... _... InStric?ons regarding _. (_ a avid Ies to be _.yed for the project. Seagrass Transplantation Services, Florida Power & Light (FPL) Company, Miami - Dade County, FL. c ,•; of the Unit 5 Construct ori at - Point bower �a soLtr Miami -Dade he conducted expeiiit _ _ transplantation iaf a 0 -7cre lagoon. Roughly f j"- to complete the project, as well as the engine ,_` the lagoon. Other dues included r Sunrise Boulevard and South New River EFH, FDOT District Four, Broward County, FL. As part of the permitting of this bridge crostiiiag, FOOT D:s- ct Four contracted the services of At'<_r s' st, to conduct tenth:c surv_ 3 v _ _ order to identify resources that ccu l b -_ .acted from the construction c _ bridge. As of a result of the In -water a, : ,'t',es, there were no benthiC th s locaton Lvithin the survey limits. A detailed report was generated. In add t _ .-e be^n:.!c surveys, Atkins biologists prepared an EFH evaluation of the existing cone! ;ions as part of the permit process for this bridge section. In support of the EFH process, directed staff on the development of an oyster mitigation plan in consultation with the National Marine Fisheries Service (NJMFS). Served as the lead scientist on this project. 79 Education N,I,5 , Structural Engneehng University of Connecticut B.S., Civil Engineering, University of Connecticut Registrations Professional Engineer Florida 31852, 1982 South Carolina 21515, 2001 ATKINS Bill Pitcher, PE Marine Coastal Engineering • 32 7 _ 7- - brdges, toll pia -..a.=, r-ass : structures, parking garages, ,l port facihr.,es. Prese!.r. dur.es .riciuce pre.c.arat•,;- cE prOdl..CtiOn schedules, departmental rnanpoer and staffing needs, budget ana,/,,,. delivery, progress monitoring, ard quality assurance. He- series as program manager for ;re= is in charge of toll plaza buildng/struct..ral Turnpike. GEC a== l-eais a staff of seasoned structure erg ee y-, -2sponsibility of tme a-- pf n 1,-e adrnliStr.r..:On and designed for and c:i.; Pitbhers rs project experience Bicentennial Park Seawall Investigation and Evaluation Programs, Miarn, FL. Mr. Pitcher served as the lead structural t'2.-CH".±:.r ard r on of over 2,600 linear feet of deep V,.1.-1 ) ,::ong the City -,erfront k.nown as 2 tenternial Park, .47, • -e - If investgations in 2010 and r-araehtly vtes assigned the Phase ill wnich is currently orgc rig Mr. Pitcher cra--:ie of the structural investigation ind unclerviate.r inszectors, ..a..nstgations, special prose 3.7 ..J:tural 56, structural a comprehensive reb-c•rt — sand ri-L3'17.E..r.ii2'..i0r-,5 for 7/, repair and maintenance_ South District Wastewater Treatment Plant Pump Station Improvement, Miami - Dade County, Miami, FL. Fo, t• , -.•-,-;lved in the -d up,gr,ade of sanitary sewer pump saat force Ts, cipellne water crossings, and collection piping. South Pointe Park Pier, City of Miami each, South Miami Beach, FL. Mr Pitcher as the project manager and lead technical prof.ess..a,ha for the design of a new signatu-e f:shing and observation pier to be tHe !TO Government Cut fa• of Nliami Beach. The design criteria ca. = for to -7,i-istand the forces of a category II hurricane event in aoldrzion to a 50 [IL:2, 7,r1 12 ..ther directed the Atkins team of marine structural engineers, coastal „e:,; • : - -•• 91 and lighting enginee,rs, landscape architects, pier architects, marLne = specialists, geotechnical land and bathymetric and project schedulers to .tpr-c'ete tne construction document., y f! for and obtain design and cbrst:-...ct on grant money. The project reqre.c -..e'Star'cling of the extreme ma—e. --e.--,Tonment including breaking and non-•-a--F, -J. forces, tidal current fOr'2'22. surges, wind forces, extreme to-- I' • crlanges, and highly aggr-ess..e t environment corrosion protection. 80 Education Polytechnic Puerto Rlco, 2CO3 B.S., Polytecnn Puerto R!co, 93 Registrations 79629, 2D!5 Puerto Rico 11957, 1991 Professional affiliations of Rs,'K fvla-agernent Projec7, Institute Constructon Industry Institute (CII) InstHtute_ of ElectrIcal and Electronics Engineers Amehcan Water Works Associaton ATKINS Ruben Hernandez Gregorat, PE Program Management/Fiscal Administration/Business Analysis •• ; post diligence, 1:Ie.::: If _ Sure Trak P:.or to "j6r,--.: .L5Ar15., Mr. Hernandez Gregorat's experience included - Bus Rapid Transit and Dynamic Toll Lane Puerto Rico 22 Highway, Puerto Rico Dept. of Transportation, San Juan, Puerto Rico. Lead o'og.-71-7, t_he riedcated !fl, of the ET to!I lane •r- T''•-co, a $105 T-e Heavy Rail Trak-- at te• park Inc! fa::' And ;—, tsvo interchange a- -: a!so ; • • ; 22 Private Public Partnership Puerto Rico 22 arid Puerto Rico 5 Highways, Puerto Rico Dept. of Transportation, San Juan, Puerto Rico. Lead prog-a.(-- ,ea-ager for the completion 077.ee -Jncess,c:- .117; 22 and PR 5 s ;'st concession of As part of the of $ 1,436 fOr otePR22ans -7. 5 the tee .;',c,rk; `.•77..3,:_ed to rE.,i-E1H 137 and Improving two highways. Route 66 Phase II (Canovanas to Rio Grande), Puerto Rico Dept. of Transportation, San Juan, Puerto Rico. desJcjr-b_,: pl.:2de5t , T': • 2' - • , 2- 5 r"...es nf:i 3 TH2 -31:er storm water 1E, 07 Li' •515 and ma nstailat:on of the firs!". 0 TQII Collection :tern of ,:rove:-5. 55 .5 major intersections viitHn te:e project limits, construction ard utility coordination with numerous utility agency/oY•iners cee project corridor. Island Wide Repaving/Resurfacing of State Roads, Puerto Rica Dept. of Transportation, San Juan, Puerto Rico. Lead program manager for the reconstruction and resurfacing of 3,000 miles of statewcie roads among the 78 municipalities. Manacled $105 million budget, procurement and pre -bid processes, •ard selection of primary contractors, 81 Education B.S., Civil Engineering, University of Puerto Rico Registrations Professional Engineer Florida 80203, 2013 Certifications OSHA 30-Hour Construction. Safety and Heath Training Advanced P,!antenance of Traffic Professional affiliations American Socie of Civil Engineers tASC'E1 ATKINS Lorraine Rosado, PE Program Management/Fiscal Administration/Business Analysis years ra , C u�15 to Increase organlzationa icJencv. c•roductiv:tf. Cost sa,Irig], i�.1 Rosado Pietri is fluent in both English and Spanish. Rnsado's Atkins project experience includes: Capital Program Support 129 _. -Plan -af prior - - the plan. Services — Office of Capital Improvements, Miami, FL. from Project to Progr? !an rPosado is y "onagers to C3-7 Out 2,'sc act manias = _ a -,on a pr_ - Capital Program Support Services — Office of Capital Improvements, Miami, FL. titrO- 116: Eus e s Process Optimization Currently developing a Process and Procedures Manual for a an,'?! Improvements processes inc'`u:ding project creation, design, procurement, CIOSeCL' ::" aSi_S. Construction Management and Engineering Support Services —Town of Medley, FL. Ili:',S .0 ]"'�•:', D`ainage and \baler D'istr!but,on Imcro'd�'�!ants Private Provider Inspections, City of Miami Beach, FL. Provided struct•_:rai Ei_,;Ir!rng irs:act;ens on constn.tct!on d?",elopments such as 1 Hotel and 1215 ti'`ieitAvenue Building Department Structural Inspector, The Village of Key Biscayne, FL. Pro'v!ded ng inspe_' ons on residential and commercial developments under the Building Department Office. r to joining ;, Ms. s. Rosado Piet s croject { - _ = ee tnduded: The Mall of San Juan, Taubman Centers, San Juan, PR. Ser,ed as the building department repr_senta_`{e inspector for this $263 rii:on nr Las Croabas Sanitary Sewer System, Puerto Rico Aqueduct and Sewer Authroity, Fajardo, PR. Served as a field inspector for this $12 million construction project. Route 66, Puerto Rico Highway and Transportation Authority (PRHTA), Canovanas -Rio Grande, PR. Seriiied as assistant project manag_rr'engireer on this $80 million constr�ctior pro ct. 82 Education Construct agement„ B.S., Architecture, Internatiora. Certifications Project Mar.a.sjs.---e- Professiona.i 58492936 Professional affiliations Project Management Institute ATKINS Georgia Aguila, PMP Program Management/Fiscal Acimnlistration/Business Analysis por'c..a. ;; assafs program management: processes Ms. Aguila's Atkins project experience includes: Miami -Dade Water and Sewer Department -Consultant, MD-WASD, Miami, FL. = - r t ------.- of process 3-0 dopment and implementation of ! -1 tools to oport the process. Miami Dade Expressway - General Engineering Consultant, Miami -Dade Expressway Authority, Miami, FL. Program Responsiti • -ent for the ,=="7.:7: .onofth f the %IDx Program, oversLght and reporting ojects OVerSig 7 a"-!C reporting -!-.s pa iaoie ;or t GEC-B manage: : of year-end management of program com. :ontrols procedures, of tracking and report of prog,am.3. Local Business 7"---aration and maintenance of cash-fo?; 7 assurance of "D contracts, task autnorizatIons, and Program Controls, Florida Dept. of Transportation, District Four, Fort Lauderdale, FL. Project manager led the development of a Primavera Scheduling pLiYem for projects in the District's Hve-Year Work Program including, schedule templates .=.7-ment, project manager interviews, loading data into the Primavera database and report Capital Program Support Services, City of Miami Capital Improvement Program, Miami, FL. '-'--Dgram of the team rasa s...ss'se con:: a: SI by y - : lig, job cr —acting, contract reviews and procurement s.t, transportation design project ent, construction management, traffic studies, planning, environmental services, analysis, and process improNierrient. Developed a skeleton project template, and a schedule for all projects in the work program. Created a scheduling infrastructure in Primavera and documented city project controls procedures. 83 Education N-lar, Florida Universty Certifications Certified Estimating Profoss o^al (CEP Associa'._',on for the Advancement of Cost Engineering Interna;iona (AACE11, Certificate No. 059, 2008 Assoc'_e 5c • C= ._ 5033, 2009 Leadership in Energy and Environmental Design Accredited Professional (LLED AP), U.S. Green Building Council (USGBC), 2009 Professional affiliations SAVE lnternu`.^nal AACC International ATKINS Praveen Ommi, CEP, AVS, LEES AP Cost Management & Value Engineering Praveen '— andsc' ectens: - er - order: ._ :11-=:t and _ s Cu' ` do-,- con7..racr.s. COST - ndudes nal ua and supplem _a. hies of projects. He has a t o rot- nd _ s:ancling of the cost, scheduhc, of va'io s contract del:ory methods InCI _ co stru_ s ager-at-risk {Clv1.ARi as \Nei a _ ! and ma;: :._ ance_ Mr. Omrni's Atkins project ex;porence includes: City of €Miami Capital Program Support Services (CPSS) for the Capital Improvement Program (CIP), FL. Under Atkins' current CPSS contract, serves as cost estimating quality col ! lead for so'ous grojects including parks, fire stations, utilities, offices, infrastruct� _, and cilT,,s, and roa'd., a'/ improvements. City of Miami Gardens New Municipal Complex, Miami Gardens, FL. as ,'i • I _ bLytrg -,eeop,nc; s, irc,,L,c,- .=nt cos - in -�-> guarsnta l ma .. _. .:_ _. :._ ._ _ .. _ ,.e cons _: on manager (C ,IAR) contractor. Miami -Dade County Public Schools (M-DCPS) Cost Estimating Services, Miami, FL. Mr. Or - served as 0 =3+ m- to , _ _ cost, -2:es and sched I - gym.. .xtensien, kte Pro..ecss construction, G = VE Studies, Miami -Dade Water and Sewer Department, Miami, FL. Project manager respiprislbe for coordinating several VE 7ir components of a wastewater er treatment plant uonrs The total program cost is e<p _'_ _ more than S750 mllion P ::s -,i sand filters, electrco tempora r., r _ a in nearly 515 : on of coa- 3 .:r _ _ s to help compact t: e c in the program, Orange County Construction Cost Estimating and Scheduling Evaluation Services, Orlando, FL. Project manager of this task order contract for o hich Atkins provides independent cost estimates and scheduling services- Recen` _ Cor ect onal Facility Booking and Release Center, Coalition for the Idom_'-_s _. .: , _, .: Works Complex Smoke Damper Replacement. 84 Education M.S., Sociology, Long Beach Sate University B S., Sociology, Long Beach State University Professional affiliations Conference or 1�r I1n,Jri f Transportation Officials American Planning Association Amercan Public Transportation Association ATKINS Dennis Newjahr Grants Management Dennis Ne.i. 3 r-=rs L,` :. and state sta.i,ita3, raj;_i_ : :, a ccocedJr_s the !_. _ ! a aa_ _ :grams He ha; e'< se 'r . _-sportation a e _. _ es, nClad r J p is• proje_. ,;_ ci,11 engineering, ant! - age- -.. 'I•=„jahr has pre- tra. Sr: - plans, a;ternatives analysis r� - rent studies and policies and INe is report; sr `_,� project funding; and _•��I long-range solutions adi.: regional nnci: i:`,, accessibility, and en. _ req.; re tints He has built pal :, .: _.. ederal levels to c _ - an crg.=,r :a-;on's programs and prc. _ : has r, ...' ia'< projects and la. mue::: scip n -'s of professionals. 3 -�:� 'is project e'4nenence Incluna . Veterans Parkway -Santa Barbara Boulevard Overpass Design Services, David Douglas Associates, inc., Fort Myers, FL. : _s oreparimor v - --:ins for a grade -separated r ecT- 5~ -; Parkway and S. R =: Bat :l in ±'` _ _ ,imits of Cape Cora.! in L__ _ _. -._ Florida. The project aterans Parkisi+ray to go over Sa-ta S :'tiara Boulevard. Nev sigh . _•:n ,with ne,+r lighting, , ! marking, landscaping, and st 3 [,nls project Inc) , I"eating, Str!.;Ct_kres design, I_. and tolling. Ernpio n = As a technical advisor, respo-- regarding vano_, _ - --,odes Program Management Consulting Services, People's Transportation Plan, PE, f~�tiam,i, FL..As an integral part of the program rra - _ . _s s :an _a. s a variety of professional services In impief '.' -C . de T'_ 1 - :, :ern impro _ ,Vitri the passage of the transit 1/2-cent sales _ .-Dade C:.• :, r I;cre _� ___ rice fares for fvlet:oIm-.a -_ .Jr,, a_seieeral r=;i and bus rapid tr_a-s : : -i also p :. __ d ma}or exNa : tall system, Intern- :'ai Center-Ear!ing-i _::r to the Miami Inter- _:. the North Corridor Extension, and - --:. es' Cor.!_ _ _ _ _, 2.5 - _s. and 10 miles in length, Hillsborough Area Rapid Transit (HART) Bus Rapid Transit Improvements, Kimley- Horn and Associates, Inc., Hillsborough County, FL. This project, initiated by Hillsborough Area Par_; onal Transit Authority (HART), provides transit signal priority for bus rapid transit ',BRT; .- _r^- nts on two key corridors —Nebraska Avenue from the Marion Transit Center to - and along Fletcher Avenue from Nebraska Avenue to Hidden River and Telecom Corpo :a Parks near 1-75. The BRT improvements include service improvements (expand _ I ° of operation, mare frequent service), bus preferential treatments (traffic signal _: fare collection), enhanced passe -Tar stations (shelters, real-time passenger :: e.etscaping), and custom low- As a subconsultant, Atkins services of 22 stations; mainterans-:--:••3_-: clans: signing and oav •merit rnank rg a ss, right-of-way (ROW sun:a'', - ronme coordination o- _ : •t _ ts; project f r _ -. a. • ai,3 ., as an c:_ : . construction mangy:. �ent and inspection.. 85 Education M.A_, Geography, Univefs of North Carolina a` Charlotte E.S., Geography, Southern Ccrs IJ .,ems t, Certifications Geographic I^` _ _ . a Systems Prc:; sna ;5= 00052157, 2009 Software ArcGIS ArcSD5 ArcPad EPDAS Imagine TransCad SPSS ATKINS Frank Salmon GIS Production✓Nlanagement 15 yea-s _.- _ ,- -se,- ,, Cjri G S 5s : ,' _ .a :. e _• ray}a deta :\ilodelE - X 'L, and ser,,es as ., Central Florida and has taught "GIS yr En'vironmental Studies ' .:, :3 for Environmental Studies" cou :=s. Salmon's responsibilities err: rhana project management, business development, GIS Q.A./QC database c scf:s,i,a—e testing, environmental assessments, and suitability analyses, Mr. Salmon's Atkins project experience includes: Orlando International Airport (OIA) Employment Survey GIS Development, Orlando, FL. >,' S _- . - - -.-,.t designed to identify the i _s :: : a! _ - .: _• na'ves, based on an = a -__ _ r; OAA:. He assoc_, including s =e areas gen.,- _ .e-.! vugh =e of this , Mr. Salmon, ires::osated reascr-s.. p',.bi;ctru-..:rtsJon - : from ::ed GIS U ,s _. exhibits th:: ;_ s ace!-- -- a repot _ .. ,es for Oi4 _ -- gees. Roadway Asset Management Database Development, City of Miami, Miami, FL. As se. or GIS manager, he managed the teem of G:S analysts and technicians that creased a _ a, G'S geedatabase to manage the City of `,liami's transportat:or projects as part of a in^provernents program- H :he geadatabase that included orgoino and .:.r' construction priaects in P.' including an inventory of the city's entire y_.e_,_ segments. He ='oc i -_ application used to capture street as a c '_ _ =_; c :a Hurricane Monitoring and Debris Cleanup, City of Miami, Miami, FL. As GIS task marag r, he c!e;e'op_d an = and data en: • to the field crews to identify the location ann. r=s of tree debris - the Miami folio,,;ing Hurricane Wilma, The ArcPad W.f=-= entry application was devel:::_ s.,,n for the Federal Emergency P,lanager _ ;ency (FEMA) on trunk dram; fa .esbr.'•-en lirrb diameters and lengths, ,. s, street address, and Iu- cs a :! !ongwtude) Over a perioi of fa _. , , ee'ks, the field cr_ , s ,1. -• ';e debris needed collect,on. D'ur this same period, a ser.e, -- recisess to detail each debris location with its corresponding photos. 1-,es - = which w; -n to FEMA field staff to conduct their required field verification, map of each c= an zone so they could navigate easily to each specified locator 85 Education A.S., Applied Science, Miami -Dade Community College Software _ •a:�s, Visual a:nci C++ Builder, Intel!! J Idea, Android Studio, XCode Apache T, , _i.`- ._y, !IS, SQL Server, Oracle IC database and DB2 Programming Languages., FFram:ev:Vorks and Vers`:oning Systems: TypeScript, Razor, MVC, Bootstrap, AngulariS, Java, JSP, Serv1ets, JDBC, Spring, Struts, H bernate f Hibern' , JUnit, NUrit, C4, ASP.NET, C++, C, XML, JavaScript, SQL, HTML, SOAP, CVS, Subversion, IFS and GIT ATKINS Sergio Baibin information Technology Sergio Ba'bin has 21 years he ha] ser,_d! -./ roles - ;.7.';:� r•1 s eh7.e,pese s,`s = -: and ar and SQL Server. D.. -is t _ ages. In addition, asp and development using 0racle, DB2, Mr. Balbir's Atkins project experience includes: Primavera Po Integration, Miami -Dade Water and Sewer, 149iami, FL. Dss the _I _ _ yr ,.a, r!ata sys._ act , c in the Pr = _ tr;,er the updates. The si nam also incL,_ _he ion, logging :. . _. as a database to store relevant information, Project Suite Enterprise Edition, Florida Dept. of Transportation, Miami, FL. Sofftv1are p h.e : ,s to it ti.= ed by s., 02/2014- S. ;3 Application Development, Congestion Management Process, Florida Dept. of Transportation, District One, Bartow, FL. Sofr.viye _. _ rTa a anc lead architect in an ASP.iNET sbeb application t`*at pro s v,,., . ,,s _ - rida Department of Transportation staff to view and priorit`ze different roadway. e. on improvements based on congestion and ether factors Automated Debris Management System, Atkins North America, Inc., Orlando, FL. - - ::! air:, `=ct respons a wading the an Technologies "s_. e:e and Blueprint CSS. _ _ _.is h;lanagement System (AD','S) n for r=::r s Mar mor ons followng disasters as hurr canes ` es, and ice storms. The tool has _en successfully implemented for contracts vilth var!c s federal, state, and Iocal entities to support disaster -related planning, response, and redo. _ -, aciv°ties. Trade marking has been approved for now branding ADMS as the Debris ..,'onitorng System [DM21.) 87 Education M.S., P, gent Informa- .5._r da International �U , B.S., Computer Scenc" Florida International University Software Da - , - -• SQL Ora_ Data Trans on Services, SQL Server Inteo a ion Services, SQL Server S=-r".I+ces, Sof t,,vare Development. C#, .NET, ASP.N'ET, Visual Basic, TSQL, PL/SQL, VBScript, JavaScript, ADO. NET & Entity Framework, ODP.NET, TrueUpdae, Primavera Integration API GIS Software: Esri ArclMaa, CarteGraph ATKINS Jim Bernstein Information Technology _. _. a sen_ "r 7)5 of ex:- ce La Fr e Conter. p ,l.•-,,ng and imp a projects, and applying c _ Soiut-o complex or unconventonal pr r-e— sa c = 5 St rrIs -, ar'd local area ac __d _ =s to the - = s project experience ProjectSuite to ProjectSuite Enterprise Migration, FDOT District Four, Fort Lauderdale, FL. - _ = s _ , a .ztiUn pr �-- -- ':l t th?+r projects, The ir4'._ _. rg fine C : _' ._.. _ . _.:. e e _ acing the - a:era database coccdirat,J7g ,t. .='abase Risk Management Services, FDOT District Four, Fort Lauderdale, FL. Senior software esoorsible for _ _ _ . e - a i it This application n z.nrt's ongoing _ ?, :I . „tiga :on. ilitates comet _ - - : managers and c ... ate a ?rir.a;era Risk Analysis ;lication's database. ProgramManagement Support, Florida Department of Transportation (FDOT) District Three, Chipley, FL. Technical lea_i --,7:.ntain.ing and improving the D.str ct's Oracle Techn Iocy-bap - _ - _ ,. Development tasks include data extracts and reporting _i es and reporting services and Primavera I rtegration API CarteGraph Implementation, FDOT District Four, Fort Lauderdale, FL, Technical lead for th s suoo _ _ : -ort to rr - e the complete !He cycle of the r Key succ ., impro - _ _ _ ~,Ical int ra, __.:r? bf _ -- . - . and user aa_ _ , -_,7... r.,sting (UAT) 4 c'_ 7na:ng GIS da : , and designing and _ _ a Crash Atten _,; In addition to Cie -' _Graph, this project uses Inter - on Services, SC- SEver, ArcGIS, and Trimble GPS, and requires extensive technologies. 88 Education B S , C ,;: E£g:reenng, Un.,ers;t'j of Horde ,' S Eng,neerin7 B•olog.ca! Viaste.Treat:_-n,Ur'', of Florida Registrations Flcrlda F.I. No. 1033ET188 Professional affiliations i‘,lember or the 'Sea Rise Task Force Ccr-,-•.It:ee American +d' anen,.,.'<; Assoc anon American Society of Civil Engineer Citizens for a Bette' South Florida - President Florida 1r'i?ter',4oriks Association Miami River Storrnw•ater Sub-CcmmIttee - Chair National Audubon Socety - Boarcl of Directors The Nature Conservancv, Florida Chanter - Board u Trustees \Pla'ter Pollution Control Federation SPr'AID Board Member MSA Mikan. S.a,n 9 Aninx,...c+.4 Inc. Arsenio Milian, PE Civil Engineering N,Inan has 0...er A') e s _''n En7'.ronne.al . .. _ fut'i :. I.lr. Milian's project experience irCIUtie5 Pump Station Nos. 852, 863, 1003, 1009, 372, 148, 177, 795, and 1233 - Miami - Dade Water and Sewer Department, FL. Principal in Charge responsab!e for design of 5a se`,+ier pump station upgrade projects for the kliaml-Dade !i'iater and Sewer Ce.Lta "7 nil: i.:1,SD' Th_se projects include the. retrofit of the upgraded pur^p, station _n from s yard piping modifications, t_ _ :oment of the cc:_. -ct docur" _' _ s to ric'a' sn _ _ _3::on5, anti it _paration of eroireer's on of probable construction cot. Tree Island Park — Public Right of Way Improvements - Miami -Dade Co. Parks, Recreation and Open Spaces Department (MDPROS), FL, for the c _ . f road',+lay e Tree Island MIA Storm Water Treatment Units - Miami -Dade Aviation Department (MDAD) - Miami -Dade County, FL. = _ - _ _ ._ - design of tire i,l ami ' n n The. =d include., Vortechnic5, - ' Z. 'eased On cr T= .] - D -. Av;,aton D- - :._lees .'. - ioca: ar. Miami River Greerways — Miami -Dade County Public Works, FL. _ responsible for tl:e perm::- sites w nth +r+ia Ik`,va'ys along t -_ River Regional Pump Station 177 Improvements - Miami -Dade Water and Sewer Department, FL. Department iMD`v+a"ASD} for the upgrades to Pump Station 177, located within re- C.t! o Miariii, Viork provided Included civil design, -- '_ and construction support services. MSA was also in charge of coordinating and lean r-; nne +_sm that performed civil, electrical, structural, geotechnica!, surveying and mapping see;n_es FPL — Princeton Substation (Water & Wastewater Engineering) - Florida Power & Light Company (FPL) — Nliarrmi, FL. Principal -in -Charge for the ci+ri! en ::-:'.riled to FPL for the design, permitting and construct.on dn,cnments for re C5tatlon. MS 's scope of services included the develop.-= = the design of the cc"_.- _.:: cn arid permitting plans, and obtaining the covernmc approvals and regulatory neunits for the site development construction. _y 89 Education Texas a: B.S., Civil Engineering, Univnrsi-y of I'. liar ni B.S., Environme^:a! Eng neerkng, Unr,ers,ty o (*,Miami Registrations Florida Pr_ J»:or,al Eng,reer License P,: .5927 Professional affiliations American Society of Civil Engineers XP Certi::ed MSA Gabriel Milian, PE Civil Engineering Gat -_ En design of %! -: ._• _ _ 'c r4orking -- - --, - FORTRAN, H3 n'`,'3, and HEC-R,AS models, s.: planning, and environmental permitting Mr. Milian's- project experience includes'. 35-Acre Site Development, Felix Rodriguez, Hialeah, FL. _ _' =_ ' : :: ',ii eria rieering services provded fcr. ._ ..Pr. of a 35 a 122 ;e _�e, H aleah, FL 33`1 I =d to expan .: addition of onsite pa', , accrov,d for storm- : _ - i and redistribution of saki onsite of r = _ _as o-;to a 5 acre parcel of vacant land (controlled/ owned. by the Client along the north boundary of ti-e existing property. MSA became the Successor Civil Engineer of Record for the project. tv11A Water Utilities Master Plan, Miami -Dade Aviation Department. Miami, FL. Senior nee-na' er : ne of a Master _ + a—• : - :rt. The services JC t e < a. . ,hands of to r . 'n of 2 ._.._ _ ,,.cater and fire flo+r, needs througho_,-:: - _.-port. Miami Dade Aviation Department Nliami International Airport (MDAD, MIA) Water Utilities Master Plan, Miami, FL. _ : t , .ar< related to t - C Si • ors _ ,.,_ , _ _ _,. AnalySksLi and C:;.. a ..;c<< 35 --_ = Consultant for preparation ,of the Via_er System Hydra _, _ Section of I`,'.._:_ Flan Report. NASD Pump Station 0372 Improvements - City of Miami Gardens, FL, Senior Engineer for the rehabll:tation of reo one cu—p station Noo. 372 fpr NI ^,POT compliance; including design statlpn 1 - Hj �v... _ _ of 1^S ne;,.. _. ;i �I[ t_ state/hatch, ext s _ _ . . -_.±ic a ens, M O.T., cost e : SD, C;:r 'rliami Ga-iena.= c FDE /MG-R Pi, Bidding, Con -. ,=e3, system testing 1PS Start- up, Tot =` ' ,- pressure tests), project close --out and system certification. Preliminary Contamination Assessment at MDPR Parks, Miami -Dade County Park and Recreation Department, Miami, FL. Project _onsr'ole for t' = _'.= ; to day tasks for ET, to the Mar- _ ,rty G= :`ion Department nary contarr..nat.on. assessmr-. - ,-. _ existing parks. 90 ..iCi`,S Education B.S., Civil Engineer'nci, Florida Interna`:onal Univers ty Registrations Florida Board of Professional Engineers No. 67532 MSA Mi .w Swan 1 4sronatn,'w. Arnaldo Carrillo, PE Civil Engineering Mr. Carrillo has nearly 12 years of experience in r, r .Ten` nc and o fa,: en5'reering on projects relating s '-:aster plann[ng, design C°oai Ir raat.'=:C.jr' state and loca ..... _. _, r?ments 37, "riot : i Department or Transportation ii DOT?, F10 C' :.: ,nronmental Protection (7 _=;, South Florida Water Management D°S: � C� tment of Environmental ? o:act,on IDERP,41, Miarni-Dade'V'-Oater anc! Mr. Carrillo's project experience includes: MIA — Fuel Trucks Parking Facility, Miami -Dade Aviation Department, Miami -Dade County, FL. = re_cor; _ : E_fcr a -,r__ s__ ='<a nna,iize ta;:, PARCEL C — Parking Lot Engineering Assessment Report, Miami -Dade Aviation Department, Miami -Dade County, FL. =F or pa•,eme.-: sur resolve all problems. PARCEL D — Parking Lot Engineering Assessment Report, Department, Miami -Dade County, FL. E crelirroar y due di 'g_nce Investig.. or o of pavement surrounding the exist n ' - s ci resolve all problems SW 216TH Street From 127 Ave. To Florida Turnpike, Public Works and Waste Management Department, Miami -Dade County, FL, __ = r-sponsib fc.r the design of the road dra'nage, maintenance of traffic, and the sigraa e and paving markings for the improvements at the SW 216TH Street from 127 Ave. to the Florida Turnpike. Civil Infrastructure Pre -Design Services New Field House & Locker Room5immaculata La•Salie Senior High School - Trelles Architects, Inc., Miami -Dade, FL. Project Engreer _•_ _ ._ = ,` Ce .'..cting a Civil infrastructure & Ery ironrnental Due Diligence Investigation D _ D !; _nce") a --r aculata — La Salle Senior High School (La Salle). La Salle is planning to =_ments that include Ne,ry Sport Field House and Locker Room facilities, e'v"rp.aAing at SW corner of campus and new parking lot at NE corner of campus- The purpc _ of the Due Diligence is to identify critical site -specific civil infrastructure issues that must be considered to ensure the successful development of the project. _-- ;le for conducting a _' _terorat on I _ _ r;� 'oY� to Miami -Dade Aviation far Cal"C _. -. —17 3. , hors and _'_ - - _,. ;n ecommenda. ; to 91 Education B. Linr,ersiti PROJECT INFORMATION SERVICES Timothy Malagon Program Controls of orfa,e:ts -..Jt and cor-:-: e•, 7, T7-7.LS.71. as vitell 21.• s st,pcor-t. Mr, Malagon has o.,er- in a program control and engineering caga:tit, agar's proect experience includes: City of Miami Program Management Contract. Program Control Systems Consultant; Miami, FL, 7-odologles, wrote Pr.:,:et!..-es. :and =• .-• • .• _ Manage-e--. t•-e ' ' ' e.-nents ne.eloped a Ma] • and Con, ...ctior systi,rn the BJAX, and R0052 Sjstems e. has I TRA.CS with the Agency's A.ccounting syste-„ - e.- Jr reoortArg Prdiect cost reportmg. C:rierted the. Client Fundlinc, ..'=•-.--_S/TRACS Funding System, and upgrade: t-e City of Miami Beach Program Management Contract: Program Control Systems Consultant; Miami, FL. =7: • e 3300M/200+ pr,DiEct Cap:a; 4,,as adapted from the City 1-94, 4th St, TH610, and SR371 Design/Build Projects. icat.:ron teams on four pro.cts. St Croix River Crossing: Stillwater, MN. C17105eP ":. Control and Docume..--. N'Ia:-e--- 7.D: the $67C PrO1EC7. P1,3g7a:7-: Tim is implementing 7 1-3.A1S-,e,•_,-. system for the project as requested 'of. the. MnDOT. Tim Is responsible for ma.-; overall Master schedule, Contractor 82 Des:g t Consultant Schedu!e, the Budgets, Funf.-„Ing, Document Manadement, as well as Design & Construction Reporting. The project is being funded by MnDOT and WisDoT, and Minnesota is taking the lead ;r managing the project. The St Croix River Crossing project is the largest project underta'Ken by MnDOT, and consists of both Design/Build and Design/Bid/Build Projects. Better Jacksonville Plan: Program Control Systems Consultant; Jacksonville, FL. Installed an .`,1anagement Softyvare Management for the project. The system "JAX/TRACS" was C)1. the Better Jacksomdle project, and had .iI5; Modules. Integrated JAX/TRACS to the boration software F-Room, 92 t IFY 01 MIAMI (API IAL PROGRAM St1Nf'(JRI Initial Key Program Support Staff Job Order Contracting hirft,lly Col Iivvdll" Project Controls, Planning, and Scheduling Allrodo lL3ditin •t" CADD Support An(lolii� I'.nclrii" Cost Estimating Sot lja John' Subconsultants • Milian Swain & Associates • Projoct Information Services "Stud who have worked on City of Mid Civil/Ilorizontal Projects Management Lt DLL I'1 Roadway Design RI(ordo r_,I.Ira, PE* Utility Coordination I,Irrni li,ilnri0n 11,1, I'1 Electrical Engineering PI•R- hewn, I'1_, LII I)AI', IC" Survey I„Jhr r tO Millie -tore, I'1 P` I Structural Engineering (Joni' 111w, PF" Traffic Engineering Isi, Coo, PI Construction Management Inspections 1V111.1 Rydn, PI:, PNP" Landscape Architecture N,irry hr•Inn, RI A i projects under Atkins' current CPSS contratit. Additional Support Staff Architecture/Vertical Projects Management (.di 1.o,sno" Alma IleriLirulr'." Building Structures Dim lips Ranrsrez, P[." Electrical Engineering Po,-, hewn, PL, LLL U AP, L.( Mechanical Engineering I'L•I. pi.) C <iLnntr, PI Building Code Compliance lrnnlnou Clop? +lip.:, Construction Management Inspections 141+.I r 1 10•sou►r, PE"" Environmental A(i„i 11 111,15H Marine Coastal Engineering Bill Pik. llet, PE' 10. Team Organizational Chart Program Management/Fiscal Administration/Business Analysis I lrl�irl Hindi iLity, 1'F" Lorraine Rosadr.3, Pl-' (er►rrlyd Acrraila, PMP Cost Management & Value Engineering Pi;ivoer1 C:)niirr, (1.P, AVS, I..LED AP* Grants Management Dennis Newislllr GIS Production )1 Management r<.ink run Construction Administration r)rr IFIii. Ii sdth.►, NI • Claims/Risk Analysis Diego 1. C-Idviju, 1'C111; 1",P" Information Technology Sorlliu I?,IIh11 lira i',r-iirt[•u1 Pe Intentionally Left Blank Request for Qualifications Qualifications of Proposer Instructions (Please utilize the attached additional page, as necessary) .43 0 0 I Proposer shall provide the following information for at least three (3) completed projects of equal or greater scope, size, and complexity. Provide -0 all required information and submit this Form for each project. as required by the RFQ. Failure to submit a completed Form for each project may o result in the Response being rejected as non -responsive. A Reference Form RFQ-PP-R, must be submitted for each Form RFQ-PP that is `cp. provided. RFQ Solicitation No.:1516-032 Name of Proposer: Atkins North America, Inc. RFQ Title: Capital Program Support Services Address of Project: 444 SW 2nd Avenue, 8th Floor, Miami, FL, 33130 Name of Project: Professional Cost Estimating and Scheduling Services Name of Project Owner: Miami -Dade County Project Owner Contact Name: Howard Fallen, P.E. Project Owner Contact Telephone No.: 786'552.8225 Project Owner Contact E-mail address: HJFAL01@miamidade.gov Brief Scope of Project and How Project is Similar (additional space provided): Provide core and supplemental support staff for cost estimating, scheduling, Bairns, value engineering, PM() development, processes and procedures analysis, project portfolio analysis, cash flow and resource analysis Value of Contract (if applicable): Awarded: $1° million Basis for Difference in Value: NIA Actual: $1Qmillion N/A ❑ Protect Completion (no. of calendar days): Projected: 2,920 days Actual: 2,920 days NIA ❑ Project Geographical Location:® Urban ❑ Rural Type of Project: Program management and project controls (Cost Estimating and Scheduling Services) for M-DWASD's Capital Improvement Program By: "���-1 /,�. '!-'r' / 7 Signatt.l iofrfluthorized R sentative bate Barry J. Schulz Printed Name Sr . Vice President/Chief Operating Officer Title Form RFQ-PP R ised 1212312016 Capita! Program Support Services for the Capital Improvements Program Miami, Florice The Water and Sewer Department (VVASD) created a Capital Improvements Program - Project klanagement Office (CIP-PMO) The primary function of the CIP-PM0 is to sup- port Programs and Divisions by providing the methodologies. standards, processes. procedures, templates, forms and tools to enable the Senior Project Managers (SPM) to consistently and efficiently deliver WASD projects on time, within budget and consis- tent with current priorities. VVASD's CIP-PMO is the central point for development and dissemination of WASD's policies, procedures. and best management practices. WASD's CIP-PMO has become the "helping hand" to increase organization capabilities and consistent project execution through implementation of best practices through CIP SPM in the principal asset groups; Pump, Plant and Pipe Divisions. WASD CIP-PMO has identified and created a list of high priority tasks for immediate attention. The list includes, but is not limited to; the development of policies and proce- dures. Atkins provides these services on a Time & Materials (T&Iui) Not -to -Exceed Task Autho- rization (TA) proposal for to address high priority tasks in an expedited manner. Orga- nizational improvement efforts are based on a Continuous Improvement model that has anticipated future improvement efforts built on prior achievements. Atkins PMO approach to this project fol- lowed a consistent methodology which focused on already identified high prior- ity tasks. identified and documented any additional gaps and provided new/revised processes and procedures, including sup- porting paper -based forms and reports, to be implemented immediately. Atkins PMO consulted and analyzed other related processes and procedures from other divisions, programs and stakeholders to gather consistencies to serve as a starting basis. Among the principal stakeholders are the CEP Asset Groups (Utility Pipeline Engi- neering. Utility Plant Engineering and Utility Pump Station Engineering), Capital Program Management, and other divisions such as Finance and Budget. Atkins PMO worked collaboratively with WASD staff to define and develop processes. procedures and policies that would be implemented throughout the project lifecycle. ATKINS Client Miami -Dade Water and Sewer Department Year completed Ongoing Fees paid $2.5 million Number of full-time personnel 5 full-time on -site personnel Key personnel • Ruben Hernandez • Georgia AguUa Ser»ces provided • Cost estimating • Value engineering • Scheduling • Claim analysis • Project portfolio analysis • PMO development 96 Request for Qualifications Qualifications of Proposer Instructions (Please utilize the attached additional page, as necessary) Proposer shall provide the following information for at least three (3) completed projects of equal or greater scope, size, and complexity. Provide all required information and submit this Form for each project, as required by the RFQ. Failure to submit a completed Form for each project may result in the Response being rejected as non -responsive. A Reference Form RFQ-PP-R, must be submitted for each Form RFQ-PP that is provided. RFQ Solicitation No.:15-16-032 RFQ Title: Capital Program Support Services Name of Proposer: Atkins North America, Inc. Name of Project: Capital Program Support Services 2nd Avenue, 8th Floor, Miami, FL, 33130 Address of Project: 444 SW Name of Project Owner: City of Miami Project Owner Contact Name: Jeovanny Rodriguez, RE Project Owner Contact Telephone No.: 305'416.1225 Project Owner Contact E-mail address: jeovannyrodriguez@miamigov.cd Brief Scope of Project and How Project is Similar (additional space provided): Provide core and supplemental staff support for JOC Management, cost estimating, program scheduling, JOC management, clairns, PMO development, design management (horizontal and vertical), processes and procedures analysis Value of Contract (if applicable): Awarded: $1.5 Million Actual: Ss.1 Niiuion N/A ❑ Basis for Difference in Value: Contract extension with capacity increase for continuing capital program support services Project Completion (no. of calendar days): Projected: 1,460 days Actual: 1,460 days N/A ❑ Project Geographical Location: E Urban ❑ Rural Type of Project: Program Management, project controls and business analysis for City of Miami Capital Improvement Program gym 71.�/ `_ :2/. / f 7 Signature'of Authori Representative Date Barry J. Schulz Sr . Vice President/Chief Operating Officer Printed Name Title Form RFQ-PP R ised 12/23/2016 Request for Qualifications Qualifications of Proposer Please utilize the space below, as necessary. Capital Program Support Services for the Capital Improvements Program Miami, Florida The City of Miami's CIP is responsible for the planning. coordination, implementation, and monitoring of all construction related capital projects in the city and for the financial management of all capital funds. The City's current CIP and multiyear plan encompasses more than 300 projects valued over S500 million for FY2016-2021. The City's work program includes parks, road- ways, recreational facilities, police and fi re stations, drainage improvements. and other kay vertical and horizontal projects. Atkins completed work orders 1 through 120 from 2013-2016, providing program support staff and specialty services to efficiently assist the City's CIP Office in the delivery and control of its capital plan. The City— through Atkins' flexible staffing capabilities —was able to adjust the required level of support services for core staff tfulltime professionals collocated with City CIF staff) and supplemental staff who are assigned to specific project tasks on an as -needed basis. Support services were provided in program coordination/ management. job order contracting (JOC) program management, cost estimating, project controls. planning and scheduling. facility assessment. contract compliance, and forensic investigation, among others. Atkins' program controls professionals assisted the City to prepare the final cost estimate report that was the basis for validation and update of the CIP budget. The accuracy and completeness of the project scope and corresponding cost estimates prepared by Atkins have a direct bearing on the overall capital project plan's budget calculations and funding needs. Our professionals also assisted in the preparation of the CIP budget (from initial budget to actual expenditures), cashflow, spend -down, and status for each project. including solicitation. Atkins notable efforts include the following: • Providing a multidisciplinary team of engineering professionals to assist OCI in the project management and design of the Marine Stadium Flex Park that includes key infrastructure to host the Miami Boat Show. Providing marne structural engineering assistance for the investigation, design criteria preparation, construction inspection and litigation support for the remediation of structural deficiency at Bicentennial Park Seawall Structure Providing construction claims services for the review of the time impact analysis submitted by the contractor for the Flagler Street Beautification project. • Providing business process analysis to optimize and align with new OCI organizational structure resulting in the preparation of process manual for Future State for OCI's review and implementation ATKINS Client City of Miami Year completed 2017 Fees paid S5.1 million (umber of full-time personnel 1-6 full-time on -site personnel Key personnel • Diego Clavijo. PMP PSP • Kingsley Cornwall • Carlos Lozano • Luis Diaz. PE • Aline Hernandez • Angelica Parodi Ser°».,:as pro»'.de=d • JOC management • PMO development • Program scheduling • Procedures analysis • Design management • Claims analysis • Marine structural engineering • Electrical engineering • Constructaellity revia'v 98 Request for Qualifications Qualifications of Proposer Instructions (Please utilize the attached additional page, as necessary) Proposer shall provide the following information for at least three (3) completed projects of equal or greater scope, size, and complexity. Provide all required information and submit this Form for each project, as required by the RFQ. Failure to submit a completed Form for each project may result in the Response being rejected as non -responsive. A Reference Form RFQ-PP-R, must be submitted for each Form RFQ-PP that is provided. RFQ Title: Capital Program Support Services RFQ Solicitation No .15 16 032 Name of Proposer: Atkins North America, Inc. Name of Project: Orange Co. Construction Cost Estimating and Scheduling Address of Project: Internal Operations Centre El, 400 East South Street, 5th Floor, Orlando, Florida 32801 Name of Project Owner: Orange County, Capital Projects Division Project Owner Contact Telephone No.: 407-836.0048 Project Owner Contact Name: Sara Flynn -Kramer, Director, Capital Projects Project Owner Contact E-mail address: Sara.Flynn-Kramer@ocfl.net Brief Scope of Project and How Project is Similar (additional space provided): Since 2012, Atkins has been providing cost estimating and scheduling services for over 200 projects with onstruction value of 500.00 million to date. Projects include parks, fire stations, corrections facilities, and administrative buildings. Value of Contract (if applicable): Awarded: $600,Oo0.o0 (three years, estimated fee) Actual: $250,000.00 (to datej N/A El Basis for Difference in Value: On -going as needed task order contract through March 2016 Project Completion (no. of calendar days): Projected: March 2018 Actual: March 2018 N/A 0 Project Geographical Location: 0 Urban ❑ Rural Type of Project: Parks, fire stations, administration facilities, corrections facilities, service centers, community centers, operational facilities, and courthouses By: r 141-7 Signature c4 A f 0r4f/ lorized Repr sentative Date Barry J. Schulz Sr . Vice President/Chief Operating Officer Printed Name Title Form RFQ-PP Revised 12/23/2016 Request for Qualifications Qualifications of Proposer Please utilize the space below, as necessary. Construction Cost Estimating and Scheduling Evaluation Services Orange County, Florida Atkins is providing as -needed cost estimat- ing and scheduling seriices for vanot.s countywide facility projects for the Cr3rge County Capital Projects Division. Projects include new construction and renovation; upgrades of existing facilities Cost esti- mates are developed at the conceptual stages with minimal project information during the construction documents phase. Scope also includes change order reviews, baseline schedule reviews, time impact analysis, and negotiations support. Sample_ projects Public Works Facilities Smoke Damper Replacement. The project scope included replacement of the smoke dampers in three facilities at the Public Works complex. The dampers required framing and drywall scope that was not anticipated and was discovered during construction. Scope of assignment included developing an independent not -to - exceed cost estimate of the change along with recommendations on actions to bring a closure to the change proposal. Coalition for Homeless, New Men's Service Center, The project scope included construction of a new facility and associated site improvements. Atkins' scope included review of the revised baseline schedule submitted by the contractor. In addition to the baseline review, Atkins schedulers reviewed the time impact analysis due to project delays caused by conflicts with exist- ing overhead electrical utility lines relocation. Support included meeting with the contrac- tor team and assisting the County's project management team in bringing closure to the change proposal. Correctional Facility Booking and Release Center, HVAC and Fire Alarm System Retrofit. The scope of this project included retrofitting the HVAC system. build- ing automation system (BAS), and fire alarm upgrades in four floors of the existing facility. Construction was phased and included extensive nighttime work to account for the secure and 24-hour operations at this facil- ity. Atkins developed an independent cost estimate using final construction .i )cuments, developed a time deterrninatc- .:nodule using Microsoft Project, and pe-e reed a constructability review to avoid - :'~flicts dur- ing construction. Atkins' support resulted in a successful bid for the project. Sheriff's Office Fire Alarm Replacement. The project scope included a cost estimate for the installation of a complete address- able analog fire detection system at Sector IV of this existing facility. Correctional Facility, Communication Rooms Upgrades. The project scope included upgrade and additions to the exist- ing communication rooms throughout the Corrections Complex. The scope of this assignment involved developing a concep- tual order of magnitude cost estimate/budget based on a site walkthrough and observa- tions. Scott Pine Park. The scope of this project included a stadium and concessions stand (to be co -shared with the focal public school) and a park with soccer field and parking lot. Atkins developed a preliminary budget and cost estimates at various stages of design and supported bidding phase with schedule of values development. ATK!NS Clieot Orange County Year cornpte-ed Ongoing Fees paid 5600.000 1 urnber of full-'ir•e personrel 2 full-time on -site personnel Key personnel • Sonja John • Praveen Ommi. CEP. A'!S. LEED AP Services proridetl • Conceptual cost estimates • Detailed cast estimates • Change order reviews • Time determination schedules • Site assessments 100 Request for Qualifications Qualifications of Proposer Instructions (one page per project) Proposer shall complete the following information for projects of similar size, scope and complexity as outlined in this RFQ, within the past ten (10) years that best represent its ability to perform program management services as defined in this RFQ. Complete all required information and submit this Form as required by the RFQ. Failure to submit this Form or complete the Form may result in the Response being rejected as non -responsive. List no more than three (3) projects. A. Reference form RFQ-PP-R must be submitted for each Form RFQ-PP that is submitted. RFQ Solicitation No.: 15-16-032 Name of Proposer: Atkins North America, Inc. Name of Owner: School Board of Broward County Contact Telephone No. 754 321.1515 RFQ Title: Capatal Prograrrr SLFpport Services Name of Project: Program Management and Control System (PMCS) Contact Name: Shelly Mellani Contact e-mail address: smelonr@browardschools.corn Brief Scope of Services & how project is similar: Implementation of PMCS for SBBC's 5-yr., $1.7B capital program. Provided program manager & 5 full-time on -site professionals for work program scheduling, database administration, and web development to assist in the management of CIP protects. Amount of Contract: Awarded: $300,000 Actual: $3.4 million N/A ❑ Basis for difference in value: SHBC issued multiple work authorizations as the PMCS' implementation progressed. Completion Date:(no. of calendar days): Projected: 1,520 days Actual: 1,520 days N/A 0 Type of Projects: 5111 Program Management El General Engineering Consulting Services ❑ Project Specific By: Signature of Authorized Officer Barry J. Schulz Printed Name February 2, 2017 Other (specify): Date Senior Vice President/Chief Operating Offices Title krQ-F'r' Request for Qualifications Qualifications of Proposer Please utilize the space below, as necessary. Scheduling and Support Services Miami, Florida Atkins developed a management tool for capital projects for the School Board of Broward County (SBBC). This system primarily consists of a master schedule for all capital projects for the adopted 5-year plan and reporting systems to aid project managers and executives in managing and controlling the status of capital projects at different phases of the program life cycle. Serving as an extension of staff and located at SBBC. offices, Atkins program controls professionals developed a master schedule in the Primavera Enterprise Scheduling Platform. Atkins developed scheduling templates for the various types of capital projects. capturing the project life cycle. from project initiation through planning, design. and. ultimately. construction. These templates also incorporated important milestones and activities for project funding, permitting, plans reviews, and architect -engineer (A-E) and contractor procurement processes. Having established the schedule templates, Atkins professionals met with SBBC project managers and populated the master schedule with actual project information (percent complete and key milestone dates) for more than 500 projects. then continued to track and update project information for over 3 years. These efforts helped project managers, executives, and other supporting offices to visualize the status of various projects, and to implement a proactive approach for documenting. tracking, and resolving project issues. SBBC's Facilities Department also recognized the need to integrate and present their project data in a "one -stop - shop" web portal, which would provide project managers and SBBC personnel with cost-effective and easy -to -use access to multiple data points for project scheduling information, building permits, design reviews. authorization to proceed (ATP) notices issued to contractors and consultants, and approved board items. Atkins also provided on -site support to develop a web application called "Integration Workspace" for the facilities project managers. Atkins' information solution professionals and SBBC's Office of Facility Information Solutions (FIS) worked together in the design, development. and implementation of a web interface that allowed easy access to data for SBBC capital projects. This application required data collection, analysis, and auditing, and the implementation of an integrated central data warehouse adhering to the industry best practices. The Integration Workspace saved SBBC both time and money by allowing its staff to have access to clearly organized, on -screen data from separate sources. As a follow-up to the Integration Workspace, SBBC requested the development of a web application to make project information available to the general public. Atkins worked with SBBC staff in the modeling and deployment of the web page for the SBBC Facilities Department to show the status of capital projects. This website updates project information based on scheduling data and other data sources maintained by the SBBC project manager and other supporting offices. Throughout the FMCS development,, Atkins documented all processes, applications, and approaches for successful management and operation of the PMCS system. In 2010. Atkins personnel successfully transitioned all operations and knowledge to SBBC personnel, who operate and maintain this system currently. The Integration Workspace demonstrated what can be achieved with a high level of synergy. dedication, and motivation to improve business processes, while generating a maximum return on investment. ATKINS cry,. School Board of Broward County Y,ar corn piee.t 2010 v3� c) S3.4 million j'l'..mb' of roll -time Ner331,r ei 5 Fuil-time on -site personnel Key personnel • Diego Clavijo Serv;,ces prov ded • Cost estimating • Value engineering • Scheduling • Claim 3n3lys.s • Project portfciio analysis • PNIO development 102 12. RFQ-PP-R-Proposer`s Reference Forms ~ttp of It t nt • { To Whom It May Concern: Subject: Reference Letter for Proposer Daniel J Alfonso Cit./ Manaver •The Following Section to be Coveted by the Proposer. Name of Proposer: Atkins North America, Inc, The above referenced Proposer is responding to a Request for Qua.ifications (RFQ) that has been issued by the City of Miami. We require that the Proposer provide written references for the projects submitted to support their qualifications statement for this RFQ. The Proposer is requesting that you, as the Owner of the project referenced below, provide the following information, as well as any other pertinent information. Your insight is appreciated. Name of Project: City of Miami- Capital Program Support Services- WO's 1 through 120 rotrowrog section_ttbeC hit the Pniled Scope of Work for Referenced Project: Provide Capital Program Support Services for City's CIP. Value of Project S5.1 Million Type of Project: Capital Program Support Services Project completed on time and within budget: Yes C No Project Duration: 1460 days If no, was the Proposer at fault or contribute to the delay(s) or increased cost? ❑ Yes Quality of Services: ! Above Expectations ❑ Average ❑ Below Expectations (Above. expectations means there were fewer errors and orisssions than antcipated) Did the Proposer provide Program Administration Services? Did the Proposer provide Production Management Services? Did the Proposer provide Construction Administration Services? Was the Proposer responsive to the Owner? Was the Proposer timely in its reviews and submittals? What Specialty Services did the Proposer perform? No Yes ! I No ❑ Limited Scope Yes I— No ❑ Limited Scope Yes ❑ No ❑ Limited Scope Yes 7 No Yes No Please type in the field below to provide comments (Please use the attached additional page, as necessary): �L Name of Project Owner: (, - Date: Title: � 2 vt C, , ���L 1 (--t ()) ; , f''d ' `i1S/ f tLze ,e-' Telephone(c)44I (r1—I (6oV_ v+� Signature of Project Owner's Representative: bincereiy. Annie Perez. CPPO 103 City of a fi Please utilize the space below, as necessary. Daniel J. Alfonso City Manager RFO-PP-R Ravisec 12t2302O16 104 City Of iTh1tTTt Daniel J. Alfonso City Manager To Whom It May Concern: Subject: Reference Letter for Proposer The Fott i .$ n to be Completed by the Proposer. Name of Proposer: Atkins North America, Inc. The above referenced Proposer is responding to a Request for Qualifications (RFQ) that has been issued by the City of Miami. We require that the Proposer provide written references for the projects submitted to support their qualifications statement for this RFQ. The Proposer is requesting that you, as the Owner of the project referenced below, provide the following information, as well as any other pertinent information. Your insight is appreciated. Name of Project: M-DWASD -1 Professional Cost Estimating and Scheduling Services The Felb:mi t€gt Seaton-4k d bythe Project der_ Scope of Work for Referenced Project: Task Authorization # 1 - Provide core and supplemental support staff for cost estimating,scheduling, claims, value engineering, processes and procedures analysis, project portfolio analysis, cash flow and resource analysis. Value of Project: $1.4 Million Type of Project: Program management and project controls (Cost Estimating and Scheduling Services) for M-DWASD's Capital Improvement Program Project completed on time and within budget: E. Yes ❑ No Project Duration: 270 days If no, was the Proposer at fault or contribute to the delay(s) or increased cost? ❑ Yes ❑ No Quality of Services: Above Expectations ❑ Average ❑ Below Expectations (Above expectations means there were fewer er-ors and omissions than anticipated) Did the Proposer provide Program Administration Services? E] Yes ❑ No ❑ Limited Scope Did the Proposer provide Production Management Services? Yes ❑ No ❑ Limited Scope Did the Proposer provide Construction Administration Services? ❑ Yes No D Limited Scope Was the Proposer responsive to the Owner? 111 Yes ❑ No Was the Proposer timely in its reviews and submittals? jI Yes E No What Specialty Services did the Proposer perform? C000c-fr 4+vs ofa.+.^;%.J st.J Please type in the field below to provide comments (Please use the attached additicnai page, as necessary): Name of Project Owner: Howard Fallon, PE Date: //7//7 SignatureliL"—Aw Sincerely, Annie Perez, CPPO Director Procurement Department Project Owner's Representative: RFQ-PP-R Revised 12/23/2016 City of tniamt �O OF v Mid 11. Title: CA t -f' %�� Ac fru., J Daniel J. Alfonso City Manager Telephone: 786.552.8225 E=-mall: 1-1JFAL01@miamidade.gov .774 arr I & ` i 4 f (..4 r-t 7L1D Gx _� '71:ti CL9 U.1,) 64,? 1 Sincerely, Annie Perez, CPPO Director Procurement Department RF4-PP-R Revised 12123/2016 QJtp of liaint my. ti 0 it To Whom It May Concern: Subject: Reference Letter for Proposer Daniel J. Alfonso City Manager The Folk:ming Section to be Campreted by the Proposer. Name of Proposer: Atkins North America, Inc. The above referenced Proposer is responding to a Request for Qualifications (RFQ) that has been issued by the City of Miami. We require that the Proposer provide written references for the projects submitted to support their qualifications statement for this RFQ. The Proposer is requesting that you, as the Owner of the project referenced below, provide the following information, as well as any other pertinent information. Your insight is appreciated. Name of Project: Program Management & Control System (PMCS) The FOgeliViirtq Sin to biCOMter Scope of Work for Referenced Project: Work Program Scheduling, database administration, web development for SBBC's Capital Program. Value of Project: $3.4 Million (fee) Type of Project: Program Management Project completed on time and within budget: E Yes ❑ No Project Duration: 1,520 days If no, was the Proposer at fault or contribute to the delay(s) or increased cost? ❑ Yes ❑ No Quality of Services: Z Above Expectations ❑ Average ❑ Below Expectations (Above expectations means there were fewer errors and omissions than anticipated) Did the Proposer provide Program Administration Services? Z Yes f I No ❑ Limited Scope Did the Proposer provide Production Management Services? ❑ Yes ❑ No ❑ Limited Scope Did the Proposer provide Construction Administration Services? ❑ Yes E No ❑ Limited Scope Was the Proposer responsive to the Owner? RI Yes ❑ No Was the Proposer timely in its reviews and submittals? Z Yes ❑ No What Specialty Services did the Proposer perform? Scheduling and Project Data Management/Reporting Please type in the field below to provide comments (Please use the attached additional page, as necessary): Company was very responsive in keeping data current and addressing any concerns that arose. Name of Project Owner: Shelley Meloni Date: 2/2/17 Signature /17 of Project Sincerely, Annie Perez, CPPO Director Procurement Department Owner's Representative: RFQ-PP-R Revised 12;23, 2016 CO of Ali nti Title: Director, Pre-Censtructon Daniel J. Alfonso City Manager Telephone: (754) 321-1515 E-mail: srneloni@browardschools.com Sincerely, Annie Perez, CPPO Director Procurement Department RFQ-PP-R Revised 12,23,2001 City of Turn Daniel J. Alfonso City Manager To Whom It May Concern: Subject: Reference Letter for Proposer The Following Section to be Completed by the Proposer. Name of Proposer: Atkins North America, Inc. The above referenced Proposer is responding to a Request for QuaI:fications (RFQ) that has been issued by the City of Miami. We requ re that the Proposer provide written references for the projects submitted to support their qualifications statement for this RFQ. The Proposer is requesting that you, as the Owner of the project referenced below, provide the following information, as well as any other pertinent information, Your insight is appreciated Name of Project: Orange County Construction Cost Estimating and Scheduling Services Ttie Following Secbain td te Completed by the Project Owner. Scope of Work for Referenced Project: Cost estimating and scheduing for 200+ capital projects Value of Project: $250 million (construction cost, cumulative, since 2012 to Present) Type of Project: Parks, Fire Stations, Corrections, Courthouse, Public Works Administrative Facilities Project completed on time and within budget: Z Yes ❑ No Project Duration: Multiple assignments If no, was the Proposer at fauit or contribute to the delay(s) or increased cost? ❑ Yes ❑ No Quality of Services: Z Above Expectations ❑ Average ❑ Below Expectations (Above expectations means there were fewer errors and omiss ores Char. anticipated) Did the Proposer provide Program Administration Services? ❑ Yes El No ❑ Limited Scope Did the Proposer provide Production Management Services? ❑ Yes ❑ No ❑ Limited Scope Did the Proposer provide Construction Administration Services? ❑ Yes ❑ No ❑ Limited Scope Was the Proposer responsive to the Owner? VVas the Proposer timely in its reviews and submittals? Yes ❑ No Z Yes ❑ No What Specialty Services did the Proposer perform? Estimating. budgeting, value analysis, scheduling Please type in the field below to provide comments (Please use the attached additional page, as necessary): Atkins is an outstanding firm. Please see attached. Name of Project Owner: Orange County Date: 1/25/17 Signature Project Project Owner's Representative: r1 Il -- fin_ f-lrv'it Title: Director, CapitallProjects Telephone. 407.836.0048 E-mail: Sa'a.Flynn-Kramer@ocfl.net Sincerely, Annie Perez, CPPO 109 'City of t1tanii Daniel J. Alfonso City Manager Please utilize the space below, as necessary. Atkins has always provided top notch service and delivers a quality product. I know that we are not their only client. but they treat us as though we are. I cannot say enough about how much we value our relationship with them and appreciate the quality product that they provide. We utilize there for estimating. scheduling. and special assigments. 110 4 rt, 1:1 •• r.:11;11•411: iter • 3 r l'. , • 4 ' • .47 1 • • -.4, • • '41•• ••••4- • .•• . 4 4. .%; • 2, — 11 r, • 14) •- • ‘1,i. r r ,:-1•••41.1 4er rI, --•'t Section B. 1. Management Plan Understanding of the City's Requirements and Key Program Issues The CJt e on its O-- _._ Capital I ,'rvm nt I +: - - -„? and c "s. `a e OCI: to per �� .,, �' _ -. jr'e•J capital prc;ects, Including the F ;e-Year Capital Plan. Beta _ , - _ i. manacerr_ 32, other ci i:i-aoartments - fire, police, public wcr. 0C1 d _ _, _ p' ogre-- 1 . ['management s 7". 4' itl'I,ll budget.. The Capital Plan is a C from the vertical a' _ __-`,, i l':l,- _ _-. capital projects T- Cityof ,_t_ a res., c .--port., _ -'J 0C1 operia ,.. needs C �r0 _ - _.=_ter _`d as ri sing -=nts def:necl'{v!thin the Fi';e Capital Plan and departmental :.sovei the "great has resulted in a dramatic _ projects. :' agement prac*. ; - _I OCI's cf a _'rie is to plan .a^=? ;: ` l' =-I res'_I t"e erecut;in of mare than 300 capital projects with esrirnat-e:; cost of more : _ v -, - lhorizon !' ertical e._ 1 7:2s • _! grants, = different Ic-:_ - _ _ , sr - _n n_ _states OCI develop ad Ind_.. - _ ,a compounded by the diversity of the project types to more than S35 million,, funding sources (FIND, street bonds, _.- : ' reality is that all projects cerc`ived a_ ' 'oortant! id-diects, per impr ovene'-ts and vertical of;es — - ._ t _rnje.ct delr-very.system for capital projects CI leac;er'srr o, Program Delivery System ".".F:".s e r project con-t citing a multi -phase st` to implement a f foilo ling sei,erail ley e': -t�. J: c of c ,rQ,eC 3 a: 1 sequencing opts' -:_..gin• 1 ' F -.. _� ?r'�, ,his consultant procure -lint. • Re,- _- e through post-con._'_iction. • Support for OCI i' tegrate ,»it1 the = • Development of a IV_ . - v _ C. native ident -;cation and ng and future projects which results in the 0'.=r.z l planning and management of key project managers e: - J construction , 'a `-tiger s for Vertical and Horizontal Divisions, as well as nt•fca*Ion of external resources to be supplemented through CPSS team or project -specific _ceel.r_s, and processes for capital project execution, from pre -construction i.e.-of-the-art project ranagement tools/software that can aoie finani: a sfstern. Capital "o. ram schedule that [,,iould allow OCI to better visualize and manage the execution of capital pric -.:_ ti-e s',, -t-term and mid -terra. Atkins urri.arstands the need to con- ^ ra serving the City with its exceptional record of providing core staff, supplemental staff, and specialty services for more than 120 \d'iork orders executed over the current contract term. At the sact _ ..e realize that our s: ji capability and flexibility roust evolve to assist OCI in the implementation of ne'v s tegies and technologies unc _ organizational structure leadng to the all-inclusive management and delivery t`,e Capital Plan. 111 }n summary, the City requires a team tl- -.if fully understands the challenges for the delivery of the Capital Plan as described above, has a der to provide core staff (full time) support as well as supplemental/ specialty support , - knoYile.dge to cortnue to r-oe forward with industry best management practices. Atkins is that team! Proposed strategies to assist the City in meeting the short and long term requirements of the OCI Short Term Requirement = Variable Staffing Needs. The City's cei.- r-2quIrments, pe funding sources, specific deadlines, and in some instances varied prior. 7 I.- addition to ongoing program and pce et- r'' 3 a gyn en t activities, OCI has a recurrent need for specializecl techn fa` expertse or e,.L-:erieh,:e as required by the specific project scope or project circumstanCeS.T = L: these project elements resJits in fluctuatng demand for project management effort and the need ,z; e_igrneht the capabilites of OCTs full-time The previously described variability of staffing needs defines the requirements for a capital program support consultant capable of meeting OCI's variable staffing needs. Proposed Stratepy: Provide qualified and flexible keilcore, supp!e.rnantal aid specialty staffing support. Af•,.ihs l<eeere eefe- :aerd 57a s-,2.por .she OCI T through Atkins' sci• ;- resources —has the configuration • support servlces based ori the vare:: tife captai prog-ai-• JIi 1161 Stadium Flex- altts the dynarnis oa tended , tmentialassititance for the on-- 13 xne *hely of this project by Orig specialty staff -in the as of protect management, Kal engineeringdui erg' worked hand-irr-hanci anci in 7ne past four years, Atc ..i--onstratecl the capac:e. fie , elole 7.-.7* • efficiently and immediately after the City has identified a reed and made a request. St" erf.:e)rnpassed a range of technical disciplines including program coordination, !CDC program rna-,Ti?me- proje:t 77'-'7015, cost es -:mating, claims resolution planning, and work program and cons provided specialty technical disciplines such as marine/coastal srgj roacl,..vay design, and claims/risk analysis. 112 Short -Term Requirement = Project Initiation and Budgeting. Project inttiat on and budgeting are' key elements of effective program ar'd cr _t managerne,`. D := rnana_i=__.-_, : _ _ uroject in'et et- _i apprc` _1 _. one capita, p a , manage-- _ : :. - = de{?nit:on, -:1 'ra:'on are cr to :, .s sects o' _ e _ t,o r cap''a pier ai-d budgets, In _ _ add.,]on c' OCI has ice- . _ s _ . « - deve. loc : - _ _ . col Iprei _ 3 _ •. ping and 4:' nie^=orandunr project scoping ,na bLidget rg assumptions, contingences, and ma ce._; _n e: - ,:_-.tenses for project execution. 'nacage trot: Proposed Strategy: Stra ' ` =n p-oject in. ?h and bL'dgat As Delivery System dev * ;' -n-, Atkins is updating project iritatior and b: t.ot "r; __ r- processes anal pr0ca'_' act for effective program management decision making. The es an initial capital project cost estimate detailing the cos_ basis, of t-, Program -..c :Ts, and tools. , prior'tizat:on, the need to r -eject initiation. These . 15e review of active projects er OCI, cata c`_ - _ _ terms - uction, --'a c!C Atkins i, - _ .: eic a'rc v __ i peril lett-io 7, resource = T ,_ Wit.... _the chiefs of _ tee,_; i_icc'Swr, making process for one m _ _ _ - :-eir respective r 5 project portfolios. These chat, ,i-,crease the :.,er.a':I effectiveness of the capital programs ciiisi,ect prioritization and financial management, improving t. - _.cecution and reporting of program of pro _ :s en. Short -Terri and Long -Term Requirement improved Program Management. The C' f's capital program is tor-' .ro, r I_constraints. OCI tasked t 'th financial oversight, 4 _ - �_,�h m� �.__ �_ etc:: spend -down con��.aiants. is pus°<_ ,^; u management, and reporting responsibility to the City `:Tanager and Finance Department. The City's Commission and ur _ -._ 5'rp _ _ .i_e need to it n :gram and project management systems as a top priority. Delivering a program of wide;; eti capital projects ;;:thin an environment of competing priorities and strict bucfgetrg constraints is challenging and =, es the execution of an industry -best program manage--.:—. s stern. Devetoprnent and implementation of this robust system involves the execution of short- and long-term st a =s that cumulatively delineate and implement the policies, procedures, and tools of the program management syst-- Effective management of projects within the capital program requires the use of state-o`-the-art project management tools. Project managers must have took to manage projects in the most effective and _.-- ._ eat manner, that provide up-to-date information on budget, scope, and schedule, These tools ultimately enhance;,-_s,on making process via timely and accurate information. To properly manacle and report on the status of individual pr:.ails s',ithsn the capita program requires a project management "tool" that is suitable to the management needs of the OCI team. 113 It is Inters`= v i ' : 00 catalog and e much as poss In the long-term, ;_:ins proced-Ires, and took t OCI's capabiiities to e`fic. _ Atkins has the capability to support the City with the selection and implementation of a state-of-the-art project management system. Atkins has supported the selection and implementation of such systems on similar programs for the School Board of Broward County, FDOT District 4, and the Miami Dade Water and Sewer Department. Proposed Strategy: Develop and implement a customized program delivery system. rit' to Ir.pdem e t t ase of a reuIt -prase effort to develop a :i Program Delivery System = _ OCI's del `a roject.s .-;:;:^s, tee OCI Director, and l,a = from'OCO's egram'or u' : r ,,• _r^ent ,;,st.ern to a c_ r- eed Program Delivery System c ,.11; 5"= _ ds S _ .-._ e .s sofa on a de`re:: process irrpro'iem'-s that are:= . Ed to Incorporate OCRs ne',i, organizational st.' _ :- practices for project management frorr. alike institutions. e,n, gathered _ _ _ . ess process ^ ; s, Atkins is also supporting OC. to ideri if'y' the business r-tints for a more r-,:'i, project managerettnt tool not only c ei-3 is of linking wan the City's Oracle financial s/ to 3 -- technology .'. = ._IfIntegra _improve OCRs' orkflows and overall op . in uodat _ - _r— s race -g :re appropriate levels of approvals for rl Js and co:r':'; C:.'.; 3CCI1c3`On i c," _I the handling of electronic = and c^ _ J LCS 'I continue ._ n in place for the time being. Adkins will help ,. e Caref' _ decommissioning process to minimize as 3Ci's cc :es dur ne',v project management system. �p,Itd1 the City to develop the Program Delivery System, additional processes, p ress protocols and project management rules. The oble-__ ve is to further extend H.ect'"4ely manage and report, the planning and execution of the capital program. tt Ord . • i.ora Immediate Action Plan (4-6m) Define and establish City of Miami Program Delivery System (CM-PDS) Capital Program structure that will sende to catalogue and manage projects and delivery methods in the Capital Improvement Program ACTIVITIES • Agree on CIP Pogram'window' 15 years) • Develop P&P s Pre -Construction TOOLS - Policies & procedures • PM Software tool • Close-out checklist • Monthty report form • Map Processes (pre-con,Const, post-conj • Workload/Staffing analysis Construction • Montly report form (PM software tool) • Prioritization matrix * Staffing guidelines • Front-end documents - Update front -End Does • Maintain schedules & project budgets • Monthly reports 114 Protocols and procedures regarding the communication and Team, OCI, other consultants, contractors, and other parties Information -sharing is the essence of e = :, gram and project manage-H.,. C " r _ rIcation of ave_rarching objects' _s, prior t =.;, financial measures, perfciiiii- 37 _T3; : _ _ r7 ' _ program's decisior -, ng and e.fecution. At the project arid execution scat_ is Ft-' necessary to support effect i.e -.st be clearly corrin-b ri.:. a' i and understood by th cortrac:: , and client departmer. coordination among the CPSS -t At t're program level, clear measures. and program/project -. OCl aCTPS3 Proposed Strategy: CPSS Program -wide communication, Two identi- able groups comprise e CPSS team: KEY program support st= poll _ at.. the OCI an SPECIALTY s.. V. 'o 31- _, Ort the Cit.? -_l the OCI - _ '.skins' air Coo nat.?" .. II c _ to ibe point i tf=r initiation of all work or-.• ' 772, under the direction of the OCI staff and will fc. piotoc_ _ __, f =- ...oi:lateci organizational chart. For specialty staff, tasks the prog .pips s-oseq_.erit communication following reporting line agreed to',', The table be'ov delineates the levels of communication for the CPSS team with 0C1 Staff: 00 Me/Regoui communication - _,ated through Level IL CPS5 Ciontraca Management & Work Orders Program Coordinator - Diego Clavijo, Director of OCl/Assistant Director OCI PMP, PSP JOC Program Coordinator - Kingsley Cornwall Assistant Director/ Chief Vertical Projects Program Scher i_Oeir - Alfredo Nilartinez Assistant Director/ Chief Vertical Projects Cost Estimator - Sonja John Chief Vertical Projects/Chief Horizontal Projects CAD Technician - Angelica Parocli Chief Horizontal Projects evel !IL Vertical and Horizontal projects Specialty Support' Vertical Projects Management Support and Other Technical Support Services Horizontal Projects Management Support and Other Technical Support Services Chief Vertica Projects/Senior Project 14Janagers Chief Horizontal Projects/Senior Project Managers CPSS staff will continue to facilitate communication of key processes with consultants, contractors, _ rey stakeholders as their roles dictate to ensure that adequate and timely support is provided for different projects. Key examples of these interactions are: • JOC Program Manager will interact with JOC Contractors to ensure that preparation of bid estimates by JOC Contractors follow t JOC c ntracting method standards. A key step of this interaction with JOC Contractors is the reviev'i of J0C est _ = _'n includes the validation of the selection of construction items from the JOC Library and the verification of es=,17-,a:s.: a quantities. • Planning and Scheduling Scheduler will interact with design consultants to create and update project schedules in the City's master schedule. These schedules will incorporate the delivery method, project phases, and key milestones 115 tifiet -sire _ised by OCI roject progress The Sched.. • t -• for aqd vai. I . The Interaction wt.- . • = " ensi_ire- the proper SChedi.,le updates, as 7 bot.ei:al project deaf Specialty Support Staff for i'litalent c V3ticaI Projects will .• • - as Parks and Reoreatit•-, F a- ri OF ; This informat.on SdwsseU :-• ;- tO rneett not only the Depattme :•=15 2,-, a se: to • .. ....-i :- Specialty Support Staff ilgernent of Horizo,—. 7: .t'3Ct a.-i-ent to ensure that in-house de s, as as those preparedu consu''A• the design standards of tne LT/ eii•ta that project limit.; and 5COC: are dearly clned, A key element of on is coordination, z- of t-- ii-e_iett scope and ts 7 o r Depart-'7. in order to a potent:arisks . - - after the projec ; - ='-,ase has commenced. Protocols and procedures for managing schedules and financial expenditures under the Capital Plan, including any time limits imposed for spend -down of funds The City, through the OCI, must manage capital program/project expen == program/ project exeiait on commitments. Sone coi '2 (ecution R s for the capital program's delineated funding fts source commitments. Supporting OCI's fl3P.3 :7 reporting additiona' prod -am, elernents sun35 r.:ICJEK: . 73, Cornmssion Diszric-t projects. These criteria • c and reporting ,e -1T expf.,,retil.lires in fi aes-st - •r- y eten-ets: A. Validation of project budgets. 7-.15 element consists of review of cost .r! -- ascertain tot?. •--74 internal administration. costs, constructioit -et ;pope and: estimated project duration, ttie cost estirriei the pre;:eet proportionally allocate_d for budgeting purposes in the cori-i-ii:isindlnci work breal,..d.s.i.in structure (WBS) representirg major elements of the project life cycle (ore -design, clesign, procureme-t, and construction). B. identification of funding sources for projects during the Initiation. This element e 7..F: the identificaWon of the different funding sources for projects, particularly those sources w•ith spend -down deadiines. This process is PT primary importance from two main perspectives: • Fro.mi tne ;.-.3rspective, projects with approaching spend -down deadlines are deemed to have higher priority to ensure that funding sources available to the City are fully used. • From the project programming perspective, the analysis of th.e spend -down deadlines may drive the selection of a particuiar delivery method to secure that the project will be completed \Nithin the nte-tarre. to enable the usage of such funds. C. Scheduling at the program level. This element consists of the identification of a' proects and incorporation of these projects into a Five -Year Capitai Plan format. This step uses industry -wide s•:are Project and Primavera P6 for the incorporation of ali active projects of the Capital Pian. Projei, such as project types (vertical/horizontal), client departments, delivery methods, arid Commission District prpjeets are incorporated in the database for reporting purposes. Also, project activities are cost-loacied based on budge:3 tdst allocations) described n Step A for &emerts of VIBS. D. Integration of budgets and actual expenditures. This element occurs during the oroe,;-.t update cycle. Cost loaded schedules far different projects described in Step C above are loaded with act e.r.ditures from the accounting system. Using the scheduling tools at the Program Lev.0, the ove_rall Five-Y,a- Capita! Plan is updated to show 116 T { I • S and =_ This -- ofte cur that a;i prr ,_ , lersus act _ accounting system). i_ . _ uses th,a: _, _. s . _ a -a ysi, of tl ie progress This nformat t!`.e effectiveness of rid may lead to s- -.: _ :s and'or directives to ensure tire. .17 :Dr;',:''':e'. S L:: E. Efficient workflow management including the use of manpower. The c :i al and staffng needs of the OCI change based on the demands of the C :-: Plan and the decisions to s e _: - Eff dent wor c cv, rraraoe . n: s : on Cleary tosses as described.'Dee u :'rent's policies and procecLire.s, clearly dei roles and respo-s _cj_iate staffing Iev: ; .o execute the workload. Most recently that ev(plution. has focused on strategies target'- _: -,:proved efficiencies the use of OCI manpower for the plannind and execution of capital projects. In 2016 OCI son Or management restructzed alignment of the Department's project management staff from project life cede (distinct design and construction divisions} to project type (distinct vertical and horizontal projects divisions). This organizational realignment y structure is graphically shown below: The re',v organization structure places more emphasis on workflow management and efficient use of manpower. Responsibility for these has been delegated mainly to the horizontal and : i' chiefs who have a direct management role in the daily execution of capital projects. The overall result is that Ye overseeing and - ,cut:r,g their respective reScons'ibtlities in a more comprehensive manner, ensuring that .. :,epende'-: On. process improvements' and s:r:fing levels are appropriate (effective and efficient) to meet capita _:rJgrn-- elementation commitments. In order to c' _ -cte- := magnitude of workflow and staffing demands, Atkins' conducted a analysis of OCI's currently ac : =:: -cse in design or construction or funded and re:::, 77.i be executed; as of December 2016. _f S 2_ '5 organizational structure, the follo'M,ng graphic r. rt5 the findings of the analysis and in,inter :.der of horizontal and vertical projects within the capital program. 117 Proposed Strategy, support OCI's efforts to Pe= o sta J mana.,eent updated processes'broc_ , _3 .--.`fing gu€idelires tha` ref _ 1n c Fa.^~ resources. These tocHs' any define work effort re uio.';er reeds for fJfe effective rnanac_,eme c` _ respect, ortfolios. ns' C fr e is A s _ _or t of OCI Include project data collect cn and VaI'da'_ or for act.. _anc . s' resources necessary to execute capital proects. Spec.- .-:,tinning, design, permit€Ing, or constnic"'on) Active Projects: Total Cost by Project Type Vertical Projects (84) 324 MM Horizontal Horizontal Projects (211) Projects (21 1 ) Type of Projects A. Active projects 1. Validat.i, c project status (olai nEng, design, permitting, or construction). 2. Gat ,cj data to establish curr-ent durations for different phases. 3. „nananer. 4, spe rid _ for uocomino expenditure deadlines. 6. Reso_! -_: B. Newly funded (activated) projects 1. Verify scope' cc-pleteness 2. Determine r method with OCI chiefs. Based on delivery method, identify project and construction manager resources. 3. Verify funding sources for spend -down for upcoming expenditure deadlines. 4. Determine project priority with OCI Chiefs (based on safety considerations, project size and complexty, funding sources, and project District?. 5. Create resource loaded schedules for new projects. 118 In the short term, Akins will support OCI's efforts to de:' characterize act.:ve projects as as needs to manage and deliver horizontal and vertIcal In the long terrr, 1 crep?,-- r- T'an e OCI and prolec r-rana--,i--.'s to review and as;; rest - • ' -fear Tne Five -Ye Pan c 7 Of staffing resources, - . s be encour:--t...i .• three to r This nformation will be . — fiscal year and incorpoi-?-..-.,d .7 °CI's capital bucig-: and appropriations cycle, impl.-_-fr,„'ng the ccc yogram's decision -making c— f';', City's budgetog 1 3 Paige 9ntrn;ionally Left Blank 120 Section C Section C. 1. RFQ-PC-Qualifications of Program Coordinator Diego Clavijo, PMP, PSP will manage all of our work for the City of Miami. He has over 25 years of experience in the areas of program management, project management, production management, project controls, and construction administration. Most of this experience has been in the construction field, where he has gained first-hand experience and in-depth knowledge of the processes related to the successful delivery of capital improvement programs (CIP) such as planning, design, procurement, construction, project controls, and closeout. As program coordinator on similar contracts, he has built and maintained excellent working relationships with City of Miami staff and stakeholders across Florida that has manifested in multiple reselections with several clients. Mr. Clavijo has experience in, and a thorough understanding of, processes and tools related to the successful delivery of CIPs including work program scheduling and programming, program management, project controls, project portfolio analysis, funding allocation, risk analysis, databases integration, and web reporting. He has also participated in construction litigation cases as an expert consultant in the areas of Critical Path Method (CPM) delay analysis and damages calculation. Mr. Clavijo also understands how critical (schedules or something eluding to prograrn management??) are to programs of this nature. His experience managing similar contracts, his ability to effectively communicate with team members and his clients, and his efficiency in responding to changes and addressing concerns will enable projects to meet the City's work program commitments. His familiarity with Miami processes and preferences will also facilitate on - time project completion. Mr. Clavijo Is a well-rounded program coordinator who has the right experience to successfully deliver this contract. Mr. Clavijo possesses a strong and unique educational background that includes a master's degree in business administration (1993), master's degree in construction management (1996), bachelor of science degree in mechanical engineering (1987), and certification as a project management professional by the Project Management Institute (PMI) and planning and scheduling professional (PSP) by the Association for the Advancement of Cost Engineering International (AACEI). He also has experience and a thorough understanding of goals, processes, procedures, and tools that are implemented by public owners for the management and control of capital plans including resource management (in-house and external), program controls (cost, schedule, and risk management), fiscal management (funds and expenditures), and program information systems (dashboard tools, database integration, and web reporting tools). Mr, Clavijo also has unmatched experience in other areas such as project management, contract management, cost estimating, cost control, construction scheduling, claims, facilities assessment, risk management, and litigation support. He has participated in several construction projects involving vertical and horizontal construction for various entities —private and public —and has gained valuable knowledge of local construction conditions and various project delivery methods. Mr. Clavijo has served as project manager andfor technical lead on numerous longterm contracts involving technical support to CIPs of a similar size and scope as those identified in the City's request for qualifications (RFD). Several of these contracts have spanned a period of more than 10 years and are highlighted in this section_ For the last 4 years, Mr. Clavijo has served as officer-vn-charge for the City of Miami's Capital Program Support Services (CPSS) contract In addition to his program management experience, Mr. Clavijo has managed several task order contracts for specialty services including those for M-DCPS and Florida International University (FIU). 121 Request for Qualifications Qualifications of Proposed Program Coordinator Instructions (Please utilize the attached additional page, as necessary) Proposer shall provide the following information for at least three (3) completed projects where the individual identified In the Proposer's Proposal served as the Program Coordinator, as defined in the RFQ, for the stated projects. Each project submitted should be of equal or greater scope, size, and complexity. Provide all required information and submit this Form for each project, as required by the RFQ. Failure to submit a complete Form for each project may result in the Response being rejected as non -responsive. A Reference Form RFQ-PC-R, must be submitted for each Form RFQ-PC that is provided. RFQ Solicitation No.:15-1 6-o3a RFQ Title: Capital Program Support Services Name of Proposer: Atkins North America, Inc, Name of Proposed Program Coordinator: Diego Clavijo, PMP, PSI' Name of Project: Capital Program Support Services Address of Project: 444 SW and Avenue, sth Floor, Miami, FL, 33130 Name of Project Owner: City of Miami Project Owner Contact Telephone No.: 305.416.1 a25 Project Owner Contact Name: Jeovanny Rodriguez, PE Project Owner Contact E-mail address: jeovannyrodriguezmiamigay.com Brief Scope of Project (additional space provided): Provide core and supplemental staff support for JOC management, cost estimating, program scheduling, JOC management, claims, PMO developrnent, design management (horizontal and vertical), processes and procedures analysis Value of Contract (if applicable): Awarded: 51'5 million Actual:S5.1 million NIA Q act extension with capacity increase for continuing capital program support services Basis for Difference in Value: Contr Project Completion (no. of calendar days): Projected: 1'46° `iaY' Actual: 1,46° clays Type of Project: Program Management, project controls and business analysis for City of Miami Capital Improvement Program Was work performed as an employee of the Proposer? tX1 Yes ❑ No By: ....:(f.?_y_f...;:574.7.„ 7 Sign itut`_e'of Authorizefficer Date Barry J. Schulz Sr. Vice President/Chief Operating Officer Printed Name Title N/A El l o rc Request for Qualifications Qualifications of Proposed Program Coordinator Instructions (Please utilize the attached additional page, as necessary) Proposer shall provide the following information for at least three (3) completed projects where the individual identified in the Proposer's Proposal served as the Program Coordinator, as defined in the RFQ, for the stated projects. Each project submitted should be of equal or greater scope, size, and complexity. Provide all required information and submit this Form for each project, as required by the RFQ. Failure to submit a complete Form for each project may result in the Response being rejected as non -responsive. A Reference Form RFQ-PC-R, must be submitted for each Form RFQ-PC that is provided. RFQ Solicitation No.:15-16-032 RFQ Title: Capital Program Support Services Name of Proposer: Atkins North America, Inc. Name of Proposed Program Coordinator: D1ega Clavijo, PMP, PSP Name of Project: Professional Cost Estimating and Scheduling Services Address of Project: 444 SW 2nd Avenue, 8th Floor, Miami, FL, 33130 Name of Project Owner: city of Mian,i Project Owner Contact Telephone No.: 786.552.8225 Project Owner Contact Name: Howard Fallon, PE Project Owner Contact E-mail address: HJFAL01@miamidade.gov Brief Scope of Project (additional space provided): Provide core and supplemental support staff for cost estimating, scheduling, claims, value engineering, PM() development, processes and procedures analysis, project portfolio analysis, cash flow and resource analysis Value of Contract (if applicable): Awarded: 510 million Actual: $10 million Basis for Difference in Value: Contract extension with capacity increase for continuing capital program support services N/A Project Completion (no. of calendar days). Projected: 2,920 days Actual: 2,920 days N/A El Type of Project: Program management and project controls (Cost Estimating and Scheduling Services) for M-DWASD's Capital Improvement Program Was work performed as an/employee of the Proposer? Ej Yes 0 No Signatu f Authorize/Officer Barry J. Schulz Sr. Vice President/Chief Operating Officer Printed Name Title HrQ Pc Request for Qualifications Qualifications of Proposed Program Coordinator Instructions (Please utilize the attached additional page, as necessary) Proposer shall provide the following information for at least three (3) completed projects where the individual identified in the Proposer's Proposal served as the Program Coordinator, as defined in the RFQ, for the stated projects. Each project submitted should be of equal or greater scope, size, and complexity. Provide all required information and submit this Form for each project, as required by the RFQ. Failure to submit a complete Forrn for each project may result in the Response being rejected as non -responsive. A Reference Form RFQ-PC-R, must be submitted for each Form RFQ-PC that is provided. RFQ Solicitation No.:15-16-032 RFQ Title: Capital Program Support Services Name of Proposer: Atkins North America, Inc. Name of Project: Program Management and Control System Name of Proposed Program Coordinator: Diego Claviio, PMI PSP Address of Project: 600 SE Third Avenue loth floor tort Lauderdale, Florida 3'i 301 Name of Project Owner: School Board ofF coward County Project Owner Contact Telephone No.: 954.777'4438 Project Owner Contact Name: SlrellPy Melloni Project Owner Contact E-mail address: smelonio)browarcfsctfools.com Brief Scope of Project (additional space provided): Implementation of PMCS for S[3BC's 5-yr., $1.713 capital program. Provided program manager & 5 full-time on -site professionals for work program scheduling, database administration, and web development to assist in the management of CIP projects. Value of Contract (if applicable): Awarded: S300,000 Actual: $3. t million Basis for Difference in Value: S[3[3C issued multiple work authorizations as the PMCS' implementation progressed. N/A ❑ Project Completion (no. of calendar days): Projected: 1.570 days Actual: 1 '52° days N/A E Type of Project: Program Management Was work performed as an employee of the Proposer? ❑ Yes ❑ No By: Signature of Authorized Officer 2/2/201 / Date Barry I. Schuh Sr. Vice President/Chief Operating Officer Printed Name Title r,rc1 r'c 2. RFQ-PC-R-Program Coordinator Reference (`itv of -Miami Daniel J. Alfonso City Marager To Whom It May Concern: Subject: Reference Letter for Program Coordinator Program Coordinator as defined in the solicitation: 15-16-032. t h F Flowing Section to be Completed by the Polymer., Name of Proposer Atkins North America, Inc. Name of Proposed Program Coordinator: Diego J. Clavijo PMP, PSP The above referenced Proposer is responding to a Request for Qualifications (RFQ) that has bean issued by the City of Miami. We require that the Proposer provide written references for their proposed Program Coordinator (PC). The Proposer is requesting that you, as the Owner of the referenced project, provide the following information as well as any other pertinent information. Your insight is appreciated. Name of Project: City of fvl ami - Capital Program Support Services - Completed WO's 1 through 120 c rThe FcHoling Section to be Carted bYthe P a Scope of Work for Referenced Project. Provide Capital Program Support Services for City's CIP Value of Project. $5 1 Million Type of Project. Capita! Program Support Services Project completed on time and within budget:! Yes ❑ No Project Duration: 1450 days How long did the proposed PC serve in the capacity as PC on this project? 1095 days (3 years) Quality of Services: X Above Expectations ❑ Average ❑ Below Expectations t.Awove expectat:cns indicates fewer errors and omissions than anticipated by Protect Owner ) Did the PC have a thorough understanding of the Project? Was the PC responsive? Was the PC timely with reviews and submittals? Did the PC effectively resolve issues in a timely manner? 1 Yes ❑ No .14 Yes ❑ No Z1 Yes ❑ No Yes ❑ No Please type in the field below to provide comments (Please use the attached additional page. as necessary): Name of Project Owner: { _ l tom( 14 I NL-t I Signature of Project Owner's Representative: Title: C ` i r', i t Telephone: 4-I l,S - 12 2—S Sincerely. Annie Perez, CPPO Director Procurement Department r ate: E-mail: _;, bk.)NV--} POTi(1-i (�l,ia'-7 cei pf iy-t )C V. [� r f RFC -PC R Revised 12,23,2016 125 Cttp of !Miami C\C� nF b O a Please utilize the space below. as necessary. Daniel J. Alfonso City Manager RFQ-PC-:R 126 Revised 12'23/2O15 eitp of iattit o ir�r Daniel J. Alfonso City Manaig,9 To Whom It May Concern: Subject: Reference Letter for Program Coordinator Program Coordinator as defined in the solicitation: 15-16-032. Fottcwiirtg Section la be CornpTeted by the Proposer .. Name of Proposer. Atkins North America, Inc. Name of Proposed Program Coordinator: Diego J. Clavijo, PMP, PSP The above referenced Proposer is responding to a Request for Qualifications (RFQ) that has been issued by the City of Miami. We require that the Proposer provide written references for their proposed Program Coordinator (PC). The Proposer is requesting that you, as the Owner of the referenced project, provide the following information as well as any other pertinent information. Your insight is appreciated. Name of Project: M-DWASD - Professional Cost Estimating and Scheduling Services be Fa:NOV SW:onto; be Completed by the Project Owl Scope o` Work fcr Referenced Project: Task Authorization # 1 - Provide core and supplemental support staff for cost estimating,scheduling, claims, value engineering, processes and procedures analysis, project portfolio analysis, cash flow and resource analysis Value of Project: $1.4 Million Type of Project: Program management and project controls (Cast Estimating and Scheduling Services) for M-DWASD's Capital Improvement Program Project completed on time and within budget: ® Yes ❑ No Project Duration: 270 days How long did the proposed PC serve in the capacity as PC on this project? 270 days Quality of Services: 0 Above Expectations Q Average ❑ Below Expectations (Above expectations indicates fewer errors and omissions than anticipated by Project Owner) Did the PC have a thorough understanding of the Project? Was the PC responsive? Was the PC timely with reviews and submittals? Did the PC effectively resolve issues in a timely manner? El Yes ❑ No J1 Yes ❑ No Ec Yes Q No EJ Yes ❑ No Please type in the field below to provide comments (Please use the attached addtionai page. as necessary): Name of Project Owner: Howard Fallon. PE Date: //2_ 1j7 Signature of Project Owner's Representative: Sincerely, Annie Perez, CPPO Director Procurement Department RFQ•PC-R Revlsed 12/23/2O16127 City of Mari `\VI 0 F_ City Managtrft, Title: C',,¢-{ !-I dwne 1�rvr�� a n Telephone: Please utilize the space below, as necessary. Daniel J. Alfonso E-n ail: NJF.1I._p1 �cstr I t - t '` /9 Lea, 740 el%24.1 (1../4) r V4 '''` 1 'CpL FFQ-FC•R128 Rev+sec 12/23/ 20 t 5 COof taint 00 0 • �“,;;: * Daniel J. Alfonso City Mana p , To Whom it May Concern: Subject: Reference Letter for Program Coordinator Program Coordinator as defined in the solicitation: 15-16-032. The Fo1nting Section to be Completed by the Proposer. Name of Proposer: Atkins North America, Inc. Name of Proposed Program Coordinator: Diego J. Clavijo, PMP, PSP The above referenced Proposer is responding to a Request for Qualifications (RFQ) that has been issued by the City of Miami, We require that the Proposer provide written references for their proposed Program Coordinator (PC). The Proposer is requesting that you, as the Owner of the referenced project, provide the following information as well as any other pertinent information. Your insight is appreciated. Name of Project: Program Management & Control System (PMCS) w Section be Corn vied. by the Project O* . `'. , >;:' Scope of Work for Referenced Project: development for S33C`s Capital Program Value of Project: $3.4 Million (fee) Type of Project: Program Management Work Program Scheduling. database administration, web Project completed on time and within budget: ® Yes ❑ No Project Duration: 1,520 days How long did the proposed PC serve in the capacity as PC on this project? 1,520 days Quality of Services: Q Above Expectations ❑ Average ❑ Below Expectations (Above expectarons indicates fewer errors and omissions than anticipated by Project Owner.) Did the PC have a thorough understanding of the Project? ❑ Yes ❑ No Was the PC responsive? 0 Yes ❑ No Was the PC timely with reviews and submittals? Z Yes ❑ No Did the PC effectively resolve issues in a timely manner? El Yes ❑ No Please type in the field below to provide comments (Please use the attached additional page, as necessary): Program Coordinator was very professional and collaborative with the Owner in the set-up and implementation of the Program Management & Control System. Name of Project Owner: Shelley Meloni Date: 2/2/17 Signature of Project Owner's Representative: Sincerely, Annie Perez, CPPO Director Procurement Department RFQ-RC-r - Re' (sed 12.23,2016129 t p of izunt L _ � r- • = Daniel J. Alfonso City Mana§Y , ; Title: Director, Pre -Construction Telephone: (754) 321-1515 E-mail: smelonK-Dbrowardschools.com Please utilize the space below, as necessary. 130 3. Resume of Program Coordinator Diego Clavijo, PMP, PSP Program Coordinator Education M.S., Construction Management, Florida International University, 1996 M.B.A., Business Administration, Inst:"tutu de Alta Direccion Empresariai, 1993 B.S., (Mechanical Engineering, Universidad de los Andes, '1937 Certifications Project Maracierrent Prof_ssional 2rcie`t Management 55782, 2002 . Planning & Scheduling Profe _-_. -S?; Assoc -- on for the _nt of Cost F .g International Certificate No. 22746, 2012 Software Primavera Project Planner I,P3, P5, P6) Su reTrak Microsoft Project Professional affiliations Project Management Institute ATKINS Mr. Cla 'je has 29 years of c, - manag_rr_-,', p,cgram manag_ -- controls, cons-ruct::on adrninist ; on cialms/!e ga-:or . as succ ssk3 plinary teams aort caoirai . , n multi -year contra..s City of MIan choos, School Board of 3-:;:'rar j County, Fiorea Department of Transpor-a,_on District Four, and Miami -Dade Water & Sewer. Mr. Clavijo's knowledge and lessons learned from managing similar contracts will enable him to provide solutions for everyday challenges and successfully deliver this contract for the City. -ct Pilr. Clavi1o's project experience includes: City of Miami Capital Program Support Services (CPSS) for the CIP, Miami, FL. `," Clavijo ,a ,flfe lnar _ team lira, s- o' e '3 multiyear ca_',.tali pia;: e f j th .- Pir. CIa, jo coo e:d overseen the e .._,. as an a ,a 3 of City i-?': In the areas of cost ,men,t (J00, ."'ci h': . _en t L!. ..:asses .. ering, an .ary t el *s valued over 355'2. ,Ilion. bran 120 work or -rs acting program sche,..:g, job ca ;' prc: `:s n ling, and has a _ _. _ ^'-:? o a,nalys:s, corst: Miami -Dade Water & Sewer - Professional Cost Estimating and Scheduling Services, Miami, FL. C.'-. C avi_lo `,';7!S for the ' veloprnent of the overall program schedule us _ 5: g p- for' , .SD's S13 billion multi -year capital program, He ud a : T. of 3c - )onais in the areas of program scheduling c»: estjmating, cost e .:_. er :. +_ _ramming. His responsibilities cl,e' : s point of contact; o _: efforts , Le::;nical Staff; communication ill-a7on with client's plannl,-- "s:ruction and financial divisions; quality ,_rubles; and pert_..,, duties invoicing and progress r� c .efforts inclose' t or cost loaded schedules in ?rimy;wry P6 for r : a n d projects to > ,_ar capital program cash ament of a pr: cr i- co FDQT General Consultant Districtvvide Scheduling and Support Services, Fort Lauderdale, FL. Mr Clavijo served as the project manager for the Atkins' multidisciplinary team that supported FDOT District Four's Pie -year Work Program valued at $ 4 billion- Mr. Clavijo coordinated and oversaw the execs:`: _ . -ore than 133 task work orders consisting of program management scheduling, webs t rnent, database administration and development, GIS development and maintenance, contract administration and Local Agency Program (LAP) support. As project manager, he efficiently managed the technical and administrative aspects of this contract and delivered a successful program. 131 Page Intentionally Left Blank 132 Request for Qualifications Qualifications of Proposer Key Personnel Workload Capacity Instructions: This form shall be completed for each of the Key Personnel identified in Form RFQ-QT. Month 1 is projected to start on the 3"' month (90 days) following the RFQ due date. (If the RFQ is due in March, then Month 1 would be June). RFQ Title: Capital Program Support Services (due February 6, 2017) RFQ Solicitation No.: 15-16-032 Name of Key Personnel: Diego Clavijo, PMP, PSP Title of Key Personnel (for this project): Program Coordinator Name of Project Owner of Project Capital Program Support Services -"ity of Miami Value of Projec Role in Project Status of Project $5.1 million (fee) Program Coordinator 'D / DD / CD / CA SMART - Cost & Program Control Services School Board of Broward County $6.4 million (fee) Risk Manager 3D/DD/CD/CA Prof. Estimating and Scheduling Services VI-D WASD $10 million (fee) Claims Manager PC Availability based on % of time per month Month 1 40% Month 4 40`1u Month 7 4" Month 1440`iW Month 134" Month 164o'iv Month 2 4" Month 5 4" Month 8 4" Month 11 40' Month 1440% Month 17 4" Status Abbreviations: PD= Pre -Design P=Permitting SD = Schematic Design CA=Construction Administration DD = Design Development PC- Post Construction CD = Construction Documents Month 3 40` Month 6 40% Month 9 40 Month 12 40) Month 15 40"/a Month 184° Form RrQ-WC R i d 7/29/2016 4. Form RFQ-WC-Workload Capacity for Program Coordinator Page Intentionally Left Bank 134 Section D Section D. 1. PSA or Agreement Provisions (Exhibit "B") PFOFF..33;GNAL .,'OES .PEEVE' CITY OF MIAMI OFFICE OF CAPITAL IMPROVEMENTS PROFESSIONAL SERVICES AGREEMENT Service Category Capital Program Support Services Contract Type Continuing Services fcr Program Management Consultant (TBDi TABLE OF CONTENTS ARTICLE 1 DEF1MTIONS 4 ARTICLE 2 GENERAL CONDITIONS 7 2.01 TERM 2.32 OPTIONS TO EXTEND: 7 7 2.03 SCOPE OF SERVICES 7 2.04 COMMUNITY BUSINESS ENTERPRISE ('CBE) PARTICIPATION 2.05 COMPENSATION 7 ARTICLE 3 PERFORMANCE . ..... 3.01 PERFORMANCE AND DELEGATION .. 8 3.02 REMOVAL OF UNSATISFACTORY PERSONNEL 3.03 CONSULTANT KEY STAFF 3 3.04 TIME FOR PERFORMANCE . 3 3.05 STANDARD OF CARE ARTICLE 4 SLII3-CONSULTANTs . . „, ....... ... . 3 4 01 GENERAL 4 02 SUB -CONSULTANT RELATIONSHIPS 9 4.01 CHANGES TO SUB -CONSULTANTS 9 ARTICLE 5 DEFAULT 9 5.01 GENERAL . . 5,02 CONDITIONS OF DEFAULT . 9 5.03 TIME TO CURE DEFAULT: FORCE MAJEURE . ARTICLE 6 TERMINATION OF AGREEMENT 6,01 CITY'S RIGHT To TERMINATE 6.02 CONSULTANT'S RIGHT TO TERMINATE . 1 6.03 TERMINATION DUE TV UNDISCLOSED LOBBYIST OR AGENT . ARTICLE 7 DOCUMENTS AND RECORDS 7.01 OWNERSHIP OF DOCUMENTS 7.02 DELIVERY UPON REQUEST OR CANCELLATION 1.; 7.03 REUSE BY CITY 10 7.04 NONDISCLOSURE 7 as MANTENANCE OF RECORDS; PUBLIC RECORDS 11 ARTICLE 8 INDEMNIFICATION 11 ARTICLE 9 INSURANCE . ... ..... ......... ..... ................ ........ „ ..... 9 01 COMPANIES PROVIDING COVERAGE 12 9.02 VERIFICATION OF INSURANCE COVERAGE 17 9.03 FORMS OF COVERAGE 9.04 MODIFICATIONS TO COVERAGE 13 ARTICLE 10 MISCELLANEOUS ... .. ................. 13 10 01 AUDIT RIGHTS: INSPECTION 13 10.02 ENTIRE AGREEMENT 13 10.03 SUCCESSORS AND ASSIGNS 13 10.04 TRUTH -IN -NEGOTIATION CERTIFICATE 10 OS APPLICABLE LAW AND VENUE OF LITIGATION 10.06 NOTICES 10.07 INTERPRETATION 10.08 JOINT PREPARATION 10.09 PRIORITY OF PROVISIONS 10.10 MEDIATION WAVER OF JURY TRIAL. 10.11 TIME 14 Capital Program Support Services RFO 15-13-032 Deleted: '2 Deleted: " Deleted: Deleted: 'I Deleted: '1 _ Deleted: I t Deleted: Deleted: Deleted: ' Deleted: 135 10.12 COMPLIANCE WITH LAWS .. 10.13 NO PARTNERSHIP 10.14 DISCRETION DE DIRECTOR .. 10,15 RESOLUTION OF CONTRACT DISPUTES 10.16 INDEPENDENT CONTRACTOR ... 10.17 CONTINGENCY CLAUSE 10.18 THIRD PARTY BENEFICIARY 10.19 ADDITIONAL TERMS AND CONDITIONS ATTACHMENT A - SCOPE OF WORK ..- ARTICLE Al GENERAL .............. A1.01 SCOPE OF SERVICES ARTICLE A2 OVERVIEW OF CAPITAL PROGRAM SUPPORT SERVICES....... A2.01 PRIMARY SERVICES A2.02 SPECIALTY SERVICES . ARTICLE A3 PRIMARY SERVICES -- .- A3.01 ADMINISTRATIVE PROGRAM MANAGEMENT A3.02 PRODUCTION MANAGEMENT SERVICES A3.03 CONSTRUCTION ADMINISTRATION 2 ARTICLE As SaECIALTY SERVICES .......... ...... %=. ARTICLE AS S-4FFING 2 A5.01 PRCGRAM STAFF A5.02 STAFFING FOR SPECIALTY SERVICES A5.03 STAFFING CHANGES ARTICLE AO ASSIGNMENT OF WORK . ........ ...... _...... ................ ...,...-,........ SCHEDULE Al - SUBCONSULTANTS........... ............. _.................... ...,...,............ ,.......................... 23 SCHEDULE A2 - KEY STAFF .... 23 ATTACHMENT B - COMPENSATION AND PAYMENTS 29 ARTICLE 81 METHOD OF COMPENSATION _... _................................................................. 29 81.01 COMPENSATION LIMITS .. _. .-.........._ .---- .._ _.__ ..................__.---.. 29 B1.02 CONSULTANT NOT TO EXCEED . 29 ARTICLE 82 WAGE RATES 29 B2.01 FEE BASIS 29 82.02 EMPLOYEES AND JOB CLASS = - _ . = 29 82,03 MULTIPLIER 29 B2.04 CALCULATION 30 82.05 EMPLOYEE BENEFITS AN�. Cr, Etr HAD .........................................30 82.06 ESCALATION . 30 ARTICLE 53 COMPUTATION OF FEES AND COMPENSATION,..... ........................... 35 B3.01 LUMP SUM .,_..... .. _ _ ....... 3G 83.02 HOURLY RATE FEES 30 B3.03 REIMBURSABLE EXPENSES 31 B3.04 FEES for SPECIALTY SERVICES 37 B3.05 PAYMENT EXCLUSIONS 3' 83.06 FEES RESULTING FROM PROJECT SUSPENSION 31 ARTICLE 84 PAYMENTS TO THE CONSULTANT .. .. ........... .-.......,........, ...,............-----..-.-31 B4.01 PAY 4IENTS GENERALLY _ .__ 31 B4.32 MONTHLY PROGRESS REPORT _ 32 B4.03 BILLING -HOURLY RATE ... 32 B4.04 PAYMENT FOR ADDITIONAL SERVICES AND REIMBURSABLE EXPENSES ,.._...,._............. ._.32 B4.05 DEDUCTIONS __ 32 ARTICLE B5 REIMBURSABLE EXPENSES ............................................................._....................39 85.01 GENERAL., 32 B5.02 TYPES OF REIMBURSABLE EXPENSES 33 B5.03 AUTHORIZATION 33 B5.04 DEFINITIONS and CATEGORIES 33 85.05 REIMBURSEMENTS TO THE SUB -CONSULTANTS 33 ARTICLE 86 COMPENSATION FOR REUSE OF PLANS AND SPECIFICATIONS 33 B6.01 GENERAL 33 SCHEDULE B1 - WAGE RATES SUMMARY 35 SCHEDULE B2 - ESTIMATE OF REIMBURSABLE EXPENSE ............................_........ 36 SCHEDULE 82 - ESTIMATE OF REIMBURSABLE EXPENSE - . .----_,__ 37 SCHEDULE 83- EXPENSE VOUCHER ... _ 38. Capital Program Support Services RFQ 15-1d-032 Deleted; 'c Deleted: ' Deleted: Deleted: " Deleted: '- Deleted: 136 { FROFE3sLO*+AL 3EF CES A 1 FEES.IENT CITY OF hr11AMl OFFICE OF CAPITAL IMPROVEMENTS PROFESSIONAL SERVICES AGREEMENT Service Category Capital Program Support Services (RFQ No. 15-16-032) Contract Type Continuing Services for Program Management Consultant TBD Consultant Office Location TBD City Authorization Resolution THIS AGREEMENT made this _ day of in the year 2017 by and between THE CITY OF MIAMI, FLORIDA. hereinafter cared the "City." and (Consultant's Name). `commented [mai: Nate r,3tovrlegal nsme;s "Alkma 1 North Ameaca. Inc''. hereinafter called the "Consultant." J RECITAL A. The City issued a Request for Qualifications i'RFQ") No. 15-16-032 on Friday. December 23. 2016 for the provision of Capital Program Support Services ("Services') and the Consultant's proposal ('Proposal"). in response thereto. was selected as one of the most qualified for the pR s: ; of said Services. The RFQ and the Proposal are sometimes referred to herein. collectively. ae is e Solicitation Docurnents, and are, by this reference, expressly incorporated into and made a pa:t of this Agreement as if set forth in full, B. WHEREAS. the City. through action of the City Manager ardror 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, to provide the professional services as described herein. IPi1TNESS_TH. that the City and the Consultant. for the considerations herein set forth, agree es follows: Capital Program Support Services RFQ 15-16-032 137 1.06 1.07 1.08 ARTICLE 1 DEFINITIONS 1,01 Additional Services means any'Nork 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 are expr.ess;y incorporated _ _ :e and made a part of th.s 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 these .senilce3 des:5r'ated as such In 3 Work Order:. 1.05 Capital Program Support Services cr CPSS means S3riices provided by the Consultant including. :NAM Lit 'Imitation. all a„mimstrative. technical. and management activities associated •Nith supporting the City as determined by the Director Ir the execution and implementation of the City's Capital Program, City Commission - :re legislative body of the City am!. City Manager rr.ea,st"_:t;!yappointer' _`admiri; a :.y: :re Cityof Mans. City orOwner ^-e3rs of '.t=_- _ 3 pa tre _ s pe- - . Mara :- 1.09 City F.is:r Pisa klanaga - a r ra corporation, the public agency __ _. `_rmed. In all respectshere.urder Dv.ner of the Project. In the event the :he e•rerC.ise of such regulator/ le-E. arc` r a nances shall be deemed a TT manta ncof and shall rot be a:'ncuta'bie C f Miami shall be refer2 J ;emend C,°.1 .. --o_.' modification shall :mea 0 -, - klanageroftre City of hliami:bhp heao3 1.10 Commission me a, a ,r e legislative_ body of the City of klami 1.11 Community Business Enterprise CBE"} means a firm which has been certified by C:,.rty who will provide a _ '. -, 3I. landscape architectural, engineering. or sLrie)f' ccirg professional sernc ' prime proposer as required pursuant to City Code §13--37 1.12 Consultant means the individual. partnership. corporation, assoc[ation, joint venture. or :_- oir:it-or 1'e'sof. of rv_re'ly registered prfessicnal architects. or engineers, wb'ch has er_e -; to pry _; :rcfessiona! set..ioes to the City- 1 13 C.. ,' .�,.. .r _ -- = acre ion, 358.: - - 1 : _ '.' 3 t vith the and :hereto 1,14 Director means the Di — designated herein who has the autro ,:; and responsibility for manag - :• r I -. projects covered under this Agreement. Unless otherwise specified herein c e --- Order. for the purpose of this Agreement. the Director is the top administrator cf the Office ::t31 Improvements or designee. 1.15 Errors means items in the per: s :auon or other documents prepared by the Consultant that are shown incorrectly, which '_suits in a change to the Seances and results in the need for the construction contractor to be" trrn rework or addktional work or which causes a delay to the com; leben of construction. 1.16 Errors and Omissions "e. s -_- __fo;enctes in the plans. specification or other documents preps s, cy the Corsulta-..:: - corrected in order for the project to function or be twit as intenced. 1.17 Horizontal Projects means capital Projects that generally consist of new construction. repairand;or reconstruction of roadways• rights -of -way and streetscape improvements (roads, sidewalks and 4 Capital Program Support Services RFQ 15-15-032 138 s,vale areas) including. without limitation, street gram rstailatior,, striping. sidewalks. pa ers, irrigation sys r;terway improvements and maintenance. and - and components such as cumo stations. force 1.18 Inspector means an e. =. - . ; cr of a c_ the City to ma = _ _ : _ _ 1.19 Key Personnel Me,,'s _, rwith thee."_.. PROFESS=ONAL, SERtACES AGREEMENT Wing, omv ng, curb and gutter niadscati_. hardscaping.and ,ar,er systems - ails. m hired -= - : and assigned by The Program. b_ "-e Pragraim 1.2 ^ n -.- : +r_ir;,:_ to Prot: — _ , ._, - ,: .. _ ._ _„ e._a, or precedent hake 1.21 Omr„i,rs e_ Tecurneh-s prepared by the Co n.atsrt that are notshe: - -.,•,.enas-s.essa:yf `orthe : _oerer-.::T safe operat,oro`the Pr:er: or required to'v_. v: f Service;_ 1.22 Primary Services r-eenS those Services considered by City to be fundamental to the successful management. f the- aE the RFQ, and it a:'.a: , of this Agreement. 1.23 Project Manager n, _ recrssentative Theassigned by the Director to ma^ cr .er th',s Agreement an_ma aonstr:uct:cn of a pro,act as a 2 __. =5; _ _ _ _ _.... 1.24 Pro, a, _ 3.= _ -S avid Trans::cr.ariion Pr ;,.3mc _. __ _ .__ . -33a33 31 1.25 Prot..__ ..= a - a C..:„..a. - ,,.;dye de`I. _, n Bervicet a.-d.ar Wv r. Cc- F 1.26 Professional S rvxces me.r:- s those services r em :. aeh -eerira oare j sterol sur,a jir'; a . ..a e _ 9- or ase performed b 7 area sunre ,r, . co nneci:on with his o _ e _ 3, _ _ he _ s_ mar abbre .._ . as 'a ."taiatt. a er- nr nc- Se C-, : a:.. s- acc-T39r9e, whr-rr Zvi= .. -- this oe 1.27 Professional Ser,,c---ss __ p_n, (,-1,'�frtent" or "RSA") attachme—to ,d y 'hereto- In the 7 Response. : _ rd will o_ntrol . _ _ c R,FQ sas S \ control. In the =- 3 this PSA w!lI control, 1,28 Resolution means _ -. required for the City , I. , matters. 1,29 Risk Administrator m s - named by the City Man, 1.30 Scope of Services or Services means a ccmprere^ :.. featrres. obje_t:res, de .:__ _,rd milestones es. e he. '.: or an assignment w h s.:r _ eha .. ,r,v a a _ = 7 aes hecessary for its completion. 1.31 Specialty Services filears :rose Sa, ; ces may ^ct ce u e0 of the Capital Improvements Program but to some unique .vial, ahe element of the Cap,tal Improvements Program, that requires expertise that is 9,11 the City's personnel resources. he _ Commisso- l Budget. ar-:r Capital Program Support Services RFQ 15-16-032 _sidnee. or the it s5 cf LOSS' i 139 PROFESSIONAL SERsi!C ES AGREEMENT 1.32 Sub -consultant „ 3 L.7 ca;Jon of prey registered professional architects. engineers registe• .• or other prpfessional specialty that has entered into a sr • itiernert spec& ed professional senifices for a Project or task. 1,33 Vertical Fr.z.jects • 7e.nerally consist of new construction. repair, renc,a,. t..•• : ••: • ti• :nal faciiIes. community and day care CP.ntem administitati,„, _ . . , .DL.ppCrt facilities. police facitities. stadiums. ekhibitcn ce.7,• .:..• _ • v.••. ••as. or any other Projects identified by the Director. 1.34 Wage Rates 1-4:ans •ts. P.rie Consultant ardor the S-Cors:.itai--. c, as 0-3 3 5 155 . 2•-•:"..esatons and ,cb categcres 3 ts 7.-•s', ss. s.e an?. :re basis for prv'essional 'ee 3'3_3 1.35 Work s:-: :-s,:s 3 ec_iiprre,ht pro,,,ded by'cr under tr.:: with tre. 1.36 Work Orcltato the City authortzr; prof-s,„ er Prolects 1.37 Work Crier 2-5 3 precared by the Consuitant. at the reques e City for Ser,i • • tne dn a soecifie phase of a Project. Capita t Program Support Services RFQ 15-16-032 140 PROFESSIONAL SERVICES AGREEMENT ARTICLE 2 GENERAL CONDITIONS 2.01 TERM The term of this Agre.emeri " 2 y•F,.-TV!3 commencing on the effective date here•..rtf 1-.3 specified tei•-n is im•r, re 2' Agat control purposes ar,d o not to be corskutered inte rcreted as a time • -•-• • a T:- s s - be in piece until comple!•i- the Prolect. • • acree—e.-• .• - - • •-• • -- —7; an, •re-e. -ne =I= -s_. - -_.• .^g contracts or egr, _ •r- 2.01-1 EX 2nS'01' Exolration Data „ _ _ _ sa-rec after the ".!;7••.- 2.02 OPTIONS TO EXTEND: The CiTY. by acticr . e , .-"e option to extend the ten-- periodis) of one 4 -: - e J7- satisfactory performance Director, and to the 7 ,--- • •SffUrdS. City Commission authondratt-t includes delegateri- rl : • -, Cr:."' MANAGER to administratively apL•-•-: <IE•73..1-3 orciolded that the cy: t,a• set fc-, :cle 2.05 are not exceeded. 2.03 SCOPE OF SERVICES The CoraI agreee. _ the as speciftaily deserted and under .-e a3cd condtons se: forth in Attacnment -Al hereto :to be Determined,. which by this reference is ir.corcerated into and made a pan of this Agreement. 2.04 COMMUNITY BUSINESS ENTERPRISE ("CBE") PARTICIPAT!ON REQUIREMENTS ORDINANCE 13331, codified as § 13,87(p), City Code. Pmer F,rms :C the foltic•N-7 „r•-•ents: of fifteen piercer. '5 of tl-e contract value to firms currently :e-:•I e:.:--Dade County es a -i...remmur t 3..nness Enterprise 11CBE'1: 2,, Place a spec' emphasis on utilizing locai sr-3 -.asses from within the City's municipal boundaries. For information on the Co..„ s CBE re.quirements. visit the Office of Capital Improvements ,OCI sebsite, et: ntto• com.CITP:forms 2.05 COMPENSATION 2.05-1 Compensation Limits The amount of compensation pa,yable by the City to the Consultant shall be a lump sum or rat to exceed ree. based on the rates and schedules established in Attachment B nereto, which by this reverence is incorporated into this Agreement: provided, however, that in no evert shall the amount of compensation exceed an annual maximum of One Million Five Hundred Thousand Dollars (1,500,000.00) over the term of the Agreement ard ary extersionts, unless euvicitly appro,,ed by action of the City Commission and put into effect bntten amendment to this Agreement. The City may at its sole discretion use other compensation methodologies. The City shall not have ary liability ror will the Consultant have any recourse acainst the City for any compensation, payment. reimbursable expenditure. cost or charge beyond the compensation limits of this Agreement, as it may be amended from time to time This Agreement . as amended andor renewed, is subject to the compensation limas for continuing contracts set forth in 237.055, Florida Statutes for Continuing Contracts. 2.05-2 Payments Unless otherwise specifically orovioed in Attachment B. payment shail be made in accordance. with Florida Statute Chapter 213. Part VII. Local Government Prompt Payment Act. after receipt of the Capita i Program Support Services RFQ 15-16-032 141 AT<I`,a 77 e t supcs erta:- _ _=Main nu : c't § 213.72 F.a ;-at... and to .a.'._ ,. a sr�per -e performed. If the Consultant ed to _I expenses shall be submitted it a___ _ :r-ce s-ail utilize Attachment -C" for the ARTICLE 3 PERFORMANCE 3.01 PERFORMANCE AND DELEGATION The serrces !: perf ire,. r. ' ..- ,r--ed by the Consultant's own staff. unless otherNise r ,,de. r the Agree .- _ ... • City Said approval shall not be construed as r :r3.!:.irrg ar 1 070 C . : • er person or firm. 3.02 REMOVAL Director or de.: of any perscr._= any personnel perform se- ; to the Cit this Art. 0= 'U'", 3ATISPACTORY PERSONN E ___ _. 'sr the prompt removal and reptacemert a , Sub-Corsultarts or subcontractors. or ;:n Sub-C- _. :A -:s or sub ccmhactors ergaged by the Consultant to provide and „irebs Agreement. The Consultant shall respond - -_ . ',J.': 7: n' such request with ether the removal and 7737 ^ct occur, Ali decisions in^roh;ing - :-e to sad empioyees work under 3.03 CONSULTANT ::EY STAFF The parties ac _ ::- = : - of particular 'Kay SAT'. T-- r_ the . _ 3:3 cerform. on the basis of s'f cations olr hereinafter . red to as for -'• regr- es the Cit./ .:ant hill G. - -• - ocosed new Key _ - N:i; a;..,.. .. siv.y hie shall not cons!t':- - or ila4 °y for 3.04 TIME FOR PERFORMANCE The Corsultant agrees to stair: all VVor•. :;,n recalpt of a iis: to Proceed :ss_.-- Dire.oticr and to comptete each ass gnmenL task :r -- .:-me stir h - T _ ro^s..: services s^"' be c e .. -7e.1 a: - - �a.'. nr..fess _r pro. ._•- -. "- _ A reasorable extension of the time forcompiet.cr c rJ -:, s assignment; by the City s,i-culd there, be a delay on the part ct the City in fulfilling its :;:. as Mated Herein. Such extension of time sha!I not be cause for any claim by comcersat,cn. he :as may be grar;ed _ .,-Ser this Agreement the Consultant for extra 3.05 STANDARD OF CARE Consulter-. _ : _ _ _ , f, treohh-a _. ;ua: _ _ . • ce-'arm, 3 =_ r :J _,7.7 FL' 5- ,.e CGc. -. ! : b e Ficrca Statutes. a s 37 = -- d. Con hall :er ohm _.. .r.: r practices. in gather-: hrscmation and : irg e Project ate. . of C.:r;ultart wall be sp !se sr the pr...___.;nal-quality. technica ;. .`a . -Genf.a _ - - . = r Ss :._- _ :red by the Cchs.. Cs-hss. ,-. _ ..-eut 3Cditicn: C„IGer.Cte3 Ir:.is :: grs. dra'Nrny's.:: : , ARTICLE 4 SUB -CONSULTANTS 4.01 GENERAL 4.01.1 A Sub -Consultant. as defined in Ariic e t = 3 firm that was identified es pa team on the competitive selection process by r,h : .. Clors..It3 ht'.v3s crese^ Capital Program Support Services RFC 15-16-032 _hall __ ,pith ,ant and: or 1 ! 2 4.01-2 A 4.02 SUB-CONS'_;i_TA,NT 4.02.1 A.1 Se 4.02-2 bets__ • are 4.03 CH,A` The u^_ ARTICLE 5 DEFAULT 5,01 GE'+' :SAL SEES TO SUB -CON a PPCFESSICNAL SERVICES AGREEMENT s identified and listed in Schedule Al attached hereto and a person or organization that has. with the consent of the ,vith the Consultant tc furnish unique ardor specialized ect or task deserted under Additional Services. Such to those identified in Schedule Al. ;orsuitar.ts shall be performed pursuant Ire Suo-Corsuttants, which shall Cori - .,rvgr this Agreement. 't shall Create any contractual or business relationsr s. The Consultant acknowledges that the Sub -Consultants - r,ision, retention ard,ordischarge. SULTg.N T S S,.^ i _rsui`.art listed in Schedule Al •Nithaut prior .:= : 3 .:-'•an request from the Consultant Stating mart. cr fails to c :ccurrence of 3 ratel%, ups _.-�. •^f her • -_.. - 3.,.]d� s.. •' ,.... _� :u 5.02 CONDITIONS OF DEFAULT A Finding of ❑e°ault and 3ubse;ueri terr-irat:or, for tau:a ,u;?. without limitatzn. any cf the following: 5.02-1 The Consultant fails to obtain or ma :_ " !`._ o _ v3sicnal engineering certification .' a or bondirg herein required. 5.02-2 : _i=a^r '_. .._ :crnply r a 3..[s a , e 3i se -se it .^f its , r es -3 - _' CC _ 3r> set `„ - . or ,r 3 eer.s's: . 'ras,. . ,. _ _ '-_- _' -- __ - _�.,. .... _ - 5.02-3 time pr.,',_ :Bled 3: - - _- a Ayraa^ 5.03 TIME TO CURE DEFAULT; FORCE MAJEURE T, a C,r;r ' n1 the Director or designee shall provide ,vritten notice to the Consultant as to a finding of _ . :aka ail necessary action to care said default , f-re stipulated in said tnrmra!e tine Agreer e .- T-e City at n m3 3': 1 :re C 3 - .,crrsote -_-. rmaL_ _ _ . the last the - tur.ner action by the S : 'a lure on the part of the Consultant be due to a ccrc:lion of Force Ma s_.-- a:::- =. r _ _:_ Florida law, then the City may allow an extension of time reasonably :' t. 335 a3.S5 rf st.ch failure. to perform or cure ARTICLE 6 TERMENATION OF AGREEMENT Capital Program Support Services RFQ 15-15-032 143 E`i ICES AGREEMENT 6 01 CiTY'S :P GHT TC TE:}.ti9';N TE 6.'.2 CON.SL`LTANT'S POG-'T TO 6.03 TERMINATION DUE TO UNDISCLOSED LOBBYIST OR AGENT The v_ _-.7 73S er-oio,ed or retained any canonry or person. _ :r 37 a saiaa the Co, ou t.a,~t c_ solicit or se o re ,ni,. Ag.re.ement and _ . e c a zersor .,a oora, on, irdii d_ai. or firm °the a _ .Coro a . or7'y enrage gift, or other aone.oetat _. e_. -. �r... ..�_., . ARTICLE 7 DOCUVENTS AND RECORDS 7.01 OWNERSHIP OF DOCUMENTS ''3p3. Computer r ..2F ..; or rea.-. _ _. .._ _ _d ^ter with sue' - - es a ^erc ,7;r1,3 made for hire ar: r. Jo as;; .:"ud this Ay: emery. .. and oradt:cts of the Consultant at an r : .e ? _ _ including recreducible copies. solely for information aro reference in connector :. occupancy of the Praject- 7.02 DELIVERY UPON REQUEST OR CANCELLATION Fa _,:r5 of the _._ _ .. ch o Q . cr dealgree .f ail be cause for the City: Lc o'!d .:3y?'en_ _ = , - e ;.:-_r COr:-.. -. ..-. Consultant .:a rrers 311 documerts. The Consultant sha11 hake = these rep 7.03 RE -USE BY CITY 3E 31 Cor.suita-; - _.3rsand S:- r rc1ude •'. 71 - inter_ C;ty of plays ..... terms and Cord.'. 7.04 NONDISCLOSURE_ To the ex,er; a: , o.3 re Cana aye:es not to divulge. furnish .or make a, : f'rrnfirs _.._ Diae3 gree's poor written consent, or :ncide t tc clohgat.crs_.e rider, or in the course c ."T.ation has been properly subpcenaed. any c. r, the ,_ . _es re.rdered by the Consultant hereunder. and the C 3 Capital Program Support Services RFQ 15-16-032 PRC RES-SIGNAL SERVICES AGREEMENT of t rno e-t; and sLccontrarctors to comply xith the provisions of this paragrapn 7.05 MAINTENANCE OF RECORDS; PUBLIC RECORDS 7.tcirrentat:on, whtch concern :- = = = = 2 2 .1 3' R__Plic Records Law. Florida 7 7. r- -=ise. the records and - - • • :.: : : : " — :" from the date of - - . C'At.y. or : t r 3f this = 7' • • • te. cor.,•: • SLatute[_, • . ' -.7 1, mould be re::, 3 ---.. 1.3 on the same tern- : 7 ' 7 7:7=r: 9 Foroa or 2.3 othermse pro'. . -- - 3: arc - ; —3 :,:::sure are not - - - - - 'a!3 • r . -.3 and transfer. at ric _ r . *. and destroy any 7.1—: 3. F- :. 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 CUSTODIAN OF PUBLIC RECORDS AT (305) 416-1830, VIA EMAIL AT PUBLICRECORDSfSMIAMIGOV.COM, OR REGULAR EMAIL AT CITY OF MIAM OFFICE OF THE CITY ATTORNEY, 444 SW 2ND AVENUE, 9TH FL, MIAMI, FL 33130. ARTICLE 8 INDEMNIFICATION hannlesi. :11L: (.11I'Vtik`N. .111d. • 1 • If ,111 s. [tailimenti., and c33t. hut not limited to :TIC:. recklessness. nettlint act 'r mi ..-aon. or intentional 11:; L .7 .-:•• • •-•,1 ( .-113,n1.t3nt in ilk: J•lee of alb Conti , 7 . . • c 'a-. on or e•rc _ .1.. • ? r a provision that they will rr-c--3—r !v. C,ty shall rat 1.7f or responsible for any ola,r-c . _ Df Ihe CONS"JLTI.N- - .JT) ',he City participated Cc.-••.; 2 ", •.; _...:-Consultant under t •F. . cc. by the City : 7 1patio0, the rece,pt arc :; 3 .,clurta, arc ARTICLE 9 INSURANCE Capital PrcGram Support Services RFQ 15-16-C32 Deleted: ' Deleted: Deleted: • : C717.5‘_.tar._ 145 PP.CFESSIONAL SERVICES AGREEMENT r- = Consultant sir -al not star. Serices under this Agreement until the Consultant has Obtained all insurance ed hereunder and the City's Risk Manager or rusher authorized designee. has approved such _,rarce, 9 t COMPAN'ES PROV1DINO COVERAGE e 3..:7rrzed to Co bus -rest; -- _ • a la,Ns of the. State carries strait n_ s s= : ..3 resident agent and ite :: C 1. W rating Guide. is 9.02 VERIFICATION OF INSURANCE COVER.•:;E s;rew and approval prlcr onsaatant has cbtatred ;rese : .. _ . _ - excess of any pending T-e Consultant s = _. -:3in coverage with equal >-:ract. The Corn_ 3-- snsit provide written not:ca C,:1 " C _ _ t 3^1 ma'aral change. cas:ceaasan and. or notice of Pon„ - renewal of the rs..r. ; 2:7he charge.. 9.03 FORMS OF COVERAGE 9.03.1 COMMERCIAL GENERAL LIABILITY AND AUTOMOBILE LIABILITY The Consultant shall ^a r 3 r ccrr-'o a ; _ s oover3ge Nith limits of at least S1.000.0-'0 per or u r r .. . , and prccer:y damage. The coverage sh3if include Pre.-- tyro; Cr ,_. -.. C ; .: c sl Liability. and Products and Completed Oce :, ... cra ; a a ,e of Subrogation acc :as -r f3 rof'te of the The - - be !ter on 3 pre -art and ron-CC^'.- ca=.s - i_`. as an _ . co-sen'ert CG 2'.-; 90 91:65 dr 13 ., - . _ ar _ 3 3. .., ._ : . .. nonpayment. 9.03-2 BUSINESS AUTOMOBILE The Consultant shad provide business automobile ilea:'; =_raga irciLd rg c '.a`age is -;il owned. hired end non -owned autos xith 3 minimal combined sir--, e of S1.01:0.0000 naming :r- 'City as en additional insured N tr respect lb this coverage Not:cz c :^ should read (30i d_s .• = _ -days for noncayr^ent. 9.03-3 PROFESSIONAL/POLLUTION LIABILITY INSURANCE The Consultant shall maintain Professional Liability Insurance irc" : '- En -ors and Or in the minimum amount of 32.00.000 per claim- S1000-000 a_ e providing - the Consultant shall be legally obligated to pay 3-; :_, --_ for clams arsing out : = sari cos perrormed by the Consultant or any person en-r : t!ite Consultant ir. c:rr s::: :•nth this Agreement. This :ns;. rance shall be maintained _e; = a" . _ and acceptance cf any pr..ect cto a a date T _ co' rage sna l list the C t .: 9,03.4 UMBRELLA LIABILITY INSURANCE The Corsultant shall maintain Umbrella Liability Irs..-s:- a r^luding Rodily injury and property damage liability ,with limits of 31,00' .000 00 each Oc ur =i- .- -egata limit of S'I.000,000.00. The coverage Shag include excess coverage over all 3c' , ; ;c i ,. , :olic:es Mil the City listed as an additional insure. 9.03-5 WORKER'S COMPENSATION INSURANCE The Consultant shall maintain Worker's Compensation Insurance In compliance with Ftorda Statutes. Chapter 4.10. as smended. and E.mcioyee's Liability with a minimum limit of 3500.000 each occurrence. 9.03-6 SUB -CONSULTANT COMPLIANCE The Corsu'tart shall arse... ,. _ _ __ ese same insurance requirements. 1_0 Capital Program Support Services RFQ 13-16-032 Deleted: Ise CarsLf;3r: steal `L; ed5r :acres 3f •rsurar.:a ; w^=s Agreemient :a sk Al r.stratvr Lei y::rne �...r,>. �. 146 PROFESSIONAL SERVICES AGREEMENT 9.04 MODIFICATIONS TO COVERAGE The. R,sx Ad ^ r s:ss - , her au+ c ▪ ; _ _s reserves the right to require modifications. increases. r r , • • >> ▪ - _,^t3. coverage. deductibles or other insurance obligations the Consultant in accordance with i. heroin. The _ ;be insurance cc is not then readily ava;labie in _-s _. _ _ t :3^ ed by ju5tif, ca inn. ARTICLE 10 MISCELLANEOUS 10.01 AUDIT RIGHTS: INSPECTION T-= - _3 :i e 1 = Cs are epC'isacle hero 10.02 ENTIRE AGREEMENT 0 l5 S iCCE 33CRS AND ASSIGNS _ -arCe 3 agree any requests for payer _rt cy the • :cntracts set forth in §18-1 and § 18- as being incorporate by reference .s the = e and integrate.-: s = c>esentaticns Cr . =_ .-_ ::r 7yr otherNise a'~ - sn1 3''c;ted °hi-- - : :f this Agrees- egated :r ass:greo. by and thrcugr :: Cary 'nershlp shares of tre C- r- art. - _• raCl' be deemed 1r3r_aC" _• _ :.hat ar ,1 . , E- _ - - '. ? Ira _ _._..7Cr_ _ _ :arcs- :once'. T-= f _ !as res rn3 `r,n'. any prspc:,_:. .Assn se 3 Ire exeCllt ss.. 3_- a`orn satisfactory to the C1ty Attorney as a condition prec -:: - - approval of a ,.: - _ -. The Consultant and the City each binds one another, their . ::_rs• legal reps a F.utorted assigns to the other party or this .Agree - 3 : _ C3r?re'S. s r __'tativas and assigns of sucn r;any I33 .--s - - _ _. ..^! I1 14 TRUTH -IN -NEGOTIATION CERTIFICATE 3^ce with the Cons..ItArt s 2:- ... - _.." p. Sum method. the C: a_ - _c.nsaticn are accura:- :: - _-= any addition thereto _ . _ _ _ .. _ os e t price was 'Increased _:.. _ a _osts. AO such price adjus,me- s 2 ,:e ma A year force, ' 1 . _ - 10.a5 APPLICABLE LAW AND VENUE OF LITIGATION '_- not shall be 'ante preen a __ 5;r_e. it a•_corda:_e ,.., a-3 gove . _. Ary suit or act:cr 1 . , . concerning this agreemer. se :r:uyht in Mia-- 13 Ear^ cart~y shall bear its _ -; cut of the _ : :II.' 33 _ri the C4ty under .:3 pay the CA'/"3 -3:: e � ... � e.=P 3 fees. 10.06 NOTICES r _ :srty des•r : _ _ :- ..nto the :. notice must be in writinra. ser€ 2. s-1 S'a'as mail :t,ested 1 - :.c the party for whom it is intended a: the pia e spec:i , : and the pia 'or , of notes-! 3 ., s.:'n until it shall have been changed 13 Ceci`a' Program Support Services - 5-i :32 Formatted: F- r: A.' Deleted: ' . a 147 PROFESSIONAL SERVICES AGREEMENT by written notice in compliance with the orovistons of this paragraph. For the present. the parties designate the fcllcvving as the respective places fer gluing of notice: For City of Miami: Arnie Perez CPPO Director Procurement Department City of Miami 444 S N1 2nd Aaenue. 61h Poor Miami, Flonda 33130-1910 Victoria Mendez City Attorney Offce cr the City Aitorne j City of Miami 4-1-1 S W. 2.nd Avenue. 9th Fic-cr Miami. Florida 33t 30-1910 With Copies to' Jeovanny Rodriguez, P.E. Director Office of Capital Improvements City of Miami 44.4 S.W. 2nd Avenue. 3ih Poor Miami, Florida 33130-1910 For Consultant: (TBD I 10.07 INTERPRETATION T t. :f o a' _. '3ri ha3 3i C b., 2,-.2.h _'r!:es 3 b_ slrgular s'. 'herein.' .-... sentence. reference Nt1Gte. Inchhc r : : - 3U335 ".: 3 Gt _ F.:..ter. .. , - .. _ .- ,.i 3 _. __ '. subsection or sico21-3's:' of :icon 16.03 JOINT PREPARATION Preparation of this A4r o'3 decumert shall not, scleiy a3 3 ^ :. the parties than any other. 10.09 PRIORITY OF PROVISIONS If there its a conflict or incons.stency between any 'er statement, requirement. or pro-.rs,:r e attached hereto, an/ d _ refer"=1 to here r, or any document incorporate 1i , this Agreement dy reference r ...: ;, Ir3ment. or provision of this Agreement, eFm, statement, red , ".snit. c : Agreement shall prevail and be given effect. 10.10 MEDIATION -WAIVER OF JURY TRIAL In an effort to = h 3 occer3!i, _ effort to design an,a pars ._ c ,t— ine = .;ostscif 3ce-'- Capitat Program Support Services RFQ 15.16-032 the Ccns.....- aed more 5e _.:rflict which may 3nse",,...-:, the course of the following the - :- :' the proiectsisl. the shall be sub":. a : : nd rg mediat,cn tiriting by the parses Mediator. who ^r Pr;cee.rrgs i^• 14 148 PROFESSIONAL SERVICES AGREEMENT _ 3.t rden•=ndert corn; ardor b": . • mediation 33 c.'mary , • _ ,32 their righi Jur/ trial or 10.11 T111: T-. - .--":•S = - - to n-a 17'.3 _ _ 7 ..art 1.1 12 COMPLIANCE WITH LAWS s 1' • snail comply Nith all appilcable laws. 7. es. reg..: — - .i:ons 1 • Amer:oars with Dow:if:if:es Aot ("ADA 733 amended. as 1s :able 1 S137,::5 ; ' 'ts duties. resbonsfoilities, and oblic3:,cns related to thiP -,ynnent, "h shail be no unlai.vfuf ii"o!ion as prov.iried lai.v 10.12-1 NON-DISCRIMINATION The C -Nainaris 23represents t -27 N II not e- 7...e ih 7 thal. 3 the „ L: raC8 7 rr..-5 3. 77.3 CCr.39.11.ar: 2-317t3 that no otnini.ce -_-_ 3;1E2 . . race c.olpir sr, . .31 ir.. denie tC) 71: -' • - 10.12.2 OSHA COMPLfANCE -- Lr ail se-e-., .7 3 ' ,313: "-- 3 53 "33 ,;• ,or7.r..m.c...as The 0:7„ cy;f:r:,:', icr;V:es. 1 ti:e Corsuit3r.t s,„. a .-E •:7.7.17',..:)rtar.ce, -sit OSHA reidulatiors or if a 3. ncn. compliance :73 is exhibited by fhe C,-7-rsuitant. 10.12-3 ADA COMPLIANCE Tne Cona.ltant shall affirmatively cci-ci? abbiicable provisions Of the Arte---:ani, with in the 'dourse of providing any work. labor or services funded by 04y. including I: of the ADA (regar:frg rordfscrimination on the basis of disabilit./ anti all acolizable regulation: •_n_i • ,A,1diticrally-the Consultant shail tassaff steps tc-irsure. nondisc.- . • : sabied persons_ 10.13 NO PARTNERSHIP Tine Consi_.:tant is an indepen.: t-• t: or other ti_sire.ss enterprise _ promise. deot. default, or undertakii--,t; tt :re 10.14 OlSCRETION OF DIRECTOR Any matte- rot expressly provided for 7e'e 7, vith the City or SP 3 the e,xerb:se of the reasonable or::: — - •.... '7e Director dr :•1 -' 73-7. 10.15 RESOLUTION OF CONTRACT DI -3? ..)75 The CorsJtartt understands arc at-. s,:i . , . einer 3 3i- 77e ,3'-3, ieged violation of the terms of this Agreen-,--n bu 2 --itted for resclutoon in the tdi.nving manner. The initial step shall be for the COriE3.'..ari Manager in writing of the dispute and submit a copy to the City of Miami cersorr,. ; h 06. Notices. Capital Program Support Servi:es RFQ 15-16-032 -" . t! to end 55 07, •• cr", 15 - " - :r!s 4,73erre,t. • .,• 149 PROFESSIONAL SER',OCE r:-.. ']. . resol. _ 2i3.. :re 3 CCnsLItant sha l .-. to the r I. as identified it la':: e _etch of OCI ans.: the issues relative to the. :.:_ St,Ch acres - .. ... .._ .,.eC ICn the --'_ :u }J, :he City Llanager's decis e^ shall net be entitled to seek fud.ci:i the Consultant sha ::heir �.. _ - _ _ _ .0 sLd^'I. ;._ _ e---cal of :. 7.7 _' said the ' :;r cr a CC,: _ _ . d,:ac - .-.d by City Cc.r . ed City 'racer s • .:2 J.. 3c C- --. ... -• Commission if ' r'ager a de . _ d of i9C,: or e.tion by written :rs'. 19 13 INDEPENDENT CONTR. OT3R T`e G, a, r •_ c-,ides ,ices to the City as an Accc dingiy Ire. Consultant shall nici l Sar,r: sr Person Ordinances of the-- oioyees. The Consultant further ur:, _:_ ._ a . - ale ices of the City are hot a•;aila4 = _ = a ' _ r any employee or agem 10.17 CONTINGENCY CLAUSE !,-is Agreement is ConCirgac- - Agreement is subject - - :.. or cra- :__ in regulaticrs. upon thirty t 3 . 10.13 THIRD PARTY BENEFICIARY The Consultant and :he City agree !hat it :s h third pry be, elloi3^f gii.Ing or allowing a', this Agreement. 10.19 ADDITIONAL TERMS AND CONCI"i"tS .erms an _ . . - :. 5nall be e . _ _ al such a . _ _ = - ...a or _effect If submitted cif`_ _ __ . • r ica : in transmittal letters. scec s -_ • :ra General and Soeciai Conditions , and tha[ the bidder's.orocosei's s , "a:..F- ". •-•s _ sens - ent form attests la this. If a PS . r A:: c : , in ... oral !errs or cohd rra - the e Agreement. _ _. 5 ::inicr a ... be all such a.cii o : a cord tiors snail nave no eei. s-: are : RSA or other A:,rse-a-: rtin :'.3la0 a-, - eoivision of this Agreement of a :-t'whatsce°ver bi. Chic µ: 10.20 MUTUAL WAIVER OF CONSEQUENTIAL DAMAGES NOT tA,!THSTANDu' 3 !N'rTHING TO THE CONTRARY ON BEHALF OF THEMSELVES. THEIR GOVE7N!Ni3 Ori=icERS AND E`,IPLOYEES THE PARTIES WAIVE ALL CLAIMS AGAINST EACH OTHER FOR CO`+SE.DIJEItTIAL LOSSES OR DAMAGES. AND PUNITIVE DAMAGES iWHETHER Capital Program Support Services PFQ 15-1E-C32 150 < PROFESS RDNAL SERVICES A.GREEMENT - TE F CONSTF,,ucTIoN, CON'T:-' LOSSES OF FUN: 17 Capital Program Support Services RFQ 15-16-032 151 PRCFESS OVAL SER'iICES AGREEMENT IN WITNESS VVHEREOF, the parties have executed this Agreement as of the day and year first above written. WTNESS'ATTEST: Consultant, (TBD) S:graie:re Srgrawra PrrtName, Tail Pnot'i3r"e, Tale^fA,lthcrrr_:lOfficer or„ L—.—al ATTEST: (Corporate Seal) Consultant Secretary (Affirm Consultant Seal if available) ATTEST: Todd B Hannon. City Cerk APPROVED AS TO INSURANCE REQUIREMENTS: CITY OF MIAMI. a municipal corporation of the State of Florida Daniel J. Alfonso. City hlanager APPROVED AS TO LEGAL FORM AND CORRECTNESS: Ann Marie Sharpe. Director Victoria Mendez, City Attorney Risk Management Department Capital Program Support Services RFQ 15-16-C32 152 PROFESSIONAL SER'/rCES A:srEELIEN CERTIFICATE OF AUTHORITY (IF CORPORATION OR LLC) I HEREBY CERTIFY that at a meeting of the Board of Directors of a corporation 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 corporation to execute agreements on behalf of the corporation and providing that his.her execution thereof, attested by the secretary cf 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, f have hereunto set my hand this day of 20 Secretary: Print: 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 la es 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 his:her 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: \ aww itr l �ticlr , Capital Program Support Services RFQ 15-16.032 153 CERTIFICATE OF AUTHORITY (IF JOINT VENTURE) 551 _ . ... CERTIFICATE OF AUTHORITY (IF INDIVIDUAL) HERESY CERTIFY that. I (Name) individually and doing business as {d,b;a1 (If Applicable) have executed and am bound by the terms of the Agreement to which this attestation is attached. IN WITNESS WHEREOF. f have hereunto set my hand this day of 20 Signed: Pant: NOTARIZATION STATE OF SS: COUNTY OF ) The foregoing instrument was arknowfedgged before me this day of 20 , by who is personally known to me or who has produced as identification and who (did / did not) take an oath. SIGNATURE OF NOTARY PUBLIC STATE OF FLORIDA PRINTED. STAMPED OR TYPED NAME OF NOTARY PUBLIC Capital Program Support Services RFQ 15-16-032 154 ATTACHMENT A - SCOPE OF WORK ARTICLE Al GENERAL IJrer.;^ :f ire Direot:r tresgree - !O assist in the of tre City s Office of Capital In-cro.= 0C1). cone t -; --=7. ':.:CrS7.1-aor Projects . _ -taz-e of C3- . 2 _ 422 the Consultant Nit assist in manageret- - • o tr-7duction, the :f 31 .i.ert:a jrrta c.t,nstruc." _ - tr, r.cn: r Ct that Corsoi Capital Program 5.•=tt.c't rt7..PS, • -eta a,- e • 'irts c 3U 0C1's resources oy crtyou,no oifed admin•istrat.nde tre dLt:es 3rd r.espcnsib.litles assigned under the k='-:T...S The 0•.ti 31 •rmze rehance on OCI's resc-rces for assignments and --tec t-s .Agreer,e-!. ta.o 7-ay be aLirtorzad by the Director or designee. its beST al.•:- a-. a r.aLse the Services to be performed in the most expeditious oe manner co-: - r''.e;-ests of the City. A1.01 SCOPE OF SERVICES A1.01-1 Co-:. •:1 n- to perform all or some of the Services presented ir this tre reeds of the City Tne Consultant shad furnish the Services specifically A.;reertt.e.^.t. 4vner Sen,r:es encompass ore or more professional disciplines Al 01-2 b..: research and or.ecaralion of retort stbd.= --; —• • - • -• • • -3nagerre-1. production • : 7: 3 r2.' " " . 7-3,/5.3 ar:c-c.e] Al ,-3 '' ass: 1 -d.br a -__ but snail =1 Zi ' :piing of tr.:. " T.r a annual Capital Improvements Programs. .AI 01-4 The City. at its option, may elect to expand. redLce rtte cte tre rt of Work elements tttd in the Scope of Services. provided such action does not alter the intent of the Agreement. or or designee will request Consultant Services on an as -needed basis. There is no ' any or al of the Service: escribed in this Agreement will be assigned dunng the term Inrs A1.02 COOPERATIVE WORK Tha will be respors " • - =2I City administrat.on. off.ciats ofre City. cent clec,ar-Inents and agerdes. !, a tt:. other - with consulting engineers ardor architects. and zontractors to a0mste-17: anning. desde3 = r.-7.nstructicn of OCI Projects. and as wet as overall Program 'Management. A1.03 NON-EXCLUSIVE RIGHT understood that any Wor, oc.- ,t•eton of the Director or te e a Work • pe'(.."'"': r 9 _ „ =.7 and Notice to Proceed . under this Agreement at the sole = erd that the Cons.1-:- =<r•ectation. entitlement. right to or tt. Proceed 7-•••_ v_ . .V.Irk. The City reserves at at in-house. ct - :ate professional consultants. aopiicable law. : • 237.055. Florida Statutes. --ed. or to disoort ,,,,thdraw any or all Projects or s 20.aN This Agreement dces not confer on the irit any partrcular, exclusive or special rights to any Work required by the City. 21 Capital Program Support Serpces RFO 15 15-032 155 PROFESSIONAL SET/ICES AGREEMENT A1.04 PAYMENTS The City will pay the Cor:stuIta:nt in accordance with provisions and limitations of Attachment B'. No payment will be made for the Consultant's lime or serapes in connection with the preparation of any Work Order pracosal or for any'i'Ier'c done in the absence of an executed Work Order. Notice to Proceed and or Purchase Order. ARTICLE A2 OVERVIEW OF CAPITAL PROGRAM SUPPORT SERVICES A2.01 PR'M, 1Y SERVICES Where D ee. in h!s:'he , !ce, id cures the need for Serrices. Consultant snail prndide a r, , U_ eiroposal for the ^-arcs cf said Services. The Services may include. but are not necessarily lir^ " : the folicwin.g- • Overd s- r .roe with Administrative Program Management Services for the Capital Improvem_ rcgrarn • Production Management' 'once with Pmcro^..rairc management of capital Project - 5.udies. fir .- . • Assistance with Constrect ..ru trcc: Include, �n cut : eduIe I^' r.-.:3m. -... ., -., - :_ _.ui:id' .. ... S mating ;OnStfUCtion ai re •.. .-,.:".f of a Work Ord. submittal Of a precit.sa e.Wor'.k. A2.02 SPECIALTY SERVICES ih`^era Dire_;-r .: - a'd poo ;: . _ _., are una":- .. provide a ','. . detail as;_-_ __.. of manpo , : .r_. team thathassualif cat. s old exit Specalty Services snail be made so -, Work Order issued pursuant to thi_ ,4!� seed fc or a �. a e _. .: ^a, hourly ;rate -based or .:f said Se:..: -_: pia _ - - .:.�..,of the Gin _ ---- The award and execution of a Vicr1, 0-c `; _ _ - et the City S discret:er and submittal 'LT 7: „� _ �r 3 ,,..li ,: authorized to perfcr . `A :irk as Sp e-a t:i ses Compensation for any , a Se "'n• _ a b 'nay be lump sum. hourly rate - based or other method as t accrecha._ - _,-_. ARTICLE A3 PRIMARY SERVICES Those Serrices ucrsdsred by the City to be fundamental to the successful management of the overall Capital Improvements Program shall be considered Primary Services and shall consist. generally of the following areas: A3.01 ADMINISTRATIVE PROGRAM MANAGEMENT The Consultant, in its capacity as Program Manager, will assist. where;when Director or designee. in his"her sole discretion. identifies the need. in the comprehensive coordination, development. and management. Including. but not limited to. the following Services andror activities: A3.01-1 Program Implementation Strategies: Research and recommend the most effective methods to implement all aspects of the overaii Program. A3.01-2 Program Coordination: Coordination and schedule management for Project design, procurement, contract negotiation and contract administration activities. 22 Capital Program Support Services RFQ 15-16-032 156 li. PROFESSIONAL SER./ICES AGREEMENT A3.01-3 Program Logistics: Develop compr=_hensri,e Program Work p , ar,1 budgets, C1:: can for Pre,ects, including the updating. ren. c". and analyses to c .al changes to the letting" plan. A3,01-4 Facility Assessment ...- assessment cf all City owned facilities ti J., . _ fcr correcting defic e - s _ + = - : _, : - rance program, A3.01.5 Information Systems Pr,vca guidance in the implemental:on of a ne.k --__ database infcrmat:Li-- A3.01-v Fiscal Assistance Develop flnancia:- P'--,._^ `ants fir3•' - A__,,:. ',with the d3';e'l c _ . of pre: —a-- a _ - - - _,t bonds rhai A3.01-7 Reporting• r r =7. o,:rts on the P77.;-3-- ,., _ 17,r ,. 3 r irc,,v, to the Corsuttan- A3.0 r-B Sta't€n3 1,I_ _•_. t.. .re Consultants Team. A3.01-9 Procedure and Process Improvements: Development of procedure: 3 c maruats fcr venous Program ac;.;',es and processes. Develop or assist with the ,_:eicprrent of standard documents ardor forms. A3.31.10 Document Control and Records Management: Development of a document management system for the Program, maintain documentation and correspondence relating to the Program that is accessible and writ __ :., by the City. A3.01.11 Annual Capital Plan- Preparation of the annual Capital and Transportation Imrrn:eme.nt Plan A301.12 Inter -Agency Coordination: C,arJll coordirat:on of the City's P-agra,,. s h o=,her gcv r a !3 a3erc:C . S.:cr' 3-the Fcrda De^arrrrentcf Transportation(FDOT:. Pic 3 er 3'd SewDa^a^ tints, utility companies. regulatory _ . . With private de;e;cpers. A3.01.13 ADA Compliance: Pr.: regular and s.,s:ematic reviews of ail protects.:_rng critical phases of pr:,jact imp+err nta33s— _ design anal :enstruc: or assist in campiiarce M:h the A^ercars with Disabilities Act. A3.01.14 Prepare cr:,:.,_ a _ rigs for the D _ .. v .:s:grees approval and dissemination. A3.02 PRODUCTION MANAGEMENT SERVICES The Ccnsultart. in its caeacay as P-_ rani i'.lanace. .,'! assist. „ . - Ci-_C.or or deer, :e ns her see dlscrticn, identfies nee ...ra `_ Ic., , Ser..tes a o s- ani, .._s A3.02-1 General Project Administration and Fiscal Activities A3.02.1(a) Cost Control: Provide value engineering throughout Project life cy_.=s 3 verify constr-c;abi1ily of plans and speciflcaticns. A3.02.1(b) Financial: Prepare monthly cash draw projectors, monitor monthly Project e.(re^7.i-'.:es. Re•aieN. monitor and advise the City regarding the disposition of contractor and•or consultants payment requisitions. Assist with timely submission of payment requisitions to meet cash flow commitments. Monitor Project funding. and prepare financial projections as required- A3.02.1(c) Reporting' Provide progress reports and status information on assigned Projectisl to Gity designees at frequencies identified by Director or designee. A3.02-1(d) Communication and Outreach: At the direction of the Director or designee attend and address meetings with Gty officials. neighborhood groups, and private citizens concerning Projects, respond to questions and concerns about the Project at City Commission meetings. assist -h•_ ,pith public information, notifications and public meetings required in relation to assigned dess n n projects. A3.02-1(e) Information Management. Document Control: M1airtain files 3 correspondence relatir..g to the Program and specific Projects in an ore-, r- submitted to the City upon completion of the Project andor Program. Capital Program Support Services RFQ 15-16-032 157 PROFESSIONAL SER'IICES AGREMEN A3.02-1(f) Legal and Other Services_ ShouId ssi,es arise relating to a Project. provide records. depositions and testimony acci,_ affected P nsi_.iting Services or. other matters relating to the Projects ard.er P c A3:02-2 Design and Production Art vibes Tre ..,,:Ilan:. in its capacity r. cr. ideri- a:. A3.02-2(a}Project Scopjng. d „ _orate ..:- design estimates against ca aiternates as eontingercy r a A3.02 2(b) Schedules and Budgets Eat 9: ,.a A3.02-21.,) Reviews assist' e:when ©irectcr cr designee. in tom. _. .3•der pr rt 3 are and bud; a p,e'ali :currents. ciao _ -ion she .. _ Ci re.ocra 02ADA Compliance: Ra, . sree with capped accessibility reouirsmeats aad -. _ _a justification . -_ A3.02-y._,: P;r:r,7sirclA;_.:re,n,:; E Utility Coordination. 37d Jr and �cordirat;cn among Ci eogneissill record. _. s simif A3,02.Oi_;) Design Criteria Standards E-. existing design criteria. standar ar; ,e drawings and construction - _ 3.1r-ng standards Corr pi a,: de drafting (CACD) and o"ersirnilar ste :_ d_ a - :5 a _ sure best 5.- are _,...zee,. A3.02-2(h) Public Outreach: Assist it c- i.. n y and niescng of periodic meetings a: u_;._e _ determined by the Director or designee, to pr . practices by City and industry. A3.02-3 Bids and Contracts A3.02-3(a) Revie,v appropriateness of architeotLral and engineering consultant and contractor fee proposals with OCt personnel as appropriate. A3.02-3(b) Provide input ard assist with the selection and evaluation of corsuitants. contractors. and other senilce providers A3.02-3(c) Assist with preparation of award documents, grant applications. and assist with the administration of grants. A3.02-3(d) Manage and oversee the selection_ monitoring and oversight of Job Order Contracts in use by the City: assist in the preparation. evaluation ard award of new Job Order Contracts if deemed necessary by Director. A3.02-3(e) Assist in negotiations with architectural and engineering consultants and.or contractors regarding price proposals and or adjustments in time for performance of Serricea. A3.02-3(f) Assist in the review and analysis of contractor claims as well as claims by the City against contractors and consultants. Capitaf Program Support Services RFQ 15-18-1332 158 A3.03 CONSTRUCTSON ADMINISTRATION The City of Miami has contracted separated with various firms pro',Iding ccnstr,ch:r e ee-rg arc obser,a lion (CEO, ser°ices. T^e Program l;farager will 3s513t the City. wher_ :. C" _. designee. in his her sole discretion. !dertifies the reed. in the management of the CEO ser,'ces. 'PCLd,rg the following tasks: A3.03-1 Provide acministrati.e cperdinetion between active construction projects in the same or adjacent areas. A3.03-2 a jobs;tes per'c.:a and as na-c•nstr.. _ ___ A3.03-3 Re . = •.• -. . _ .e. accrrzval of r s,3 _ A3.03.4 E. a'3. ar a'= '= - - • o v,ever Program Clam _ e - ire is _ - a affirmative ;e action A3.03-5 A _T:rs'e :_ a _. : _=s A3.03-6 De .- s= a _ - - =s a proactively assist contractors in methods intended to minimize po'er:.=. _•_ _ -_ _-_ .- -- : _ r,g construction. A3.03.7 Cocr..r.a. sia_:a; inspeot'ors including major trades. as requested by the Director or designee. A3.03.8 Re - - r"_:_mr'erdaccro•,alofpayment requisitions from the Contractor and other Program hla.-agef 3. A3.03.9 Monitor me s _ _.-_l e•<perditures by the City A3.03-10 C•cordire e and assist r _s., g of per•cdic rree';ngs at frequencies determined by the Dirac.: ...-omote bast prsct,Ces by City and :rdt.stry. ARTICLE - -' S e _ "_TY SER';' _S The ace:' = Service„hall vary depending or na erdea.. - ass c- - i order Primary ea 'v'Nrk 3r3 ,.= _- t she .• oasis for 3 Wcr4 by the Director _ . _ _• ;nee. ARTICLE A5 STAFFING Serrtces ,-::• --_ identifies i _ _ Prcg-3rn S 3r'. a: r - - - • ?;ending staff and - Pe•sorrel and or S , ' ec '.eyed by •- - - .. a- :_Tess such -- -_- - ass,gnma.":atr72 or D1rc_._ - _ _. _ _r same. A I sta" s, _. .° .i e . -, to perform the Work The Cons3:,iyra a _-. r to manage this Agreement :4r.c• ,na, an office ma, • ... , he CcraJ.'.a--:. T P-:; a -' Coordinator shall be responsible for all a::• .. functions a . ,,:..a the .r ir,idual and any other employees of the __ performing 3a • ar.,e fur s... coated at the MRC. shall be part of the overhead a-.. . . .:act billable cr- ;_. - . agreement. The Program Ccor- --a _-- for billable when per rm'- =_ _ ._ cal functions when so reque='.<_: designee A5.01 PROGRAM STAFF A portion of the C :. -' - -.m r: ^5uItant's Key Persor -= time basis and .- z S - _-, ce billed to the C::, : , sum basis. - _a: ,, .. � � _ _ _ _. _ _ _ Any mcd.f _.. : c -Kay Personnel shoe e- a :_ modification in the L u.. 3 a; _• . _ = : in Article 63.01-2. Capital Program Support Seritces RFC 15-166-032 159 PROFESSION? Libor award of ar Agreement the Director or designee shall issue a Work Order cove-- Ise Personae! which sra, reflect .he month ; levels of compensation and Services and a covering se :rdi IdLais assigned :o perform m what would he considered Specialty Son, reflect the methods and levels of compensation. A5.02 STAFFING FOR SPECIALTY SERVICES THe kiVork assignments c.e,rform d oy hese staff _.: : tiond _otor or 7. Individual or short (arm tas::— or for Ions -term a _. _.. of the Scopecf Ser ;ca_ Tme . : _. - be analyzed by the Director c , _ :. _v througn ire Monthly Progress Report to a0cc—s 3:eff ishel ce ass;greo via Work Order to a g: e- Se,,'ices staff artidor activities as being offered or a lurr. _ mance A5.03 STAFFING CHANGES _ _. _. s .s sr.:_ e -, _ _ - - e to workload issues. a .ivritten isa made. Ono -_-.tart to :he Director „ses dnee napproval isr - A5.03-1 Changes due to Abserr,e or Termination: I` There are an a_ --.: Work Order. part: er., F:a re su due to volunta r the date of separation_ . _ , . lndiyiciee staff. cularly 'rCey Pe sonrel as idensred n- the more _ _ t; e bt.siness da' s due e i', - - ,t the __: sole spinier. S=. - - yam :_ responsibility a d fro( the pe _ aJi DI'said and approved in :art;nc A5.I03-2 Changes due to Work Requirements D ^.r or designee's socrove! is. for all additional ,r reclacement Program Staff no' _ - The Proposal .:rk Ordsestimated to work in excess of 20 hours per month in total. :.: - srai' provide = Director detailing anticipated man-hour and related requ : _: for the task o, - .- fired to additional Key Personnel or Staff assigned for lEit oil Ser __ The - request one or more resume for any persorre be a OS- proposed personnel and select the most o3a person. . the a person to work on the Program does net change the Consuls: the performance and actions of sat -is ;arson. ARTICLE A6 ASSIGNMENT OF V4O_t It is the intent and purpose of ;he City extension of OCfs resources as . resprr=,: es and specified lass VVork Orders: Whet _-:.ins C :- .. :^ed to Key Personnel So . r`I;;r'k Order, the L,;. en lor Sets oes cased on a prods doe - e „ _ ...-. -'-d tree ._ te arc_: detailed sta Capital Program Support Services RFO 15-16-032 :::nsu!tanis if rk. The Work Oise ::d Services and the metheo of coos: _S3 "r! r-. the ;for 31-7 ._- , _:ice 160 PPOFESSiOA AL SER', OCES AGREEMENT Lump Sum or Hourly Pate.Limiting Amount, The Consultant wall not be compensated for the preparation or 'Mork Order Proposals. When consensus is reached. the Consultant shall prepare a revised and final Work Order Proposal which will be attached and incorporated to the Work Order authorized by the Director or designee Upon acceptance of the Work Order Proposal a "Notice to Proceed' will be issue: L',; t.ne Director or designee. No guarantee is made as To 'heW many and the extent of `Nock Orders isst a,t. Capital Program Support Ser,ices RFC) 15-16-032 161 PROFESSIONAL SERVICES AGREEMENT SCHEDULEAl-SUBCONSULTANTS FIRM NAME CONSULTING FIELD SCHEDULE A2 - KEY STAFF NAME JOB CLASSIFICATION Capital Program Support Services RFC] 15-16-IC32 162 ATTACHMENT B -COMPENSATION ATTACHMENT B - COMPENSATION AND PAYMENTS ARTICLE B1 METHOD OF COMPENSATION The fees for Professional Services fcr e_ sit '/done Cr, _, S" . _ fed by ore of the fella.+ or a computation hereof. at the ectZn of the Dir_c.:r _ - ee me cc a1 A Lump Sum as defined in Section B3 C 1. h l An Hourly Rate as defined in Sectic^ B.3. r2 a 'd a:: ° forth pursuant to the s =rnsi B1.01 COMPENSATION LIMITS a' yr ,sie sum of all payments For fees and ccsts 'rc 777g -e- s ,rsaBle expenses. to the C ' c : a City under this Agreement shall Ce limited to the amount specified in Article 2, S?: .. 1 C. s -, cn Limits, as the maximum compensation limit for cumulative expend furls ur Age u I :er no circumstances will the City have any liability for work performs tif as ▪ sv s :!aimed 'ay It,e Cc^sultant. beyond the cumulative amount provided he a -,ed in tt.. -- :with the City Code by the City Manager or Cr acp..,-crease to :re A;-e-'e^. 3r_ out into e -:t via an Amendment to ths.ATee .. B1,02 CONSULTANT NOT TOEXCEED any maximum dollar or pers_ , - - _ :e , in .he . : they are so exceeded. the r . st. sucr s. which will O wn ARTICLE 82 WAGE RATES B2.01 FEE BASIS A Fees srd compensation payaple under the Agreement shad se -eased _ .• a 3 .cert, i5 i tlsge Rates lhst have ten received and appr_ .•. _ - T-e -.= c-.-e:i are 5_, ^'3'O?jn Scher.' _c B' :ncof cs.._ _ c _ _..e o r_ct ,curt' rates. as acct.: .e: by the Cut, J ....a r ;;-, n the specified professions sort _o __ sgcres that are to re Agreement, regardless of manner __ ,.ensatton. B2.02 EMPLOYEES AND JOB CLASSIFICATIONS Schedule B1 identifies the professions. job categories ardror employees expected to be Perm of this Agreement. These include architects. engineers. landscape architects, pre c .: 3- des:gners. CADD technicians. project managers. GIS and environmental specialists. specifica: clercal,adrr niatrative support, and others engaged in the Work. In determining compensaticr 3 Scope of Work. the City reserves the right to recommend the use of the Consultant employees =:: Wage Rate levels. B2.03 MULTIPLIER For Work assigned under this Agreerent. a ma: e c name office and --- -e -, office shra':I apciy to Consultant's hourly Wage Rat: 3 _cmce,rsattor payable by the C :, field office multiplier will be utilized for VI time 3':s" 3: ;. to the City of Miami and housed at ' facility. Should the Consultant have. sr 1_ cr^:ved mu:l;pl,ar with the State of Florida or Miami Dade Co..'- , the City may elect to utilize of these in -::piers should they be less than above stipulated rates. Ss.i multiplier is intended to cover Cons:10_•r. employee benefits and Consultant's profit and cverhea.: including ',vitbout limitation, office rent. ':=al telephone and utility charges, office and depreciation of equipment. professions subscriptions. stenographic. administra' .- 3 support, other employee time or Ira':el -: s _ stance not directly related to a project F:. -_ with this section shall be cause for ::s'._ :' this Agreement. Tne Consultant and a: ,rts shalt provide to the City current :-: statements reflecting their overhead at tre :f the City. '9 Capital Program Support Services RFC) 15-16-C32 163 ATTACHMENT 3 -COMPENSATION B2.04 CALCULATION iS Wage Rates are to be ized by the Consultant ^n caicuiating compensation pay3b[e for specific 37:y'N r< CrL_, 3s requested by the City. The Consultant shall identify fob classifications. : : 2,7; . _ . ^Cur _ yt;ired for the cr^Ccer completion of tas�s ard. cr grouts of tasks. : the aciac-* : as exemplified in Schedule A2. Key Staff, 62.3: E`,1-LO-'EE BENEFITS AND OVERHEAD - :v satior e:ec} c _ - ._ _ ::.cr paid by the City shall, via the . .._ 3 7 _ 2 7.27 17: •.: : :3ifCr. employee fringe benefits (e.g. sick . ..• = ta _ a'. insurance and unemployment benefits) an•o a- ; .:. r _ : _._ this section sheik 7,2 : ; - - - :3nce latiCn of this Agreement. 62.06 E •.'ALATICN Thar-. ia ascalat ..lease 3s oa-t of this Agreement. ARTICLE B3 COMPUTATION OF FEES AND COMPENSATION The City agrees to pay the Consultant. ono the Cvrsuitsr•t ar, ses to accept for services rendered pursuant to this Agreement. fees computed by ore or a ccmc,raton of the rre hcds outlined above. as applicable. in the following manner: 63.01 LUMP SUM Compensation for a Scope of Work can be 3 Lump Sum and must be mt.'-3 . - -„ .:00r. in writing by :.. tart erd stated a Work Order Lump Sum con e-_: _- ::=_rred method 83.01-1 Lump Sum shall oe the total amour( of compersattion where all ao e:rs of Work are -ed. Cu; ed and =aLiated. 53.31.2 ';! ti -:. ir: ;r.s C Lump Sun; If the City authorizes a sucsta- - .. ; Si:_ _ _ : _ -• _ _ _,r..7 the Lump Sum compensstOr `: :. :-_ __-. - • _ : _,e. ad;usted by mutual consa-• sr : :- r =:':r Cr :es == _ . C r . _ _ _ . arc : oral sccr vats as maybe reed:. _ :: -S.," or c-: == 133.01-3 --t2eosation pe ca:culated by C s_ : the es;asiiis -. •-. _ ncfs..3:r.gmLltipiier.3r2 iteirotorsacie attacreC.n 3,77e, e. o Order, the City may r3s isre Consulter 3rjustify its r: _ S c- ,e cation shalt present sufficient irforma: r as depicted in A2. B3.02 HOURLY RATE FEES 33.02-1 Hc;,- Rate F_ s':-Hall Le the e rates for C=rs;;ltart and Sub consultant emplC,,ee3 - . - .ray ra _ fees .. _ rciude a maximum not to ':772.77.27.3 _ _ortract :_- The City shall nave nc - .- . Const.3i' : e. -. _ r-ta'n timesheets for = _ . . . ._ : sheets era ._ _ --. toe ,3^-e and title of :r -_ e work •des.. ._ :..e --.,-: esscciated '.t•::- e _ e . -^-ust accc _ .oral our- : _- sir a,,nor za a work hour in the r;.,, r. .. 53.02-2 CONDITIONS FOR USE Hourly Ratio !Tees sna I ce u;e1 :r,, those r5t3nce the parties agree that it is not pcss c to determine. define quantify 3-: r :.F:'._ :-e Corr., - s ratsre ard;oraspects, tasks. man-hoLrs or milestones for a particular tr there_' 3: the time of Work Order issuance. Hourly Rate Fees may be utilized for :?.:: , tt•37 s 3 r�?terminale. In such cases. the City will establish an Aifcwsrce it . - . - �." ea - NC; tp Exteed Fee for the Work to be performed on an Hourly Re:a 303 33.02-3 OVERTIME For Staff, whose serrices are paid _ :. ..ursultant shall provide wrtten Justification for use of overtime in advance of cc • overtime sod. must obtain advance written approval of the Director or designee before the use _r :.er:.ime. Failure to obtain prior written approval 3,1 Capital Program Support Services RF) 15-16-C32 164 < ATTACHMENT B COMPENSAMN , : • 1-a incurred over-t me The Director . , •.,.. that the D'-: 3 r.a./ be • rot be exe! as _ mpe, sa. !_, •„: :---e -3f • 1-1.: • E'r 3 as prOviC.e:: 7- ,se of 83.03 REIMABLE EXPENSES - d•-: cha-:J . stenogi - - e--D-: • , ! 3 3'3 A,: reir-h 3E: c: •305, ='•• ' zy the Cori.,k3r1._ O aLLroPzed reprdductions ir. e ides.; Df • e be a Reimbursable Ex.7e,se, , . Ex."3.3.:!ses pursL, *r.e :.-h,tat:ons of , _ eccr:crate by 1es-ignee s 3330 -.33 83.04 FEES for SPECIALTY SERVICES The CcrsLitant rray ce authc ib 2-21 :e:.aqy Services for whicr 7.,`..-3 Agreement. 83 Oct- I Eeterminxion of Fee ' . • be ore of ire -,errods iescrted herein " °Jr:, 3 hart 1,3". Exceed Limit. 9: 2 P =cirri:acre 7 a: -3r ' B: -14-3 Fee Limitations For all Spec:ivy Sen,ices to be provided Ccns.itants. the Consultant shall not appiy ary up or multlplier. For all reimbursable serrices the Consultant will be reimbursed based on actual cos:: B3,05 PAY%I ENT EXCLUSIONS ,- .7:D-7.e-sated by the C:, r: ,.'7c-difications to • . : - • -_. • :7- such work is :i.e.- ,C - m.ned "--e • . E FEES FR3M PROJEC:T Si..)3P , of the -e rh.2-:h3 cr - ar-7 Phase the -D ▪ dfo-r3 to such susi-,-e--is.cri or termination. togs:.::- r.4 ▪ cost of author re <berses then :Le. 31•3 3 3i7'3 arl lccumented expenses ,:pn or lerrninaticm If !re !!,-, 1'ehaving been suspended for mcre rre ConsLItant's further ccrnbe,sa:,:- ee s!..c.;e-Dt to renegotiations. ARTICLE B4 PAYMENTS TO THE CONSULTANT B4.01 PAYMENTS GENERALLY Payme.nts for Basic Services may be requested monthly n procortion to Services oror month_ For the Lump Sum portion Of this Agreement. payments shall be made montr../ - D--: equal to 1-12th the annual Lump Sum total compensator. Hourly Rate payments shall be basis of actual hours worked based on the Hourly Rate Fee. accompanied by a duty cerlifle •3 ' Capital Program Support Services RFQ 15-16-032 165 ATTACHMENT B - COMPENSATION • ee.d aloes depicted in Schedule B1 hours and Jsnne: -3-3Ely engaged Semites Terre - _ _ : _fished at an arm _ . _s ;rown in S= . and r e for the L.. -- _ Re!''':, _ - _ _--3es 9r_ e ecf. 33 may be = a t $ fees and Re'rrbursat;le Expenses shad be bailed to the C;ty in the actual amount paid by -, contained it - -= Mart Irrci_e — availaole or the OCt ,vecsote :0 3Lbmit 2.2 ._a -• within Gu days fc'Icu:rg the ca`..se fa,- a 'finding of default. 24.32 MONTHLY PROGRESS RE?CRT ce the Ce -... _ s::cm,t a kliare.r , Progress Report iReaca. the of all Staff ass: -_.._ __=_,3Ity �._. T - - _ _"_. _ _ �.a�,:_ assignments. tasks. __... and The Rea:. : ; -:' 3'S0 prcrde an ar = _ ._ a date A ..... 23-33 3a c`, a Mori'-1/ Progress report. The format and cc —pent of the .- -._ ertto J=e appra. . arthe Director ordesignee B4.03 BiLLlty.3 - HOuRLY RATE pail be surfce-_..'ed and a,.cor,:artei by v_ __:ry _- - - <cenditures. 'r` . _= are 3 • __ = e :: C3I'` Ir, _:e - 222 3- 3 :- ...:._ .:3: rrarec nee to comp e`icr. B-1.0-1 PA.Y.MENT FOR ADDITIONAL SERVICES AND REIMBURSASLE EXPENSES F . .:as may be requested mrr7M r 3 „rcper+,:i : e services performed. When e . : are a7t'roriz_d on an Hourly Rat. a i s r a 1•I submit for approval by C 5 a - . _sr.!'ed invoice. ;laing names. t... _ . 'our hours worked and a Pe rally engaged or 3 :ct3ired. any a.2.. - I _ , ;es C Tay be ad,pred ,:ce all suppor, g 3: <5 me, _ -. - 3 mot. `-- '.:'2 Sue-Ccrs.V.3 - - - - .. drtask. ' 3 ere. :- B4.05 DEDUCTIONS sraii ce mad_ _.. da._s �3r 3433 assessed against ccrtract3rs :.- s- 3..❑'3 .`, . .._ ... ARTICLE B5 REIMBURSABLE EXPENSES B5.01 GENERAL _- .. 4-2"•,r_ed rein ursacie e-_- :Sea 323''I nC' ^_.�__ ..� _. - _ - - - prone expenses of 3 - _ :r employ_.' a - : -e - _ a .rsable a.<p : _ - . 3 22s; e <; . d by :mourse the Consu,t3 Pi 3arsabie Expenses pursuant to the this Agreement t as verfled by supccr. ny vcc r .`,ar.::n deemed appropriate by Director cr,-- Capital Program Support Services RFO 15-16-032 166 ATTACHMENT B-COMPENSATICN irciuding. without iimitat';on. de',:. -led bills. itemized Invoices and:cr cocies of cancelled checks. Documentation shall be subv'itte::, th invoices for Variable Reimbursement Expenses. For Recurring Reimbursement expenses. the s:..0 g documentation for the annual lump sum amount shall be included in the Proccsal,Work Order and . ` - ben sLoc.srtirg documentation will be required. Reimbursable Expenses snail be = _ , r t fled. to the extent possible. in each Work Order. Reim:-rsable Expenses are those Led by the City outside of or in addition tc the Scope of Wor°3 3; c-rtifed It th-e 2i:r'< Cr., 9. 6 .- - :--:.ces and.or Additional Ser3icesi and consist of actual exce - made ., . - _ _ : 3 _ -. __.tant's employees. Sub consultants. and Special Sub - ---- dentified belc',v: 35 02 TYPES OFRE ".I R0- -- _.<23`+5E3 S : n P _ - : _ = 0 are :se set as a hlor.thiy Lump Sum amcurt or as 37. :. : pnmar j 3:tr tutable to Kay Personnel or aaowarce. .-s,gr•ee for direct expenses. ___ _ - _ _ -_ .. _ _ _ . r S.. .dui 32 _ ect costs pa:d by Consultant for Manacle Rs i o:r:e - : se cse,s r` r,. __ icily subject to the advance approval of the Director or oas.,-ee as,•,v- B5.03 AUTHORIZATION Both Recurring Reimbursements aro es ,-!es of Variable Reimbursements. as shown In Scnedule B2. are to be identfied Variable F =senses for ail travel and per diem. miscellaneous items and any other .tam or category shr:.:- -- - - _. :�t-:;fc advance approval of the Director or designee usirg forms provided to the Cs i.ivd of the Agreement. B5.04 DEFINITIONS and CATEGC22E 3 Reim aura.le E'..r s- es sra ..se by the City outside of or in addition to fees as id ` . . : - _ _ nsist of actual expenditures made by the Consults"'' . . Cersulta, = ,n !he ir!e.rest of the Wor< for the purposes id 3. _ : 85.p4.1 Tri/s l And Per Diem a, do - fares and miscellar:: _.: -- .= ,.taticrs of Section 112 .... 3 ...: . 'Dade orBro',vardCc_ '.°,,vill-_._-: - _:_ }s0 for :gore' E :-e . _'Par- Beach C. -: B5.04.2permit Fees Atl Perin _ : :.... ;din?. r ...cue to !he term°t fees oc nct irk: to -r - B5.04-3Miscellaneous Reimbursable Expenses Ail ocher expenses as included in Schedule B2 or those otherwise re,: ;e r 33'.3 c ,=rid accrved in •writing by the Director or designee are eligible for reimc:._r-.e..^-enr. as Var'acie Reimbursements. B5.05 REIMBURSEMENTS TO THE SUB -CONSULTANTS Reimbursable Sue-Corsultant's expenses are limited to the items described above when the Sub - Consultant 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 herein. ARTICLE B6 COMPENSATION FOR REUSE OF PLANS AND SPECIFICATIONS B6.01 GENERAL Capital Program Support Ser,•ices RFC/ 15-16.032 167 ATTACHMENT 8 -COMPENSATION It is undar3.t t for the ra-L"- of Sig[llrC9 7.7 further appr 3,a 34 Capital Program Support Services RFQ 15-16-032 168 ATTACHMENT B - COMPENSATION ATTACHMENT B - COMPENSATION SCHEDULE B1 - WAGE RATES SUMMARY JOB CLASSIFICATION ADJUSTED NEGOTIATED ' AVERAGE HOURLY HOURLY RATE RATE (Multiplier Applied) Capital Program Support Services RFQ 15-16-032 169 ATTACHMENT B -COMPENSATION SCHEDULE B2 - ESTIMATE OF REIMBURSABLE EXPENSE PRIMARY SERVICES VARIABLE REIMBURSEMENT EXPENSES - MAXIMUM ANNUAL TOTALS Description ' YEAR 1 i YEAR 2 YEAR 3 YEAR 4 Notes Travel and Per Diem Permit Fees Misceilarecus SUBTOTAL RECURRING REIMBURSEMENT EXPENSES - MAXIMUM ANNUAL TOTALS Description '. YEAR 1 YEAR 2 YEAR 3 YEAR 4 Notes Travel and Per t 1 Diem Permit Fees Misceii.areus SUBTOTAL SUB CONSULTANTS (VARIABLE REIMBURSABLE) (Name) t i 1 I SUBTOTAL TOTAL PRIMARY Capital Program Support Services RFQ 15-16-032 170 ATTACHMENT B -COMPENSATION SCHEDULE B2— ESTIMATE OF REIMBURSABLE EXPENSE SPECIALTY SERVICES VARIABLE REIMBURSEMENT EXPENSES - MAXIMUM ANNUAL TOTALS Description YEAR 1 YEAR 2 YEAR 3 YEAR 4 Notes Travel and Per Diem Permit'ees Miscellaneous SUB -TOTAL RECURRING REIMBURSEMENT EXPENSES - MAXIMUM ANNUAL TOTALS Description YEAR 1 YEAR 2 ' YEAR 3 YEAR 4 Notes Tra,,el arc Pe, D,em Parma Fie; hlis-' ara:,s SUB -TOTAL 1 i SUB CONSULTANTS (VARIABLE REIMBURSABLE) (Name 1 SUS -TOTAL TOTAL SPECIALTY TOTAL REIMBURSEMENT Capital Program Support Services RFQ 15.16-032 171 e Consultant: ATTACHMENT B - COMPENSATION SCHEDULE B3 - EXPENSE VOUCHER CAPITAL IMPROVEMENTS PROGRAM MANAGEMENT VARIABLE REIMBURSEMENT ADVANCE APPROVAL (Fur expense items other than tra'iel ) Item Description Purpose Location Esti mated - Home Office Fieid Office (MRC) Other office Unit Qty Amt Submitted by: Approved by: Capital Program Support Serlices RFQ 1E-t6-032 Date: Date: 172 2. RFQ Proposal Forms (Section 6.0) SECTION 6 6.0 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, and all Addenda have been read, understood, and agreed to by assigning and completing the spaces provided below: Addendum No. 1, Dated 1/27/2017 Addendum No. 2, Dated Addendum No. 3, Dated Addendum No. 4, Dated 6.1,1. RFQ No.: 15-16-032 I certify that any and all information contained in this RFQ is true. I certify that this RFQ is made without prior understanding_ agreement, or connections with any corporation, firm or person submitting a RFQ for the sarre materials, supplies, equipment, or services and is in all respects fair and without collusion or fraud. 1 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: Atkins North America. Inc. Firms Name 4030 W. Boy Scout Blvd, Tampa, FL 33607 Principal Business Address 813.282.7275 Telephone 813.281.7698 Fax info©atkinsglobal.com E-mail address Barry J. Schulz Name Senior Vice President/Chief p_peratinq Officer Title r rf: •4�^� Authorized Sigture Capital Program Support Services RFQ 15-16-032 25 173 • a is as r Opp 6.2.1 CERTIFICATE OF AUTHORITY (IF CORPORATION) STATE OF FLORIDA ) SS: COUNTY OF MIIAMI-DALIE I HEREBY CERTIFY that a rnecArg of the Board of Dirsctcrs of the Atkins North America, Inc. a corporation existing under tre laws of the State of Florida heel on October 31 st at -tad -led , 20 16 the fdluwi, iy resolution was duty passed and adopted: "RE-SGL-VED; -Wat; es-Preeideet- tt G r + r- e-and--4-herey a+:ttaanled-teaxecmte-itle-Rr sal -dated, 2 -r4a. City- of -Miami -and -Ns CosfeoRtaon-ane-14A--tneir eNeeution EKA att-by43,a-Sa�:retar; ?#aafierperatio ah4-with-lte Goo asateSea a+'fi,x9d-L14-tile'a ;late -+.dot ttaie,.fi,� eretien.." further certify that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto sal my hand and affixed the official seal of the corporation this 23rd , day of January , 20 17 , Secretary: - Rene de los Rios, Assistant Secretary Zi SEAL ':: 1960 ;sy i • PE TO C `LETE, SIGN, AND RETURN THIS FORM MAY DISQUALIFY PROPOSER'S PROPOSAL Capital Program Support Services RFCO, 15-16-032 26 CORPORATE RESOLIY11©N OF ATi INS NORTH AMERICA, LNC. RESOLVED, that the below named officers an authorized to execute documents on behalf cfAtkins Noah, America, Inc.: Gr_orge Nash Barry J. Schulz Thomas F. Barry, Jr. Kenneth J. Burns, Jr. C. Ernest Edgar, IV Donna M. Huey Justin P. Jones Steven C. Malecki Maureen M. Nayowith Michel M. Newton David D. Quinn William R. Wier Presi dent'Chief Executive Officer Senior Vice President /Chief Operating Officer Senior Vice President Senior Vice President Senior Vice President/General Counsel/Secretary Senior Vice President Senior Vice President Senior Vice President Senior Vice President Senior Vice President Senior Vice PresidentlChief Financial Officer/Treasurer Senior Vice President FITA.THER RESOLVED, that the following named officers are authorized to attest to to siziatuets of officer execvnrg documents on behalf of Alins North America, Inc: C. Ernest Edgar, IV Rene de los PJos Jayanth Jayaram Donna M. B4a0171 Senior Vice PresidentJOereral CounsellSecretary Vice PresidcnJAsststaat Secretary Vice Prsid tlAssistht Secretary Vice PresidenYAssistant Sem ary This moluti on is adopted as of CJs.t ber 31, 2016 and remains in effct until a suxeeding resolution Ls adopted. v C. Ernest Edgar, rifbecretary Corporate Staff 6,2.2 CERTIFICATE OF AUTHORITY (IF PARTNERSHIP) STATE OF ) SS: COUNTY OF 1 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 executors thereof, attested by the shall be the official act ant:*ed of this Partnership." I further certify that said resolution is rat in ftliii,XoranC ffe IN WITNESS WHEREOF, I have hereunto et my hand this Secretary: (SEAL) FAILURE TO COMPLETE, SIGN AND RETURN THIS FORM MAY DISQUALIFY PROPOSER"S PROPOSAL Capital Program Support Services RFC) 15-16-032 Z' ti��N f?} 1• * .euee A. 11 ee'1i • 11 Q 6.2.3 CERTIF CATF OF AUTHORITY (IF JOI '1NENTURE) STATE OF COUNTY OF ) I HEREBY CERTIFY that a meeting of tnn4: organized and existinc-'•Sder tr"Z laWVV ; tate of held on V J adopted: , the following resolution was duly passed and "RESOLVED, that, as of the Joint Venture be and is hereby authorized to execute the Proposal dated, 20 , to the City of Miami official act and deed of this Joint Venture." I further certify that said resolution is now in full force and effect. IN WITNESS WHEREOF, 1 have hereunto set my hand this , day of 20 Secretary: FAILURE TO COMPLETE, SIG AND RETURN THIS FOR MAY DISQUALIFY PROPOSER'S PROPOSAL Capital Program Support Services RFQ 15-16-032 "i 6.2.4 CERTIFICATE OF AUTHORITY (IF LIMITED LIABILITY CORPORATION) STATE OF COUNTY OF S I HEREBY CERTIFY that a meeting of the Principals of the organized and existing under the laws cf the held on and adopted: , the following resolution was duly passed "RESOLVED, that, r`f �? as of the Limited Lia:oality Corporation be tad is hereby authorized to exe.cute the Proposal dated, 20 , to the City of Miami 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 20 Secretary: (SEAL) FAILURE TO COMPLETE, SIGN AND RETURN THIS FORM MAY DISQUALIFY PROPOS€R'S PROPOSAL Capital Program Support Services RFC) 15-16-032 ,() cc\ 1 6.2.5 CERTIFICATE OF AUTHORITY (IF INDIVIDUAL) STATE OF COUNTY OF ) ) SS: ) I HEREBY CERTIFY that as an individual, I v-1rne of Individual: and as i., ( ',,int rrr ,4-ess as) _,exist under the laws of f".w-;at. ,of F "RESOLVED, that, as an individual and/or drbs� 'if ,pp(*able{ ki d is hereby authorized to execute the Proposal dated, " :-.... ; •;..ity of Miami as an individual and/or d/b/a (if applicable) and that my execution )y a Notary Public of the State, shall be the official act and deed of this attesta''"." t I further certify that said n f t )solution is w 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.: personally know the individual/do not know the individual (Please Circle) Driver's License ft (SEAL) FAILURE TO COMPLETE, S1Gt1, AND RETURN THIS FORM MAY DISQUALIFY PROPOSER'S PROPOSAL Capital Program Support Services RFQ 15-16-032 30 6,3 DEBARMENT AND SUSPENSION (a) Authority and reouirement 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 throe 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. Capital Program Support Services RFQ 15-16.032 3' (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 sat forth in paragraph (b) (5). Company Name: Atkins North America, Inc. individual Name: Barry J. Schulz • Signature: -_ft �- _L' ..�.�--y Date: 2 /� / r 7 Capital Program Support Services RFQ 15-16-032 32 ') I 6.4 CERTIFICATE OF COMPLIANCE WITH SECTIONS 18-87 OE THE CITY CODE 1, Barry J. Schulz i) I Barry J. Schulz P�;,tt.ipafj of Atkins North America, Inc. hereby certify that: Senior Vice President/Chief Operating Officer am the (Pre;K:etrtr;sy-retary-or (Proposer); ii) 1 have read Sections 18.87 of the City of Miami Procurement Code; iii) (Proposer) Atkins North Arnerca Inc. hereby agrees to assign a minimum of fifteen percent (1 5° 0) of the contract value to firms currently certified by Miami -Dade County as a Community Business Enterprise ("CBE"); OR iv) (Proposer) hereby is certified by ,Miami -Dad County as a CBE firm and will self -perform to meet the minimum fifteen percent (153o) CBE requirement. An active copy of the respondent's CBE certification must be included in the proposal document. OPTIONAL: v) (Proposer) hereby agrees to make assignment; pursuant to item {iiiL above, to certified CBE firms who maintain a "Local Office," as defined in. City Code Section 18-73; C. o STATE OF-F-Efie'IM } ) SS COUNTY OF . _ - ). €1 Before me, a Notary Public duly commissioned, qualified and acting personally, appeared Barry J. Schulz 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 Respondent Firm named therein in favor of the City. r Subscribed and Sworn to before me this day of e V.)rvr\r L ,20fl. Notary lie, State of=FIurida at Large COIoracC) My commission expires: Bonded by: Capital Program Support Services R F Q 15-16-032 JESSICA GOSS NOTARY PUBLIC STATE OF COLORADO NOTARY ID 20094005302 M'f CCMM'SS:ON ExP.PES FEBRUAPY t$, 2021 33 3. Information for Determining Joint Venture Eligibility -Form A • t11111 hill. • 11 11 1 0 �l 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 M liva be attached and submitted with this form. 1. Name of joint venture: 3. Address of joint venture: 3. Phone number of joint venture: 4. Identify the firms that comprise the joint venture: 5. Descr`be the role oit e y'`cti applIable) 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 ofmanagernent personnel: Capital Program Support Services RFQ 15-16-032 34 183 (4) Purchasing of major items or supplies: (c) Supervision of field operations: NOTE: If, after filing this form and before the corn if there is any significant change in the informat writing. AFFIDAVIT "The undersigned swear ?_affir7ti 'iat terms statements are correct and include all material information necessary to le-, ant xpl t terms and operation of our joint venture and the intended participation by each joint r n ``CCi nd airing. Further, the undersigned covenant and agree to provide to the City current, (t pie'h t accurate information regarding actual joint venture work and the payment therefore and any posed changes in any of the joint venturer relevant to the joint venture, by authorized representatives ct'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." ffee's work on the Agreement, and nt Venture must inform the City in Name of Firm: Name of Firm: Signature: Signature: Name: Name: Title: Title: Date: Date: Capital Program Support Services RFQ 15-16-032 35 Sexton E "r'14 f1'if'?; r""i`h;T'F j11 11 14 1 C{,i.d,4s1 Section E 1. Letter(s) of Agreement FROM: Letter of Agreement (LOA) Community Business Enterprise Program ("CBE") Atkins North America, Inc. Name or Prime Proposer / Design -Build Firm In response to RFQ.'RFP Number IS= 16-032 the undersigned hereby agrees to utilize: the Community Business Enterprise ("CBE") firm listed blow, performing the stated work at the stated percentage, if awarded the contract. The undcrsigrcd further certifies that the firm has been contacted and properly apprised or the projected work assignment(s) to be performed upon execution of the contract with the City of Miami. Further, by signing this Letter of Agreement ("LOA") the undersigned consents to adhere to the City or Miami Procurement Code 18-87, as amended. Name of the Miami -Dade County Certified CBE CBE•eVE Certification No. CBE -A/£ j Type of Work to be Performed Certification Esp. j (Technical Certification Catc- rfes' Percentage (I.) Amauni of Design Fre Milian, Swain & Associates, Inc. 1670 1/31/2018 Civil Engineering Services i 15. certify that the representations contained in this form are true and accurate to the best of my knowledge. 1 Principa. sident's S) nature Barry J. Schulz, Senior Vice President/COO Principal/President's Name/Title ti / j (Date) 'ffii5,5EC7IOtSi MUST> BECOMPLETE BY PROPOSED CBE FIRM iStiCi CONSULTANT) ACKNOWLEDGMENT BY THE PROPOSED CBE FIRM The undersigned has reasonably uncommitted capacity sufficient (including all licenses and technical certifications) to provide the required services consistent with normal industry practice and the ability to otherwise meet the proposal speci fications. - CBE Principal's Signature /2 56., / t O / /t / ,oid CBE Principal's Name (Print) Title r/311 / 7 Date Date //?/2/q' /; .5-(04/,tf s /)r roc-,- ;77/2 .' _7;19c_ Name of CBE Firm FORM LOA 185 ATKINS Page Intentionally Left Blank 186 Capital Program Support Services Title: List of Sub Consultants Completion of Form 15-16-032 RFQ No.: This form is initially to be completed and submitted with the RFQ listing all Sub consultants to be used under this Agreement. This form is to be updated after award of the Contract as additional Sub consultants are added or changed. Identify the type of license(s) the company has and note any SBE, CBE, CSBE or DBE (Miami -Dade County) or (FOOT) certifications. No other certifications are being requested to be identified. Submit additional pages as necessary. Name of Firm Address Scope of Work Professional Licenses Business Category FDOT/SBE/CBE/DBE Certification Value of Work % of Work Milian Swain & Associates 2025 SW 32nd Av, Suite 110, Miami, FL 33145 Civil Engineering Services PE 5460 SBE M-D SBE No. 1670 15% 0 15 /v Project Information Services 2638 SW River Shore Dr. Port St LucieSL 34984 Information Technology N/A Non-SBE N/A 7 oro 7 !o 0 Note: Business Categories: SBE = Small Business Enterpr se, Ct3E = Cornmunity Eusiness Enterprise, CSBE = Gommunity Small Busaness Enterprise, DBE = Disadvantaged Business Enterprise, FDOT,- Florida Department of Transportation Name of Proposer: Atkins North America, Inc. -1c Name of Individual Completing Form: Barry J. Schulz Signature: FORM C-1 Date: -, ✓ -r 04/12 Iv -n 0 -17 tfl 0 Cr 0 su 0 TK1"aS Subconsultant firrn overviews Atkins has selected South Florida -based subconsultants to augment our team based on their proven technical capability, successful local experience, and demonstrated client commitment. Both of our subconsultants have experience working on projects for the City of Miami. Subconsultant personnel resumes are located within the resume section of this proposal (Section A). Milian, Swain & Associates, Inc. (MSA) is a multiple disciplined, full -service firm that MSAspecializes in providing Civil and Environmental Engineering, Financial & Management Consulting Services. MSA was incorporated in January 1989 and is a MBE (100% minority s_,,,, 4A,soc acl.,i.,e. owned) firm with a diverse ethnic workforce and a proven commitment to affirmative action. MSA has a long history of providing professional engineering services and financial and management consulting services to government, private and municipal clients. Prior to 1989, all key members of MSA's management consulting staff worked together in various capacities for one of the largest developer -owned water & wastewater utilities in Florida, thus providing clients with a team that has proven itself by working together over the years. P R ❑ JECT Project Information Services (PIS) offers a variety of Program Control Support for INFORMATION large programs and projects. Project Information Services was established in 1984 SERVICES to Support the program control needs of the Engineering/Construction industry. PIS' experience includes transportation, petrochemical, and infrastructure programs throughout the United States. In addition, PIS offers a WEB/LAN-accessible, truly Integrated Program Management Software called Transportation Automated Control System (TRACSepm). Project Information Services' software development is designed/installed by experienced program control professionals. 188 2,iKI S 3. Certificate of Compliance 6.4 CERTIFICATE OF COMPLIANCE WITH SECTIONS 18-87 OF THE CITY CODE I, Barry J. Schulz hereby certify that: Senior Vice President/Chief Operating Officer i} I Bam J. Schulz am the (Pre-aiderrt'Se'>rrettrty-vr- Principdi) of Atkins North America, Inc. (Proposer); ii) 1 have read Sections 18-87 of the City of Miami Procurement Code; iii) (Proposer) Atkins North America: Inc. hereby agrees to assign a minimum of fifteen percent (15°ra) of the contract value to firms currently certified by Miami -Dade County as a Community Business Enterprise ("CBE"); OR iv) (Proposer) hereby is certified by Miami -Dade County as a CBE firm and will self -perform to meet the minimum fifteen percent (15%) CBE requirement. An active copy of the respondent's CBE certification must be included in the proposal document. OPTIONAL: v) (Proposer) hereby agrees to make assignments pursuant to item (iii), above, to certified CBE firms who maintain a "Local Office," as defined in City Code Section 18-73; Coto-aD STATE OF TLOi iilA ) ) SS COUNTY OF _ - . LC't Before me, a Notary Public duly commissioned, qualified and acting personally, appeared Barry J. Schulz 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 Respondent Firm named therein in favor of the City. r,ct Subscribed and Sworn to before me this day of et;r+,ter e - C Notary' lic, State of vi ida at Large Co‘orcktiO My commission expires: Bi Bonded by: Capital Program Support Services RFQ 15-16-032 JESSICA GOSS !VOTARY PUBLIC STATE OF COLORADO NOTARY ID 20C94005902 MY CQMMISSiON EXPIRES FEBRUARY 18, 2021 i 33 Kr 189 Page Intentionally Left Blank 190 4. Subonscultant business tax receipts and company licenses Local Business Tax Receipt Miami —Dade County, State of Florida TyIS IS NOT A SILL - DO NOT PAY 2526755 BUSINESS NAM1E/I<OCATION MILIA1N SWAIN & ASSOCIATES INC 2025 SW 32 AVE 110 MIAMI FL 33145 OWNER MILIAN SWAIN R. ASSOCIATES INC RECEIPT NO. RENEWAL 2651553 SEC. TYPE OF BUSINESS 212 CONSULTANT EXPIRES SEPTEMBER 30, 2017 Must be displayed at place of business Pursuant to County Code Chapter BA - Art. 9 & 10 PAYMENT RECEIVED BY TAX COLLECTOR SE0.00 07'14/2016 FPPU06-16-019342 This Laced Business Tax Receipt only aanrirme payment of the Lacnl Business Tex. The Receipt is not license, permit, or a certification of the holders qualifications. to do business. Holder most comply with any governmental or nongovernmental regulatory laws and requirements which apply 10 the nosiness. The RECEIPT NO. ailave must be displayed on all commercial vehicles- Miami -Dade Cada Sec ea-276. For more information. visit fMatw.litiemidade.aavhaxcalleclot 191 CHRIS CRAFT ; ,..•,,?„r'.t,na,:r. TAX COLLECTOR ST. LUCIE COUNTY 2016 - 2017 St. Lucie County Local Business Tax Receipt Facilities or machines # Rooms Seats „ Employees #1 Receipt #7299-20020284 Type of business 7299 MISC/PUBLIC SERVICE (SOFTWARE Expires SEPTEN1BER 30, 2017 DEVEL CONSLT) DBA name Mailing address: Project Information Services 2638 SW River Shore Dr Port St Lucie, FL 34984 RENEWAL Original tax: Penalty: Collection cost: Total: $15.10 515.10 City of Pt St Lucie Business Project Information Services Business location: 2638 SW River Shore Dr Port St Lucie, FL 34984 Paid 09/07/2016 15.10 G02281900255 0099-20160907-028255 Law requires this Local Business Tax Receipt to be displayed conspicuously at the place of business in such a manner that it car be open to the view of the public and subject to inspection by all duly authorized officers of the county. Upon failure to do so, the local business taxpayer shall be subject to the payment of another Local Business Tax for the same business, profession or occupation. Pursuant to Florida law, all Local Business Tax Receipts shall be sold by the Tax Collector beginning July 1 of each year and shall expire on September 30 of the succeeding year. Those Local Business Tax Receipts renewed beginning October 1 shall be delinquent and subject to a delinquency penalty of 10 percent for the month of October. An additional 5 percent penalty for each month of delinquency is added until paid, provided that the total delinquency penalty shall not exceed 25 percent of the Local Business Tax for the delinquent establishment. In addition to the penalty, the Tax Collector is entitled to a collection fee of $1 to $5. This fee is based on the amount of Local Business Tax, which will be collected from delinquent taxpayers after September 30 of the business year. This receipt is a Local Business Tax only. It does not permit the local business taxpayer to violate any existing regulatory or zoning laws of the state, county or city. It also does not exempt the local business taxpayer from any other taxes, licenses or permits that may be required by law. Pursuant to Florida law, Local Business Taxes are subject to change. Project Information Services 2638 SW River Shore Dr Port St Lucie, FL 34984 192 to the public through a Professional Engineer, r, { i Expiration: 2; 22 2017 Audit No: 228201701036 State lori 'a Board of 'ro essiona1.Engineers :attests that Y Milian, & Associates, Inc, 4F B PSFE+ is outho-ized under the provision.; of Soria "'L;" ,fir )tcti_tts, to offer engineering services tier Chapter 471, Florida Statutes. CA Lic. No: E460 193 State of Florida Depcirti;zeiit of State I certify from the records of this office that MILIAN, SWAIN & ASSOCIATES, INC. is a corporation organized under the laws of the State of Florida, filed on January 11, 1989, effective January 9, 1989. The document number of this corporation is K58420. I further certify that said corporation has paid all fees due this office through December 31, 2017, that its most recent annual report uniform business report was filed on January 9, 2017, and that its status is active. I further certify that said corporation has not filed Articles of Dissolution. Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the :1 inth day of January, 017 Secretary of State Tracking Number: CC466-1315751 To authenticate this certificate,visit the following site,enter this number, and then follow the instructions displayed. https://services.sunbiz.org/Filings/CertificateOfStatus/Certificate:suthentication 194 911412016 Pre -Qualification Certificate - Returning Vendor Self -Service Portal maxw��e� This certificate is hereby issued to: Approval Date: 09/07/2016 Expiration Date: 09/30/2017 Miami -Dade County Internal Services Department Architecture/Engineering (NE) Pre -Qualification Certificate MILIAN SWAIN & ASSOCIATES INC 2025 SW 32ND AVE SUITE 110, Miami, EL 33145-0000 The above name applicant is pre -qualified to provide professional A/E services for Miami -Dade County for the period indicated above. The applicant has committed its firm to comply with the specific conditions listed below: 1. Pre -Qualified to offer professional services only in the Miami -Dade County technical categories shown in the "Statement of Technical Qualifications." All technical category restrictions must be strictly adhered to. 2. Pre -Qualification Certification (PQC) consolidates the technical certification, affirmative action plan, and vendor registration into one streamlined certification process resulting in the issuance of a Pre -Qualification Certificate. 3. Report any significant changes, such as contact person, qualifier, ownership, firm address, etc., by login on the Self -Service Portal at www.miamidade.gov/vendor within 30 days of such a change. Failure to report said changes to the County may result in the immediate suspension or termination of your firm's Pre -Qualification Certification. 4. Failure to renew your firm's PQC at least thirty (30) days prior to your firm's current expiration date may result in the suspension and/or termination from County programs and current or future contracts until your firm's Pre -Qualification Certification has been properly renewed. Any lapses in the certification of any of the required PQC areas (vendor registration, affirmative action plan, or technical certification) will result in a lapse in your PQC. Firms are responsible for observing and adhering to all submission deadlines. 5 Any renewal applications and/or supporting documents submitted after the application deadline might delay the review of your firm's PQC certification to the next available Technical Certification Committee meeting. The PQC application, submission deadlines, and the Technical Certification Committee meeting calendar can be found on Procurement Management web site located at: http://wwN.miamidade.gov/internalservices/prequailification-certification_asp 6. Permit Miami -Dade County representatives to have access during normal business hours to audit books and records to verify information submitted with this application. This right of access shall commence on the approval date of this certificate and shall terminate on its expiration date. Please note that if at any time Miami -Dade County's has reason to believe that any person or firm has willfully and knowingly provided incorrect information or made false statements, the County may refer the matter to the State Attorney's Office and/or other investigative agencies, initiate debarment procedures, and/or pursue sanctions or other legal remedies in accordance with Miami -Dade County policy and/or applicable federal, state and local laws. Approved By Technical Certification Committee Miami -Dade County httpsl/www.miamidade.gov/VendorTechnicalCertifcatiorvPQC PrintCertificate 111 5. Copies of Miami -Dade CBE Certification for Proposer or Proposer's Subconsultants Internal Services Department MIAMI-{MADE Small Business Development 111 NW 1 Street, 19th Floor Miami, floods 33128 T 305-375-3111 F 305-375-3160 miamidade.gov Mexn February 24, 2015 CERT NO: 1670 Mr. Arsenio Milian MILIAN, SWAIN & ASSOCIATES, INC. 2025 SW 32nd Ave Suite 110 Miami, FL 33145-0000 Dear Mr. Milian: Approval Date: 1122/2015 Expiration Date: 1 /31'2018 Miami -Dade County Small Business Development (SBD), a division of the Internal Services Department ([5D) 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 (SBEAE) in a�:cordance with section 2-10.4.01 of the code of Miami -Dade County, This (SBE. AE) certification is valid for three years provided that you submit a "Continuing Eligibility Affidavit" on or before your anniversary date of f January 22) for the first and second year of the three year period. The affidavit must indicate any changes or no changes in your firm pertinent to your certification eligibility. The submittal ofa "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 nears certification. If the form attains Qraduation or becomes ineligible during the three year certification period, you will be properly notified foflowina an administrative process that your firm's certification has been removed pursuant to the code. Your company is certified in the categories as listed below affording you the opportunity to bid and participate on contracts with Small Business Enterprise measures. Please note that the categories listed are very general and are used only to assist our customers in searching the directory for certified firms to meet contract goals. You can find the firm's up-to-date certification profile as well as all other certified firms on the Miami -Dade County Internal Services Department, Small Business Development Certified Firms' Directory at the website httn'www.niiamidade.govfbusiness.business-certification-oroeranls.asa. Thank you for your interest in doing business with Miami -Dade County. Sincerely, hompson, SBD Section Chief all Business Development Division Mr. Arsenio Milian MILIAN, SWAIN & ASSOCIATES, INC. Cert No:I670 February 24, 2015 Page 2 CATEGORIES (You ri -n may bad or participate on cenrracts oni), under :hose categories} 03C1 - HIGHWAY SYSTEMS -SITE DEVELOP/PARKING LOT DESIGN (SBEJAE) 03C9 - HIGHWAY SYSTEMS -SIGNING, PAVEMENT MARKING. CHANNEL (SBEAE) 04C1 -AVIATION SYSTEMS -ENGINEERING DESIGN (SBE`AE) 060i - W & S SEWER SYS-WATER DIST & S.ANITARY SEWAGE COLL (SBEJAE) 0642 - W cL S SEWER SYS-MAJOR WATER & SEWER PUMPING FACILI (SBEJAE) 0603 -W & S SEWER SYS-W & S SEWAGE TREATMENT PLANT (S3EAE) 1001 - ENV IRON ME`+TAL. ENG-STORMWATER DRAINAGE DESIGN SERV (SBE \E) 1005 - ENVIRONMENTAL ENG-CONTAMINATION ASSESS & MONITOR {SSE:-AE) 1010 - ENVIRON ENG-COASTAL PROCESSES & OCEAN ENGINEERING (513E^AE) 1500 • GENERAL CIVIL ENGINEERING (SBLAE) 17r30 • ENGINEERING CONSTRUCTION MANAGEMENT (SSE'AE) 54 1330 • ENGINEERING SERVICES {SBE'.AE) ATKINS Page Intentionally Left Blank 198 ATKINS 6. Notice of Qualifications (FDOT) FDD�k, Florida Department of Transportation 605 Suwannee Street Tallahassee. FL 32399-0-50 RICK SCOTT GOvER`OR October 3, 2016 Thomas Barry, Jr., Senior Vice President ATKINS NORTH AMERICA, INC. 482 South Keller Road Orlando, Florida 32810 JIJI I3OXOLD SECRETARY Dear Mr. Barry: The Florida Department of Transportation has reviewed your application for qualification package and determined that the data submitted is adequate to technically qualify your firm for the following types of work: Group 2 - Project Development and Environmental (PD&E) Studies Group 3 - Highway Design - Roadway 3.1 - Minor Highway Design 3.2 - Major Highway Design 3.3 - Controlled Access Highway Design Group 4 - Highway Design - Bridges 4.1.1 - Miscellaneous Structures 4.1.2 - Minor Bridge Design 4.2.1 - Major Bridge Design - Concrete 4.2.2 - Major Bridge Design - Steel 4.2.3 - Major Bridge Design - Segmental Group 5 - Bridge Inspection 5.1 - Conventional Bridge Inspection 5.2 - Movable Bridge Inspection 5.3 - Complex Bridge Inspection 5.4 - Bridge Load Rating Group 6 - Traffic Engineering and Operations Studies 6.1 - Traffic Engineering Studies 6.2 - Traffic Signal Timing 6.3.1 - Intelligent Transportation Systems Analysis and Design 6.3.2 - Intelligent Transportation Systems Implementation 6.3.3 - Intelligent Transportation Traffic Engineering Systems Communications 6.3.4 - Intelligent Transportation Systems Software Development Group 7 - Traffic Operations Design 7.1 - Signing, Pavement Marking and Channelization 7.2 - Lighting 7.3 - Signalization www.dot.state. IL us 199 Group 8 - Survey and Mapping 8.1 - Control Surveying 8.2 - Design, Right of Way & Construction Surveying 8.4 - Right of Way Mapping Group 10 - Construction Engineering Inspection 10.1 - Roadway Construction Engineering Inspection 10.3 - Construction Materials Inspection 10.4 - Minor Bridge & Miscellaneous Structures CEI 10.5.1 - Major Bridge CEI - Concrete 10.5.2 - Major Bridge CEI - SteeI Group 11 - Engineering Contract Administration and Management Group 13 - Planning 13.3 - Policy Planning 13.4 - Systems Planning 13.5 - Subarea/Corridor Planning 13.6 - Land Planning/Engineering 13.7 - Transportation Statistics Group 14 - Architect Group 15 - Landscape Architect Group 21 - Acquisition, Negotiation, Closing, and Order of Taking Group 24 - Acquisition Relocation Assistance Group 25 - Right of Way Clearing and Leasing Your overhead audit has been accepted, enabling your firm to compete for Professional Services projects advertised at the unlimited level, with estimated fees of any dollar amount. This status shall be valid until September 30, 2017 for contracting purposes. Facilities Home/Branch Field Capital Cost Overtime Office Office of Money Premium Direct Expense Indirect Cost 147.94% 121.46% 0.053% Excluded 11.73% (Home) 11.81 % (Field)* *Rent and utilities excluded from field office rate. These costs will be directly reimbursed on contracts that require the consultant to provide field office. Should you have any questions, please feel free to contact me by email at carliayn.kellkdot.state.fl.us or by phone at 850-414-4597. Sincerely, Carliayn Kell Professional Services Qualification Administrator www.dot.state.la.us 200